Loading...
CMD02B Moonlight Beach Urban Runoff FacilityRichard Brady & A dates Civil Engineers and Construction Managers City of Encinitas Moonlight Beach Urban Runoff Treatment Facility Weekly Progress Meeting MINUTES NOTES BY: S. Manning DATE ISSUED: July 5, 2002 MTG. DATE /TIME: June 24, 2002 / 11:00 am - 12:30 LOCATION: Moonlight Beach Sewer Pump Station SUBJECT: Construction of the Moonlight Beach Urban Runoff Treatment Facility ATTENDEES: Roger Marken Falcon General Engineering Inc. Dale Winterquist Falcon General Engineering Inc. Sean Manning Richard Brady & Associates The purpose of this meeting was to discuss the progress of the Moonlight Beach Urban Runoff Treatment Facility. The following issues were discussed. 1. Progress of the work Falcon has completed the following work: - Installed Treatment Facility Enclosure foundation pad - Installed pipelines on the East side of 3rd Ave. - Installed Treatment Facility drain to sewer - Formed the fillet in Cottonwood Creak culvert 2. Solution to Issues Interior Lighting — Dale Winterquist noted that the interior lights cannot be installed as designed because the enclosure size has been reduced. Dale suggested that the lighting arrangement be revised to fit inside the enclosure. The attendees agreed that that the interior lighting will include a single row of lamps down the middle of the enclosure. Encroachment Permit — Roger Marken explained that earlier in the week he had been denied an encroachment permit by the City. Roger has subsequently obtained the encroachment permit and roadwork is scheduled to be started next week (7/8). PLC Display Interface — Joe Gannon has informed the project team the PLC display interface that is specified is no longer available. Joe has submitted a substitution for this unit to RBA for review. Sean Manning reported that RBA has No Exceptions to the model proposed by Clear 49M Murphy Canyon Road, urte an Diego, California CITY OF ENCINITAS - MEE`Iii�G MINUTES Page 2 of 3 Creak Systems. 3. Pending Change Orders Inlet Stop Gates — Falcon deliverd a quote to RBA for the inlet stop gates at the progress meeting. RBA will review the quote and forward a recommendation to the City. Potable Water Service Connection - Falcon delivered the quote for replacing the 4 -inch water service connection and backflow preventer with a 2 -inch connection at the last progress review meeting. The City is processing the change order. 4. Future Areas of Concern New A.C. Overlay — Dale Winterquist noted that the existing A.C. pavement within the site is in poor condition. He suggested that the City consider including an overlay over the existing A.C. Sean said he would get feedback from the City concerning the matter. Excess Dirt — Roger will contact Kathy Weldon concerning a location where excavation spoils could be dumped. Influent Manifold Excavation — Roger noted that the Influent Manifold excavation would be exposed until Wednesday. The project team agreed that caution should be exercised and that pedestrians access adjacent to the facility should be limited during this period. 5. Owner /Engineer — caused delays Sean asked if the Owner or Engineer have or were causing any delays to the contract. Falcon reported no delays. 6. Previous issues Siting — The enclosure siting issue has been resolved. The enclosure will be placed as far to the West as is possible. Floor Drain — The floor drain has been eliminated. Clear Creak will investigate the possible locations where the Turbidity Meter sample discharge can be dumped. 7. Future schedule Falcon stated that the following construction activities are anticipated: - Install inlet manifold (7/1 — 7/3) - Install piping across 3`d Street (7/8 -7/9) - Install discharge manifold (7/10 — 7/12) 4909 Murphy Canyon Road, Suite an Diego, California 92123 CITY OF ENCINITAS - MEETING MINUTES Page 3 of 3 Other Issues Existing Debri Pile — Falcon noted that there is an existing debri pipe on the South bank of the Cottonwood Creak. Falcon did not leave this pile during their demolition work. Excavation Backfill Compaction — Roger asked if compaction testing was required for backfilling at the inlet manifold. Sean said he would investigate to determine what the requirements for backfilling are. Paint Sample — Falcon requested that they be given a paint sample that they can use for matching paint for the new Treatment Facility enclosure. If there are any corrections or comments to be made to these meeting minutes, please provide them to Sean Manning by Friday, June 28, 2002. NEXT MEETING: July 8, 2002 11:00, Construction Site cc: Rick Brady, Richard Brady & Associates Kipp Hefner, City of Encinitas 4909 Murphy Canyon Road, uite an Diego, a i ornia 1 1 CZt .v o F f Encinitas July 08, 2002 Falcon General Engineering, Inc. C/o Dale Winterquist 572 Collyn Street Vista, CA 92083 Re: CHANGE ORDER #3 Moonlight Beach Urban Runoff Treatment Facility Project CMD02B 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: Modify the Pump Station Intake Screen to include five (5) FRP Stop Gates for the Pump Station Intake Screens per the detail attached to this change order. The change for the addition of the above work will be $1,472.08 (One Thousand Four Hundred Seventy -Two Dollars and Eight 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 Shields, P.E. Field Operations cc: Director of Engineering Services Kathy Weldon ACCEPTED BY: Dale E. Winterquist, President Falcon General Engineering, Inc. Contractors License No. 540704A Ow TEL 76n- 633 -2600 ;' FAN ?60- 633 -262- i05 S. Vulcan AVenUe. Encinitas. California 9202 -4-3633 TDD ?60 -633 -2700 t,� recycled paper July 7, 2002 Mr. Kipp Hefner Project Manager City of Encinitas 505 South Vulcan Ave. Encinitas, California 92024 -3633 Re: Moonlight Beach Urban Runoff Treatment Facility Change Order 003 — FRP Inlet Frames and Grates with Stop Gates Dear Mr. Hefner: Richard Brady & Associates issued Request for Quote (RFQ) 001 for the subject work on June 6, 2002 (Attachment 1). We have reviewed the subsequent quote from Falcon General Engineering Inc. for the changes described in RFQ001. In summary, the changes described will result in an added cost of $1,472.08 (Attachment 2). We recommend that the City issue a Change Order to the Contract between the City of Encinitas and Falcon General Engineering Inc. for the addition of stop gates to the FRP Inlet Grates. Should you have any questions, please do not hesitate to contact me. Very truly yours, Sean F. Manning, P.E. Richard Brady & Associates Katherine Weldon Meleah Ashford 9.90.9 �lu��� �ni�ae, .�aaa; �i� ,�,r0 • �ia ���o, (�i�i��Hru� .9,Y�,2.9 (Idux) -0j& O.lOG • ���� 9.96 l/�05 A -11-A� ntNW"T June 6, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Quote 001— Pump Station Inlet Stop Gates Dear Mr. Winterquist, Please provide an itemized quote for modifying the Pump Station Intake Screen to include five (5) FRP stop gates for the Pump Station Intake Screens. The attached detail shows FRP angles and plates added to the Intake Screen detail. The gates will be provided to keep silt and debris out of the wetwell during storm events. Please contact me if you have any questions. Sincerely, Sean F. Manning Project Manager Cc: Kipp Hefner Rick Brady 4909 —A�O+ V Ya,61 Sow WWw w �5�� 496 0500 • � �5�% 496 0505 • Lj ii U/ /UJ /UL atU 10:00 me �- rrq�NM�f'r G. "'-FALCON G E N E R A L E N G I N E E R I N G, I N C. 572 COLLYN STREET - VISTA, CA 92083 • TEL 760/630.9570 - FAX 760/630 -3648 - STATE CONT_ LIC, #SA0704 June 24, 2002 Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego, Ca. 92123 Attention: Mr. Scan F. Manning Reference: Moonlight Beach Urban Runo1T Treatment Facility City of Encinitas, Ca CMSOIB Document No. 0203 -A -20 Subject: Cost Proposal CP 005 Provide 12ea FRP frame /grates with angle for stop gate Provide 6ea %" thick stop gates Gentlemen, As requested, we are hereby submitting our cost proposal to change the l2ea contract FRP frames to include an angle to allow use of a stop gate. Provide 6ea' /z" FRP stop gates with hand hole. TOTAL COST: S 1,472.08 Please review and inform us if acceptable ASAP so frames can be ordered. If you have any questioV, please feel free to call. Sincerely \ Q Dale E. Winterq t President Falcon General Engineering, Inc. Uf /UJ /UL wry 10:00 rnn I I l�Il I F �ol II o I go ■I VI II I �~ i ZII � t WIC I WIo1 I I .i ZIL- I I �I 211 0- I W l ��i Wt I Z WIC w i °i Iw o� In 3 I Qiol'' oc I I1 U. II J ay , o d �vl�al LL 10� laII I X11 Ial I o.1 I 01 c.l IsIN Iald ° I�ui LU U Iz I j�w I i 101>I 1 I { t IT r � I I II IMI {N 11'11111 I I IMIIII;11 II Ij1`I Ii1 {111 �i ll ll l w► II I I l �lal INII I � a I rl ►I�Iiiljj h11�1�11 I IIIIIIII111 ,� III1�11 I � II►I I �lalw� 1I�� iII►I, I�I�11�4 At 11 lo fI I I I 1 Io c), 1 1 ', I I� 4 Iz I I IWI<II 1 j IU AIR% i �lI , jo �I YI l�l�i IQ ICI ~1 I}' Ilil� i July 7, 2002 Mr. Kipp Hefner Project Manager City of Encinitas 505 South Vulcan Ave. Encinitas, California 92024 -3633 Re: Moonlight Beach Urban Runoff Treatment Facility Change Order 003 — FRP Inlet Frames and Grates with Stop Gates Dear Mr. Hefner: Richard Brady & Associates issued Request for Quote (RFQ) 001 for the subject work on June 6, 2002 (Attachment 1). We have reviewed the subsequent quote from Falcon General Engineering Inc. for the changes described in RFQ001. In summary, the changes described will result in an added cost of $1,472.08 (Attachment 2). We recommend that the City issue a Change Order to the Contract between the City of Encinitas and Falcon General Engineering Inc. for the addition of stop gates to the FRP Inlet Grates. Should you have any questions, please do not hesitate to contact me. Very truly yours, Sean F. Manning, P.E. Richard Brady & Associates c: Katherine Weldon Meleah Ashford !%0.9 , ��'ii��� rlii��l�ii/r . �irail . `rte ,�,r"O • . �ir �iF� , ��i��itiu�t .J�,r`'7,e'� -A i..`.ii Ii .iii �./ _r,/ A .MOSS, �irny Wy, /' June 6, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Quote 001— Pump Station Inlet Stop Gates Dear Mr. Winterquist, Please provide an itemized quote for modifying the Pump Station Intake Screen to include five (5) FRP stop gates for the Pump Station Intake Screens. The attached detail shows FRP angles and plates added to the Intake Screen detail. The gates will be provided to keep silt and debris out of the wetwell during storm events. Please contact me if you have any questions. Sincerely, Sean F. Manning Project Manager Cc: Kipp Hefner Rick Brady �5�� 9J6 D5OD • � �5�� 4J6 05D5 I I r '�� I .f ,, � -. � `,:� 07,-'03/02 RID 16:55 FAX Z001/002 FALCON GENERAL ENGINEERING, INC. 572 COLLYN STREET - VISTA, CA 92083 - TEL 760/630.9570 - FAX 760/630 -3648 - STATE CONT LIC, #540704 June 24, 2002 Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego, Ca. 92123 Attention: Mr. Scan F. Manning Reference: Moonlight Beach Urban Runoff' Treatment Facility City of Encinitas, Ca CMS0113 Document No. 0203 -A -20 Subject: Cost Proposal CP 005 Provide 12ea FRP frame /grates with angle for stop gaze Provide 6ea %:" thick stop gates Gentlemen, As requested, we are hereby submitting our cost proposal to change the 12ea contract FRP frames to include an angle to allow use of a stop gate. Provide 6ea '/2" FRP stop gates with hand hole. TOTAL COST: S 1,472.08 Please review and inform us if acceptable ASAP so frames can be ordered. If you have any questions, please feel free to call. Sincerely Dale E. Winterql.406 President Falcon General Engineering, Inc. 07/03/02 WED 16:55 FAX 16002/002 Ip ! eel f I a! II ! �o X131 � I. OCII loo W v� �I ! IU t I � WIfaLeI I W j I 51:00-1 1 1 211, !r- 1 �lol 15) 1 W I a w 1 I Z cc wl� °I� I� 3 C) o��,I� llwl I J��i al a LL �I mM I °I ' z W I - o II of Icola it>I IrILZ o I I i 1010 �_ s I Im I I t I r 7 I I � I Ih�pl !MIII N ! ! II V I I I I LIIl 11 i j 11 II I illl !VI ,I IIIIi wlilf v ! I al INI f i Vr1 I!Ilfll hiiml� ►� C4 I�II�III ,I!..1�111► {Ill��lil� illlll lu cc lillll'Ic 0 Iw III 'Ir{ IoI ! I N g FI ! W ��o101�iol I I� a!aao. G Q 4 I 9iml! .,!aY i I 1 4 ?lo 11 12 r sp i ;jgl .s ; j° �1�I,I�II - - City of Encinitas July 08, 2002 Falcon General Engineering, Inc. C/o Dale Winterquist 572 Collyn Street Vista, CA 92083 Re: CHANGE ORDER #2 Moonlight Beach Urban Runoff Treatment Facility Project CN D02B 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: Delete the potable water backwash supply connection to the existing 12 -inch water main on 3rd Street as shown on Sheet C -1 of the contract plans. Provide, instead, a new 2 -inch potable water connection downstream of the existing water meter. The deduct change for the deletion/addition of the above work will be a $6,406.60 (Six Thousand Four Hundred and Six Dollars and Sixty Cents) credit 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 Shields, P.E. Field Operations cc: Director of Engineering Services Kathy Weldon ACCEPTED BY: Dale E. Winterquist, President Falcon General Engineering, Inc. Contractors License No. 540704A as TEL - 50 -h33 -?500 ' 17A 'S0- 633 -25?- �0i S. Vulcan Avenue. Encinitas. California 9202+ -3533 TDD 76U -C33 ??��� t,� recycled paper Jul 08 02 03:03p Rict- rd Brady [8F ^1496 -0505 p.2 Wn i June 26, 2002 Mr. Kipp Hefner Project Manager City of Encinitas 505 South Vulcan Ave. Encinitas, California 92024 -3633 Re: Moonlight Reach Urban Runoff Treatment Facility Change Order 002(— Replace 4 4nch Backflow Preventer and Pressure Reducing Valve with 2 -inch Dear Mr. Heftier: Richard Brady & Associates issued Request for Quote (RFQ) 005 for the subject work on June 20, 2002 (Attachment 1). We have reviewed the subsequent quote from Falcon General Engineering Inc. for the changes described in RFQ 005. In summary, the changes described will result in a credit of $6,406.60 to the City (Attachment 2) and simplify construction of the facility. Therefore, we recommend that the City issue a Change Order to the Contract between the City of Encinitas and Falcon General Engineering Inc. for the replacement of the 4 -inch Backflow Preventer and Pressure Reducing Valve with 2 -inch. Should you have any questions, please do not hesitate to contact me. Sincerely, Sean F. Manning, P.E. Richard Brady & Associates c: Katherine Weldon Meleah Ashford 0 .5iav _ea vv e, ` Xir dEP18i �AaPI 9A6'OaG// • .� /s.�/ ��so.�� Jul 08 02 03:03p Rich- -d Brady t8F ^1496 -0505 p.3 &i�. 'o-o'- . -/ 0, A-r-rAcHM1E-NV1 June 20, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request fur Quute 005 — Potable Water Backwash Supply Dear Mr. Winterquist, Please provide an itemized quote for deleting the potable water backwash supply connection to the existing 12 -inch main along 3'd' street as shown on Sheet C -1 of the contract documents. Please provide additive items in your quote for providing a new 2 -inch potable water connection downstream of the existing water meter. The City will replace the existing 1 -inch water meter with a new 2 -inch water meter at the same location. The deleted items arc summarized as follows: • Two (2) 2 -inch hot tops'. • Two (2) 2 -inch water meters • One (1) 4 -inch backflow preventer assembly • One (1) 4-inch Pressure reducing valve • Approximately 46 feet of 2 -inch schedule 80 PVC The additive items are summarized as follows: • One (1) 2 -inch backflow preventer assembly • One (1) 2 -inch Pressure reducing valve • Approximately 20 feet of 2 -inch schedule 80 PVC I have attached a sketch that shows the proposed location of the new piping and valves. We anticipate that this is a no cost change order. Please contact me if you have any questions. Sincerely r t can F. Manning Project Manager. Cc: Kipp Hefner Rick Brady 9e4Q.r .� �.�rJgvcv.�vv • .� �s�J��'osos Jul 08 02 03:03p Rice -d Brady (OF -1496 -0505 p.4 ir. � �� � II U wW o w —, ,� , , ;W I r l -IJ a to I F- _ ,� mil cQ; ( ' , ' , I I , `o,� \��' • t IxQ Ny w(j). 1 w> V / W I _ - - -- U) Q Fes-- ud w a ~ ` it J F- LLI T 111441 1 C7 co U - f v ¢ r r z I� ¢ CI) C� aC EL �r U I t-- LU U I w '— w !Z n X 11 co 1— > I d t- I -X Is Q � W - Q U � � a: U �w RD Lu a> Jw �UwQ �QD i -j dLU X Iz 2 � Uj w >�— 1 .a r-L. 11 E4- x Q tU-> �¢� 1 U p UHp 1 > LU 'Q�� w QXw SI a cn co CO w Z -- l ! r Jul 08 02 03:03p Rich- -d Brady (85 ")496 -0505 p.5 A7T&t4mv,w 2 CON GENERAL ENGINEERING, INC. __..V STREET - VISTA, CA 92083 - TEL 760/630 -9570 . FAX 760/630 -3648 • STATE CONT. LIC. #540104 June 24, 2002 Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego, Ca. 92123 Attention: Mr. Sean F. Manning Reference: Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca CMS01B Document No. 0203 -A -018 Subject: Cost Proposal CP 003 Replace 4" BF & Pressure Red Valve with 2" Gentlemen, As requested in your June 20, 2002 letter, we are hereby submitting our deductive cost proposal to replace the contract 4" backflow preventer and pressure- reducing valvc with 2" TOTAL COST: $ (6,406.60) Please review and respond ASAP so the material can be ordered. If you have any questigns, please feel free to call. Sincerely Dare F. Wiuist President Falcon General Engineering, Inc. Jul 08 02 03:04p Rich --rd Hradd 185pi496 -0505 p.6 I I i W DIN - +► �- �cr i i ' -t =o ff s a � mr -i OI ; a m Z, m cr 0 �. Owl ca a r 2: H $ rn = i of ; W ° N a o a' a a Zir m C) ° c ° M Z iU I y i I mI yl I y OOW z: co �j N J�. �+ W N W i C, Iwl B 3 �� � t5° �w N � ta°i ��,, rn V CJ �! 1if ° L n' I a V, �; � N N <n b9 to v► to w to 4A to 40D 400 4A 4.9 4A )P. 0 m CA IVi ! w =� 9) a aw W N u� U N n Z l CIS rn cn tr CO V m �" a I T I'a• I,14A ID imc � CD IG) ' -- CD ._ g $ � Z rn -,� -. - A , _ern I-Go i 40 RO �- w e I � �o�oW � fo o Gl) M. O O°° c] O O O S y j I C I 1� N m H CD 400 4A 4A CA _ 4� 0 T m 0 C 0 cn o to o 0 0 $ m ^� vi! I4A; cnI cn <614-011 - -- _ EA 40 fA 4.9 4A 4" 4.9 4.0 4.9 4A Ea9 to to 40 sA 4A 40 4A 4.0 400 40 4A CD irn c�'r I C21 -4 °�° m rn CIO g r H ( N O Ov�o O I Jul 08 0Z 03:03p Richard Brady (858)496 -0505 p.2 I i i i i i i i i� June 26, 2002 Mr. Kipp Hefner Project Manager City of Encinitas 505 South Vulcan Ave. Encinitas, California 92024 -3633 Re: Moonlight Beach Urban Runoff Treatment Facility Change Order 002(— Replace 4 -inch Backflow Preventer and Pressure Reducing Valve with 2 -1nch 'k Dear Mr. Hefner: Richard Brady & Associates issued Request for Quote (RFQ) 005 for the subject work on June 20, 2002 (Attachment 1). We have reviewed the subsequent quote from Falcon General Hngineering Inc. for the changes described in RFQ 005. In summary, the changes described will result in a credit of $6,406.60 to the City (Attachment 2) and simplify construction of the facility. Therefore, we recommend that the City issue a Change Order to the Contract between the City of Encinitas and Falcon General Engineering Inc. for the replacement of the 4 -inch Backflow Preventer and Pressure Reducing Valve with 2 -inch. Should you have any questions, please do not hesitate to contact me. Sincerely, Sean F. Manning, P.E. Richard Brady & Associates c: Katherine Weldon Meleah Ashford .5&� —544,P-0.0 - .�,� , %ry "" 1,W,) 906%a00 - -7.- /.P&P) 4,VeA Ov Jul 08 0? 03:03p Richard Brady (858)496 -0505 p.3 A -r -rA CHM LNI June 20, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Quote 005 — Potable Water Backwash Supply Dear Mr. Winterquist, Please provide an itemized quote for deleting the potable water backwash supply connection to the existing 12 -inch main along Yd street as shown on Sheet C -1 of the contract documents. Please provide additive items in your quote for providing a new 2 -inch potable water connection downstream of the existing water meter. The City will replace the existing 1 -inch water meter with a new 2 -inch water meter at the same location. The deleted items are summarized as follows: • Two (2) 2 -inch hot taps . • Two (2) 2 -inch water meters • One (1) 4 -inch backflow preventer assembly • One (1) 4 -inch Pressure reducing valve • Approximately 46 feet of 2 -inch schedule 80 PVC The additive items are summarized as follows: • One (1) 2 -inch backflow preventer assembly • One (1) 2 -inch Pressure reducing valve • Approximately 20 feet of 2 -inch schedule 80 PVC I have attached a sketch that shows the proposed location of the new piping and valves. We anticipate that this is a no cost change order. Please contact me if you have any questions. Sincerely r 99:: can F. Manning Project Manager. Cc: Kipp Hefner Rick Brady 4wo9, Katy %PW, ,e -C4, -.Qa -0AYe W4 A W. 9xlev �./ gyco�ao • . /��r/ �cafos Jul 08 02 03:03p t t \ t t � ' W U �j♦ Richard Hradzj N G x< W CO I � \ ' \1 I \ ♦ 1 W ' ~z wO. II U f z LU CL LLJ T I � C) U� 3RDI UIDJUS� XU Lu o ,- rr t W J o6 I� o '¢ w _ � w I I 11 /1 AI 1 „ II 'T � • MU IMS 1 0 (858)496 -0505 p,4 • A o' mC)WW 0.111 ' y m L J T-- — W Cl.. X Q 11.1 vJ w � � a z O t E_ > U � T- 0 LLJ WW �� �- U Q U CL 3: r w n ►1 C� Co _X ir oa n gir =w Q r� to U CO LU i a z a Co ui I J T-- — W Cl.. X Q 11.1 vJ w � � a z O E_ > U Q J J W Co LLJ WW �� �- J 4 CL 3: Jul 08 0? 03:03p Richard Brady (858)496 -0505 A7T&t4pirm- Z p.5 F A L C O N G E N E R A L E N G I N E E R I N G , I N C . 572 COLLYN STREET • VISTA, CA 92083 . TEL 760/630 -9570 - FAX 760/630 -3648 - STATE CONT. LIC. #54U104 June 24, 2002 Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego, Ca. 92123 Attention: Mr. Sean F. Manning Reference. Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca CMSOIB Document No. 0203 -A -01 S Subject: Cost Proposal CP 003 Replace 4" BF & Pressure Red Valve with 2" Gentlemen, As requested in your June 20, 2002 letter, we are hereby submitting our deductive cost proposal to replace the contract 4" backflow preventer and pressure- reducing valve with 2" TOTAL COST: $ (6,406.60) Please review and respond ASAP so the material can be ordered. If you have any Sincerely please feel free to call. Dare F. Wi>uist President Falcon General Engineering, Inc. d m Jul 08 O?_ 03:04p Richard HradJ (858)486 -0505 p.6 I i er N 01 cn A w of I i eaRe�Cm o �� � ��� so Ir II W Q3 ^3 � C r cr r cr 0 ' I Z 000 7-1 If-'rr�� fp a O 3a" H � G rn I 01 m o C -• eo a s v_ ca I c -n! C') old _ �Wi„ r't O Iv a ro -• _ m -- g ca Z IOU rn vi Z!j t m Z e n m• :. y ) I � c •°a o I I ? POW j t 1 i A N a W �j N J> r W W • 1 3 lul z I � a = i 'pl I I II - W _.� I .. —1 _ rn N N 1 I V/ '-4 W � N w OD N .cc = 4'a p v di EA d► 6'► H fA d► M to M 419 fN r b I w ._.I__, rn o"': � o can vUi V o o00 A �° °: �'i N m c.� � EA a T� I T{ 0 y I'Q• [Z I C= t C') o i omI CD III 4.01 �,I 44 4" 3 i �I - O A; CA s �o�oW M o do i , 1 -.. i O 0 0 0 0 O O S O . L-- .�.... I ay C jINI� it L ° SUP I c7 n j I � �C') O ?goI CD HI f fA t Imo' I Iti W AD C CD y vs+ �►; Icnlcn ? i v+ ?fA �. EA yr w v►v>411 aA v► fA fA '&a en N fA 69 t9 v+to ds fA in 4A Oi a I rn I� i i C* -CW.f cm Q� p l.tf N w (.fi 01 O Cb O w V OD -. 07 V tp CT �I co , 1 r W V N cr j cD V wp N tO w= O lo0 O! p O cp 2(,)1 pe V y I N i O m 0 t�l� OOo O' O, O 0 6V! N G OD O W O ja 0 C�U/ltG CJJZ�ZPP�/� IGJGfG C�O�J21G��,>e'Gl/9.(`JJr ��7� L June 27, 2002 Mr. Dale E. Winterquist President Falcon General Engineering, Inc. 572 Collyn Street Vista, CA 92083 Re: Moonlight Beach Urban Runoff Treatment Facility Submittal No. 023 -01 Filters, Strainers, and Appurtenances Dear Mr. Winterquist: Richard Brady & Associates has reviewed the subject submittal. We have the following comments: RECOMMENDED ACTION MAKE CORRECTIONS NOTED 1. Submit evidence of test pressure, per Section 1.5.A. 2. Submit evidence of Manufacturer experience, per Section 1.5 B. 3. Submit evidence of Manufacturer warranty, per Section 1.5.C. 4. Please indicate which basket strainer will be provided, including material, per Section 2.2. 5. Pressure gage for basket strainer shall be capable of reading from 0 -160 psi, per Section 2.2.F. 6. Please indicate filter tank material, per Section 2.3.13. 7. Pressure gage for filter backwash shall be capable of reading 0 -100 psi, per Section 2.3.K. 8. Please provide a certified sieve analysis of the filter media, per Section 2.3.M. 9. Provide information on Bag Filters, per Section 2.4. 10. The HY -LUX Acrylic primer does not meet the requirements of Specification Section 09800. Please provide a high solids epoxy coating with a minimum solids content of 60 percent by volume, per Section 09800, 2.2.A. �i.909 ✓J'�ir���r �ni�rie- .��Krc/ ��i� ,�",s"O • ��e ��� ��i��stizta .Jri"7,c i Mr. Dale E. Winterquist June 27, 2002 Page 2 Thank you for providing the information requested in my email dated June 18, 2002 concerning the filter media (see email request and faxed response attached). Based on the review of the filter media information provided, review of the subject submittal, and phone conversations with Joe Gannon at Clear Creek Systems we conclude that the filtration equipment submitted meets the intent of the project specifications. Therefore, the contractor may procure the filter equipment concurrently to providing the remaining information listed above. Please provide a re- submittal, for the Filters, Strainers, and Appurtenances that includes additional information concerning the issues described above. Please contact me if you have any questions concerning this submittal. Sincerely, Sean F. Manning, P.E. Construction Manager cc: 023 -01 Submittal Review File Kipp Hefner Rick Brady i��i�zra!e2i cr, aocazl • 40.9 , ilri�ira��rz .Marl iii i%O • �iLre� ��2�r�reuz Date of Submittal: 6 -17 -02 To: Richard Brady & Associates From: Falcon General Engineering, Inc. 4909 Murphy Canyon Road, Suite 220 572 Collyn St. San Diego, Ca 92123 Vista, Ca. 92083 Attn: Sean F. Manning P.E., A.E.E. Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca Project # CMS015 Falcon General Engineering, Inc Submittal No Specification Section 11284 Filters, Strainers Drawing Reference Date Item Required by Schedule This is an X Original Submittal Resubmittal 023 -01 We have verified that this submittal contains all applicable material and information required for evaluation of its compliance with the project plans and specifications. Furthermore, we submit these items, which comply with the project plans and specifications (check one): x with no deviations except for the deviations described below (Attach additional sheets, if necessary) No. of Sheet or Copies Item No. Description (Name, Type, Model, Catalog Number, Manufacturer) 8 I I Submittal 023- Section 11284 Filters, Strainers, & Appurtenances Comments Submitted By: Signature Received By Signature CON GENERAL ENGINEERING, INC. N STRFFT • VISTA CA 9 ?083 • TFI 7(0/!30 -9.570 • FAX 7f0/0,30 -304£3 • STATF CCNT I asAn7nA SUBMITTAL NO. 023 -01 For SECTION 11284 FILTER STRAINERS & APPURTENENANACES MOONLIGHT BEACH URBAN RUNOFF TREATMENT FACILITY CONTRACT # CMS01B CITY OF ENCINITAS, CA It is hereby certified that the Equipment/Material shown and marked in this subihittal'is'1hat prapbkd to be incorporated into Contract '�MSO"1,`is ih corh!iptice with the contract drawings speci icati4as, and Ern,,; , be installed in the allocate pAtes kand is submitted for approval Certified Date cr I i G'l V,wardney SUBMITTAL #1 SAND -MEDIA WATER FILTRATION SYSTEM MM2460 -3A Yardney Project #23153 05/24/2002 PREPARED FOR: Clear Creek Systems, Inc. 4101 Union Ave. Bakersfield, CA 93305 Attn: Joe Ganon YARDNEY WATER MANAGEMENT SYSTEMS 6666 BOX SPRINGS BLVD. RIVERSIDE, CA 92507 TABLE OF CONTENTS SECTION 1: DRAWINGS System Assembly Drawing Operation Description, Multiple tank system PAID SECTION 2: CATALOG DATA Yardney Backwash Controller, Ultra 116 All Yardney 3 -Way Backflush Valve, 454 -D NIA Solenoid, Yardney - 12VDC NIA PD Switch, United Electric Pressure Gauge Primer /Paint System Interior Coating System noon, l�()0 (' —7• -3 Sig• REF'. S 3 /t• �- (REC,� S~ _ w M ! N 7-6 5/8' REr . • � �0 u y W W �1 ^'1 _.1 V W J F - "YE d; Jd' r^ � � l i- r u t /'1 ^ O III i a � J E V� 3i W �Ytrrt g�gj�yt� Q r �J- MF W I �I M 3i W �Ytrrt g�gj�yt� Q rardney ;A The "Ultra" 116 Automatic Filter Controller .�.�.1. ' 7ardney 9 ' Alin -.•r� "Al- 1•. .. MODEL 116 FILTER CONTROLLER 1 M 11 •, • r � X12`» 1" ' 1 ... •.01: •�nq ••Y�n't'I M.' M.. �y.0 ••� •n. •It IH.. w.•W� R :M..1 L'MM� — VARIABLE INPUT OUTPUT FILTRATION SYSTEM CONTROLLER — INPI)T OUTPUT AC 0C AC UC -0C PULSED The Yardney "Ultra" 116 Automatic Filter Controller incorporates the most advanced features and technology available today for filtration system control, The filter control system design allows for unsurpassed user selection flexibility of power source, output power type and number of stations. One controller meets all of these needs while providing for future expansion. The four (4) station base controller, with selectable power capability, can be expanded using plug in modules in increments of four (4) stations allowing for up to sixteen (16) sta- tions. The filter controller incororates elapsed time monitoring as well as pressure differential activation. Filter system flushing ach" ity" is reported through the flush cycle counter program- FEATURES • One to sixteen station outputs • Four station base unit expandable to 16 stations with four station plug -in expansion modules • Operates up to two valves per station plus a master valve • Selectable Input Power — 110 Volt A/C (220 Volt A/C optional), 12 Volt D/C or 12 Volt D/C battery • Flush activation based on elapsed time and/or pressure differential • English/Spanish controls • Programmable filter flush frequency, flush duration and dwell • Flush cycle counter • Manual start with station advance and stop • Display of elapsed time since last flush cycle • Ralntight outdoor enclosure with lock • Three year limited warranty ' ardney \ \:II i,r \t;l lla! c n l u I is \tit Crri% The coniroller's functional design specification - was done: by Yardney. The controller assembly is being done by one of America's leading controller n1anUlacturcrs The "Ultra" 116 is reliable, full fcauirc, expandable automation for all brands of filtration systems. Future expansion is as simple as plugging in a four (4) station expan- sion module and set- ting the station active switches. Changing the power voltage (A/C or JStation Expansion Modules V /C), the output voltage (24 VAC or 1 VDC) and output type (continuous or pulsed) is as simple as setting the output selector switches on the rear panel of the controller. The controller is designed to handle up to two valves per station plus a master valve. The high intensity LED displays provide status information on the controller. The LED display provides the following status information. • Elapsed time since last flush • Pressure differential activation • Flush cycle counter • Filter operating status between flushes • Active flush station number during flush cycle • Dwell status (active /inactive) Water Management System t,666 Box Spnngs 131�d • Riverside. (`A ')'Sr)7_()7;6 U S A 16 - 800- 8ti1-178,1� • F,,X ytr, 6 �E, "Ultra" 116 Automalie filter Controller 1llth 3 Expansion Modults Installod The flush cycle may be manually initiated, station advanced or stopped. The "Ultra" 116 controller is enclosed in a locking outdoor case and the control panel graphics are in both English and Spanish. ELECTRICAL SPECIFICATIONS Yardney "Ultra" Model 116 Automatic Filter Controller Station Capacity — Base Unit: 1-4 outputs Plug -in modules: 4 outputs each Maximum: 16 outputs total Power Source — Selectable 120 VAC 60 Hz (240 VAC 50 Hz optional) or 12 VDC Display Power Consumption — 46 milliamps when the display function switch is depressed. Outputs — A/C Power Selected Controllers: Selectable 24 VAC or 12 VDC Maximum 3 AMPS D/C Power Selected Controllers: Selectable 12 VDC continuous or pulsed Maximum 3 AMPS continuous output, 20 Milliamps pulsed output ar,, ld, _ 1- 14. ��I' ' V r ul z C] r- r- 4. v < Z W; © 'n u Q � 0 U a r L� r I J a f W - 1- l l O � tf� O O L O 'IT < c� W � L 1_ Z F- C L Q r N \ f N / Y / / / f -I-L -� nt gg W W Y i J Q r Q ��s Q -� nt gg W W Y a CY z 0 Q z W Iy.1 Q Q Q z W 0 n w 3 Q W s J Q J �I q3 be w a CY z 0 Q z W Iy.1 Q Q Q z W 0 n w 3 Q W s J Q J �I 24 Se, ' -�s Delta+ ro Pressure and Differential Pressure Switches 1JE moupp— UNITED ELECTRIC CONTROLS Installation and Maintenance Instructions Please read aU instructional literature carefully and thoroughly before starting. Refer to the final page for the listing of Recommended Practices, Liabilities and Warranties. GENERAL The 24 Series pressure switch utilizes a diaphragm sensor to monitor pressure changes. Pressures which exceed the calibrated set point cause an actuator to operate a snap action switch. The differential pressure version utilizes dual diaphragm sensors to monitor the differ- ence in pressure between two sources. Part I - Installation T9ols Needed Screwdriver to accommodate customer- supplied mounting screws Adjustable wrenches (2) ®LOCATE SWITCH WHERE VIBRATION, SHOCK, AND AMBIENT TEMPERATURE FLUCTUATIONS ARE MINIMAL. TO AVOID DAMAGE TO CONTROL, ALWAYS HOLD THE WRENCH ON THE WRENCH FLATS OR HEX PORTION OF THE PRESSURE CONNECTION WHEN TIGHTENING. The control can be mounted in any position Locate where ambient temperature is above 30 "F and below 160 °F. Surface Mounting Insert two #6 screws through mounting ear holes on 2" centers (Recommended mounting for maximum vibration resistance). Pipe Mounting Mount unit from its port(s). Always hold a wrench on pressure port when making pressure connection. Making Pressure Connection Use a wrench on the pressure port and thread =I 1/4 NPTM fittin(j intia the port. Be s,.rre t,) con- nect hlrlh pre „ure sour-1 -2 to pert labeled "HIGH ” Simr13r±r. -.onnect !ova pressor- so«�ce ®NEVER TIGHTEN BY TURNING THE CONTROL INTO THE FITTING. ®MODELS 24-011, -012, -015, - 016, =1017 AND -018 HAVE A POLYSULPHONE PORT WITH 1/4 NPSF THREAD. WITH THESE MODELS, TEFLON TAPE MUST BE APPLIED TO FITTING FOR A TIGHT SEAL. DO NOT OVER TIGHTEN_ CONNECTION TORQUE MUST NOT EXCEED 2 FT. / LBS. OVER TIGHTENING MAY DAMAGE THE PORT. ®ALL LIVE SUPPLY CIRCUITS MUST BE DISCONNECTED BEFORE WIRING THE CONTROL. FOR ENCLOSED UNITS. CON- NECT THE CONDUIT TO THE HOLE IN ACCORDANCE WITH NATIONAL AND LOCAL CODES. BRING WIRES UP TO THE TERMI- NALS FROM THE REAR. MAXIMUM RECOM- MENDED WIRE SIZE IS 16 AWG. Unscrew terminal just enough to put stripped wire under terminal block clamp. Part If - Adjustments Tools Qpoed Flat blade screwdriver Use screwdriver to turn external adjusting screw on the side. Turn "in" (clockwise) to increase pressure setting. For best setting accuracy, set the switch using the actual working pressures encountered in the application. 'Vart I I I - Replacements Snap Switch Asle Klt To order, specify part number SD6259 -633 for 5 AMP switch and lead wires. Five assem- blies per kit. Consult factory for installation instructions. Dimensions .flu (2 3. tmm ) 2�8 160bmhnl PIK A DIFFERENTIAL PRESSURE 9� -Oil.-012 1/4" NPSF Polysulphone 12 3. trnm 1 -013. •014 1/4" NPTF BRASS 3.125" (79.4 mm) STRAIGHT PRESSURENACUUM 2 (4 mm_1 6J.ul7_ •015 t 61 0 2-875"(73.0 mm) -016, -017, -018 1 /4" NPSF Polysulphone: . 1f18�..flSmO m Ire BOLE FOf -020. -021. -022 1 /4" NPTF Brass V2 NPT aONDOT dONNEOTON PORT (SEE CHAKTI —286 - isT.6mm) —200 Iso 6MM1 _. All dirnensions are stated in LOL"RANCE FOA e6 soRFW inches unless noted. 2 KIovrrTrHC HODS MODEL PORT PIK A DIFFERENTIAL PRESSURE -Oil.-012 1/4" NPSF Polysulphone 2.75' (69.9 mm) -013. •014 1/4" NPTF BRASS 3.125" (79.4 mm) STRAIGHT PRESSURENACUUM •015 1/4" NPSF Polysulphone 2-875"(73.0 mm) -016, -017, -018 1 /4" NPSF Polysulphone: 2.75" (69.9 mm) •019 1/4" NPTF Brass 3 00" (76.2 mm) -020. -021. -022 1 /4" NPTF Brass 3.125" (79.4 mm) united EJecuhc Como" comtxuhy rttcornmencss careful consideration, , f000wrng farlo(s wnan speafytng and installing VE p, .1re tend temperature unAs. 6etore tnataiiq a unit. the Instaludlon and Mcnlenance instructions provided with unit must be read and uri0erstood. • To avoid damaging un11. proof pressure and max temperature limits statW in ileratum and on nameplates must raver be exceeded. even by `,urges In the system. Operation of the unit up to proof pressure or max tempersture Is acceptable on a Iln*W bests Il.e.stan -up, testing) but continuous operabon must be teetnWed to the deargnattd adjustable range. Excessive cydw+q at prod pressure or maximum temper WM Menus CDOO reduce sensor Nle. • A back- Jp unit Is necessary for applications Where damage to a primary ttnfl could anderKW Ills. limb or property. A high or low limp Stittech la necessary for appfK'ations where dartgatoua runaway condition could result. • The adwsuble range must be salected so that incorrect, iradvenote or malielun sutlng at any range point Can not result In an unsafe systam condition. • Install unit when shocit. vibration and ambient temperature riuctuatfons wet not damage unit or affect operation. Orient unit eo that moulture does not enter is enclosure via the electrical connemon. • Unit meet not be attained or modiW after shlprnent. Consult UE ;I ntodlikatwn is necessary. • Monitor opaabon to observe warning signs of possible damage to unit, S" as drift In "(point, Check unit immadlatety. • Preventative mairnanaincWpenodic testing is necessary for critical appheabone when damage could endanger property/ personnel • For all application. a factay set unit should be tested before use Etectrtcal fatuugs slated In Wlaatura and on nameplate must not be exceeded. OvaAoad on a switch can cause damage, possible on the first cycle. Win trot a000rding to local and national electrical codes. using wins age retomrttendW In installation sheet. • Use only fific" euthotUed replacement pang and procedures. • Do not mount unit it ambient temp. exceeding published limits. • For remole mounted temperature units, Capillary lengtns beyond 10 feet can Increase dance of error. and meY require re- calibration of set point and indication LIMIT WARRANTY UE warrants that the product thereby purchased Is, upon delivery . free from defects in material and workmanship and that any such product which Is found to be dNective to such workmanship or mater- ial will be repaired or replaced by UE (F.O.B. UE); provided. however. that this warranty applies only to equipment found to be so detective within a period of 12 months after installation by buyer but not to exceed 18 months Site OMlvery by the seller. Except for the limited warranty of nparr and replacemhsnt stated above. UE; disclaims all watrarMbs whataeever with respect to the product. including as Irrhpiied warranties of merchantability or fitness for any particular purpose. UABIUTY UMITATION The sole and exclueive remedy of buyer for arty liability or seller la any CIWM, including incumtrd in connection will) (I) breach of any warranty vilwooeVer sxprelead or implied. (!Il a t7ream of contract. (III) a negligent ad or acts for regligent faNurs to act) committed by seller, or (IV) an act for which strict liability will be imputed to seller. Is Ilm led to the imitod warranty or repiatr and replacement stated htttlefn. In no event stall ft seller the liable for any special, indirect, consequential or otter damages or like general nature. including, without imitation. loss of profits or production. or loss or expenses of any nature, incurred by the buyer or any third party. UE UNITED ELECTRIC C:C]INTFtOLZ_:Z P_0 Box 9143, Watertown, MA U1972 6i�92G10p;; rax617 �?� 2�a-,5 ;14t'5 ^.1119', I 30 20 2 40 1 3 10 50 °M a "A I Ia PSI C(1NY ROC71ON C.ACF. • 304 Stainlcm Rwc1. BoURDON't UBF • Phosphor bronze • "C" Lubc thM 1000 PSL • Coiled tube 1500 - 10,(X)0 PS1. N1(w►MbNr • Brass ticx x ►-�� • Bram , threaded inLernally for throttle screws. 1uvttic screw standard. C.c )NNf.ct It M • 1!4" N114 itandard on 2" case & larger. • 119" xtandard on P! ," c:aYC. Pr31tYI�:R Ihni. • fainted aluminum. • Painlyd aluminum. • PS1 & BAK with KPA x 1000 standard �l'lastic. n�rz �t.1n� • 101 of, full scale. ILwcFs • Vacuum 01rnu8h 10,000 P.M. 21/2" Liquid Filled Pressure Gauges Designed for use where shock or pulsation cause premature failure of prewure gauges The sumdard glycerine filling,oroptionalsUicone filfing,wdldampen the tube and pointer movement. Ile fill also lubricates and protects the movement and prolongs the life of the gauge. Liquid filled gauges am often spedfied for hydraulic applications and for machinery or devices that are used in rough service. For use in applications compacble with copper or brass alloys OMONS Castts • 3 bole front flange . • Uclamp forpancl mounting (stain lest aael� CONNY OM *BSP or other speeial d=ads. • i"cmalc th=ds, left hand thrrsdq. w Hose barbs, T- connectors. • Tap, left or riot side connections. •Nickel plate • Pre- wappod with tetlon tapc. • 118" NM on 2" and up. • Special size tdwottic scrt% Dw.s • Single or dual P81 or metric acalea. • Comptvwcd ecalci or special ranges. • Special logos or marking. • Single ormuici -wlwcd d is Lie. • Name on dial. Onrmcmmcwx •fiulkpacJ:ing,special boxing. Somx of nom st'ncuL oswr R om,Y. a, - ,1 Lsz . , -z_. _ HY-LUX'e WATERBORNE ACRYLIC INDUSTRIAL PRIMER E` 'SCRIPTIOI`1 HY- LUxOINATERBORNE ACRYLIC INDUSTRIAL PRIMER is a low VOC, quiO. dry, acrylic based )rim pr with excellent adhesion properties to a w ;anety of substrates, inciumno ah'o! voccl and piaster - drywall This primer is an excellent choice for areas mat rer)r }ire i primer that s lead and chromate -free, with the benefits of a tough 'Inc duraD:t: primer White Pruner has been USDA approved as a primer in areas subiecteb !o rnci7!erit,.1l food ccntact PHYSCAL PROPERTIES COLOR I WHi TE ( 1262) GRAY (t 263). RED OXIDE f c 272) �i Ft1�T l -V 1: "'Ili (�(_jIP11 T 7CL11 Di_ Y TC 10 E_`.; SOLICc, 3Y VOLUME 3-1 -- ' o `. 0LID`� (3Y wE 1t�H 5SU '(;UAiiL r=EE- PFFF !:,HION 4 �Ai` M _ VI`.IC:OSVT_1f BU AS KREt3 UNIT RE-'OAT TIMI_ J V.O -C. ! 'HAN '250 GRANAS PER LITER IZ 7Cr(�r+L; IE= �.C.- !JL,� ^�,, A[)VAt4TAC:E_. '1A�t• 'i'.Jrl ,r; .jllli.i �ul�,l;,fl`)'.n i .ItJh!!�IU.'1 _f?c3C ,1n(7 ENGARD 428 H.B. CMM CAL RESISTANT ORETIMM _NGARD 428 H.S. Chemical Resistant Urethane is an aliphatic polyester urethane protective finish. This Glass finish is intended for eain Both field and shop operations to provide an attractive high gloss jolor retentive appearance for exposed surfaces that are in contact with extremely corrosive environments. It is designed to provide y film thickness of up to 5 mils per applied coat. ENGARD 428 H.S. � hemical Resistant Urethane features exceptional ease of application, toughness, flexibility, abrasion and chemical resistance. it may be .ised in combination with primers such as ENGARD 460 Chemical Resistant Primer and with coatings such as ENGARD 480 U.S. Epoxy Coating. STANDARD DATA COLORS• ' Various APPLICATION Airless or Conven- tional Spray,Brush METHODS: FINISH: High Gloss (small areas) VOLUME SOLIDS: 642 DRY TIME Recoat - 12 Hours Final Cure - 5 Days 742 -15% @ 70F: (See Suggested Ap- WEIGHT SOLIDS: plication Proced- VOC CONTENT: Less than 340 gms / 1 ures , Section 9 . ) (2.83 lbs /gal) COVERAGE: din Dr y film spreading COMPONENTS: Two rate per gallon: POT LIFE 2 hours Theoretical 10403 sgft @ 3 mils @ 70F: ( no loss) 206 sgft @ 5 ails THINNER: ENGARD 38 Practical 824 sgft @ 1 mil THINNER Thin only if re- ( 20% loss) 275 sgft @ 3 mils 165 sgft @ 5 ails RATIO: quired for proper application. MIXING RATIO: Mix complete pre - SHELF LIFE one year from date measured packaged kits. By volume 1 @ 70F: of shipment. part Component A DOT /FLASH POINT to 4 parts Comp - CLASSIFICATION: Combustible Liquid onent B. 8 ' Sa 09063 1r' ' ardney Fused Epoxy Coatings Yardney epoxy powders were created and developed specifically for the application of thin film corrosion and dielectric protection to metal or other substrates as can be noted on the table of corrosion resistance. These pow- ders are suitable for continuous exposure to a wide range of corrosive elements. Of par- ticular interest is its resistance to various water conditions. Epoxy Powders Epoxy powders as applied by the Yardney process (utilizing temperatures of400 °F±20 *F) collect and fill voids in substrates due to the inherent ability of epoxies to wet the surface and displace moisture and loose particles. Flexibility and Durability Fused epoxy coatings are being used exten- sively for protection of .steel springs used in water and chemical valves formerly requiring costly stainless steel. Impact The impact strength allows retainability and restoration of surface coating under normal drop conditions. Color Colors are available approximating Fed. -Std.- 595. Special coicim will be quoted on request. Surface Preparation The Yardney process requires metal sub- strates to be bare and clean (normally sand- blasted►. No subsequent chemical pretreatment or primer coat is required. Capabilities Coatings can be applied to any material that wilt withstand temperatures of 400 °1-. I m- V,'stet` Mattaginiteat S, stet , duction pam ranging from tiny ferrites used in computer systems to large castings weigh- ing several hundred pounds are regularly coated. Our furnace capabilities range from small batch ovens. —" feet X Z feet. to large con - veyorized ovens, 3 feet X 4 feet X 10 feet and 5 feet X 5 feet X 5 feet. All ovens have periodic temperature uniformity surveys run to assure uniform and consistent results. The following tests have been conducted by Minnesota Mining and Manufacturing Co.. an epoxy powder manufacturer; and arc sub- mitted to familiarize engineering personnel with one of the corrosion resistant charac- teristics of fused epoxy coatings. It also may be considered as a design criteria. Salt Water Resistivity (Salt Crock) Specimens -- Five 3' lengths of resin coated yi" ID schedule 40 pipe. Procedure -- Encapsulate one end of each test specimen in a I "A" X 1' /2" X 11/2" block of room curing epoxy resin to seal the inside of the pipe specimen from -lit: ­-t olution. Suspend the scaled test srec.mcrt' :n ., _000 ohm -cm salt water solution so that 30" of each test specimen is immersed. Connect the negative terminal of a 3 -volt battery to each test specimen. Connect the positive terminal of the battery to a carbon electrode also immersed in the shit solution. The resistivity of the coating in ohm -ft. shall he determined yearly for a period of four years by measuring the current flow to each specimen and by measuring the immersed surface area of each test specimen. Calculate the resistivity for each specimen as follows: Resistivity (ohm -ft.) — (Votta�)Iied in volts) (Immersed area in ft.`) (Cumcni in amperes) (Coating 1111 kAnc-ss m ft ) 12HAYWARDIS, Duplex Basket Strainers 1/2" to 4" - PVC and Corzan ® CPVC Features • Uninterrupted Flow • Low Pressure Drop • Wide Choice of Baskets • Rated to 150 PSI • Wont Seal • Indine Piping Design • Hand Removable Cover C­­- I- - r..p1.l•r1,1 Ir.O•man of BF (: an r,u , VIW' :9 a wy,­ r..nem N CX PO ( 15— F.'..­ Options • Stainless Steel Strainer Baskets EFIC 1 Continuous System Protection When pipeline system components reQUire protection from dirt and debris, and the line cannot be shut down for basket cleaning, a Hayward Ail Plastic Duplex Basket Strainer is the Ideal choice. Unwanted partlejes are removed as the process media passes through a perforated strainer basket con- tained inside the strainer body. The basket entraps the unwanted material while allow- ing the process media to flow free of panic. ulates. Easy Basket Cleaning Changing the basket is quick and easy. Just turn the lever handle to divert the flow from the dirty to the clean basket. Then spin off the hand removable cover - no toots are needed - and lift out the dirty basket for cleaning. No Flow Shut Down The flow in the pipeline never has to be shut down for basket cleaning - eliminating expensive downtime. Wide Range of Baskets Plastic baskets are available In perforation sizes of 1132 ", 1115, 1/8" and 3116 Baskets made from type 316 stainless steel are available in perforation sizes from 1/2" down to a super fine 325 mesh Ail- Pliastic Construction Hayward Plastic Duplex Gasket Strainers will never rust or corrode and they don't require painting or coating to survive corro• live environmental conditions. I Technical Information a A�v••.�- ^ Tf1P I Dimensions - Inches / Millimeters COVER Factors Bt.et LEVER 1-tW 9aaketa 3W .as FRONT view A88EM &v using the formula below 40 tvbsh 1.01 tip mmh 1.2° AP 2 Where eP = Pressure Drop N LM] Q =Flow In GPM 325 AAed, t,U Cv = Flow Coefficient D E F 1 >nr N' G DA013"ER V&v1[ WKET STRMNEE Cv Factors Operaltinq Tom erature /pressure rt•�Tear..wr r ' i11�111111111111111111 IIIIIIIIIIIIIIIIIIIf1i .1111111►b�11111111111 1111111i1�111C�1111i1 111111111111111111111111 1111 11111111111111111 Calculations Factors Bt.et The pressure drop across the 1-tW 9aaketa 3W .as strainer, for water Or fluids with a similar viscosity, can be calculated 2o1K49h ,7p using the formula below 40 tvbsh 1.01 tip mmh 1.2° AP 2 Where eP = Pressure Drop 1x ;20 200 Mn 1 oB LM] Q =Flow In GPM 325 AAed, t,U Cv = Flow Coefficient Selection Chart 81re MaUrtal End connectZ T aa1 Rating 172 to 4" Pvc. CPVC Thd, Skl, F19� one 1 60 P91 Q 709 1rr ro 3r PVC rw tn• n 1 cwc no awn.e. lr p� Basket Selection The 112't0 1` straklers can be Ordered with either plastic basks[. a 1132" or 1/16" parr • Tho 1 -12' and 2• with g 1132 1118', 1l9 ", w 3/16' pail plaagc Daekel. • The 9" arTC a' wah a 1/18 ", 1 /8' of 3/18• Pert Plastic bseket. StaiNesa steel beskats ter aN Bite atraln" pre aveiieble in thege peen: 1/32', 3/84 1/1G 5/84', 7Qta », 178•, 5732 3/18 '. 1/4-. ,3/6', 1/2 ". and In mesh tee' 20. 40 , 80, 80. 1DO. 200, 325 Hayward Industrial Products, Inc. Hayward Industrial Products Canada Inc. Ha Ong Heyward IndusbWl Drrvy. Clgmmau NC 27p1� sward Industrial Products U Tel 18.463511- Ha &- HAYINOi), fa. '- 888778.8410 T�i582g,�.FMW 8 YarD IFiH SR{ Unk2 l K)Ltd. Eanall Industrul@haywarOngt . corn me BD582&3836 C'r°""'�• �v6 Rcwl, Cddles�r, F*wk C04 /liT Web SRe. rl"('u vw heyweroinaus�n,� nn. Tat 441 - 10 6 8 5145 4• Fac 441'20-PAT240 racy -eras ., � Prni..r n u s. F'-' i ]E 1 i i June 26, 2002 Mr. Dale E. Winterquist President Falcon General Engineering, Inc. 572 Collyn Street Vista, CA 92083 Re: Moonlight Beach Urban Runoff Treatment Facility Submittal No. 022 -02 Ultraviolet Disinfection System Dear Mr. Winterquist: In our original response to Submittal No. 022 -01 we requested that additional information concerning the Ultraviolet Disinfection System be provided for our review. Kim Guengerich of Aquionics emailed this information to my attention on Tuesday June 25, 2002 (Attached). We have the following comments: RECOMMENDED ACTION MAKE CORRECTIONS NOTED 1. RBA Comment 6/21/02: Provide UV bulb with an operating life warranty of 9,000 hours (section 1.6 A) Aquionics 160 VIK low - pressure, high- intensity lamps are guaranteed for 8000 hours operation. RBA Comment 6/27/02: Accepted. 2. Spare parts in include: RBA Comment 6/21/02: Two (2)- Lamp Sleeve "Bullet" assemblies Aquionics Reply 6/25/02: Aquionics is not familiar with the term "Bullet" assemblies. Lamps and sleeves will be provided as stated. RBA Comment 6/27/02: Accepted. RBA Comment 6/21/02: Two (2) — Electronic ballasts Aquionics Reply 6/25/02: Agreed. Aquionics will provide 2 spare electronic ballast. RBA Comment 6/27/02: Accepted. 4.90.9 ✓ll�i � ii oi� . rat "2,1, • 9,'i, 1iief, .9f'ar , ���� 49F'O•�00 • , raz ('x;,F) 495 050.E Mr. Dale E. Winterquist June 26, 2002 Page 2 RBA Comment 6/21/02: Two (2) Face Shields, able to block UV light wavelengths between 200 and 400nm. Aquionics Reply 6/25/02: Because the Aquionics proposed GSA4 UV system is a closed vessel system and there is no exposure to UV light, no face shields are required. RBA Comment 6/27/02: Accepted. RBA Comment 6/21/02: 20 Gallons- Cleaning solution Aquionics Reply 6/25/02: Agreed. Aquionics will provide 20 gallons of cleaning solution. RBA Comment 6/27/02: Accepted. RBA Comment 6/21/02: Design criteria of 40mJ /cm2 at 75gpm. Aquionics Reply 6/25/02: Please refer GSA4 UV System Capacity curve found in submittal. As shown on curve at the design transmission of 70% (T10) each GSA4 system is capable of maintaining a minimum dose of 40mJ /cm2 for flows up to 100gpm. RBA Comment 6/27/02: Accepted. 4. RBA Comment 6/21/02: Submit test results to document that the proposed system provides total coliform, fecal coliform, and enterococcus inactivation as required by the project specifications. Aquionics Reply 6/25/02: Attached are two bio -assay test data showing log reduction of e -coli, fecal coliforms and enterococcus. Both pilot study results were based on a higher flow and a lower transmission than Moonlight Beach project. RBA Comment 6/27/02: Accepted. (See tables attached) RBA Comment 6/21/02: Provide control description and listed equipment for providing automatic and water quality paced control. Aquionics Reply 6/25/02: No flow pacing required for UV system. Then there is flow into the UV chambers flow to the UV system both units will be on and operating, if there is no flow units will be off. RBA Comment 6/27/02: Correction. The system in essence is flow paced because between wetwell level 8.5 and 10.5 msl and the respective flow rates of 20 and 72 gpm only one (1) lamp is on. The second lamp shall be programmed to come on at wetwell level 10.5 and corresponding flow rate 72 gpm. Both lamps shut off at high water level 15.5 and corresponding flow rate of 150 gpm. The specifications require that both UV systems be equipped with a PLC or microprocessor. However, UV systems will be accepted that have a controller that is capable of receiving an on /off signal from the main Treatment Facility PLC. The main PLC will receive a wetwell level signal that will be used to set the flow rate through the Treatment Facility and turn on /off the appropriate UV lamp(s). icat�e¢�9aacarl • 4.90.9 /d�ii�ira�ost- .a2� 900 • eyc �¢��ti�iuc .9F7F9 �e ���/ ��� a�i�r • � /���/ ��� asps Mr. Dale E. Winterquist June 26, 2002 Page 3 6. RBA Comment 6/21/02: NEMA 4X enclosures for all electrical and control equipment. Aquionics Reply 6/25/02: NEMA 4X enclosures for all the electrical and control equipment can be provided for a cost adder of $1500 each system and $2000 each for cabinet coolers, total cost $3500 each UV system. The lead time for this option 8 -10 weeks after submittal approval. RBA Comment 6/27/02: NEMA 4X enclosures will not be requested. The additional lead time required for obtaining NEMA 4X panels will cause a project delay. 7. RBA Comment 6/21/02: NEMA 4X Treatment Chamber. Aquionics Reply 6/25/02: The proposed GSA4 chambers are 316L Stainless Steel, and are provided with water tight seals on all electrical connections. The chambers are rated NEMA 12 and are intended for indoor use primarily to provide a degree of protection against circulating dust, falling dirt, and dripping non - corrosive liquids. Chambers are not intended to provide protection against hose - direct water. RBA Comment 6/27/02: NEMA 4X enclosures will not be requested. The additional lead time required for obtaining NEMA 4X panels will cause a project delay. If you have any additional questions please call me. Sincerely, Sean F. Manning, P.E. Construction Manager cc: 022 -01 Submittal Review File Kipp Hefner Rick Brady a,���e2 � � ��JOCU��� • li9 /9 �ii��� ��'rii�ar ��a�� �z� 9G'O • aie- ��g �i��atiu¢- .9,t"1,r'.� ���d� 4,96 0.00 • 'prix ��d� 4.96 O.SO.S" _ IONICS World Leader in Ultraviolet Technology. Submittal 11283.01 Email Comments and Responses: 1. UV bulb with a operating life warranty of 9,000 hours (section 1.6 A) Aquionics 160 VIK low- pressure, high - intensity lamps are guaranteed for 8000 hours operation. 2. Spare parts in include: • Two(2)- Lamp Sleeve "Bullet" assemblies Aquionics is not familiar with the term "Bullet" assemblies. Lamps and sleeves will be provided as stated. • Two (2) — Electronic ballasts Agreed. Aquionics will provide 2 spare electronic ballast. • Two (2) Face Shields, able to block UV light wavelengths between 200 and 400nm. Because the Aquionics proposed GSA4 UV system is a closed vessel system and there is no exposure to UV light, no face shields are required. 4 20 Gallons- Cleaning solution Agreed. Aquionics will provide 20 gallons of cleaning solution. 3. Design criteria of 40mJ /cm2 at 75gpm. Please refer GSA4 UV System Capacity curve found in submittal. As shown on curve at the design transmission of 70% (T10) each GSA4 system is capable of maintaining a minimum dose of 40mJ /cm2 for flows up to 100gpm. 4. Submit test results to document that the proposed system provides total coliform, fecal coliform, and enterococcus inactivation as required by the project specifications. Attached are two bio -assay test data showing log reduction of a -coli, fecal coliforms and enterococcus. Both pilot study results were based on a higher flow and a lower transmission than Moonlight Beach project. 5. Provide control description and listed equipment for providing automatic and water quality paced control. No flow pacing required for UV system. Then there is flow into the UV chambers flow to the UV system both units will be on and operating, if there is no flow units will be off. 6. NEMA 4X enclosures for all electrical and control equipment. NEMA 4X enclosures for all the electrical and control equipment can be provided for a cost adder of $1500 each system and $2000 each for cabinet coolers, total cost $3500 each UV system. The lead time for this option 8 -10 weeks after submittal approval. 7. NEMA 4X Treatment Chamber. The proposed GSA4 chambers are 316L Stainless Steel, and are provided with water tight seals on all electrical connections. The chambers are rated NEMA 12 and are intended for indoor use primarily to provide a degree of protection against circulating dust, falling dirt, and dripping non - corrosive liquids. Chambers are not intended to provide protection against hose - direct water. 21 KENTON LANDS ROAD ♦ ERLANGER, KY 41018 0 T: 800.925.0440 4 F: 859.341.0350 0 WWW.AQUIONICS.COM o t a s w B fD y � y 7. Er o oo a e, N_ O V O R O � O � t O � o r . o � � w O rn � O iO � i a 7 _ (p O 0 2 6664 N A N V V V Voll r c> O cN m5 m 5 m m m m m m O O C C C C r C r G - C c C F a F '', F C F C C F € F C p ❑ F 7 7 O y 7 7 O : 7 O 3 5 (D 7 fD 7 f 'e fD Q fG F : E x ... .-. r ._. .... ._. r N N A A ;, W W r r ... r ... ... .-� .. m A W w w W N N iD 41 ,. J J J - O O x O O N tJ a T T a, a, 13, a, OY h C z r A A A A A W Al o E A W 1O a, w O z IN a � a O e O > i p p iw .d�. O O O r "•- r r r O .- O O ` .- O R N N 0 o O O In O o In In O In O In O O s w O O �O to W In O A �O J w � rd [TJ rl W W W W W W W W W J W W W W W N N 00 r A W A A 4s N N O O O O O O O O O O .: O O ` N N O 01 a, � N O to 01 O, Oo a, a r .. O i y � G oo�� o rig' � 00 •k EE A O A A O N O p0 O J@ r'� O C, A O O O C A O O J In O, J O, y K O 10 O C, O O O %. W O n n 3 F o 00 o O uq r�-. cn P'1 ON d ❑ F �' ; y E o, �7�t z a a a a r HIS w 4" , i G zz s O 0, C, a, O, L U a, c, a, (o, Vii € - � -. O O 'O C', J J J Oo 0o r7 � a P W w O In O In N N---- - O O O O G O O O i J J J J T C, a, O. O, (31 a OY Z '' O O O' O O O O Cl O O O O s O 0 0 0 0 O O o 0 O o O O O s p O o G 0 G 0 O 0 O p O 0 O 0 DO a m Oo A N A to N J W ,y '. Vs W Oo r d r o o o C O O ° �V°o ° ° 0 0 0 3 y Ky V V V Voll r O cN O O E x J 01 00 A J �D iD r A A A A A W Al o E A W 1O a, w O z IN O e O > i p p iw .d�. O O O .. O 00 •k EE A O O p0 O J@ r'� O O O C O 10 O C, O O O %. W O n n 3 O ON d C d a y� t yoo zz l'� O H H H d 7 N d m 4! N A 0 CD CD X o O rnW ch CD o cn 0 o U) U) N -I co, O ai O CD 3 n, 3 W a to OO O N 3 3 ? O S O Cl) 3 (D O CC] (D O CO v v CCOO cn — co' CD W co (p Co CD 0 .. 0 O- O' CD CD CL _ CD CD a AAA A A A o (D A -- A A A QCD Z-6 Z W 3 3 3 3 w-0 v rn o �70 v d rn o A A A A A A (D T� A A A A COD =r � O N O N 0 3 0 3 N 0'0 I N 0-0 Z Z _ o O O A O N UOi 7 - 0 C 0 O aD O � OD N v n C 0 O 000 000000 0 O 0 CD 8� O O O O C � p A 0 0 0 0 00 3 3 z z 0) rn a c K_ CD 0 c 0) CD --4 or OD V V NCD Or O cn :3 O Cl) . 3 " 3 O O _ O p (Q N N W N N CL W W W W CD (Z Z n z0 ZO O O yy E N O G Q\ 4 O O O =❑ O O A A 4E y m a V V O O� O+ d 0\ O O � yC ^hE V `' C7 0 ❑ A. N 5"'l, w i z N yoo Q 1 0 0 H y P 7 N N o m N = a O " O R O A OO 7 > w O v' O .y0i 0a O O U i N C p u3 ❑ A U U J J J K7 p � O � ', J J� A � lNii U a O O O O O O O O O z 0 O t! w n .-• -._ O to O O U In O p %. < O 10 A O O ° 0 d y On v N k' x 'pdjp': h7 o p o o C ai a ysE; w .e. Vi n � 0 F 3y,u5 %. U '"gg U 10 10 ol € Q. D\ %• Q, T 4` U U €`" J J O O `D $S�i., A A A A A A A A Y "',:'.. � :y:. a •:. B C) A , 0 3 ;€ -, rA TO % wfz�TM9 r M yy E N O G Q\ 4 O O O =❑ O O A A 4E y m a V V O O� O+ d 0\ O O � yC ^hE V `' C7 0 ❑ A. N 5"'l, w i z N yoo Q LT CD \� /�w C�C� -(��� I3�/�A�& wcm am /_ 2 C) CD \? \a 20 .4 a ak\ 0 \� /\ �cn ®7 °® \/ \7 �3.$® D =a =/ $\ \\ E =o 22 ± 22 #20 \0 k0 no m \� /�w C�C� -(��� I3�/�A�& wcm am /_ ST 999999«\ CD 0000Ro }/t 999022 20 .4 a ak\ 0 \� -N �$3 0 3� ® �§ 22dSG%)� 200 CA) co �3.$® D o 93 e.4 N) 2y 00cn0) o� z E =o w@com wmwem& -N (D (D \ 22 #20 J/U =o 3 /mod �3 �} F \ QQ44\ /%2 =±//(£ \ � \� �g �g �\ 9/ g.. in� gggg /� eaaaa« g _ - - - - -� $$$$tee J/ 0 M. Nƒ rQ _ . �\ ^J 0 ��oo�� Co CD ?. 6w 7!2 =coea %< '=a6�w -� »I w=> =77 ¥ &s �~ }n @ �3 �I q I w &IIIIIIII% °E }E M%> # ®� /\ gguef/ w c � &m -4 aw�� =3 eaaeEe 5 > 999999«\ =eww�«y2n �ewo �\OC)C 0000Ro }/t 999022 20 Gk :I 0 \� 3� 0 p9wR @@k M0c) 22dSG%)� 200 CA) co �3.$® D o Q e.4 N) 2y 00cn0) o� =awe2� Qaw&a� ƒ\ w@com wmwem& / �/ GARS$ /J�» =eww�«y2n �ewo �\OC)C 0000Ro }/t 0000m�a 0000a �o /� 3 �e z z A� ® \Q( /��\ %a\ �3.$® 'D �3 wwo«wd ƒi 00C :) Eo RR 3 �k July 5, 2002 Mr. Dale E. Winterquist President Falcon General Engineering, Inc. 572 Collyn Street Vista, CA 92083 Re: Moonlight Beach Urban Runoff Treatment Facility Submittal No. 021B-01 Exposed Piping Installation, Section 15125 Dear Mr. Winterquist: Richard Brady &Associates has reviewed the subject submittal. We have the following Ric comments: RECOMMENDED ACTION NO EXCEPTIONS Please contact me if you have any questions concerning this submittal. Sincerely, Sean F. ManninOP.E-/i Construction Manager cc: 021B -01 Submittal Review File Kipp Hefner Rick Brady 4.90.9 —1k"A/i� "aV" °e� ��f�J 4.96 (/.�00 • °az ��5�� 4.96 �/.�O.S CLEAR CREEK SYSTEMS, INC. CITY OF ENCINITAS MOONLIGHT BEACH URBAN RUNOFF TREATMENT FACILITY SUBMITTAL #21 SECTION 15125 PVC SCHEDULE 80 FITTINGS Performance Engineered & Tested L 11 Full 1/4" Through 12" Availability Spears comprehensive line of injection molded PVC fittings offers a variety of configurations in molded Schedule 80 sizes 1/4" through 12" conforming to ASTM D 2467 and Spears exclusive CL150 Flanges in sizes 1/2" through 16 ". Exceptional Chemical & Corrosion Resistance rust, scale, or Unlike metal, PVC fitting ofe maintenance-free slery ce will provide many years and extended system life. High Temperature Ratings PVC thermoplastic can handle fluids wg service de temperatures up to 140° F (60'C), alto corrosive range of process applications, g fluids. Lower Installation Costs Substantially lower material costs than steel alloys or lined steel, combined with lighter weight and ease of installation, can reduce installation costs by as much as 60% over conventional metal systems. oN CERr NNTDNNL WNW NNNN;N Corpora a Facilities, Sylmar, CA Assessed to ISO 9001 80 -2 -1000 SPEARS Schedule 80 PVC fitting designs combine years of proven experience with computer generated stress analysis to yield the optimum physical structure and performance for each fitting. Material reinforcement is uniformly placed in stress concentration areas for substantially improved pressure handling capability. Resulting products are subjected to numerous verification tests to assure obtaining the very best PVC fittings available. Higher Flow Capacity Smooth interior walls result in lower pressure loss and higher volume than conventional metal fittings. Additional Fabricated Configurations through 36" Extra large, hard -to -find, and custom configurations are fabricated from NSF Certified pipe. Fittings are engineered and tested to provide full pressure handling capabilities according to Spears specifications. y Advanced Design Specialty Fittings Spears wide range of innovative, improved products include numerous metal -to- plastic transition fittings and unions with Spears' patented stainless steel reinforced (SR) plastic threads. PVC Valves SPEARS PVC Valve products are available for total system compatibility and uniformity; see SPEARS' ENGINEERING RING SPECIE C GUIDE & ATIONS (V- 4) Sample Engineering Specifications All PVC Schedule 80 fittings shall be produced by Spears Manufacturing Company from PVC Type I, cell classification 12454, conforming to ASTM standard D 1784. All injection molded PVC Schedule 80 fittings shall be Certified for potable water service by NSF International and manufactured in strict compliance to ASTM D 2`67• All fabricated fittings shall be produced in accordance with Spears General Specifications for Fabricated Fittings. All PVC flanges shall be designed and manufactured to meet CL1501bolup�n ressurle of 150 dpsa B16.5 and rated for a maxim P non -shock at 73 °F. PROGRESSIVE PRODUCTS FROM SPEARS INNOVATION & TECHNOLOGY V1Clt (111Y �S7P� C1 }P PVC Thermoplastic Pipe Temperature Pressure De- Rating System Operating Temperature °F ( °C) 73 (23) 80 (27) 90 (32) 100 (38) 110 (43) 120 (49) 130 140 (54) (60) PVC 100% 90% 75% 62% 1 50% 40% 1 30% 1 22% NOTE: Valves, Unions and Specialty Products have different elevated temperature ratings than pipe. PVC Basic Physical Properties Properties ASTM Test Method PVC dechanical Properties, 73 °F Specific Gravity, g /cm3 D 792 1.41 Tensile Strength, psi D 638 7,000 Modulus of Elasticity, psi D 638 440,000 Compressive Strength, psi D 695 9,000 Flexural Strength, psi D 790 13,200 Izod Impact, notched, ft-lb /in D 256 .65 thermal Properties Heat Deflection Temperature, °F at 66 psi D 648 165 Thermal Conductivity, BTU /hr /sq ft/ °F /in C 177 1.2 Coefficient of Linear Expansion, in /in / °F D 696 3.0 x 10-5 ammability Limiting Oxygen Index, % D 2863 43 UL 94 Rating 94V -0 Nher Properties Water Absorption, % 24 hr. D 570 F .05 Industry Standard Color White / Dark Gray ASTM Cell Classification D 1784 1 12454 NSF Potable Water Approved Yes ISD PACIFIC SOUTHWEST 15860 Olden Street Sylmar (Los Angeles), CA 91342 P.O. Box 9203, Sylmar, CA 91392 (818) 3641611 (800) 862 -1499 FAX: (818) 367 -3014 NORTHEAST 543 Industrial Drive Lewisberry (Harrisburg), PA 17339 -9532 (717) 938 -8844 (800)233 -0275 FAX: (717) 938 -6547 PVC Chemical Resistance PVC is generally inert to most mineral acids, bases, salts and paraffinic hydrocarbon solutions. For more information on PVC chemical resistance refer to the Chemical Resistance of Rigid Vinyls Based on Immersion Test, published by the GEON® company. NOT FOR USE WITH COMPRESSED AIR OR GASES Spears Manufacturing Company DOES NOT RECOMMEND the use of thermoplastic piping products for systems to transport or store compressed air or gases, or the testing of thermoplastic piping systems with compressed air or gases in above and below ground locations. The use of our product in compressed air or gas systems automatically voids any warranty for such products, and its use against our recommendation is entirely the responsibility and liability of the installer. WARNING: DO NOT USE COMPRESSED AIR OR GAS TO TEST ANY PVC OR CPVC THERMOPLASTIC PIPING PRODUCT OR SYSTEM, AND DO NOT USE DEVICES PROPELLED BY COMPRESSED AIR OR GAS TO CLEAR SYSTEMS. THESE PRACTICES MAY RESULT IN EXPLOSIVE FRAGMENTATION OF SYSTEM PIPING COMPONENTS CAUSING SERIOUS OR FATAL BODILY INJURY. SPEARS® MANUFACTURING COMPANY CORPORATE OFFICES 15853 Olden Street, Sylmar, CA 91342 P.O. Box 9203, Sylmar, CA 91392 (818) 364 -1611 - http:lhvww.spearsmfg.com NORTHWEST ROCKY MOUNTAIN SOUTH CENTRAL 3902'B' Street N.W. 4880 Florence Street 4250 Patriot Drive, Suite 300 Auburn (Seattle), WA Denver, CO Grapevine (Dallas), TX 98001 80238 76051.2317 (253)939.4433 (303) 371 -9430 (972) 691 -4003 (800) 347 -7327 (800) 777 -4154 (800) 441 -1437 FAX: (253) 939 -7557 FAX: (303) 375 -9546 FAX: (972) 691-4404 SOUTHEAST FLORIDA MIDWEST 4205 Newpoint Place, Suite 100 3445 Bartlett Boulevard 1 Gateway Court, Suite A Lawrenceville, GA Orlando, FL Bolingbrook (Chicago), IL 30043 32811 60440 (678) 985 -1263 (407) 843 -1960 (630) 759 -7529 (800) 662.6326 (800) 327 -6390 (800) 662 -6330 FAX: (678) 985 -5642 FAX: (407) 4253563 FAX: (630) 759.7515 UTAH 1641 South 700 West Salt Lake City, UT 84104 (801) 972 -0659 FAX: (801) 972 -0688 INTERNATIONAL SALES 15853 Olden Street } Sylmar (Los Angeles), CA 91342 P.O. Box 9203 Sylmar, CA 91392 (818) 364 -1611 FAX: (818) 898 -3774 E -mail: export@spearsmfg.com ) Copyright 2001 Spears Manufacturing Company. All Rights Reserved. Printed in the United States of America 08/01. 80 -2 -1000 WA July 5, 2002 Mr. Dale E. Winterquist President Falcon General Engineering, Inc. 572 Collyn Street Vista, CA 92083 Re: Moonlight Beach Urban Runoff Treatment Facility Submittal No. 021A -01 Pipe Hangers and Supports, Section 15140 Dear Mr. Winterquist: Richard Brady & Associates has reviewed the subject submittal. We have the following comments: RECOMMENDED ACTION MAKE CORRECTIONS NOTED 1. Hanger rod steel shall conform to ASTM A 575. Provide pre - galvanized finish 2. Wall mounted pipe supports shall be a minimum of 12- inches in length, equal to Unistrut P1000, i.e., 1 -5/8 inch by 1 -5/8 inch, and shall be bolted to the wall in three places with 1/2 inch anchor bolts, per Section 2.3.13.2. 3. Floor Mounted pipe supports shall be equal to Unistrut P5000, having a minimum length of 8 inches of 1 -5/8 inch by 3 -1/4 inch channel, per section 2.3.C.1. 4. Provide 1/2 inch anchor bolts. Please contact me if you have any questions concerning this submittal. Sincerely Sean F. Manning, P.E. Construction Manager cc: 021 A -01 Submittal Review File Kipp Hefner Rick Brady 4.90.9,/��rrt��� �ai�aa �a2� �� ,�,?O • �iz �iie�� ��c�atirria .9,z'7,`�'.9 /asp/ 406osoo . ,� /�s�/ 496 osrrs CLEAR CREED SYSTEMS, INC. CITY OF ENCIl 41TAS MOONLIGHT BEACH URBAN RUNOFF TREATMENT FACILITY SUBMITTAL #21 SECTION 15140 General Information ® �' Finish: Electro - galvanized Order By: Part No. & Size 1000 - EMT Conduit Clamp �v �T4 w PS 1300 - Universal Pipe Clamp for EMT, IMC & GRC EMT Size / 3/4" 1" 1'/4" 1'/2" 2" Stock Thickness .060 .060 .075 .075 .105 .105 Hanging Load Rating/Ibs. 400 400 600 600 800 800 Wt./ 100 pcs 11 12 15 18 29 33 Design Load 1 1 1 /a ", r i 1100, PS 1-116, PS 11'17 -Standard Pipe Clamp (GRC and IMC) Design Load Material and finish are specified as: 1100 ALM .. Alum. clamp, EG fasteners 1100 HDG .. HDG Clamp, Stainless Steel fasteners ......... Alum. clamp and fasteners ............. Alum. clamp, Stainless Steel fasteners 110OSS ...... Stainless Steel clamp and fasteners Hanging Hanging Pipe Nom Fits Stock Load Wt./ Size O.D. Thickness Rating/Ibs. 100 pcs '/2' .706 -.840 .060 250 10 3/4" .922 -1.050 .075 400 11 1" 1.163 -1.315 .075 400 12 1'/4' 1.510 -1.660 .075 400 18 1' /i 1.740 -1.900 .105 500 20 2' 2.197 -2.375 .105 500 22 r i 1100, PS 1-116, PS 11'17 -Standard Pipe Clamp (GRC and IMC) Design Load Material and finish are specified as: 1100 ALM .. Alum. clamp, EG fasteners 1100 HDG .. HDG Clamp, Stainless Steel fasteners ......... Alum. clamp and fasteners ............. Alum. clamp, Stainless Steel fasteners 110OSS ...... Stainless Steel clamp and fasteners Hanging Pipe Stock Load Wt./ Size Thickness Rating /Ibs. 100 pcs %" .060 400 10 ' /z" .060 400 11 3/4" .075 600 15 11 .075 600 17 1'/4" .075 600 19 1'/2' .105 800 29 2' .105 800 34 2'/2" .105 800 40 3' .105 800 47 _ 3'/2' .125 1,000 62 4" _ .125 1,000 67 5" .125 1,000 80 6" - -. .135 1,000 102 $' _- . 135 ----- - - - - -- 1,000- - - - - -- 130 10" .135 1,000 143 12" .135 1,000 174 W SIH1tF 1 F` t Ak;h� r ,:R , i i 1_1Z Pre - galvanized steel MC ,g - r - �a' 1 Y, '�4' Zinc Coating I� i 1 Prepared Steel Prepared Steel Electro- Ga Ivan ized Zinc Coating a� 0 �0 PRE - GALVANIZED (PGL) — Material (steel strip) is coated ZINC COATING with zinc by hot -dip process prior Power -Stnit products are available in to roll - forming or press operations. four types of zinc coatings: . ELECTRO- GALVANIZED (EG) — Yellow Dichromate Conversion Coat Electro- Plated Zinc Coating Fittings and hardware are electro- lytically coated with zinc to com- mercial standards (ASTM -13633 Type ® III C1). �� `�� � fir• Prepared Steelxf i Bolts, Nuts, Clamps and Fittings POWER -GOLD (ZD) —A. 5 mil electro-galvanized zinc plate is applied with a cohesive molecular bond to the steel base metal, in compliance with the ASTM B633 standard. Yellow Dichromate is applied over the zinc and results in a gold appearance which acts as a nonporous barrier sealant. • electroplated (EG) • pregalvanized (PGL) • hot dip galvanized (HDG) • yellow dichromate (ZD) Zinc coatings offer two types of protection: 1. Barrier: The zinc coating protects the steel substrate` ; from direct contact with the environment. 2. Sacrificial: The zinc coating will protect scratches, cut edges, etc. through an anodic sacrificial process The service life of zinc coating is directly related to'the °zinc coating thickness as shown below. Y COMPARISON OF ZINC - GALVANIZED FINISHES Finish Zinc Thickness Hot Dip Galvanized 2.6 MIL Pregalvanized .75 MIL Electro- Galvanized .2 to .5 NM Power -Gold .5 MII. FINISHES (Ordering): When ordering, add the finish to the part number. Examples: PS 200 -10 PGL PS 200 -10 ZD PS 200 -10 GRIM PS 200 -10 HDG = E� ��3�s -_. '�'...'F,i'. _ :'........- - .- �. -. >•, .., -.. - r ?a.afi'ia�Li,"�Ysi`3:i.. �. nit., ✓��1i2!A' -rn '•:a5'�39P^�.ii�'r...x. _ .. - r�.ru,.- Y�C;.reS.�6 "���.C: �SG:S'-1".w'"i3��3L �K..�. c -.. -. P5:- The zinc coating conforms to ASTM A -525, Grade 90 General Requirement for Steel Sheet, Zinc- Coated (Galvanized) by Hot Dip Process. Channel and Closures HOT - DIPPED GALVANIZED L �! (HDG) — Material is coated with zinc after being roll- formed or after all manufacturing operations are completed, conforming to ASTM specification No.A123 orA153. . ELECTRO- GALVANIZED (EG) — Yellow Dichromate Conversion Coat Electro- Plated Zinc Coating Fittings and hardware are electro- lytically coated with zinc to com- mercial standards (ASTM -13633 Type ® III C1). �� `�� � fir• Prepared Steelxf i Bolts, Nuts, Clamps and Fittings POWER -GOLD (ZD) —A. 5 mil electro-galvanized zinc plate is applied with a cohesive molecular bond to the steel base metal, in compliance with the ASTM B633 standard. Yellow Dichromate is applied over the zinc and results in a gold appearance which acts as a nonporous barrier sealant. • electroplated (EG) • pregalvanized (PGL) • hot dip galvanized (HDG) • yellow dichromate (ZD) Zinc coatings offer two types of protection: 1. Barrier: The zinc coating protects the steel substrate` ; from direct contact with the environment. 2. Sacrificial: The zinc coating will protect scratches, cut edges, etc. through an anodic sacrificial process The service life of zinc coating is directly related to'the °zinc coating thickness as shown below. Y COMPARISON OF ZINC - GALVANIZED FINISHES Finish Zinc Thickness Hot Dip Galvanized 2.6 MIL Pregalvanized .75 MIL Electro- Galvanized .2 to .5 NM Power -Gold .5 MII. FINISHES (Ordering): When ordering, add the finish to the part number. Examples: PS 200 -10 PGL PS 200 -10 ZD PS 200 -10 GRIM PS 200 -10 HDG = E� ��3�s -_. '�'...'F,i'. _ :'........- - .- �. -. >•, .., -.. - r ?a.afi'ia�Li,"�Ysi`3:i.. �. nit., ✓��1i2!A' -rn '•:a5'�39P^�.ii�'r...x. _ .. - r�.ru,.- Y�C;.reS.�6 "���.C: �SG:S'-1".w'"i3��3L �K..�. c -.. -. P5:- L - - -- Ge .._.,l- rmation 1 '•.rye. -,i:.. n Finish Plain, painted green L .son ranize Stock Length: 10' and 20', other lengths on request u mil/ 'ter-"— , 14yh —Steel Channel 0 5//" X 2 " X 12 ga.) '� 3/B" Y 1.336" f 9/32.. ` I 2�� 12 a. X + X A ! q ✓ 1.103" Y 1� At '�z ..NCB ELEMENTS OF SECTION X -X Axis Y -Y Axis Radius Area of Moment Section Radius on lofinertia Modals Gyrat o0 Weight Section of Inertia Modulus G finch Inch' (Inch) ch (inch3) ( ) ) ( ) ` (Ibs. /100 ft.) (InchZ) l ') 230 0.677 0.492 0.370 0.853 0.314 0.387 0.681 lulus of Elasticity: 29,000,000 PSI PS 150 H — Channel with Holes 9/1 Dia. Holes ------------ 13/18" 1 7/8" (1YP-) Weight: 242 Ibs. /100 ft. PS 150 S — Channel with Slots 13/32" X 3" Slot - - - - - - - - - - - - - „ _ -- 4` ht 242 Ibs /100 ft Welg PS 150 — Channel with Elongated Holes 9/16" X 11/8" Dia. Holes - - - - -- 1 5�" - - - - -- 5 /8" Weight: 242 Ibs. /100 ft. PS 150 K06 — Channel with Knockouts �— 7/e" Dia. Knockouts T R_____- 1 I5 /8" Weight: 247 Ibs. /100 ft. FECHNICAL DATA PVC PLASTIC PIPE DATA - Schedule 40 & 80 Nom. Support Spacings in Feet at Temperatures Shown Above Wt. of Wt. of Tube Schedule 100 °F Wall Wt. /Ft. Water /Ft. Size No. 0. D. Thick Lbs. Lbs. 2'/2" 40 0.405 0.068 0.043 0.025 2.66 80 1 " -1'/4" _ 0.095 0.055 0.016 '/4" 40 0.540 0.088 0.074 0.045 2.25 80 5.80 6.66 0.119 0.094 0.031 0.100 0.083 3�a" 40 0.675 0.091 2Y2" 80 6.80 0.126 0.129 0.061 '/2" 40 0.840 0.109 0.150 0.132 4" 80 5.563 0.147 0.150 0.101 5" 40 1.050 0.113 0.199 0.230 4.126 80 6" 0.154 0.259 0:186 1" 40 1.315 0.133 0.295 0.374 5.028 80 8" 0.179 0.382 0.311 1'/4" _ 40 1.660 0.140 0.400 0.647 10" 80 10.750 0.191 - 0.527 0.555 4.25 40 1.990 0.145 0.478 0.882 12" 80 0.406 0.200 0.639 0.765 80 40 2.375 0.154 0.643 1.452 80 0.218 1 0.884 1.279 SPACING OF HANGERS FOR PVC PLASTIC PIPE Nom. Support Spacings in Feet at Temperatures Shown Above Wt. of 40 °F Tube Schedule 100 °F Wall Wt. /Ft. Water /Ft. Size No. 0. D. Thick Lbs. Lbs. 2'/2" 40 2.875 0.203 1.020 2.072 2.66 80 1 " -1'/4" 0.276 1.350 1.834 3" 40 3.500 0.216 1.333 3.200 2.25 80 5.80 6.66 0.300 1.804 2.860 31/2" 40 4.000 0.226 1.598 4.280 2Y2" 80 6.80 0.318 2.195 3.850 4" 40 4.500 0.237 1.899 5.510 4" 80 5.563 0.337 0.258 2.636 2.770 4.980 8.660 5" 40 4.50 4.80 80 3.25 3.50 0.375 4.126 7.870 - 6" 40 6.625 0.280 3.339 12.150 3.50 80 8.625 0.432 5.028 11.290 21.600 8" 40 0.322 5.280 4.66 80 6" 0.500 8.023 19.800 10" 40 10.750 0.366 7.505 34.100 4.25 80 12.750 0.593 11.894 31.100 12" 40 0.406 10.023 48.500 80 0.687 16.365 44.000 40 Support Spacings in Feet at Temperatures Shown Above 20 °F 40 °F 60 °F 80 °F 100 °F 110 °F 120 °F 130 °F 140 °F 150 °F T Size '/2 "- 3/4" 5.00 4.75 4.50 4.25 4.00 3.75 3.33 3.00 2.66 2.00 1 " -1'/4" 5.50 5.25 5.00 4.66 4.33 4.00 3.75 3.33 2.80 2.25 1' /z" - 2" 5.80 6.66 5.50 6.33 5.25 6.00 5.00 5.50 4.66 5.25 4.33 4.80 3.80 4.50 3.50 4.00 3.00 3.50 2.50 2.80 2Y2" 3" 6.80 6.50 6.25 5.80 5.50 5.25 4.75 4.25 3.66 3.00 4" 7.33 7.80 7.00 6.50 6.25 5.80 5.50 5.00 5.33 4.50 4.80 3.80 1 4.25 3.25 3.50 6" 7.50 7.00 1 6.80 1 6.33 1 5.80 Sch. 40 Support Spacings in Feet at Temperatures Shown Above 20 °F 40 °F 60 °F 80 °F 100 °F 110 °F 120 °F 130 °F 140 °F 150 °F Pipe Size '/2" - 3/4" 5.75 5.50 5.25 4.80 4.50 4.33 3.80 3.50 3.00 2.50 1" 6.33 6.00 5.75 5.33 5.00 4.60 4.33 3.80 3.33 2.75 1'/4" - 1'/2" 6.66 6.33 6.00 5.66 5.25 4.80 4.50 4.00 3.50 3.00 2" 7.00 6.50 6.00 5.50 5.12 4.75 4.33 3.66 3.12 6.25 2'/2" 7.80 7.50 7.00 6.66 6.33 5.80 5.33 4.75 4.25 3.33 3" 8.20 7.75 7.33 7.00 6.50 6.00 5.50 5.00 4.33 3.50 4" 8.66 8.25 7.80 7.33 6.80 6.33 5.80 5.25 4.66 3.75 6" 9.80 9.33 1 8.80 1 8.33 7.80 7.33 1 6.50 6.00 1 5.12 4.25 NDTE` Tables assume nuia loads up to 135 specific gravity (bb 1u.icu. rt.), out riot coricem aced Heavy wads. City of Encinitas Moonlight Beach Urban Runoff Treatment Facility Preconstruction Meeting MINUTES NOTES BY: S. Manning, T. Stanton, M. O'Shea DATE ISSUED:June 3, 2002 MTG. DATE /TIME: May 31, 2002 / 9:00 am - 10:30 LOCATION SUBJECT: ATTENDEES 505 Vulcan Ave., Lilac Room Construction of the Moonlight Beach Urban Runoff Treatment Facility Meleah Ashford Raymond Guarnes Kipp Hefner Kathy Weldon Joe Gannor City of Encinitas City of Encinitas City of Encinitas City of Encinitas Clear Creek Systems Roger Marken Falcon General Engineering Inc. Ed Taylor Falcon General Engineering Inc. Dale Winterquist Falcon General Engineering Inc. Jeremy Clemmons Jim Rasmus Jodi Hoskinson Mike O'Shea Sean Manning Tim Stanton Mike Thorton Gary Masters PBS &J PBS &J Richard Brady & Associates Richard Brady & Associates Richard Brady & Associates Richard Brady & Associates San Elijo Joint Powers Authority San Elijo Joint Powers Authority The purpose of this meeting was to discuss the project management procedures for construction of the Moonlight Beach Urban Treatment Facility. The following issues were discussed. CITY OF ENCINITAS - MEETING MINUTES Page 2of3 Introductions The meeting began with project team introductions. Discussion Dale Winterquist stated that Contractor mobilization for the project will commence on June 10, 2002. Construction will be completed per Contract by August 31, 2002. 2. Kipp Hefner requested that all change order requests are required to be presented in writing and itemized. No lump sum change orders will be considered. 3. Dale Winterquist reported that a one day shutdown of 3`d street is described in the Traffic Control Plan for the project. The City responded that a complete road closures will not be permitted. Single lane closure will be allowed pending review of the traffic control plan by City staff. The City will provide comments to the Traffic Control Plan as submitted. 4. Kipp Hefner asked Dale Winterquist if a plan for material storage has been prepared. Dale commented that areas identified for material storage are as follows: • Dirt area to the West of the existing PS • Dirt area to the South of the existing PS (not to encroaching on dirt path) Kipp informed Dale Winterquist that staging and material storage plans will need to be coordinated with Mike Thorton of the San Elijo Joint Powers Authority (JPA). 5. All public inquiries concerning the project are to be directed to Kathy Weldon. 6. Joe Gannon has prepared a preliminary maintenance schedule for review by the San Elijo JPA. Mike Thorton said that the JPA will review the maintenance requirements for the treatment facility and will provide comments to the City. The JPA prefers a maintenance plan that includes joint responsibility by the City of Encinitas and the San Elijo JPA, 7. Kathy Weldon reminded the representatives from Falcon Engineering Inc. that special care needs to be taken when performing work around Cottonwood Creek. The Creek may not be impacted by construction debris and the surrounding site is to remain as clean as possible during construction activities. Chris Pulma from Falcon Engineering Inc. will meet with Kathy Weldon to discuss additional project requirements. 9. Meleah Ashford reminded the project team that the City will be invoicing the State for this project. Contractor invoices will need to be itemized per State requirements. Meleah will coordinate the pay request format requirements with Sean Manning. CITY OF ENCINITAS - MEETING MINUTES Page 3 of 3 10. A site meeting is scheduled for Wednesday June 4, to discuss Contractor laydown, constructibility, and site security issues. Falcon Engineering has requested that they be allowed to join a lock to the San Elijo JPA lock at the pump station. Mike Thorton said that Falcon will be allowed to include a lock to the perimeter gate. However, if Falcon needs to gain access to the Pump Station they will need to contact the San Elijo JPA. 11. Meleah Ashford reported that the City has obtained a letter from the State of California Department of Fish and Game concerning an agreement for the Streambed Alteration of Cotton Wood Creek. A copy of this letter is required to be kept on -site by the Contractor. 12. Falcon Engineering requested a site visit after the meeting to inspect existing circuit panel at the pump station. Representatives from Falcon Engineering, the San Elijo JPA, and Richard Brady & Associates will inspect the site after the meeting. Other Issues Processing of Shop Drawings - Shop drawings are to be addressed to Sean Manning for tracking and distribution for review. PBS &J will assist in the review of the pump, UV equipment, and multi -media filters. 2. The Construction Management Procedures Manual was presented to the project team. Sean Manning provided a brief overview of the procedures described in the manual. In summary, all corrispondance between the City and Contractor is to be routed through Sean Manning. In case of emergency at the project site the following entities will be called in order listed: Public Works Dept., City of Encinitas Kipp Hefner or Kathy weldon, City of Encinitas Sean Manning, Richard Brady and Associates Additional emergency phone numbers our provided in the CM procedures manual. NEXT MEETING: June 4, 2002 1 :00, Construction Site cc: Rick Brady, Richard Brady & Associates E T" E I T T 7; TT 7 7 7;7 C, M - W= C: FT; 7 T.7 P 177 r' V_ Z rl T7 T�' T 7 7, 7' cj ET Vi-;7;z� - Z T I T F F­ 7 M E REEN CH REP _;i IF 1P E_. _1_ D ti 7- ^A, _c. cl T -11 yD AF 7 T; E H R E I F T PT - T y ---------- - 2 4 7, '7 W z tv� o J LAJ moo¢ co Oaf �► W O LAJ 2:s ui 4 LLI 2 S Q L� U- z V O= �d' W � W Q O �o cr- LL- z w QZQO_JCD � u: U >- .I- co U ° U �,,ZWZO =Q Hsu �: � Q . L d G J CL Q W - -�� cr LLJ L F—d� Q Q Q i m 0 m W7 O.. m . 0 [o � O � n . } LU 3 .2 0L000 OL NAO \VV z W U- 0 n Q C I I —I Y O ^a c m m ro E Q ° Z LLJ p If n s g r✓ rn n 5 p= m° m `o Li s N LL L C k 4 O ° 1 C. N C O O J L i n cc W /n, i = p O cG Y O L n C .. L C n C L .l7 E _& ° y m o m F. LD z N U T 1 � W W m m a _ S O Q Z G d N ¢❑ 0 3 r L i O O v n g UJ Z m F--� s _ Q o v c C O O T U C m O p 'p ° N > Q O ll V O O y11 _\ V r� c _ ` rs U C O C N �" i O m i O O C m i E m m m O O N m s v a m p Z Q LLJ LLJ O O � _$ D .w a �-• G 2 N-a i 2 p tm L U) O C C S r i J O ^ C WU U U U y W .0 O C U C m C m O O C C E U N > (n I, v C`IL `r 6 t� m O m L C O C L N U L O I'� w 0 O O �U N W �l o O o Z ° ° ° C D- � w LL LLJ � J d I O O 7 'D O O Q L r? m n „°. p E -0 0 C O— .+ .Y O C Y L E W M F S z O j1 4.1 J �� I , W O > O O O L O O O O m _ J m O 10 4� � W ( "�( a ` A / t x W m °♦ O �y ` m -J O C O N O U m O > +s O ° ,� O i m n N Q E d E s C % O Oi p0 C � w N V 1 1 Z -�` .4 v Y c° o o to �YCa m o 2 C n 3 C E C i cm ¢ w 0 0 0 ¢ o 0 C' c�i¢ n m� v S r p s o iri c¢ cam p¢ p ¢ W W O r 3 ¢ Go W _ m r ` L) O '_ i O d y _ L N O .J C C n m n y C m m W ,. O r. L /y LL. .atlC •� C C O ~ � E � G � '^ O „ rJ O E � .D 4 .g t � a � � ° C O 6« O ... N d m p C Z L O C U J /f LLf �+ ~ / i•x L U f W C m m d V E W s d l T C L > �+ O O o� 4-)+S- N O N 8 I W w b° od c c o o n r° ai c ^" C� O O U C O L Y > m O w I— Q Ir E an. VO (� L CC N L O 4> U L C� -0 UCn . `5' m a• i o �C a p c c' rn p c ? v o ° m N p C ") N m S o m s U m ° °s s_ `o ° m m L c$ r -v j r ., ° .= L o d b i LJJ i i E E� fV b O 4 c-i .� C N o m o d V m W W -CL O Q U Q U '� = 4 Ik U% Revision By Approved Date I APPENDIX u A" SAN DIEGO REGIONAL STANDARD DRAWING FM; e_9_# ORIG. rN ns TRAFFIC CONTROL PLAN COVER SHEET �a 9=12-% DRAWING NUMBER T C - 5 MAY.29.2002 3 :45PM PBS &MENCINITAS N0.344 P.1/7 TO: Kipp Hefner COMPANY: City of Encinitas FACSIMILE TRANSMITTAL FORM DATE: 05/29/2002 FAX NO: 760.633,2818 FROM: Jeremy Clemmons PROJECT NO: 621903.10 SUBJECT: Moonlight Beach Construction Administration Services NUMBER OF PAGES (Including this transmittal form): 7 HARD COPY TO BE MAILED: YES[] NON .. We have revised the attached Amendment No. 3 to our orimnal contract to provide technical Construction Administration Services, based on comments from the City last week and your phone call to Jim Rasmus on Tuesday, May 28th. Please review these documents and call either Jim Rasmus or me if you have any questions or comments. After we have received your comments, we will process the final Amendment documents for your approval. Jeremy Clemmons c: Jiro Rasmus, PBS&J File IF YOU DO NOT RECEIVE ALL OF THE PAGES LISTED ABOVE, PLEASE CALL AS SOON AS POSSIBLE FOR RETRANSMISSION: THANK YOU. PHONE; (760) 753 -1120 FAX: (760) 763 -0730 OPERATOR USE ONLY SENT: Date: 'Time: JPA GA100.06/01 17S Calls Hagdalaz}a, RI+o1;%Uaa, CA 92024 (760) 753.1120 Initials: MAY.29.2002 3 :45PM PBS &MENCINITAS N0.344 Attachment A Moonlight Beach Run -Off Facility Addendum No. 3 May 29, 2002 Page 1 of 4 ATTACHMENT A MOONLIGHT BEACH RUN -OFD' TREATMENT FACILITY CONSTRUCTION ADMINISTRATION SERVICES ADDENDUM NO.3 P.2/7 In response to your request, Post, Buckley, Schuh & Jernigan, Inc. (PBS &J) is pleased to submit this proposal to provide additional engineering services for the Moonlight Beach Run -Off Treatment Facility (Project). These services will be provided as an addendum under the terms of the existing Agreement between PBS&J and the City of Encinitas (City). The scope additions are as follows: I. SCOPE OF SERVICES Based on our current understanding of the Project, PBS &J will provide the following engineering services: A. Pre - Construction Meetings. Attend one (1) pre - construction meetings with the Client and Contractor. B. Technical Meetines. Attend up to five (5) technical meetings with the Client and Contractor to discuss technical issues, submittal reviews, requests for information, requests for substitution, and change orders. Written minutes will be prepared. C. Procasa Requests For InfDxM_aJ}'on. Review and respond to up to fifteen (15) requests for information (RFI) on technical issues. D. Process Reaue is Fol Substitution. Review and respond to up to five (5) requests for substitution (RFS) on technical issues. E. Process Change Orders. Review and respond as directed by the City to the technical aspects of up to three (3) change orders (CO). Develop a method to track and log change orders for use by the City, F. Technical Submittal Review. Review up to twenty (20) technical submittals and five (5) resubmittals. It is assumed that an average of two (2) submittals per technical specification section will be reviewed. It is also assumed, that all filtration, disinfection, and appurtenant equipment within the facility enclosure will be submitted as one submittal package, based on discussions with the City and Contractor at the meeting held May 9, 2002. A method to log MAY.29.2002 3:45PM PBS &MENCINITAS N0.344 P.3/7 Attachment A Moonlight Beach Runoff Facility Addendum No. S January 29, 2002 Page 2 of 4 and track submittal progress will be developed. The following lisU the technical submittals anticipated to be reviewed, including a reference specification section: Technical Submittals 11000 Equipment General Provisions — All submittals required in section 11010 Pumps, General — All submittals required in section 11209 Submersible Non -Clog Pumps -All submittals in section 11288 Ultraviolet Disinfection System — All submittals in section 11284 Filters, Strainers, and Appurtenances— All submittals in section 11285 Treatment Facility Enclosure — Enclosure submittal only 15000 Piping Components— Applicable equipment piping within the enclosure 15020 Valves and Appurtenances— Applicable equipment valves (pinch valve backwash filter valves) within the enclosure 15120 Piping Specialties -- Piping specialties within the enclosure 15125 Exposed Piping Installation— Applicable equipment piping within enclosure .. the 15140 Pipe Hangers and Supports— Applicable pipe hangers and supports within enclosure 15178 Ultrasonic Level Meters— All submittals in section G. %at.Up & Testing. Review of start -up plan and test results., H, Mnal 'Walk Through and, Punch -list. Attendance at final walk through, including contribution of technical items to punch -list. I. FlcW, Instrumentation and Controls Submittal Review. Review of Division 16 (Electrical, Instrumentation, and Controls) technical submittals and resubmittals. Review will be conducted by our Subconsultant, Mark Balan & Associates. Ix. ADDITIONAL SERVICES Additional services shall include tasks not included in the Scope of Services described in the original contract and all addendums. If requested by Client, PBS &J will provide the following Additional Services, beyond the services included above: A. Additional Meetings: Attendance at additional meetings beyond those specifically identified in the Section 1, Scope of Services, B. Construction Pbase: If requested, PBS &J will provide additional construction phase services, including a wide variety of inspection and construction management services. MAY.29.2002 3 :46PM PBS &MENCINITAS N0.344 P.4/7 Attachment A Moonlight Beach Run -off Facility A►,ddezxdum No. 3 January 29, 2002 Page 3 of 4 III. CLIENT FURNISHED SFRVICES For purposes of our proposal and fee estimate, it has been assumed that the City will provide the following services. If requested by the City, the PBS&J Team would be happy to provide any of these services as an addition to our scope. A. Lead, all meetings, including securing meeting locations and times, and preparing meeting agendas and minutes. B. All submittal, RE, RFS, and CO reviews not described in Section I, Scope of Services. G. All on-site construction management services not described in Section I, Scope of Services- D. All construction administrative services not described in Section I, Scope of Services. JR:sw c: Sara Maples, PBS &J file NA020\021003.0110ontracts18W Jan2002 Ms Amendment No. 3.doc MAY.29.2002 3 :46PM PBS &MENCINITAS Attachment B Moonlight Beach Run-off Facility Addendum No. 3 January 29, 2002 Page 4 of 4 ATTACHMENT B NO. 344 P.5 /7 MOONLIGHT BEACH RUN -OFF TREATMENT FACILITY FINAL DESIGrN SERVICES ADDENDUM NO.3 FERS AND CONDITIONS The fee for Services described iu Section I, Scope of Services above, will be a not to exceed amount of $81,919. The Agreement limit will be increased from $98,820 to $130,739. Unless specifically amended herein, all terms and conditions of our original Agreement remain unchanged. If you are in agreement with the above, please have an authorized representative sign and return both copies of the attached Addendum to our office. Upon full execution we will return one Original Addendum to you for your files. This letter will serve as Addend= No. 3 to our original Agreement dated October 7, 2001. If you have any questions please give our Project Manager, Jim li,asmus, a call. Thank you for the opportunity to provide these services. We look forward to continuing to work with you on this project. JR:sw Attachment c; Sara Maples, PBSW file N:a201621008.011Con1mclel8W dan2002 MP AmenOment No. 2.doc MAY.29.2002 3 :46PM PBS &J @ENCINITAS N0.344 P.6/7 Project Name: Moonlight Reach Run-Off Treatment Facility Construction Administration Services CiienVOwtler, City of Encinitas Project Manager. Jim Rasmus Prepared By: Jeremy Clemmons pffil Date Prepared: May 29, 2002 Proj/Prop No.: 021003.1 ENGINEERING SERVICES Officer- OFF $175 Senior Program Manager- SPG $160 Project Director - PD $160 Program Manager- PGM $132 Principal Engineer II - PRII $132 Principal Engineer I - PR $126 Senior Project Manager - SPM $120 Project Manager • PM $112 Senior Project Engineer - SPE $106 Project Engineer It - SRI] 495 Project Engineer I - SEI $88 Senior Engineer - SE $83 Engineer II - EII 480 Engineer I - El $71 Engineering Aldo II - EAl1 $50 Engineering Aide I - EAI $43 CONSTRUCTION BELATED SERVICES Senior Con$truction Manager - SCM $116 Conetnlction Manager - CM ;103 Senior Project Engr (Const.) - SPEC $92 Senior Field Representative - SFR $86 Construction Mgmt Rep. II - CMII $80 Construction Mgmt Rep. I - CMI $73 OTHER PROFESSIONAL SERVICES Sppcial Services - CE $123 Principal Professional - PP $125 Senior Professional II - SPiI $110 Senior Professional I - SPI $90 Professional II - PII $75 Professional I - -PI $55 _ITEM. TOTAL Labor $25,240 Outside Services $5,900 Direct Costs $779 (Direct Costs assumed at 2,5%) TOTAL, $31,919 ENVIRONMENTAL SCIENCE Senior Scientist III - SSIII $130 Senior Scientist II - SSII $124 Senior Sclandst I - SSI $118 Scientist III - SIII $106 Scientist II - SII $95 Scientist I - SI $85 Assistant Sclerdlst - AS $71 Research Assistant - RA $50 ADMINISTRATIVE SERVICES Information Systems Mgr- ISM $120 Financial Manager - FM ;110 Senior IS Manager I - SIM $90 Administrative Manager - AM $75 Senior Administrative Asst II - SAII $66 Senior Administrative Asst I - SAI $62 Project Analyst - PA $54 Administrative Assistant - AA $50 Administrative Clerk - AC $43 DESIGN & GRAPHIC SERVICES Senior Design Manager - SDM ;103 Senior Designer III - SDIII $100 Senior Designer II - SDII $93 Senior Designer I - SDI $83 Senior Graphics Designer - SOP $80 Designer - DES $75 Graphics Designer - GD $71 Senior CAPP Operator - SCO $71 CADD Operator 11- Coll $65 CADD Operator I � 001 $60 JPAIPpaJ PWO-01 Callfamla Offices in Irvine, Riverside, Encinitas, and San Diego FU-S: Amend #3 Fee Est 4.2m2als MAY.29.2002 3 :47PM PBS &J @ENCINITAS NO. 344 P.7/7 G �o 0 c mo C co co �c . ��0 `r d' 00 o a� Y!�ro G*d! w WN m� mod'e`i2isCA r` ^N coo N,�N m s D 0 0 r i o 0 Li3 0LDM10 LN ►iii cg to VC%lmW;0 M CS a a W �O .o -21 y s� 3 L > gCECCL�-- to 4 a s i �a 7 � o8�� o ti a o 0 a 0. 1►-_y City 0 f Encinitas June 19, 2002 Falcon General Engineering, Inc. C/o Dale Winterquist 572 Collyn Street Vista, CA 92083 Re: CHANGE ORDER #1 Moonlight Beach Urban Runoff Treatment Facility Project CMD02B 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: Delete the Pre -Cast Valve Vault and 4 -inch Gate Valves as shown on Sheet C -3, Detail A of the plans. Change location of proposed 4 -inch PVC Flanged Swing Check Valves, as shown on Sheet C -3, Detail A, and install them in the vertical position inside the wetwell as shown on the detail that is attached to this change order. The deduct change for the deletion of the above work will be a $4,483.41 (Four Thousand Four Hundred Eighty -Three Dollars and Forty -One Cents) credit 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. ACCEPTED BY Grey Shi Ids, P.E. Dale E. Winter i , President Fic](1 Operations Falcon GenerEvigineering, Inc. Contractors License No. 540704A cc: Director of Engineering Services Kathy Weldon s _ rF c'ed gaper Sun 16 02 11:18a Richard Brady (858)496 -0505 p•2 i r ffi June 17, 2002 Mr. Kipp Hefner Project Manager City of Encinitas 505 South Vulcan Ave. Encinitas, California 92024 -3633 Re: Moonlight Beach Urban Runoff Treatment Facility Change Order 002 — Deletion of Pre -Cast Valve Vault and 4 -inch Gate Valves Dear Mr. IIefner: Richard Brady & Associates issued Request for Quote (RFQ) 002 for the subject work on June 2, 2002 (Attachment 1). We have reviewed the subsequent quote from Falcon General Engineering Inc. for the changes described in RFQ002. In summary, the changes described will result in a credit of $4,453.41 to the City (Attachment 2) and simplify construction and maintenance of the facility. Therefore, we recommend that the City issue a Change Order to the Contract between the City of Encinitas and Falcon General Engineering Inc. for the deletion of the Pre -Cast Valve Vault and 4 -inch Gate Valves. Should you have any questions, please do not hesitate to contact me. Very truly yours, Sean F. Manning, P.E. Richard Brady & Associates c: Katherine Weldon Meleah Ashford �a��/ ags o�oo • ,�� ��PSJ/ 4.DGG605 Sun 18 02 11:18a Richard Brady (858)496 -0505 p•3 O a, :/ _T // �.l �� 1 . ,> i A17ACt+M5�Jr / June 6, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Quote 002 — Deletion of the Pre -Cast Valve Vault and 4 inch Gate Valves Dear Mr. Winterquist, Please provide an itemized quote for deleting the Pre -Cast Valve Vault and 4 -inch gate valves shown on Sheet C -3, Detail A. The 4 -inch PVC Flanged Swing Check Valves will still be required and are to be installed in the vertical position inside the wetwelI. See the attached figure for a description of changes. This change is a reduction in the scope of work and will result in a credit to the City of Encinitas. Please contact me if you have any questions. Sincerely, Sean F. Manning Project Manager Cc: Kipp Hefner Rick Brady 7WI',kq,J ow Jun 18 02 11:18a Richard Brady 0 (r C 0 Q Q Cf) J m W W 0 �- LL W J � r °� (858)496 -0505 p.4 fw_ MAO'" I, i! o o U W o U LLJ 'ad Li T, LIj C- N N • �'. • ..r .._ ..t ,t..t: • ° CD cl- em � �CO Ow. . CO • ■ cc u; XU ¢ LLJ WoI.- LIJ • • v CO lj 1i CD - W 9H0 LU �1j LL --1 LLI C) C) ovj o(1) CO ill LU J Q U- Q. LL • . , ii 2 -5 W J ¢ LLI � LU -J -J X t— LLI op d LO LL --1 ct m I - fl 0 0 a t e N J N J Y c <c F w a: 0 Q fr • / I ► i . • o EZ O 2 L1J z - �•� 1 // 1 �/ U • li i n n� L.0 D LU r ■ 11 V L V • .. .. _.. . a �nw w� 1 • ■ • % o fw_ MAO'" I, i! LLJ 'ad T, LIj C- LL c) • �'. • ..r .._ ..t ,t..t: • ..` .. �_ �. . CO • ■ i I�'�7 1\m. �.�� il�:��:!:i1! i1! i LIJ • • v CO ;I ' ■. LU • - • . , ii ..■ ■ t— LLI I - fl LL � 1 • ■ • .. / If / f. • / LU ' ► i . • • -- 1 // 1 �/ U • li 1 . 1 /1 LU r ■ 11 V L V • . 1 • ■ • / ■ 11 Sun 18 02 11:13a Richard Bradu (858)496-0505 p•5 aese r-% q q Cl a ei ;F �;F a! tq q F al ll� I Cq -, lq� qe Fec��= ok Co 1= m Co C4 = Go m go C-i Go Et e 0 60 Ima W*140144 fwa 6&jG'*jWjWoj 6 w W'J'a a* !W Co O Q U) 1 1 w z F1 I I I I Ic" I I I I I uj I m LU Io 0 wil Nz Co D, C! q s Z e-2 Co. Sl C � cc M. LU Ul U3 LU UJ > z 0 uj Z uj IL UJ CY Lu z .j m r-i U- v Co 0 14 I Ch 4) LLI z 0 LU wo, Go VID m no to F-- Co ¢ t z N 6 z 0 U. I z M Lo U CL LL a ui Z D 0 o LU CL z > w Z, W w oz 0 m Z U) tm CN 0 LU 0 LL o Z wo LIJ CL o. z z z o o w z z 0!0 U) 0 U. C 0 _j < in CL a- iL EL z 0 0 0 w2m- 06 L CL 0! te WR tR C) LU a. f 1 VS A i% . .Ill i 2%, i June 26, 2002 Mr. Kipp Hefner Project Manager City of Encinitas 505 South Vulcan Ave. Encinitas, California 92024 -3633 Re: Moonlight Beach Urban Runoff Treatment Facility Change Order 003 — Replace 4 -inch Backflow Preventer and Pressure Reducing Valve with 2 -inch Dear Mr. Hefner: Richard Brady & Associates issued Request for Quote (RFQ) 005 for the subject work on June 20, 2002 (Attachment 1). We have reviewed the subsequent quote from Falcon General Engineering Inc. for the changes described in RFQ 005. In summary, the changes described will result in a credit of $6,406.60 to the City (Attachment 2) and simplify construction of the facility. Therefore, we recommend that the City issue a Change Order to the Contract between the City of Encinitas and Falcon General Engineering Inc. for the replacement of the 4 -inch Backflow Preventer and Pressure Reducing Valve with 2 -inch. Should you have any questions, please do not hesitate to contact me. Sincerely, 4z,.,k ), A,4-- �- Sean F. Manning, P.E. Richard Brady & Associates c: Katherine Weldon Meleah Ashford //% �����ii� ��iu�ii��. • %ifNril . f i� ,t;�'/ • . �ie- �iF� �����iaieur %r�1,�� AT-rAcHM1-F"N-r I June 20, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Quote 005 — Potable Water Backwash Supply Dear Mr. Winterquist, Please provide an itemized quote for deleting the potable water backwash supply connection to the existing 12 -inch main along 3rd street as shown on Sheet C -1 of the contract documents. Please provide additive items in your quote for providing a new 2 -inch potable water connection downstream of the existing water meter. The City will replace the existing 1 -inch water meter with a new 2 -inch water meter at the same location. The deleted items are summarized as follows: • Two (2) 2 -inch hot taps • Two (2) 2 -inch water meters • One (1) 4 -inch backflow preventer assembly • One (1) 4 -inch Pressure reducing valve • Approximately 46 feet of 2 -inch schedule 80 PVC The additive items are summarized as follows: • One (1) 2 -inch backflow preventer assembly • One (1) 2 -inch Pressure reducing valve • Approximately 20 feet of 2 -inch schedule 80 PVC I have attached a sketch that shows the proposed location of the new piping and valves. We anticipate that this is a no cost change order. Please contact me if you have any questions. Sincerely, 9 can F. Manning Project Manager Cc: Kipp Hefner Rick Brady 4DDv ✓I liy r5wyya" —04"a'L Yaro � 'Yq lla wa ,9,? -Q.? �dSdJ 0,w 05DD • �djd% 4D6 D5 D5 1 w d 1� rr � =22 — 04 -� o o w W —, ;W \W ca Lji- J C) \ .1111 `% - >' ;' y p 1 X¢ - w� t w> 1 , �� \ SMg -� � ���,,,,- -,dry ,, ; `__ , •• 1.y LU LLJ �D w C/) z F- WJ � r t` i T Z co U N r n Q Q 0 i z0 c7 I w II- -i , U + o �- —1i }- T a z o > tp cn t-- > }- © w w �,j D- ti X Q J U - tr U o� _� 3RD S i�w Um U� _ > �tI wU) fr Lij wyd5 Q _ �Q a- t� �� Q � Q `\ Q U j c) o p ui Q i LWLJ l d 1`QQ111 LIJ QXW jC/) C U}WZ � t , �a June 24, 2002 A7TA�N/�Nr CON GENERAL ENGINEERING, INC. N STREET • VISTA, CA 92083 • TEL 760/630 -9570 • FAX 760/630 -3648 • STATE CONT. LIC. #540704 Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego, Ca. 92123 Attention: Mr. Sean F. Manning Reference: Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca CMSOIB Document No, 0203 -A -018 Subject: Cost Proposal CP 003 Replace 4" BF & Pressure Red Valve with 2" Gentlemen, As requested in your June 20, 2002 letter, we are hereby submitting our deductive cost proposal to replace the contract 4" backflow preventer and pressure- reducing valve with 2" TOTAL COST: $ (6,406.60) Please review and respond ASAP so the material can be ordered. If you have any questigns, please feel free to call. Sincerely Date E. Wieg4uist President Falcon General Engineering, Inc. CU W N O> fJf A W N ' M (q +3'�'� � 0 O D� oW 0 _o _cv _ _� -91 _eD _c� _o < '� Q D �DDDD�O �c� NON �cn A �� r �' C D au N Q N <° ' > r a K rn Q Z (� CCC'C�r- Q = 1 °� CD 0 10 �p p -n r O C -4 0 N pt H H OOOOz Z Z co 0 o 90 CD Z Z' co eP 0 p Z'= O co CO' N c - a cD � O - o m �,0 In ' 0 � ? m U. _ D O 3 ra 0 D Z Z °<' D n D D z _ Z Q O C O N O � � m z ° �1 D � A N A 00 N -� A W N W N N A T0' Z y � w 33 j j CD 77 2 _ 7 j fD C Z O 2 S =r Cu S I=rl - - 7 S CU 7 CCU S - ♦I -4 W v C� 00 v W p , W v N C Z m W v O v 6 -4 O 0) O V J r ---I rn -69rfl-69<fl-69cfl cfl -6969 c.9 f» -(A W 'e, 69 D m ° Z oo in N A z N C) Cn � Cn W O) O Cn N CD O i i OD -4 v co O - W O Cn -I I,1 J —� w ( -N � 'v v w co i w A i,) (A N D. 00 W A w A c n KIM -I rn . . rn -69 69 O m D � —ZI Z .p m V o W C Z = rn °o °o o 0 0 =I D rn 69 69 m cn w O D C o o -4 - N � -N o OD D N n. rn cn O co 0 0o cn m o 00 °' o °o 00 C) o rn °o °o °o °o I I S '.. C N z � n 4r.4 o --I Z - • O� o 9 C z -+ CD N N N N N N N N � rn Z U) W ffl ffl 69 ffl 1 EA ffl ffl _ 0 rn N �l N CT -I W ? OD (b O N N A A D r C D > o O °o 00 °o s? ° o rF m n r.9.69 X.9 GA 4.940 4.9 �EO94.9 ka4fltflr.9r.q-(,q-69 4EA 4.9E9 <fl O�. N __ _ w D O A C� -. W Q� O Ui j N I CT CO Cb W -4 -� O v CT CJ1 �l �I CJ7 N �l 00 -1 N CO W C3) s s <,W O CD 00 N CA Cr W O O ' O ' go CO A 7 -1 Cfl O O � O O v i C6) CO t,. CT O W O (A CJ7 v CA Cb N O O O Oo A O O W -I CA A fV O 0 CA Cb O O W O O CT A O O TRANSAUTTAL FORM FAX 760/943 -2226 City of Encinitas Engineering 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 760/633 -2770 -- e� � c? Z DATE z SEND TO FAX #: ('S �j) S- NO. OF PAGES: f,jlo\ ( TO: — OF: ADDRESS:" FROM: 1 ` PHONE: (760) 6 33- 7 7 ❑ Call ASAP ❑ Review & Call ❑ Please Handle ❑ Per Our Conversation COMMENTS: i�- 9- e- /.S ❑ Review & Return F.Y.I. ❑ Please Reply by l. "'J tlj T 1 f -city ;. "b Encinitas May 23, 2002 Falcon General Engineering., Inc. Attn: Dale E. Winterquist 572 Collyn Street Vista, CA 92083 Re: Bacteria Limit Change Dear Dale: According to Joe Gannon, the <2 cfu/ml bacteria level is attainable the majority of the time but due to environmental conditions this objective may not be achievable 100% of the time. Therefore, the city will allow the change from <2 cf i /ml to <20 cfu /ml. Should you have any questions please call (760) 633- 2632. Sincerely, 4 G{/iCr/.'r'_6r Kathy Weldon Stormwater Program Manager cc: Kipp Hefner Sean Manning, Richard Brady & Associates Ow TEL 76U- 633 -26t)o i FAX 760 -013 -262, jtli S. Vulcan Avenue. Encinitas. California 92024 -3633 "1'DD 760- 033 -27UO it� recycled paper C�JU4l 91 GPPLi C/lGfG WV211 �G 9% iG/CGI ,PIN July 2, 2002 Mr. Kipp Hefner Project Manager City of Encinitas 505 South Vulcan Ave. Encinitas, California 92024 -3633 Re: Moonlight Beach Urban Runoff Treatment Facility Ultraviolet Disinfection System - Performance Requirements Dear Mr. Hefner: At the pre - construction conference Joe Gannon, with Clear Creek Systems, requested that the City review and revise the disinfection performance requirements described in Contract Specification Section 11283 Part 2.3. The specification requirements are summarized as follows: A. Disinfection Requirements: The UV disinfection system shall provide a disinfected effluent that complies with the following bacterial requirements: 1. Total coliform, measured as the maximum single sample, shall be less than 2.0 per 100 mL. 2. Total fecal coliform, measured as the maximum single sample, shall be less than 2.0 per 100 mL. 3. Enterococcuss bacteria, measured as the maximum single sample, shall be less than 2.0 per 100 mL. Clear Creek Systems is of the opinion that these requirements are too stringent for this application and should not be applied to the Moonlight Beach Urban Runoff Treatment Facility. Richard Brady & Associates has reviewed the subject specification (Section, 11283) and we have concluded that the specified disinfection performance requirements exceed water quality standards for this discharge application. The California Regional Water Quality Control Board (RWQCB) for the San Diego Region lists Cottonwood Creek as an inland surface water. However, mouths of streams, which are affected by tidal action, serve as areas of mixing for fresh and ocean waters and may also fall under the requirements of Estuaries or Coastal Waters. In either case, the beneficial uses of inland and coastal waters include REC -1 and REC -2 water quality objectives. . T� ��P.�J� �i.JFi' / /.�G/ • , mix �Y.��P� /JFi' /� //j Mr. Kipp Hefner Ju;y 2, 2002 Page 2 Bacterial disinfection requirements, as designated for contact recreation (REC -1) waters, are as follows: • The fecal coliform concentration based on a minimum of not less than five samples for any 30 -day period, shall not exceed a log mean of 200/100 ml, nor shall more than 10 percent of total samples during any 30 -day period exceed 400/100 ml. • Enterococcus bacteria, measured as the maximum single sample, shall be less than 33 colonies per 100 ml. • E. Coli bacteria, measured as the maximum single sample, shall be less than 126 colonies per 100 ml. As you can see, the disinfection requirements in Specification section 11283 are more stringent than the REC -1 requirements. We recommend that that City contact the design engineer to determine if the intent of the design is to produce an effluent that is of significantly higher quality than what is required by the regional standards. If the disinfection performance requirements are ultimately deemed excessive for this application, the City should consider replacing them with the RWQCB REC -1 standards. We await your direction. Should you have any questions, please do not hesitate to contact me. Sincerely, Sean F. Manning, P.E. Construction Manager c: Katherine Weldon Meleah Ashford Rick Brady . /�ir�a�il.%tai� � � 57lliit /ref • !J / /.% . �d�i��� �ii/���r • %QiNiil ._%iii j' /i0 • ��ie- �i�o �i��'�i� /lri�. J,r" %Y� Jul 02 02 07:24a Richard Brady (8FR)496 -0505 p•2 i July 2, 2002 Mr. Kipp Hefner Project Manager City of Encinitas 505 South Vulcan Ave. Encinitas, California 92024 -3633 Re: Moonlight Beach Urban Runoff Treatment Facility Ultraviolet Disinfection System - Performance Requirements Dear Mr. Hefner: At the pre - construction conference Joe Gannon, with Clear Creek Systems, requested that the City review and revise the disinfection performance requirements described in Contract Specification Section 11283 Part 2.3. The specification requirements are summarized as follows: A. Disinfection Requirements: The UV disinfection system shall provide a disinfected effluent that complies with the following bacterial requirements: 1. Total coliform, measured as the maximum single sample, shall be less than 2.0 per 100 mL. 2. Total fecal coliform, measured as the maximum single sample, shall be less than 2.0 per 100 mL. 3. Enterococcuss bacteria, measured as the maximum single sample, shall be less than 2.0 per 100 mL. Clear Creek Systems is of the opinion that these requirements are too stringent for this application and should not be applied to the Moonlight Beach Urban Runoff Treatment Facility. Richard Brady & Associates has reviewed the subject specification (Section, 11283) and we have concluded that the specified disinfection performance requirements exceed water quality standards for this discharge application. The California Regional Water Quality Control Board (RWQCB) for the San Diego Region lists Cottonwood Creek as an inland surface water. However, mouths of streams, which are affected by tidal action, serve as areas of mixing for fresh and ocean waters and may also fall under the requirements of Estuaries or Coastal Waters. In either case, the beneficial uses of inland and coastal waters include REC -1 and REC -2 water quality objectives. Jul 02 02 07:25a Richard Brady t8F41436 -0505 p•3 Mr. Kipp Hefner Jury 2, 2002 Page 2 Bacterial disinfection requirements, as designated for contact recreation (REC -1) waters, are as follows: The fecal coliform concentration based on a minimum of not less than five samples for any 30 -day period, shall not exceed a log mean of 200/100 ml, nor shall more than 10 percent of total samples during any 30 -day period exceed 400/100 ml. • Enterococcus bacteria, measured as the maximum single sample, shall be less than 33 colonies per 100 ml. • E. Coli bacteria, measured as the maximum single sample, shall be less than 126 colonies per 100 ml. As you can see, the disinfection requirements in Specification section 11283 arc more stringent than the RfC -1 requirements. We recommend that that City contact the design engineer to determine if the intent of the design is to produce an effluent that is of significantly higher quality than what is required by the regional. standards. If the disinfection performance requirements are ultimately deemed excessive for this application, the City should consider replacing them with the RWQCB REC -1 standards. We await your direction. Should you have any questions, please do not hesitate to contact me. Sincerely, Sean F. Manning, P.E. Construction Manager c: Katherine Weldon Meleah Ashford Rick Brady ��/ • ��GV � y 217M 50M .lam 9G0 • ,946 a , W ..%� �;sd�7OBG5GG • .� �dia�P�T✓6GaDa TRANSNIITTAL FORM FAX 764/943 -2226 City of Encinitas Engineering 505 S. Vulcan Avenue g g Encinitas, CA 92024 -3633 760/633 -2770 DATE ` SEND TO FAX #: l` FI l 6 ° J c NO. OF PAGES:_ TO: OF: ADDRESS: t _ FROM: � \ PHONE: l760� 633- 1 7 S ❑ Call ASAP ❑ Revi ew & Call ❑ Review & Return ❑ F.Y.I. ❑ Please Handle ❑ Per Our Conversation ❑ Please Reply by COMN ENTS: TRI -CITY FENCE COMPANY, INC. 1175 BENICIA ROAD VALLEJO, CA 94591 Phone: (707) 644 -5764 Fax: (707) 644 -0422 CITY OF ENCINITAS 505 S VULCAN ENCINITAS, CA 92024 06/25/2002 RE: NOTICE TO OWNER OR PUBLIC ENTITY Dear Sir or Madam: We are required by the laws of this state to notify you that we are furnishing labor, services, equipment or materials of the type described on the enclosed standard form for the work of improvement known as the: MOONLIGHT BEACH URBAN RUNOFF TREATMENT project, located at INTERSECTION OF B STREET & 3RD ST, ENICINTAS, CA 92024 The specific contract information is for General /Prime Contractor Contract Number 4- 1236 -02. Such labor, services, equipment or materials were contracted for by: FALCON GENERAL , 572 COLLYN STREET, VISTA, CA 92083 , who is one of the owners, general contractors or subcontractors of this project. We•are further required by law to notify you at this time that if bills are not paid in full for labor, services, equipment or materials furnished, or to be furnished, the improved property may be subject to mechanic's liens or stop notices, or a notice to withhold funds may be filed where applicable. The enclosed notice is not intended to reflect in any way on the integrity or credit standing of the contractors involved in this job, but is given merely to comply with the laws of this state. However, to fully protect yourself you may consider (1) requiring your contractor to furnish a signed release from the person or firm giving you this notice before making payment to your contractor, or (2) any other method or device which is appropriate under the circumstances to guarantee payment of this debt. We appreciate the opportunity of furnishing our services for this job and we hope it is progressing to your satisfaction. Should you have any questions concerning this request, please feel free to call me personally at (707) 644 -5764. Thank you. Sincerely, By i MELISSA MORENO, AM S RAE ASSISTANT Phone: (707) 644 -5764 Fax: (707) 644 -0422 File:404 [CA][PRIVATE][COPY:EST] I Customer: FALCON GENERAL Recording Requested by and Return to:l P.O. #: TRI -CITY FENCE COMPANY, INC. Project: MOONLIGHT BEACH URBAN RUNOFF Rec ID: OPAOVVUCG 1175 BENICIA ROAD Job #: 4- 1236 -02 VALLEJO, CA 94591 Cert No.: PRELIMINARY 20 -DAY NOTICE (PRIVATE WORK ) (California Civil Code Sections 3097, 3111, 3241 & 3252 et Seq. THIS IS NOT A LIEN. THIS IS NOT A REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR TO THE OWNER OR REPUTED OWNER CITY OF ENCINITAS 505 S VULCAN ENCINITAS, CA 92024 TO ORIGINAL OR REPUTED CONTRACTOR FALCON GENERAL 572 COLLYN STREET VISTA, CA 92083 Contract Number 4- 1236 -02 TO LENDER, SURETY OR BONDING CO JOHN MALONEY & ASSOCIATES 2434 VINEYARD ESCONDIDO, CA 92029 Acct /Bond# 08035479 1. The following is a general description of the labor,service,equipment or materials furnished or to be furnished by the undersigned: See Exhibit C 2. Estimated Price: $841.60 3. The name of the person who furnished that labor, service, equipment or materials is: TRI -CITY FENCE COMPANY, INC. 1175 BENICIA ROAD VALLEJO, CA 94591 4. The name of the person who contracted for purchase of that labor, service, equipment or material is: FALCON GENERAL 572 COLLYN STREET VISTA, CA 92083 5. The description of the jobsite is: MOONLIGHT BEACH URBAN RUNOFF TREATMENT INTERSECTION OF B STREET & 3RD ST ENICINTAS, CA 92024 County of SAN DIEGO NOTICE TO PROPERTY OWNER IF BILLS ARE NOT PAID IN FULL FOR THE LABOR, SERVICES, EQUIPMENT OR MATERIALS FURNISHED OR TO BE FURNISHED, A MECHANIC'S LIEN LEADING TO THE LOSS, THROUGH COURT FORECLOSURE PROCEEDINGS, OF ALL OR PART OF YOUR PROPERTY BEING SO IMPROVED MAY BE PLACED AGAINST THE PROPERTY EVEN THOUGH YOU HAVE PAID YOUR CONTRACTOR IN FULL. YOU MAY WISH TO PROTECT YOURSELF AGAINST THIS CONSEQUENCE BY (1) REQUIRING YOUR CONTRACTOR TO FURNISH A SIGNED RELEASE BY THE PERSON OR FIRM GIVING YOU THIS NOTICE BEFORE MAKING PAYMENT TO YOUR CONTRACTOR, OR (2) ANY OTHER METHOD OR DEVICE THAT IS APPROPRIATE UNDER THE CIRCUMSTANCES. I declare that I am authorized to file this claim on behalf of the claimant. I have read the foregoing document and know the contents thereof; the same is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed at VALLEJO, California on Z 6Q /25/2002 for TRI -CITY A FENCE COMPANY, INC.. By: MELISSA MORENO, I ISTRATIVE ASSISTANT Phone: (707) 644 -5764 Fax: (707) 644 -0422 PROOF OF SERVICE BY MAIL AFFIDAVIT I declare that I served a copy of the above document, and any related documents, by (as required by law) first - class, certified or registered mail, postage prepaid, addressed to the above named parties, at the addresses listed above, on 06/25/2002. I declare under penalty of perjury that the foregoing is true and correct. Executed at VALLEJO, California on 06/25/2002. By: MELISSA MO 1�AT ASSISTANT ACORD- CERTIFICATE OF LIABILITY INSURANCE 70,ATE(MM/DD1YY) 29 /02 29/02 PRODUCER OA99520 1 -619- 234 -6848 Caviqnac & Associates 1230 Columbia Street, Suite 850 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. POLICY EFFECTIVE San Diego, CA 92101 INSURERS AFFORDING COVERAGE Dorothy Amundson GENERAL LIABILITY INSURED INSURERA:United states Fidelity & Guaranty Company INSURER B: American Motorists Insurance Company Richard Brady & Associates, Inc. INSURER C: Security Insurance Company of Hartford 4909 Murphy Canyon Road, 4220 INSURER D: San Diego, CA 92123 INSURER E: (:U V t:KAUr=0 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR T. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS • GENERAL LIABILITY BKO1116849 05/12/02 05/12/03 EACH OCCURRENCE $ 1, 000, 000 FIRE DAMAGE (Any one fire) $ 300, 0 0 0 X COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) $ 10,000 CLAIMS MADE OCCUR PERSONAL &ADV INJURY $1,000,000 • Broad Form • Blanket Contractual GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMP/OPAGG $ 2, 000, 000 LlPOLICY X PRO LOC • AUTOMOBILE LIABILITY BKO1116849 05/12/02 05/12/03 COMBINED SINGLE LIMIT ( Ea accident) $ 1, 000, 0 0 0 ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS 1xx SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIREDAUTOS NON -OWNED AUTOS X PROPERTY DAMAGE (Per accident) $ No Company Owned Autos GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY AGG EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE $ OCCUR CLAIMS MADE $ DEDUCTIBLE $ RETENTION $ B WORKERS COMPENSATION AND 7CW33755503 05/12/02 05/12/03 X WC STATU- OTH- TORY LIMITS ER E. L. EACH ACCIDENT $ 1, 000, 000 EMPLOYERS'LIABILITY E.L. DISEASE - EA EMPLOYEE $ 1, 000, 000 E. L. DISEASE - POLICY L!M!T $1, 00O3 000 C OTHER Professional Liability AEE0302819 05112102 05/12/03 Aggregate 2,000,000 DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES /EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Professional Liability- Claims made form, Aqqreqate Limit policy. Defense Costs Included within the Limit of Liability. Certificate holder named as additional insured regardinq General Liability policy per blanket endorsement CL /BF 21 81 04 01. *10 days NOC for non - payment of premium. v l - a rAtJrCI I ATWIKI ACORD25- S(7/97) Zova wM%Ivnuawnvwnmrwn woo 638286 OULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Encinitas DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -30 DAYS WRITTEN OTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Attn: Kipp Hefner MPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 505 South Vulcan Ave. REPRESENTATIVES. Encinitas, CA 92024 AUTHORED REPRESENTATIVE ACORD25- S(7/97) Zova wM%Ivnuawnvwnmrwn woo 638286 i Cite of Encinitas Tune 19, 2002 Falcon General Engineering, Inc. C/o Dale Winterquist 572 Collyn Street Vista, CA 92083 Re: CHANGE ORDER #1 Moonlight Beach Urban Runoff Treatment Facility Project CMD02B 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: Delete the Pre -Cast Valve Vault and 4 -inch Gate Valves as shown on Sheet C -3, Detail A of the plans. Change location of proposed 4 -inch PVC Flanged Swing Check Valves, as shown on Sheet C -3, Detail A, and install them in the vertical position inside the wetwell as shown on the detail that is attached to this change order. The deduct change for the deletion of the above work will be a $4,483.41 (Four Thousand Four Hundred Eighty -Three Dollars and Forty -One Cents) credit 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. e Greg Shields, P.E. Field Operations cc: Director of Engineering Services Kathy Weldon ACCEPTED B Falcon Genertrifigineering, Inc. Contractors License No. 540704A TEL 760- 03; -2600 FAX 760- 033 -2037 505 S. Vu1Cnn Avenue, Encinitas California 9202 -� -3633 TDD 760 -633 -3700 ��% recycled paper J.un Is .02 11:18a Richard Brad; (856)496 -0505 p -2 i June 17, 2002 Mr. Kipp Hefner Project Manager City of Encinitas 505 South Vulcan Ave. Encinitas, California 92024 -3633 Re: Moonlight Beach Urban Runoff Treatment Facility Change birder 002 — Deletion of Pre -Cast Valve Vault and 4 -inch Cate Valves Dear Mr. IIefner: Richard Brady & Associates issued Request for Quote (RFQ) 002 for the subject work on June 2, 2002 (Attachment 1). We have reviewed the subsequent quote from Falcon General Engineering Inc. for the changes described in RFQ002. In summary, the changes described will result in a credit of $4,453.41 to the City (Attachment 2) and simplify construction and maintenance of the facility. Therefore, we recommend that the City issue a Change Order to the Contract between the City of Encinitas and Falcon General Engineering Inc. for the deletion of the Pre -Cast Valve Vault and 4 -inch Gate Valves. Should you have any questions, please do not hesitate to contact me. Very truly yours, Sean F. Manning, P.E. Richard Brady & Associates c: Katherine Weldon Meleah Ashford �XJO? ✓ii /mrjrai[ar! _5466 'ape �'o, �y��buia- 9•P1Q3 ,� �ea,PJ d.9e we0 s Viers iPSJJ 4AG ajav JsLin 18 02 11:18a Richard BradB 18581496 -0505 P -3 A17AC4MF4'J' r � June 6, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Quote 002 — Deletion of the Pre -Cast Valve Vault and fl- inch Gate Valves Dear. Nfr. Winterquist, Please provide an itemized quote for deleting the Pre -Cast Valve Vault and 4 -inch gate valves shown on Sheet C -3, Detail A. The 4 -inch PVC Flanged Swing Check Valves will still be required and are to be installed in the vertical position inside the wetwell. See the attached figure for a description of changes. This change is a reduction in the scope of wort: and will result in a credit to the City of Encinitas. Please contact me if you have any questions. Sincerely, Sean F. Manning ,Project Manager Cc: Kipp Hefner Rick Brady 'maw ,Sam ,?o • T ��,��� 9easor� • a�; (ejre/ 4'w =oso� Jun 18 02 11:18a Richard Brady (858)496 -0505 F•4 a � � z u. i p —` W D (L U C'S �o `p¢i -rr- Q CO O U) UZO L 0--�U1 CO QCAzO cv CV ¢ U e[5 O CL //��� Q VJ T C_!(� �W T T I..L VJ U V/ U /d�f Q ^ W <O =Co ,On co w O W rl.� Lr jrr WCi W t/)� -W W W CSW { j W p o F-� W WW LL J C) Q O� p� `L�Z -� ¢ UU W W ,r —� Z = J � W J � 4. W J � < !.L W r 11 2 co d W uD a- d ©' Co '^ p Q CJ cv J N J •�i a Q Q ¢ a o O fr O j 0 z z n LIJ � Jm rn cD co a � � u 2 z 0 U W Co i zC) z u. i z D U- 0 C'S �o `p¢i rLw ? [nw z°6UM UZO L 0--�U1 CO QCAzO c� +-- f- U � to ¢ U f► J J¢ CL �hw mwW C_!(� �W Wn _ �—= zLU �-Enc <O =Co �-'�� rDm� u 2 z 0 U W Co i zC) z u. D =f- z D U- 0 C'S �o `p¢i rLw ? [nw z°6UM UZO L 0--�U1 CO QCAzO c� +-- f- U � to ¢ U Q¢ U J J¢ CL �hw mwW C_!(� �W Wn _ �—= zLU �-Enc <O =Co �-'�� rDm� a0�► `:+_g' �mn- � t/)� -W <w <2 0Zt: EI,F .lun 18 02 11:19a Richarm Bradtj (858)496 -0505 P.5 i. i W N O O fD O t0 ' m w I{ CD lv cic I `r omoo cc f( ' —w= cc w ' ' ' ' ' �Y�fm 11 '�,Q Q W i I fR fA �} �/} d9 fR !H iR K K} IR IA IA IA iH iR 69 iH b} FA m FA w ti) (A lA� lh& I �' 5 " m IN I v I go J f{� a r I 1 Lu W F ? n N o w o Z� F- :�.' ' ca D - i ¢ 0 Nv 0 0 o O m m! NW: m m N J ODD m N CO, Z : m Q ao LU W N N �- N - w Z Ul® cr W C' J �l to LL CR y: 1Z O~N V t�0 N w° �I V �Yi� � � AU � ~ L� e[� Q i G N N W. Y.6 Rl m T ~ V fig t I z le 1!211 M {yW I �:. O .o ti E ; CL Z .- et co tD N N 'v l D I ! II I LL, , O z w i a m' l0 U) �! w 0 U � d Z I W f— a Sul a (o V .,.� ? a °NN' 0: a O Io O y o �Z Z ZIZ W m m oS`� n W O OO:O US m YV- Y' z ® �.d 0 0/ O YI C off? R �� V u1 r� OC QS ��� ae m= p .�4 Icl �imQ�gQfQi� O {0C�� m I.Nd e2 i e c2 ``F- 0 C? LU ° � m i�iil��ri�,r °i� F- i� CL N .- � I ._ I W r N P1 t1' to FITI �, ., I 1 1 b a I City of Encinitas Moonlight Beach Urban Runoff Treatment Facility Weekly Progress Meeting MINUTES NOTES BY: S. Manning DATE ISSUED:June 26, 2002 MTG. DATE /TIME: June 24, 2002 / 11:00 am - 12:30 LOCATION SUBJECT: ATTENDEES Moonlight Beach Sewer Pump Station Construction of the Moonlight Beach Urban Runoff Treatment Facility Joe Gannon Clear Creek Systems Roger Marken Falcon General Engineering Inc. Chris Poma Falcon General Engineering Inc. Dale Winterquist Falcon General Engineering Inc. Sean Manning Richard Brady & Associates The purpose of this meeting was to discuss the progress of the Moonlight Beach Urban Runoff Treatment Facility. The following issues were discussed. 1. Progress of the work Falcon has completed the following work: - Mobilized equipment and materials on site - Surveyed and marked -out for the wetwell and piping - Cored intake holes in the channel - Trenched and installed piping within the PS site - Trenched for piping outside the PS site 2. Solution to issues Treatment Facility Siting - The City has decided not to advance the change order to provide an awning for the Treatment Facility in lieu of the enclosure. The City has requested that Falcon provide a proposal for relocating the enclosure approximately 30 feet to the west. Relocating the enclosure will provide more staging area for the San Elijo JPA maintenance staff. In addition, the City has requested that an open ended enclosure be provided to ensure that the Treatment Facility is well ventilated. Dale Winterquist stated that the site relocation could be accommodated at a minimal cost. Additional costs will be incurred to relocate an existing electrical line and potable water connection before the enclosure pad can be formed. Dale will 4.91/.9 �/l'�i��� �ioafiH� ,_ �ir� <l �fi�� ,2,�// • �ii ��� �n�y�t��ir 9,�'1,z i CITY OF ENCINITAS - MEE ". G MINUTES Page 2 of 3 prepare a quote to complete the electrical and water service work for City review. It was agreed that the enclosure is to be relocated. Staging — A previous complaint from the City of Encinitas Public Works staff concerning the location of the storage container have been mitigated. The container has been set within the City's easement and the temporary fencing is covered. To date no complaints from the neighbors have been received. Submittals - The UV submittal has been returned to Falcon. RBA recommended that the UV unit as submitted be procured. However, additional follow -up information was requested by RBA for review. The review of this information does not need to hold up the procurement of the UV equipment. The next critical path submittal item is the instrumentation equipment submittal. RBA received this submittal at the progress meeting and will expedite its review. 3. Pending Change Orders Enclosure Relocation - Falcon will prepare a change order for relocating the electrical and water service lines near the new enclosure site. Sean will ask Mike Thorton at the San Elijo JPA if the existing electrical line needs to be replaced. The line feeds a 120 volt duplex plug near the PS vent curbing. The new Treatment Facility will have spare plugs that can replace the function of the subject plug. NEMA 4X Panels - RBA has prepared an RFQ for changing panels for electrical and control equipment to NEMA 4X. Potable Water Service Connection - Falcon delivered the quote for replacing the 4 -inch water service connection and backflow preventer with a 2 -inch connection. 4. Future problem areas Enclosure Floor Drain - The enclosure floor drain shown on the contract drawings was identified by Falcon to be a source for potential discharge of backwash wastewater into the enclosure. The 2 -inch floor drain ties into the 4 -inch backwash wastewater line. At high backwash rates the water could discharge back through the floor drain. A field order will be issued directing Falcon to eliminate the drain. New Potable Water Service Meter - Sean asked if not having the new service meter is causing a delay. Dale replied that not having the meter is not a concern at this time. Falcon expects to be ready to make the connection to the new potable water service in approximately 4 weeks. Sean will contact the San Diegito Water District to ask when the new service will be provided. Dale also stated that the existing service from the 1 -inch connection to the PS will need to be reconnected off the new 2 -inch water service connection. Chris Poma recommended that the existing line pressure be determined so that the new connection can be set at the same pressure. 4_9%9 %"�ir� <nas� :wee /� r rO • ¢r� �Jie�rr, �2�t����� .927�i CITY OF ENCINITAS - MEETING MINUTES Page 3 of 3 5. Owner/Engineer — caused delays Sean asked if the Owner or Engineer have or were causing any delays to the contract. Chris Poma responded that as long as the enclosure siting issue was resolved today, Falcon is not being delayed. Sean stated that he would contact Kipp Hefner right after the meeting to get the City's approval for costs associated with relocating the water and electrical lines near the enclosure site. Dale said that Falcon would begin preparing the new enclosure site for the pad tomorrow (6/25/02). 6. Previous issues None discussed. 7. Future schedule Falcon stated that the following construction activities were anticipated: — Begin trenching and installing pipe across 3 rd street on Wednesday. (6/26/02) Falcon expects to be finished with road crossing by Friday. (6/28/02) Form the enclosure pad and channel slope this week. — Install the pump station wetwell in approximately 3 weeks. Other Issues Treatment Facility Discharge Line - Falcon requested that the City consider a deviation to the alignment of the discharge line near the termination point at the channel. Falcon recommended that Treatment Facility effluent be discharged through the top of the channel. Sean said he would ask the City if this proposal is acceptable and contact Dale the following day. If there are any corrections or comments to be made to these meeting minutes, please provide them to Sean Manning by Friday, June 28, 2002. NEXT MEETING: July 1, 2002 11:00, Construction Site cc: Rick Brady, Richard Brady & Associates Kipp Hefner, City of Encinitas 4.9//.9 /jlr��� �zi�rrsz .�arzr/ �� ,2,20 • �ia �i,F�� �n��zzzua �,�7,2.i Project Title 1 "1 000-J L FIELD ORDER Order No. 2 Project No. "O -IrAs - Oo/ Contract No. Contract Date Contractor X;Ucesr TFgogA, Q •#--14. C, ep- /,u You are hereby authorized and instructed to effect the following modifications of the contract for the foregoing named project: N PU Ittf, tan- t n�G N o t _ t Maximum cost $ or minimum credit $ �— This form shall be used only for the issuance of emergency instructions to the Contractor where the time required for preparation and execution of a formal Change Order would result in delay or stoppage of the work, or would allow a hazardous condition to exist. A duly authorized Change Order shall replace this Field Order as soon as possible and shall bear appropriate reference to this Field Order. DISTRIBUTION 1. Contractor 2. Proi. Mgr. 3. Field Office 4. Files S. Owner CM 1 101 (Revised 2/26/96) Dat Resident Project Represent Ive Date Contractor's Authorized Representative PROCESS AREA ENCLOSURE -- SECr. SCALE: 3/4" = 1' -0" 9wlo R D VC POWER JE CLEARANCE REQ'D FOR CONTROL PANEL ACCESS (MIN OF 4 FEET BOTH DIRECTIONS? STARTER PUMq rMP CONTROL NO. 1 NEL- -\ I SAND FILTER NSF -1 4 -RWS -PVC ULTI VIOL CHAM UVC 4 -RWS -PVC _fir- -- - - - - -� - - -�_- �j, ym Order No. Project Title - / "t DONLt FIELD ORDER Project No. _5 Y•AA A, . a!St f j Contract No. Contract Date Contractor �.C4&J (ACAIU&L� /NF�i2 t N6 I NG . You are hereby authorized and instructed to effect the following modifications of the contract for the foregoing named project: rLc. d • r- 0 0. A>� This form shall be used only for the issuance of emergency instructions to the Contractor where the time required for preparation and execution of a formal Change Order would result in delay or stoppage of the work, or would allow a hazardous condition to exist. A duly authorized Change Order shall replace this Field Order as soon as possible and shall bear appropriate reference to this Field Order. DISTRIBUTION 1. Contractor 2. Proj. Mgr. 3. Field Office 4. Files 5. Owner CM 1 101 (Revised 2/26/96) (0 2 6 02 0 Date Resident Project• Representative Date Contractor's Authorized Representative �4LCON GEIVMAL ANC. 572 COLLYN ST., VISTA, CA. 92083 STATE CUNT. LIC. # 540704 (760) 630 -9570 FAX (760) 630 -3648 _R- 0-0601" TO: Sean Manning COMPANY: Richard Brady & Associates RECEIVED FAX: 858/ 496 -0505 2 5` TEL: 858/ 496 -0500 FROM: Dale E. Winterquist RICHARD BRADY A ASSOCIATES DATE: 6/24/02 TOTAL PACES INCLUDING THIS COVER PAGE: 3 Sean, Attached, please find our cost proposal to relocate the existing electrical conduit and hose bib. I'll mail the original. Thank -you Please feel free /to call me with any questions or comments. Dale E. Wi terquist President Falcon General Engineering, Inc. June 24, 2002 CON GENERAL ENGINEERING, INC. y STREET • VISTA, CA 92083 • TEt 760/630 -9570 • FAX 760/630 -3648 • STATE CONT. LIC. 4540704 Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego, Ca. 92123 Attention: Mr, Sean F. Manning Reference: Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca CMS01 B Subject: Cost Proposal CP 004 Relocate existing electrical and hose bib Gentlemen, Document No. 0203 -A -019 We are hereby submitting our cost proposal to relocate the existing electrical conduit and potable water hose bib which are in conflict with the foundation pad @) the new location of the treatment facility enclosure. Also included is the cost to bring a %" rock concrete pump which now will be required for the concrete placement. If you have any quest' Sincerely / TOTAL, COST: $ 1399.71 please feel free to call, Dale E, Winteret President Falcon General Engineering, Inc. o d e mpE1'k���oi�..ij o � dl Pii w W ti w yPlus!d► w vis e9jw! N O yj! !Pi I � LUI �o I -!�► I I � � W � Wig z�l! j �I (�lol � Wo I ! WIC �I �F W- I I� f► ! C L� a ad m,r II C, LLi i z I�! II K Kyles I »I IQ 0 LL I I II v o LL a LL ,o a al I l l i l io ja � W CL I W-I I Iv Iu 0 LL ICI I ®I� d�l io BIZ ° I��lololo 0 IW I IJ O ° <� YlVIL J O� ssa 5 " If��ll ° I�Iv W dv V NT' -I i THTI I dLLI�l -L L IL 081125 /02 TITE 18:18 FAX REQUEST FOR INFORMA.'x ION NO. 003 DATE: 6/2502 10001 /001 Project: MOONLIGHT BEACH URBAN RUNOFF Owner: City of Encinitas TREATMENT FACILITY Contractor: Falcon General Engineering, inc CMS01 B 572 Collyn St,, Vista, Ca. 760/630 -9570 (FOR CONTRACTORS USE) DRAWING NUMBER: Detail 4/C -3 QUESTION/PROBLEM: DIVERSION INTAKE SCREENS WE HAVF RF.,CEIVED BACK OUR SUBMITTAL 013 FOR THE FRP DIVERSION INTAKE SCREENS WITH CORRRECTIONS NOTED " PROVIDE %" X W' MESH IN STEAD OF THE SUBMITTED 1 -1/2" X 1 -1/2" MESH WE ARE UNABLE TO LOCATE ANY TYPE OF 1" THICK FRP OR PLASTIC MESH WITH AN OPENNING SMALLER THAN 1 -1/4" SQ_ THE SLAT SPACING ON THE MESH SUBMITTED IS 1 -112" SQ WHICH RESULTS rN A 1 -1 /4" CLEAR OPENING. PLEASE PROVIDE US WITH A SOUCC FOR THE REQUIRED MESH, OR PLEASE REVIEW THE APPROVAL OF USING THE SUBMITTED MESH PLEASE REVIEW AND PROVIDE INFORMATION PENDING DIRECTION, ADDITONAL COSTS COULD BE INCURED. CONTRACTOR'S AUTHORIZED SIGNATURE (FOR CONSTRUCTION MANAGER'S USE) DATE: �/2 (-* REPLY /SOLUTION: / Rove ML�Sv1 /k-S SvP + iTr�, / it Luc L-/ I - DISTRIBUTION 1. Contractor 4. Resident Project Representative 2. Owner 5. Project files 3. Project Manager 1 _ Jum 20 02 03:39p Richard Brady (858)496 -0505 p.1 4909 Murphy Canyon Road, Suite 220 San Diego, California 92123 Tel (858)496 -0500 Fax (858)496 -0505 Facsimile Transmittal To: Company. Kipp Hefner City of Encinitas f=rom: Project: Sean Manning Moonlight Beach URTF Fax: (760) 633 -2818 Project No: Encintas.001 Phone: Re: (760) 633 -2775 Request for Quote 005 Date: Pages: 6/20/02 2 (excludes this page) Potable Water Backwash Supply CC: ❑ Urgent X For Review ❑ Please Comment ❑ Please Reply • Comments: If you do not receive all the pages of this transmittal, please call (858) 496 -0500. Date: June 20, 2002 Time: 3:25 PM Initials: Jun•20 02 03:39p Richard Brad3 [8581496 -0505 p.2 June 20, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Quote 005 — Potable Water Backwash Supply Dear Mr. Winterquist, Please provide an itemized quote for deleting the potable water backwash supply connection to the existing 12 -inch main along 3`d street as shown on Sheet C -1 of the contract documents. Please provide additive items in your quote for providing a new 2 -inch potable water connection downstream of the existing water meter. The City will replace the existing I -inch water meter with a new 2 -inch water meter at the same location. The deleted items are summarized as follows: • Two (2) 2 -inch hot taps • Two (2) 2 -inch water meters • One (1) 4 -inch backflow preventer assembly • One (1) 4 -inch Pressure reducing valve • Approximately 46 feet of 2 -inch schedule 80 PVC The additive items are summarized as follows: • One (1) 2 -inch backflow preventer assembly • One (1) 2 -inch Pressure reducing valve • Approximately 20 feet of 2 -inch schedule 80 PVC I have attached a sketch that shows the proposed location of the new piping and valves. We anticipate that this is a no cost change order. Please contact me if you have any questions. Sincerely G can F. Manning Project Manager Cc: Kipp Hefner Rick Brady . - 15w) Age 0600 • � �a /% oe Do05 Jun. 20 02 03:39p Richard Brady r� 1 � a - s 1 , • ' ~ z �O ` WV 11 a �Wr O UU I �U l l Z� _� °m =� - 3 l �ULu rr _ 'w !- -j F- ,1 Q w LU O D u 1 1 1 I SM9 -� (858)496 -0505 p.3 `� 1 JUJ ( D: zp Q U7 A 0U WW � _ W a; -;. `•� ��:; t • /� /i, X11, �, LU o I _ r w y Q T' IM D I U Q U 1 r I O � 1 ago >14 ,=�c� w a t �X Q J _ "' � D w : J w rL j CUD) CE Li2W �¢D U w I U — d Im— s'cnDw I 0- Lu CO uj z ' ac J ' ~ z �O ` WV 11 a �Wr O UU I �U l Z� _� °m =� - 3 l �ULu rr _ 'w !- -j F- ,1 Q w LU O D i� 'Q W I 1 1 1 I SM9 -� (858)496 -0505 p.3 `� 1 JUJ ( D: zp Q U7 A 0U WW � _ W a; -;. `•� ��:; t • /� /i, X11, �, LU o I _ r w y Q T' IM D I U Q U 1 r I O � 1 ago >14 ,=�c� w a t �X Q J _ "' � D w : J w rL j CUD) CE Li2W �¢D U w I U — d Im— s'cnDw I 0- Lu CO uj z ' ac TRANSMITTAL FORM FAX 760/943 -2226 City of Encinitas 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633 -2770 DATE �1 0 z- SEND TO FAX #: ��� � �E �b - c� st'S NO. OF PAGES:3 TO: OF: ADDRESS: FROM: ����' PHONE: (7 50) 633 - Z ❑ Call ASAP ❑ Review & Call ❑ Please Handle ❑ Per Our Conversation COMMENTS: ❑ Review & Return W F.Y.I. ❑ Please Reply by File:214 Job:20 -02 -034 [CA][PUBLIC][COPY:EST] I Notice Requested by and Return to: I Customer:Falcon General Engineering Olson Precast Company I Project:Moonlight Beach Urban Runoff Treatment 13820 Slover Ave. #D I Rec ID:OOWOKOJ3N Fontana, CA 92337 I Cert No.: PRELIMINARY 20 -DAY NOTICE (PUBLIC WORK) (California Civil Code Sections 3098, 3111, 3241 & 3252 et Seq.) THIS IS NOT A LIEN. THIS IS NOT A REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR TO THE OWNER OR REPUTED OWNER 1. The following is a general description of City of Encinitas the labor,service,equipment or materials 505 S. Vulcan furnished or to be furnished by the undersigned: Encinitas, CA 92024 LABOR AND MATERIALS 2. Estimated Price:$14,300.00 TO ORIGINAL OR REPUTED CONTRACTOR 3. The name of the person who furnished Falcon General Engineering that labor, service, equipment or 572 Collyn St. materials is: Vista, CA 92083 Olson Precast Company 13820 Slover Ave. #D Fontana, CA 92337 TO LENDER, SURETY OR BONDING CO John Maloney & Assoc 2434 Vineyard Escondido, CA 92029 Acct /Bond# 08035479 4. The name of the person who contracted for purchase of that labor, service, equipment or material is: Falcon General Engineering 572 Collyn St. Vista, CA 92083 5. The description of the jobsite is: Moonlight Beach Urban Runoff Treatment Encinitas, CA NOTICE TO PRIME OR GENERAL CONTRACTOR THIS IS NOT A LIEN. THIS IS NOT A REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR. THE UNDERSIGNED HAS ENTERED INTO A CONTRACT TO PERFORM LABOR OR FURNISH MATERIALS FOR THE ABOVE- DESCRIBED PUBLIC PROJECT, AND WILL LOOK TO YOU AND YOUR SURETIES FOR PAYMENT IF THE PERSON ORDERING SUCH MATERIALS AND LABOR FAILS TO PAY FOR THEM. I declare that I am authorized to file this claim on behalf of the claimant. I have read the foregoing document and ow the contents thereof; the same is true of my own knowledge. I declare under penalty of pe 'u that the foregoing is true and correct. Executed at Fontana, California on 06/11/ for OL ECAST COMPANY. By: duce Johnson, Vice President PROOF OF SERVICE BY MAIL AFFIDAVIT I declare that I served a copy of the above document, and any related documents, by (as required by law) first - class, certified or registered mail, postage prepaid, addressed to the above named parties, at the addresses listed above, on 06/11/2002. I declare under penalty of perjury that the foregoing is true end gorrect. Executed at Fontana, California on 06/11/2002. By: 1�aktAi, Karen Hosterman, Admin. Assistant Olson Precast Company 13820 Slover Ave. #D Fontana, CA 92337 Phone:(909) 427 -1138 Fax:(909) 427 -1810 City of Encinitas 505 S. Vulcan Encinitas, CA 92024 06/11/2002 RE: NOTICE TO OWNER OR PUBLIC ENTITY Dear Sir or Madam: We are required by the laws of this state to notify you that we are furnishing labor, services, equipment or materials of the type described on the enclosed standard form for the work of improvement known as the: Moonlight Beach Urban Runoff Treatment project, located a , Encinitas, CA Such labor, services, equipment or materials were contracted for by: Falcon General Engineering, 572 Collyn St., Vista, CA 92083 , who is one of the owners,general contractors subcontractors of this project. We are further required by law to notify you at this time that if bills are not paid i full for labor, services, equipment or materials furnished, or to be furnished, the improve property may be subject to mechanic's liens or stop notices, or a notice to withhold funds may be filed where applicable. The enclosed notice is not intended to reflect in any w on the integrity or credit standing of the contractors involved in this job, but is given merely to comply with the laws of this state. However, to fully protect yourself you may consider (1) requiring your contractor to furnish a signed release from the person or fir giving you this notice before making payment to your contractor, or (2) any other method or device which is appropriate under the circumstances to guarantee payment of this debt. We appreciate the opportunity of furnishing our services for this job and we hope it is progressing to your satisfaction. Should you have any questions concerning this request, please feel free to call me personall at (909) 427 -1138. Thank you. Sincerely, By: ruce Johnson, Vice President Phone:(909) 4 -1138 Fax:(909) 427 -1810 Dated 06/11/2 02 for Olson Precast Company, 13820 Slover Ave. #D, Fontana, CA 92337 File:214 Job:20 -02 -034 [CA][PUBLIC][COPY:EST] Notice Requested by and Return to: Customer:Falcon General Engineering Olson Precast Company Project:Moonlight Beach Urban Runoff Treatment 13820 Slover Ave. #D Rec ID:0OW0KOJ3N Fontana, CA 92337 Cert No.: PRELIMINARY 20 -DAY NOTICE (PUBLIC WORK) (California Civil Code Sections 3098, 3111, 3241 & 3252 et Seq.) THIS IS NOT A LIEN. THIS IS NOT A REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR TO THE OWNER OR REPUTED OWNER 1. The following is a general description of City of Encinitas the labor,service,equipment or materials 505 S. Vulcan furnished or to be furnished by the undersigned: Encinitas, CA 92024 LABOR AND MATERIALS 2. Estimated Price:$14,300.00 TO ORIGINAL OR REPUTED CONTRACTOR 3. The name of the person who furnished Falcon General Engineering that labor, service, equipment or 572 Collyn St. materials is: Vista, CA 92083 Olson Precast Company 13820 Slover Ave. #D Fontana, CA 92337 TO LENDER, SURETY OR BONDING CO John Maloney & Assoc 2434 Vineyard Escondido, CA 92029 Acct /Bond# 08035479 4. The name of the person who contracted for purchase of that labor, service, equipment or material is: Falcon General Engineering 572 Collyn St. Vista, CA 92083 5. The description of the jobsite is: Moonlight Beach Urban Runoff Treatment Encinitas, CA NOTICE TO PRIME OR GENERAL CONTRACTOR THIS IS NOT A LIEN. THIS IS NOT A REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR. THE UNDERSIGNED HAS ENTERED INTO A CONTRACT TO PERFORM LABOR OR FURNISH MATERIALS FOR THE ABOVE- DESCRIBED PUBLIC PROJECT, AND WILL LOOK TO YOU AND YOUR SURETIES FOR PAYMENT IF THE PERSON ORDERING SUCH MATERIALS AND LABOR FAILS TO PAY FOR THEM. I declare that I am authorized to file this claim on behalf of the claimant. I have read the foregoing document and ow the contents thereof; the same is true of my own knowledge. I declare under penalty of pe 'u that the foregoing is true and correct. Executed at Fontana, California on 06/11/ for OL �ECAST Y. By: uce Johnson, Vice President PROOF OF SERVICE BY MAIL AFFIDAVIT I declare that I served a copy of the above document, and any related documents, by (as required by law) first - class, certified or registered mail, postage prepaid, addressed to the above named parties, at the addresses listed above, on 06/11/2002. I declare under penalty of perjury that the foregoing is true end correct. Executed at Fontana, California on 06/11/2002. By: �WW "L ll-�y�JU Karen Hosterman, Admin. Assistant Olson Precast Company 13820 Slover Ave. #D Fontana, CA 92337 Phone: (909) 427 -1138 Fax:(909) 427 -1810 City of Encinitas 505 S. Vulcan Encinitas, CA 92024 06/11/2002 RE: NOTICE TO OWNER OR PUBLIC ENTITY Dear Sir or Madam: We are required by the laws of this state to notify you that we are furnishing labor, services, equipment or materials of the type described on the enclosed standard form for the work of improvement known as the: Moonlight Beach Urban Runoff Treatment project, located a , Encinitas, CA Such labor, services, equipment or materials were contracted for by: Falcon General Engineering, 572 Collyn 3t., Vista, CA 92083 , who is one of the owners,general contractors subcontractors of this project. We are further required by law to notify you at this time that if bills are not paid i full for labor, services, equipment or materials furnished, or to be furnished, the improve property may be subject to mechanic's liens or stop notices, or a notice to withhold funds may be filed where applicable. The enclosed notice is not intended to reflect in any w on the integrity or credit standing of the contractors involved in this job, but is given merely to comply with the laws of this state. However, to fully protect yourself you may consider (1) requiring your contractor to furnish a signed release from the person or fir giving you this notice before making payment to your contractor, or (2) any other method or device which is appropriate under the circumstances to guarantee payment of this debt. We appreciate the opportunity of furnishing our services for this job and we hope it is progressing to your satisfaction. Should you have any questions concerning this request, please feel free to call me personall at (909) 427 -1138. Thank you. Sincerely, By: , r ce Johnson, Vice President Phone: (909) 4 -1138 Fax:(909) 427 -1810 Dated 06/11/2(02 for Olson Precast Company, 13820 Slover Ave. #D, Fontana, CA 92337 city of Encinitas June 19, 2002 Falcon General Engineering, Inc. C/o Dale Winterquist 572 Collyn Street Vista, CA 92083 Re: CHANGE ORDER #1 Moonlight Beach Urban Runoff Treatment Facility Project CMD02B 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: Delete the Pre -Cast Valve Vault and 4 -inch Gate Valves as shown on Sheet C -3, Detail A of the plans. Change location of proposed 4 -inch PVC Flanged Swing Check Valves, as shown on Sheet C -3, Detail A, and install them in the vertical position inside the wetwell as shown on the detail that is attached to this change order. The deduct change for the deletion of the above work will be a $4,483.41 (Four Thousand Four Hundred Eighty -Three Dollars and Forty-One Cents) credit 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 Shields, P.E. Field Operations cc: Director of Engineering Services Kathy Weldon ACCEPTED BY: Dale E. Winterquist, President Falcon General Engineering, Inc. Contractors License No. 540704A CJW TFI, 760- 633 -3600 i FAX -6n- 633 -2627' 505 S. Vulcan Avenue. Fncinitais. California 92024 -3633 TDD 760 - 633 -2700 t,� recycled paper Jun 18 02 11:18a Richard Brady (8581496 -0505 p.2 W. / 0 June 17, 2002 Mr. Kipp Hefner Project Manager City of Encinitas 505 South Vulcan Ave. Encinitas, California 92024 -3633 Re: Moonlight Beach Urban Runoff Treatment Facility Change Order 002 — Deletion of Pre -Cast Valve Vault and 4 -inch Gate Valves Dear Mr. IIefner: Richard Brady & Associates issued Request for Quote (RFQ) 002 for the subject work on June 2, 2002 (Attachment 1). We have reviewed the subsequent quote from Falcon General Engineering Inc. for the changes described in RFQ002. In summary, the changes described will result in a credit of $4,483.41 to the City (Attachment 2) and simplify construction and maintenance of the facility. Therefore, we recommend that the City issue a Change Order to the Contract between the City of Encinitas and Falcon General Engineering Inc. for the deletion of the Pre -Cast Valve Vault and 4 -inch Gate Valves. Should you have any questions, please do not hesitate to contact me. Very truly yours, 96*�� .7 Sean F. Manning, P.E. Richard Brady & Associates c: Katherine Weldon Meleah Ashford 4".9 'A" � � � .�Hd6.2 ?O • ,J�Omv r� P.81.f� � ��.P� 496 -0500 • ,Y`�� �.fd� 4960.0.4' Jun 18 02 11:18a Richard Brady (858)496 -0505 p.3 i AITAcf+M5�Jr / June 6, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Quote 002 — Deletion of the Pre -Cast Valve Vault and 4- inch Gate Valves Dear Mr. Winterquist, Please provide an itemized quote for deleting the Pre -Cast Valve Vault and 4 -inch gate valves shown on Sheet C -3, Dgtail A The flinch PVC Flanged Swing Check Valves will still be required and are to be installed in the vertical position inside the wetwell. See the attached figure for a description of changes. This change is a reduction in the scope of work and will result in a credit to the City of Encinitas. Please contact me if you have any questions. Sincerely, Sean F. Manning Project Manager Cc: Kipp Hefner Rick Brady �iJ�OJ `c if Wav" . ✓9aa6 .WO • air -!2;Oo, W O,,m4 apaw I ei,p"J 4.P.4 afaO - ,x Kd 68% 4,P6 0,0"Oi" Jun 18 02 11:18a IZ to O a of Q J d W W O n- LL Co W it 1 W 111 J r >U3 n Y. U J W ! ie =IU az> J R CO • L. O• Richard Brady N N J J ;;z L � ¢ 0 �0 wOz W 0a- W 0w U,1 Cn Cn C7 Cl) 5. ILI W- pl Q yQ minis (858)496 -0505 p.4 oC__ o ,_ . o V -�� J U NM IL `°nv Q LL Zo LL W Z 16 QW i O W W J li > O W I­ (858)496 -0505 p.4 CO A • �• • • �i� . •.' ..�' .n :r - 1 u LU • -5 LLJ �, ' �` • ■ ■ LLJ • 1 • • ■■ • ■ ■ ►1 ■ 1 1 n u ► 1 i1 r■ ► r . ■ 1 r u 1 i 1► 11 . 11 ■ Y 1 � n ■ • r ► Ui ■ oC__ o ,_ . o V -�� Lj N� U` NM IL `°nv (- oo Cc C) W 0 16 0D co O W _j Q (. d PL. W W I j � I' --I Ill O W O W z '� Q> U LL _I W J w �W. W a x LL 45�';J! coo- Ina vC}o j s O m � o °fig n a a ; � b 1.� a on ,1 - Q , Uj Co CO A • �• • • �i� . •.' ..�' .n :r - 1 u LU • -5 LLJ �, ' �` • ■ ■ LLJ • 1 • • ■■ • ■ ■ ►1 ■ 1 1 n u ► 1 i1 r■ ► r . ■ 1 r u 1 i 1► 11 . 11 ■ Y 1 � n ■ • r ► Ui ■ Jun 18 02 11:19a Richard Brady (858)496 -0505 p.5 N Q a i ng�e� °O`er' i��°DO,lgv�o°� c N ' NaD`� r� Iv go v wwwwwwwwwwwwwwwwwwwww wwwwwI66i 111 1� 10 as NKY I- I Q r �D m W O I F~ H w vs; !er► iw LU I 0 ~ O Z o s' Co. M Z aQ c Li. W to ca LU W z,W I j- I V W ' !— Z' J W i g 0 W r ...I N C s O 0 ai u- •` j o I CR O f0 O' vl W - Un to w w w an urt en a- H w N ": I a z 9 ti V ~ — t O LL , L s t io 'a J ZI CODD U. o �' `o Z Q' I � I m � �o z CL = V y Z o U Q .W Q H a z W -z 3: to m Z V N5Uj0 - V � v 0) os �gw�� L. o W aaaa O -' � ak QQ� IO a��$ oi :r LU 1-1 N 19 V h N Q a TRANSNUTTAAL FORM City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 760/633 -2770 FAX 760/943 -2226 Engineering DATE SEND TO FAX #:e� �}k6 ' NO. OF PAGES:? TO: OF: k"'-) t'j%-T'j P'a i) ADDRESS: f � ) � � - ' PHONE: (760) 633- Z 7 ? FROM: 1 ❑ Call ASAP ❑ Review & Call ❑ Please Handle ❑ Per Our Conversation CONSENTS: ❑ Review & Return ❑ F.Y.I. ❑ Please Reply by SECTION 11284 — FILTERS, STRAINERS, AND APPURTENANCES PART 1 - GENERAL 1.1 THE REQUIREMENT The CONTRACTOR shall provide all tools, supplies, materials, equipment and all labor necessary for furnishing, installing, adjusting, and testing of all filters, strainers, and appurtenant WORK, complete and operable, all in accordance with the requirements of the CONTRACT DOCUMENTS. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Pipe, fittings, and supports appurtenant to the WORK referred to herein shall be as specified in the applicable Sections of Divisions 2 and 15. B. Painting and protective coating of filters and any components thereof shall be in accordance with the requirements of Section 09800, 'Protective Coatings," except where otherwise specified in this Section. C. Particular filters and strainers may require a combination of sensors, gages, and controls speed in other sections of the CONTRACT DOCUMENTS. It shall be the responsibility of the CONTRACTOR to properly assemble and install these various items so that all systems are compatible and operating properly. The relationship between interrelated items shall be clearly noted on shop drawing submittals. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of the CONTRACT DOCUMENTS, all work specified herein shall conform to or exceed the applicable requirements of the referenced Standards; provided, that wherever the provisions of said publication are in conflict with the requirements specified herein, the more stringent requirement shall apply. B. All products and their installation shall be in accordance with the standards of the American Society for Testing and Materials (ASTM), as referenced herein, the American Water Works Association (AWWA), as referenced herein, and with manufacturer's published recommendations and specifications. 1.4 CONTRACTOR SUBMITTALS A. Shop drawings of all filters, strainers, and appurtenances including electrical data and associated wiring and control diagrams, where applicable, shall be fumished as speed in Section 01300, "Submittals ". B. Additional submittal requirements may be imposed for each type of filter and strainer, as specified in Part 2 of this section. 032802 FILTERS, STRAINERS, AND APPURTENANCES MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 11284 :1 SECTION 11284 — FILTERS, STRAINERS, AND APPURTENANCES 1.5 QUALITY ASSURANCE A. Test Pressure: Unless otherwise specified, filter and strainer bodies shall be tested under test pressure equal to one and a half (1.5) times its design water working pressure. B. Manufacturer Experience: Each filter and strainer manufacturer shall have at least five (5) years experience in the manufacture, testing, installation, and operation of the equipment supplied. C. Manufacturer Warranty: Each manufacturer of each filter or strainer shall provide a 20 -year written structural warranty. PART 2 - PRODUCTS 2.1 FILTERS AND STRAINERS, GENERAL A. General. The CONTRACTOR shall furnish all filters, strainers, and other accessories as indicated in the CONTRACT DOCUMENTS. All filters and strainers shall be new and of current manufacture. B. Flanges. The flanges of filters and strainers may be raised or plain faced with full - face gaskets. Flanges of filters and strainers for water working pressures of 150 psi or less shall be faced and drilled to the 125-lb American Standard template unless otherwise shown or specified. Flanges of filters and strainers for water working pressures greater than 150 psi shall be faced and drilled to the 250-lb American Standard template unless otherwise shown or specified. C. Epoxy Coating. Except where otherwise provided, ferrous surfaces, exclusive of stainless steel surfaces, shall be epoxy coated as specified in Section 09800, "Protective Coatings ". D. Manufacturer's Experience. Filters and strainers described in this section shall be furnished by a manufacturer who has a record of a minimum of 5 years of successful experience in the operation and manufacture of such equipment in similar installations and applications. E. Labeling. Except when such requirement is waived by the ENGINEER in writing, a label shall be provided on all filters and strainers. The label shall be of 1/16 -inch phenolic plastic, 2 inches by 4 inches in size, shall have white lettering on black background, and shall be permanently attached to the filter and strainer as directed by the ENGINEER. The CONTRACTOR shall submit a schedule of filters and strainers to be labeled indicating in each case the filter and strainer location, tag no. (if provided), proposed attachment scheme, and the proposed wording for the label. 032802 FILTERS, STRAINERS, AND APPURTENANCES _.��_.. .. —. ... ..�.M. err- -re'%rw'r&Ar►I-1-rwf, n ITi OAhC 4�7QA _7 SECTION 11284 — FILTERS, STRAINERS, AND APPURTENANCES 2.2 BASKET STRAINER, PVC A. General: CONTRACTOR shall provide and install two (2) basket strainers in parallel operation as shown in the CONTRACT DRAWINGS. Basket strainers shall be of the size shown and shall have flanged ends to match piping. Basket strainers shall be designed for a 50 psi water working pressure, unless otherwise shown. Strainers shall consist of three main components: main body, bonnet cap (main body cap), and strainer basket. Each basket strainer shall be designed for the maximum flowrate of 150 gpm. A. Main Body: Strainer main body shall be constructed of heavy bodied PVC, Type 1, Grade 1. B. Bonnet Cap: Bonnet cap shall be PVC, Type 1, Grade 1, and shall contain a minimum of one (1) EPDM seal. Bonnet shall thread into or be clamped to the main body, rated to the minimum rated working pressure. For clamp type systems, clamp shall be either a stainless steel quick release clamp, with a safety nut locking mechanism, or two retaining clamp bolts. All steel clamps and steel components shall be stainless steel, Type 316. Threaded bonnets shall be easily removable by hand. C. Strainer Basket: Strainer baskets shall be constructed of stainless steel, Type 316. Perforations shall be 1/4" in size with an open area ratio of 6:1. D. Flanges: Strainer shall be provided with flange connections on inlet and outlet ports per the requirements of Paragraph 2.1 in this Section. E. Drain Plug: Basket strainer shall contain a drain plug at lower end of body. Drain plug shall be threaded and sealed with an O -ring, EPDM seal. F. Pressure Gage: Basket strainer shall contain a pressure gage to monitor system pressure, and shall be mounted to the bonnet. Gage shall read from 0 —160 psi. G. Pressure Release Valve: Provide a '/" ball valve for pressure release prior to removing bonnet. Valve shall be mounted to the bonnet. Valve O -ring seals shall be EPDM. H. Manufacturer. Spears Manufacturing Company, BS-2 -1000; Hayward Plastics, Simplex Series, or equivalent. 2.3 HORIZONTAL SAND FILTER, FIBERGLASS A. General: CONTRACTOR shall provide and install two (2) horizontal sand filters stacked and in parallel operation as shown in the CONTRACT DRAWINGS. Sand filters shall be of the size shown and shall have flanged ends to match piping. Sand filters shall be designed for a 50 psi water working pressure, unless otherwise shown. Sand filters shall consist of two main components: filter tank and automated backwash system. Each sand filter shall be supplied with an independent automatic backwash system, including all valves, piping, linkage, and appurtenances necessary to provide a complete automated backwash system. 032802 FILTERS, STRAINERS, AND APPURTENANCES MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 11284 - 3 SECTION 11284 — FILTERS, STRAINERS, AND APPURTENANCES �n Backwash cycles for each filter shall not be conducted at the same time to allow for continuous operation of the treatment system. a � 3 B. San Filter System Capacity Requirements: Each sand filter shall have a maximum filtration rate of six (6) gallons per minute per square foot of filter area. Cd Minimum total effective area for each filter shall be fourteen (14) square feet. 0. Each sand filter shall be designed for a maximum flowrate of 75 gpm. C. Filter Tank (vessel): The filter tank shall be 42 -inch diameter with a 48 -inch side shell. Sand filter main body shall be a fiberglass pressure filter manufactured from filament wound fiberglass reinforced plastic. All material in contact with the process water shall be of non - metallic construction. Each filter vessel shall be approved by the National Sanitation Foundation. Each filter vessel shall be able to withstand a vacuum pressure of 7 psi. D. Saddle Bases: Saddle style bases shall be provided for each filter. A mounting saddle for the upper filter tank shall be provided to allow for stacking of the sand filters. Q ;-. o E. Influent/Effluent Headers: Each filter influent and effluent header shall be U � M Schedule 80 PVC, including all nodes, fittings and connections. The influent a C'i header shall be designed to distribute the incoming flow at 6- gpm/sq. ft without i disturbing the media surface. The effluent laterals shall be designed shall be o v designed to retain the filter media and distribute the backwash water evenly O4 through the filter on backwash. The influent and effluent headers shall have a ° ° minimum center -to- center dimension of 36- inces. U o ' o F. Access Manwav: Each filter tank shall be provided with a manway to access the internal portions of the tank. Each manway shall be a minimum of 14- inches by W 18- inches. Manway shall be constructed with two (2) fiberglass reinforced plastic o `'' yokes, and shall be sealed with a one -piece Y4 -inch neoprene gasket to meet the a. rated working pressure. o s . G. Flanges: Sand filter shall be provided with flange connections on inlet and outlet ports per the requirements of Paragraph 2.1 in this Section. 3 ° v = H. Automatic Backwash System: Each sand filter,/ shall be supplied with an .All o 4-1 independent automated backwash system and i - een#eller Lo (PLC). The backwash systems for each of the two (2) required filters shall not be n tied into each other. The backwash system shall contain all valves, piping, linkage, A 3 and appurtenances required to allow each filter to be backwashed with potable water. The backwash water shall be piped to the drain into the existing sewer x� pump station. The backwash system shall be engaged based on a drop in c,i o differential pressure or a time interval of two (2) weeks. The pressure drop 3 - required to initiate the backwash system shall be per manufacturers N „ recommendation, and shall be field adjustable by City personnel. The treatment cod CZ facility system shall not be shutdown by the back wash PLC during the backwash r C'J cycle of each filter. The PLC's for each filter shall be connected to avoid ,Zi o simultaneous backwashing, but shall be independent PLC's from the pump PLC. M 032802 FILTERS, STRAINERS, AND APPURTENANCES MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 11284 - 4 C. Bag Retainer Basket: A PVC, Type 1, Grade 1, basket shall be located inside the main body to support placement of the filter bag. Basket shall be secured to the main body for easy bag replacement. The basket open area ratio shall be 60:1. A bag retainer shall be included in the main body and bag basket to secure bag in place. 032802 FILTERS, STRAINERS, AND APPURTENANCE$ MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 11284 - 5 SECTION 11284 — FILTERS, STRAINERS, AND APPURTENANCES a� U cd N .d I. Air Relief Valve: Each filter shall have a minimum % -inch air relief provided on the C top of the filter tank. Air relief valve shall be provided with a PVC true -union ball bo valve. J. Drain Plug: Sand filters shall contain a 2-inch drain plug at the bottom of vessel. N Drain plug shall be provided with a PVC true -union ball valve. b� r, o K. Pressure Gage: Sand filters shall contain a differential pressure gage that shall be connected to the influent and effluent piping with %winch flexible tubing and diaphragm seals. Pressure gage shall be mounted to the filter tank. Gage shall El ° read from 0 —100 psi. O c L. Sand Media: Sand shall be provided as the media for filtration. A minimum of z4= inches of sand media shall be provided above the top of the lower header. The N sand shall be composed of hard, durable, uncoated grains and shall contain not more than 5 percent of flat articles and not more than a total of 1 percent clay, o loam, dust, and other foreign matter, and shall comply with Section 2 of AWWA B- 0 1 for Filtering Material." The sand shall be free from any significant At of.i or manganese compounds. The sand media effective size shall be .60 mm. i "The uniformity coefficient shall be less than 1.5. Pea gravel, '/4 -inch to 1/8 -inch Ka, diameter, shall be provided up to the top of the lower header. A certified sieve N . -,, analysis shall be provided for the media. This analysis shall be submitted to the � 0 ENGINEER for approval prior to installation." LF FT N p N. 1YMrwla�.wlGl. 1VGf/L411G L7GIIJVII, 1111.., �rlrrt7 cmii�rs; raragon Aquatics, or o equivalent. � N O v, 3 BAG FILTER, PVC N `V A. General: CONTRACTOR shall provide and install two (2) bag filters in parallel operation as shown in the CONTRACT DRAWINGS. Bag filters shall be of the size shown and shall have flanged ends to match piping. Bag filters shall be designed for a 50 psi water working pressure, unless otherwise shown. Bag filters shall consist of three main components: main body, bonnet cap (main body cap), and filter bag. Each bag filter shall be designed for a maximum flowrate of 100 GPM. B. Main Bodv: Bag filter main body shall be constructed of heavy bodied PVC, Type 1, Grade 1. Main body shall be "double - length" with a minimum body length of 30- inches, from centerline of inlet flange to centerline of outlet flange. Main body base shall contain a mounting flange. C. Bag Retainer Basket: A PVC, Type 1, Grade 1, basket shall be located inside the main body to support placement of the filter bag. Basket shall be secured to the main body for easy bag replacement. The basket open area ratio shall be 60:1. A bag retainer shall be included in the main body and bag basket to secure bag in place. 032802 FILTERS, STRAINERS, AND APPURTENANCE$ MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 11284 - 5 SECTION 11284 — FILTERS, STRAINERS, AND APPURTENANCES D. Bonnet Cap: Bonnet cap shall be PVC, Type 1, Grade 1, and shall contain a minimum of one (1) EPDM seal. Bonnet shall thread onto or be clamped to the main body, rated to the minimum rated working pressure. For clamp type systems, clamp shall be either a stainless steel quick release clamp, with a safety nut locking mechanism, or two retaining clamp bolts. All steel clamps and steel components shall be stainless steel, Type 316. Threaded bonnets shall be easily removable by hand. All threads shall be external and shall not be in contact with the process media. E. Filter Bacr Filter bags shall be constructed of non -woven glass reinforced polypropylene felt material and shall have a minimum surface area of 4.0 square feet. Bags shall be double stitched and heat - treated. Bags shall be rated at a maximum of 10 microns in size. F. Flanges: Bag filter shall be provided with flange connections on inlet and outlet ports per the requirements of Paragraph 2.1 in this Section. G. Drain Plug: Bag filter shall contain a drain plug at lower end of body. Drain plug shall be threaded and sealed with an O -ring, EPDM seal. H. Pressure Gage: Bag filter shall contain a pressure gage to monitor system pressure, and shall be mounted to the bonnet. Gage shall read from 0 —160 psi. I. Pressure Release Valve: Provide a polypropylene vent valve for pressure release prior to removing bonnet. Valve shall be mounted to the bonnet. J. Manufacturer. US Filter, Filterite Ultiflo F Series; Hayward Industrial Products, Inc., Simplex Series, or equivalent. PART 3 - EXECUTION 3.1 FILTER AND STRAINER INSTALLATION A. All filters, strainers, and accessories shall be installed as shown and specified. B. Where combinations of filters and strainers are specified, it shall be the responsibility of the CONTRACTOR to properly assemble and install these various items so that all systems are compatible and operating properly. The relationship between interrelated items shall be clearly noted on shop drawing submittals. • END OF SECTION 14 032802 FILTERS, STRAINERS, AND APPURTENANCES MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 11284 - 6 Jun 18 02 11:19a Richard Brady t8Fg1496 -0505 p.6 i June 17, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Deviation 006 — Backwash Valves and Butterfly Flow Control Valve Dear Mr. Wintcrquist, We have reviewed your letter (Document No. 0203 -A -015, dated June 14, 2002) in which the subject scope changes are described. Our responses to the requested deviations are as follows: • 2 -inch electronic valves may be substituted for 4 -inch valves shown for the control of backwash influent and effluent flows to the multi -media filters. • A 3 -inch electronic valve may be substituted for the 4 -inch effluent control downstream of the subject treatment facility. Please provide an itemized breakdown of the cost savings associated with this deviation for my review. Please contact me if you have any questions. Sincerely, 1 Sean F. Manning Project Manager Cc: Kipp Hefner Rick Brady .�� t I-e& F') 4.Pea5oD • Kfs ,F/ 4..Peo-0r Jun 18 02 11:19a Richard Brady (858)496 -0505 p.7 June 17, 2002 Mr. Dale E. Winterquist Falcon General Enginccring Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach IJrban Runoff Treatment Facility Request for Deviation 005 — Integrate Backwash Controller Function to the Main. PLC Dear Mr. Wintcrquist, We have reviewed your letter (Document No. 0203 -A -014, dated June 10, 2002) in which the subject scope changes are described. We have no objections to the proposed deviation to delete the backwash controller for the multi -media unit and integrate the Multi -Media control functions into the main PLC. This change in control strategy is being approved with the understanding that the same amount of instrumentation and control capabilities will be maintained. Please provide an itemized breakdown of the cost savings associated with this deviation for my review. Please contact me if you have any questions_ Sincerely, Sean F. Manning Project Manager Cc: Kipp Hefiier Rick Brady 4AW ,A lA6v '&V. FQaerej . 5iW .8.80 - � W,44-.. 8.81.8.? J %.s & / 4g60s00 - 4 X K?d8/ 406' 060.f Jun 18 02 11:19a Richard Brady (858)496 -0505 P.8 / F """ If June 17, 2002 Mr. Dale E. Winterquist President Falcon General Engineering, Inc. 572 Collyn Street Vista, CA 92083 Re: Moonlight Beach Urban Runoff Treatment Facility Submittal No. 011 -01 Precast Vaults Dear Mr. Winterquist: Richard Brady & Associates has reviewed the subject submittal. We have the following comments: RECOMMENDED ACTION MAKE CORRECTIONS NOTED Delete the 4 -foot by 4 -foot precast concrete vault, as shown in the subject submittal, from the project scope of work. Should you have any questions, please do not hesitate to contact me. Very truly yours, Richard Brady & Associates cc: 011 -01 Submittal Review File Kipp Hefner ,lam ArxJ 4 .0eosoo K "'I a✓eas05 Jun 18 02 11:19a Richard Brady (65,9)496 -0505 p•9 i June 17, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Quote 004 — Provide NEMA 4X Panel Enclosures Dear Mr. Winterquist, Please provide an itemized quote for providing NEMA 4X enclosures for all electrical panels housed within the Treatment Facility enclosure. The electrical equipment to be provided with panels, shown on Contract Drawing M -2, are as follows: • Starter, Pump No. 2 • Pump Control Panel • Starter, Pump No. 1 • Power Supply Panel Please contact me if you have any questions. Sincerely, Sean F. Manning Project Manager Cc: Kipp Hefner Rick Brady 9909 iv'VW 5?64 �d6 ,220 • �na -N'i'° �''�� 921•?5 ✓e✓ KdS.P/ 996' 0500 996 ,9J'4"5 Jun 18 02 11:34a Richprd Brady (85P)496 -0505 p•1 4909 Murphy Canyon Road, Suite 220 San Diego, Califomia 92123 Tel: (858) 496 -0500 Fax: (858) 496 -0505 Facsimile Transmittal To: k i 9� N�e���. From Project: Fax: �} 40 r-33 2 B/ 8 Project No: Phone: Date: Re: R 5& 003 Pages: CC: 0460% Y`.'�a�►N1 to /I a/or- 2— (excludes this page) ❑ Urgent ❑ For Review ❑ Please Comment ❑ Please Reply %� �o �low/&1 j2 A `F� will 6e "/a ed 0"7L- If you did not receive the entire transmittal, please call (858) 496 -0500. Date: Time: Initials: Jun 18 02 11:35a Richard Brady (859)496 -0505 p•2 June 17, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Quote 003 — Relocation of the Treatment Facility Enclosure Dear Mr. Winterquist, We have reviewed your cost proposal CP 002, dated June 14, 2002, for the deletion of the Treatment Facility Enclosure and replacement with a fence and canopy. The City does not wish to proceed with the subject proposal. However, the City is interested in moving the enclosure to a site within the existing pump station fence line that will not interfere with the operational duties of the San Elijo Joint Powers Authority. Please provide an itemized quote for relocating the subject enclosure and the appurtenant piping to the location shown on the attached diagram. We anticipate that this change will be a no cost substitution. Please contact me if you have any questions. Sincerely, je'� 9. A e Sean F. Manning Project Manager Cc: Kipp Hefner Rick Brady ��1.P� !960100 • ,�iar /d'1B� 9060101 Jun 18 02 11:35a Richard Brady 1- � ` u~j�Q z0 =a ` ¢0�Q I lz ' wZ 3:o U � 1 Z � X : 1 wa I 1 I I 1 1 I 1 1 1 t LU 1 Xr111 1L to , Z > 03`, O U) >- ' Lil cc 0 T < , Co z X Q W w w CO 4- 1- -- W -i N T 1 T 1 C)Ql < Lo 1- z �P > J W Q Q 11J J W < LL P-:- CI -� :D < U w. Co W QXw-- CnWZ [8991496 -0505 1 z QI J \w li z c C C) U O xccZ51 \0- �— w 0 m I W IF- U z Z O > U W m �t cc Q O jL cv 1LI w Cc r'r o0 Wi ¢ t-• LL --XG3 C 1 YQ UYIZW� i Q w'lu i ¢ to Ii�U -j ro cc w - W a,u 1 moo. lq�>NCL 'i11 1- Z � I w > %41j 1 a ) t p.3 Fft .� / \ t I se rill IlA k%% syj�t[ /ti Jp NN r_ 0 ' ti� I w U ' s- w0 1 dl i =w© O ~ 0- LL o"< cj� mw 0 U W W Q Lij W LL ' (A X cc O i i ++ it i ii i t :r��\e• •i Ij /,i/ +r .+ '/,"t r,llllZi\ , `T �:�♦ I�r•i�S�r�S� %!� r 111 �` \♦ �; `� � JLm 14 00- 04:11p Richard Brady (858)496 -0505 p•1 4909 Murphy Canyon Road, Suite 220 San Diego, California 92123 Tel (858)496 -0500 Fax (858)496 -0505 Facsimile Transmittal To: Kipp Hefner From: Sean Manning Company. City of Encinitas Project: Moonlight Beach URTF Fax: (760) 633 -2818 Project No: Encintas.001 Phone: (760) 633 -2775 Date: 6/14102 Re: Falcon Pay Request 001 Pages: 4 (excludes this page) CC: Kathy Weldon Meleah Ashford ❑ X For Review ❑ Please Comment ❑ Please Reply • Comments: If you do not receive all the pages of this transmittal, please call (858) 496 -0500. Date: June 14, 2002 Time: 3:57 PM Initials: llz %( Jun 14 02 04:12p Rich4.rd Brady (8581496 -0505 p.2 Ii June 5, 2002 Mr. Kip Hefner Project Manager City of Encinitas 505 South Vulcan Ave. Encinitas, California 92024 -3633 Re: Moonlight Beach Urban Runoff Treatment Facility Falcon General Engineering Invoice 001 Dear Mr. Hefner: Richard Brady & Associates has reviewed the subject invoice. Here is a summary of work that Falcon General Engineering Contractors has performed to date: • Delivered storage container on -site • Delivered piping material on -site • Surveyed and marked -out for construction activities • Attended pre - construction meetings Based on the satisfactory performance of the tasks listed above, I recommend that the attached invoice be considered for payment by the City of Encinitas. Should you have any questions, please do not hesitate to contact me. Very truly yours, Sean F. Manning, P.E. Richard Brady & Associates c: Katherine Weldon Meleah Ashford Ilr&fJ aa,=aaaa • . /�aa/ 4m a. f, Jun 14 02 04:12p Richard Brad (8581496 -0505 p•3 STANDARD BILLING STATEMENT - CITY OF ENCINITAS APPLICATION FOR PAYMENT NO. 001 CONTRACTOR: FALCON GENERAL ENGINEERING, INC. DATE: 6 /10 10g 572 COLLYN ST. VISTA, CA. 92083 TELEPHONE: 760/630 -9670 PROJECT: Moonlight Beach Urdan Runoof Treatment Facility INVOICE: 001 BILLING PERIOD: 5/10/02 PROJECT MANAGER: Kipp Hefner PROJECT NO. CMD026 FALCON GEN. ENG. INC., FEDERAL LD # 33 030 2323 PAYMENT SUMMARY: 1. CONTRACT 432,511.00 2. Approved Change Orders - 3. Contract Total to Date 432,511.00 4. Work Completed to Date 12,256.00 S. Less Retention @ 10% 1,225.60 6. Amount Due to Date 11,030.40 7. Less previous payments - 8. CURRENT PAYMENT DUE ............ ............................... 11,030.40 The undersigned certifies that (1) all previous progress payments received from the City of Encinitas for work done under this Contract has been applied to discharge in full all obligations of the Contractor incurred in connectioin with Work covered by prior Applications for Payment numbered 1 through 001 inclusive; and (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to the City of Encinitas free and clear of all liens, claims, security intrests and encumbrances (except such as covered by securities acceptable to the City of Encinitas) at time of payment. Dated June 10, 2002 FALCON GENERAIAIGINEERING, INC. I hereby certify that all materials specified I hereby certify that payment hereon is in accord with have been received, checked and are in existing conctracts or agreements, the account number, acceptable condition and /or services have description and net amount are correct, and that funds been satisfactorily performed and accepted. are budgeted. Acct No. $igpatNrE Date Appr for Pay Jun 14 02 04:12p Richard Brady [858.1496 -0505 p•4 City of Encinitas Moonlight Urban Runoff Treatment Facility Line Item Budget Prop 13 SWRCB Share 8. Construction Expenses Mobilization /Demob. $9,568.00 Earthwork Concrete Work Equipment Installation Electrical Installation 9. Contractor Overhead & Profit 2,688.00 10, Taxes 11. Equipment Submersible Pump Sand Filter UV Filters Storage Container Ventilation -- Miscellaneous Valves Electrical TOTAL BUDGET Line 8 through 11 $12,256.00 UALCONGENERAL01 \Projects \02 -03 Moonlight Beach\12 INVOICING \Line Item for C.ostrnciton -6- 10- 02.doc I or 1 Jun 14 02 04:12p Richard Brad [85€?? 496 -0505 p.5 N.N'N N N --t, -..% -.. " --.-A. -.L .. _' A. W N O CO OD --4 M Ch W N O CO ' OD --1 0) C n .P W N -� Q C ? (p N-. In m . cn N N , to . to : to • p Cn rn N+ c (n .N•' (D Q Z D n O (gyp CD 'N N N N N 'N a N N :� .W N fl1 < Q C r (D :fl 'm .x •f° ;� �' A .:'- o rn 0 o• 3 :� .i � m m d O o m .c . j, •CD � -o ;m 'a ! :E v a' .m ,� m m !c •: ^� Ic Ix — N c C) i Cl b 1rt �.'� 'CT N .� I� iN,�,:CD in •-� •(D 1, (D ;-a 1� IM i ;_ N• -n -m W C. i=r O -:3 ,(D (D CD 'O Im .y 7: 13 .vnIm N '(D !(moo < fD i.-.I= ,n O �Co � ID 17 1a ." IC IN ICI IN I I= I� 3 m o r ? ,;'to 0 � IM i(p I� m :�Ir. Ce�;�, .o ,m !p m �� ICI ly IC I� ° !"` " I� ICS Icy w Ic 's O CL O m rn!M x.PD tw 5 ='(oI ImI n� i�I O! cu C I— i I r CU io (D I I I I I 'm^ �0 I I I I i 1 I 1 1 j I • �s'.�'- ►I-►!� si�ls �i�;..► N'�IO O CA �1�1�.�i� � �!� Iml I I Itn ,m Co IU IM ��' CD I� IN jv f� �' Iv u�i loci lu, m I(n Im Icn ;v, ;v� Im ICI 'm •Z �" I...I I i zl 1 IN I I I ., II 1-+1 N jj�j C1'C) -N CA) I - loo n! V N I �' u 1-4 N JI ' NIVI0i(O Q' C I ; Ch CD 10 '-4 1-4 (P UI (11 Ch A .I V ' -4 -4 Ln UI I -O CT CI IYZ r! C I O N CA Ch O O I h Ch CO O ID !C> Ch A Ch O Oah O J rn 169 169 I-.0 X69 49 j69 69 i .A 1�w Iv) I -e �-, X69 1�' 69 fA 169 � mo, :69 ;- ,� i� 1.69 N j I ! ; I I i ,,o' '� r Iw io (n jIN ,- ''W1C71�AI- -1- lIW:U1:-4 ?PD' I--I• � �I �rn Ch 1-4 N V 0 07 OD V V N I CO N N CA ch I A iN aD -3 I • Ch • j I CO I O ' V V I Ch (JI [n Ch I A 11 V I O) O I Ch N �l Ch I (I7 • -� O I Cn j (III . '' O Ch 1 0 O• Ch I cn I co 1 O O I O cn CL th 0 0 0 Ch C7t I O O j O I N, 0 ^ i cn: C.) c m 1 I I ;o o lo'o Io'o io Io `o'o;o 010 io Io 0 0 to o'o to to �o io r"I-o -n I 0 0 0 0 0 0 0 0 0 0 0 0 0 l o 0 0 0 0 0 0 0 l o. o I o +� ! 69 69 ' , 1469 ' 69 ; (�+ I4 69 69 169 w to 169 1 ff� 69 69 I�69 I -69 :4A 4A ! I I —� i �I ( i �IID;'�,;� i j I j j j I 10. :m — i zi I I 1•-•I' --• -7-_I ..i-- •'t -...i ..I � I ._t I i ' - -1-_.___.:... ��-- -._..i mI 1 ! '0! I i 1 O 0 .O 0 �-• II\ 0 ' \ 0 \ 0 0 I\ 0 I ' \ 0 1I0 c 0 i \ 0 I\ 0 j�\ 0 a I II� � \ 0 \ O 0 I\ o c '•\ ;! \ t o o !\ 0 ,\ 0 f\ .l 1,�0\ , l.Z�; � ! > O I O EO .O 0 0 O O I O f O !O f O ;O O O i m \ r O O 'tom � (� � :tom Zv j� (�n� itn �q � b9 ;4A j� 1 ; i i ' I I 1 •I -pj Z. ' 69 169 ' 69 "69 69 69 I69 4f1 i N; N:. I I I I . I I . s D 0o O s r C IN =lz N :Z Jun OE 02 01:16P Richard Brady (858)496 -0505 P•1 4909 Murphy Canyon Road, Suite 220 San Diego, California 92123 Tel (858)496 -0500 Fax (858)496 -0505 Facsimile Transmittal To: Dale Winterquist From: Sean Manning Ca Tww.. Falcon General Engineering Inc. Project: Moonlight Beach URTF Fax: (760) 630 -3648 Project No: Encintas.001 Phone: (760) 630 -9570 Date: 616102 Re: RFQ 0018 002 Pages: 4 (excludes this page) CC: Kipp Hefner ❑ Urgent X For Review ❑ Please Comment X Please Reply 9 Comments: Hard copy to follow. If you do not receive all the pages of this transmittal, please call (858) 496 -0500. Date: June 6, 2002 Time: 1:02 PM Initials: Jun 06 02 01:16p Richard Brady (858)496 -0505 p -2 i i F/M June 6, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Quote 002 — Deletion of the Pre -Cast Valve Vault And 4- inch Gate Valves Dear Mr. Winterquist, Please provide an itemized quote for deleting the Pre -Cast Valve Vault and 4 -inch gate valves shown on Sheet C -3, Detail A The 4 -inch PVC Flanged Swing Check Valves will still be required and are to be installed in the vertical position inside the wetwell. See the attached figure for a description of changes. This change is a reduction in the scope of work and will result in a credit to the City of Encinitas. Please contact me if you have any questions. Sincerely, 4��. Sean F. Manning Project Manager Cc: Kipp Hefner Rick Brady 4SW2V -,AA W -9?.W4 ..9A9'1''6 -0-00 - -9,W91 -5 74 % f AO W.a 0.89.89 40G -0500 - 4,7w- Kdw) 4.pwa a'' - Jun 06 02 01:17p 0 Cr U) LO 0O Q U) J Cr w ir W aW O n- LL W Cc w J> N +— > O O 'V UU _I W LL = U > LU az> 1t U) > a: Richard Brady 1 � N N J J O �O woz wZ CL 5DW �LwU C7U)W c7 Co RC 1 (858)496 -0505 a n p.3 —IT— OUj N OW N w0 H U F U-) !() r � 0- .� v- Un LL C) jr waw co w w C�a t7L U�p w. Q J QCo Jw Q� `' (-(nLnCr 1'wW J 3 = Jw W J _ ;o a �, a o a n p.3 —IT— } F J ao U L0 Q LL LL J W ZO W � cTD LL ww - J D LL > O I- a n p.3 ,I `� f� cc rc I 1'':i•:.f•:r• . ,:1.1';�.�: LU 1 �.. • . • u 1! n � I , ► I � Is 11 1' , / . 1 z _o m F. z z ww Z) wv� �QZ� 2mp --ir Ulm i¢-Oa¢ F-m0- LL ¢w¢� z Z O O � _ UZC� U� wD m OF U UU-F- fr Qw Q y M 0- LJJ Z w 11- U) 3� � , - Q w [ - Cl io m a � ~w Uw �Ui —IT— v ,� ao co O w L0 w LL) LL J W Q � U LL d X LL - O J J m 2g. ° o a ° a ° a a Q c Q _ _ o O w e (n ,I `� f� cc rc I 1'':i•:.f•:r• . ,:1.1';�.�: LU 1 �.. • . • u 1! n � I , ► I � Is 11 1' , / . 1 z _o m F. z z ww Z) wv� �QZ� 2mp --ir Ulm i¢-Oa¢ F-m0- LL ¢w¢� z Z O O � _ UZC� U� wD m OF U UU-F- fr Qw Q y M 0- LJJ Z w 11- U) 3� � , - Q w [ - Cl io m a � ~w Uw �Ui Jun 06 02 01:17p Richard Brady (858)496 -0505 p.4 F - K FAA June 6, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Quote 001— Pump Station Inlet Stop Gates Dear Mr. Winterquist, Please provide an itemized quote for modifying the Pump Station Intake Screen to include five (5) FRP stop gates for the Pump Station Intake Screens. The attached detail shows FRP angles and plates added to the Intake Screen detail. The gates will be provided to keep silt and debris out of the wetwell during storm events. Please contact me if you have any questions. Sincerely, Sean F. Manning Project Manager Cc: Kipp Hefner Rick Brady Jun 06 02 01:17p Richard Brady (858)496-0505 iC IL n I i 10 1 . p.5 Jun 05 OZ 04:05p Richard Bradd (858)496 -0505 p.1 i 4909 Murphy Canyon Road, Suite 220 San Diego, California 92123 Tel (858)496 -0500 Fax (858)496 -0505 Facsimile Transmittal To: Kipp Hefner From: Sean Manning Carpany. City of Encinitas Project: Moonlight Beach Urban Runoff Treatment Fac. Fax: (760) 633 -2818 Project No: Encinitas-001 Phone: (760) 633 -2775 Date: 6/5/02 Re: RFI002 CC: Pages: 2 (excludes this page) ❑ Urgent ® For Review ❑ Please Comment ❑ Please Reply • Comments: Kipp, Included is my response to Request For Information #002 regarding the terminal box at the headwall. Please let me know if you have any questions. Sean Manning If you do not receive all the pages of this transmittal, please call (858) 496 -0500. Date: June 5, 2002 Time: 3:54 PM Initials: Jun 05 02 04:06p NO. 002 DATE: 5/2902 Richard Brady (858)496 -0505 REQUEST FOR INFORMATION p.2 LgJVU41UVJ RECEIVED 1 A Y 2 9 2�� 6) E d� RICHARD BRADY I ASSOCIATES Project: MOONLIGHT BEACH URBAN RUNOFF Owner: City of Encinitas TRUATMENT FACILITY Contractor: Falcon General Engineering, Inc C NISOI B 572 Collyn St., Vista, Co. 760/ 630 -9570 (FOR CONTRACTORS USE) DRAWING NUMBER: E -2 & E -5 QUESTION/PROBLEM: TERMWAI. BOX (g� HEADWALL CONTRACT DRAWINGS E -2 & E-5 SHOW THE NEW TFRMIAL ROY TO RE MOUNTED ONTO THE HEADWALL. THE. R XISTTNG GROUND ELEVATION IS VERY HIGH THROUHG OUT MOST OF THE HEADWALL AND COULD INTERFERE WITH ACCESS INTO THIS PANEL. PLEASE REVIEW AND PROVIDE CLAWFICAI -ION PENDING DIRECTION, ADDITIONAL COSTS COULD BE INCURED. CONTRACTOR'S AUTHORIZED SIGNA (FOR CONSTRUCTION MANAGER'S USE) DATE: REPLY/SOLUTION: MOUNT THE NEW TERMINAL BOX AS SHOWN ON THE ATTACHED FIGURE. CONSTRUCTION MANAGER'S AUTHORIZED SIGNATURE: DISTRIBUTION I. Conitactur 4. Resident Project Representative 2. Owner S. Project Files 3. Prnjpct Manager Jun 05 02 04:06p Richard Brady (858)496 -0505 p.3 1 WET WELL COLLECTION BASIN W PUMPS It li. 1 �1 PROCESS AREA �� j SEE DWG, E -4 nl 107 111 �1 TERMINAL BOX (NEMA 4X) (24" X 24" X 12 "D), SEE DWG. E -4 �► 1 1 1 (MOUNT ON HEADWALL) It 1 o2A 104A 1 1 1 102 104 ! 41 ! 1; 1 t ` ; ��a � •. 4 IJj I. _` Li TRANSMTTAL FORM City of Encinitas FAX 760/633 -2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633 -2770 Q Zr SEND TO FAX #: ' NO.OF PAGES:— DATE TO: OF: S :eA "i iG A; N N I �- CIO C-- ADDRESS: FROM: PHONE: (760) 633- Z77 5 ❑ Call ASAP ❑ Review & Call ❑ please Handle ❑ Per our Conversation COMMENTS ❑ Review & Return W F.Y.I. ❑ Please Reply by City Of A Encinitas May 31, 2002 Falcon General Engineering, Inc. Attn: Dale Winterquist 572 Collyn Street Vista, Calif. 92083 RE: MOONLIGHT BEACH URBAN RUNOFF TREATMENT FACILITY (CMD02B) NOTICE TO PROCEED This letter is your NOTICE TO PROCEED for the subject contract and June 10, 2002 shall be considered the first day of the contract. The City of Encinitas' Council authorized award of a construction contract titled, Moonlight Beach Urban Runoff Treatment Facility to Falcon General Engineering in the amount of $432,511.00 at their regular meeting on May 22, 2002. The work is to be completed within 60 working days. Your attention is also directed to Section 6 -9, page B -5, where a rate of $500.00 a day is established as liquidated damages. Please signify your acceptance of the above by signing and returning both originals. Thee shall then be signed and one will be forwarded to you. / Kipp H r Associate Civil Engineer cc: Kathy Weldon Sean Manning, Richard Brady & Associates ACCEPTED BY: Falcon Geireral Engineering Contractors License No. 540704 (A) TEL 760 -633 -2600 % FAX 760 - 633 -2627 503 S. Vulcan Avenue. Encinitas. California 92024 -3633 TDD 760 -633 -2700 �ow recycled paper 04, .t)iCZIIitas May 31, 2002 Falcon General Engineering, Inc. Attn: Dale Winterquist 572 Collyn Street Vista, Calif. 92083 RE: MOONLIGHT BEACH URBAN RUNOFF TREATMENT FACILITY (CMD02B) NOTICE TO PROCEED This letter is your NOTICE TO PROCEED for the subject contract and June 10, 2002 shall be considered the first day of the contract. The City of Encinitas' Council authorized award of a construction contract titled, Moonlight Beach Urban Runoff Treatment Facility to Falcon General Engineering in the amount of $432,511.00 at their regular meeting on May 22, 2002. The work is to be completed within 60 working days. Your attention is also directed to Section 6 -9, page B -5, where a rate of $500.00 a day is established as liquidated damages. Please signify your acceptance of the above by signing and returning both originals. The e shall then be signed and one will be forwarded to you. ACCEPTED BY: Kipp H r Associate Civil Engineer Falcon Ge ral Engineering Contractors License No. 540704 (A) cc: Kathy Weldon Sean Manning, Richard Brady & Associates s _- re . ed paper .: Kipp Hefner - URTF Meeting inutes.�A " Page 1 Jodi Hoskinson City of Encinitas Mike O'Shea Moonlight Beach Urban Runoff Treatment Facility Sean Manning Preconstruction Meeting Tim Stanton MINUTES NOTES BY: S. Manning, T. Stanton, M. O'Shea DATE ISSUED:June 3, Gary Masters 2002 MTG. DATE/TIME: May 31, 2002 / 9:00 am - 10:30 LOCATION: 505 Vulcan Ave., Lilac Room SUBJECT: Construction of the Moonlight Beach Urban Runoff Treatment Facility ATTENDEES: Meleah Ashford City of Encinitas Raymond Guarnes City of Encinitas Kipp Hefner City of Encinitas Kathy Weldon City of Encinitas Joe Gannor Clear Creek Systems Roger Marken Falcon General Engineering Inc. Ed Taylor Falcon General Engineering Inc. Dale Winterquist Falcon General Engineering Inc. Jeremy Clemmons PBS &J Jim Rasmus PBS &J Jodi Hoskinson Richard Brady & Associates Mike O'Shea Richard Brady & Associates Sean Manning Richard Brady & Associates Tim Stanton Richard Brady & Associates Mike Thorton San Elijo Joint Powers Authority Gary Masters San Elijo Joint Powers Authority The purpose of this meeting was to discuss the project management procedures for construction of the Moonlight Beach Urban Treatment Facility. The following issues were discussed. j Kipp Hefner - URTP'Meeting Mmutes.m Page 2 CITY OF ENCINITAS - MEETING MINUTES Page 2 of 3 Introductions 1. The meeting began with project team introductions. Discussion 1. Dale Winterquist stated that Contractor mobilization for the project will commence on June 10, 2002. Construction will be completed per Contract by August 31, 2002. 2. Kipp Hefner requested that all change order requests are required to be presented in writing and itemized. No lump sum change orders will be considered. 3. Dale Winterquist reported that a one day shutdown of 3rd street is described in the Traffic Control Plan for the project. The City responded that a complete road closures will not be permitted. Single lane closure will be allowed pending review of the traffic control plan by City staff. The City will provide comments to the Traffic Control Plan as submitted. 4. Kipp Hefner asked Dale Winterquist if a plan for material storage has been prepared. Dale commented that areas identified for material storage are as follows: • Dirt area to the West of the existing PS • Dirt area to the South of the existing PS (not to encroaching on dirt path) Kipp informed Dale Winterquist that staging and material storage plans will need to be coordinated with Mike Thorton of the San Elijo Joint Powers Authority (JPA). 5. All public inquiries concerning the project are to be directed to Kathy Weldon. 6. Joe Gannon has prepared a preliminary maintenance schedule for review by the San Elijo JPA. Mike Thorton said that the JPA will review the maintenance requirements for the treatment facility and will provide comments to the City. The JPA prefers a maintenance plan that includes joint responsibility by the City of Encinitas and the San Elijo JPA. 7. Kathy Weldon reminded the representatives from Falcon Engineering Inc. that special care needs to be taken when performing work around Cottonwood Kipp Hefner - URTP Meefing Minutes v r Page`3 CITY OF ENCINITAS - MEETING MINUTES Page 3 of 3 Creek. The Creek may not be impacted by construction debris and the surrounding site is to remain as clean as possible during construction activities. 8. Chris Pulma from Falcon Engineering Inc. will meet with Kathy Weldon to discuss additional project requirements. 9. Meleah Ashford reminded the project team that the City will be invoicing the State for this project. Contractor invoices will need to be itemized per State requirements. Meleah will coordinate the pay request format requirements with Sean Manning. 10. A site meeting is scheduled for Wednesday June 4, to discuss Contractor laydown, constructibility, and site security issues. Falcon Engineering has requested that they be allowed to join a lock to the San Elijo JPA lock at the pump station. Mike Thorton said that Falcon will be allowed to include a lock to the perimeter gate. However, if Falcon needs to gain access to the Pump Station they will need to contact the San Elijo JPA. 11. Meleah Ashford reported that the City has obtained a letter from the State of California Department of Fish and Game concerning an agreement for the Streambed Alteration of Cotton Wood Creek. A copy of this letter is required to be kept on -site by the Contractor. 12. Falcon Engineering requested a site visit after the meeting to inspect existing circuit panel at the pump station. Representatives from Falcon Engineering, the San Elijo JPA, and Richard Brady & Associates will inspect the site after the meeting. Other Issues 1. Processing of Shop Drawings - Shop drawings are to be addressed to Sean Manning for tracking and distribution for review. PBS &J will assist in the review of the pump, UV equipment, and multi -media filters. 2. The Construction Management Procedures Manual was presented to the project team. Sean Manning provided a brief overview of the procedures described in the manual. In summary, all corrispondance between the City and Contractor is to be routed through Sean Manning. In case of emergency at the project site the following entities will be called in order listed: • Public Works Dept., City of Encinitas Kipp Hefner - URTF Meeting M ridi6i .v _ Page�4 May 03, 2002 CON GENERAL ENGINEERING, INC. N STREET • VISTA, CA 92083 • TEL 760/630 -9570 • FAX 760/630 -3648 • STATE CONT. LIC. #540704 City of Encinitas 505 S. Vulcan Encinitas, Ca. 92024 Attention: Mr. Kipp Hefner Reference: Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca CMSOIB Document No. 0203 -A -002 Subject: Request for substitution — Clear Creek Gentlemen, Attached, please find a letter from Clear Creek Systems, Inc. requesting approval of substitution of equipment. If you have any questions, please feel free to call. Sincerely, Dale E. WintergUist President Falcon General Engineering, Inc. ` Clear Creek Systems, Inc. May 19, 2002 Mr. Kipp Hefner City of Encinitas 505 South Vulcan Ave. Encinitas, CA 92024 RE: Requests for substitution of Equipment for Moonlight Beach Treatment Facility Dear Mr. Hefner: Clear Creek Systems, Inc. (CCS) requests that the City approve the following substitution of Equipment for the Moonlight Beach Treatment Facility. Substitute a Yardney MM- 3060 -2A media filter (See attached information) for the specified Horizontal Sand Filters and the Bag Filter Chambers. It is CCS' opinion based on similar operations that this substitution will provide better operational performance. Sincerely, Joe Gannon Clear Creek Systems, Inc. 4101 Union Avenue • Bakersfield, CA 93305 (661) 324 -9634 • Fax (661) 322 -4206 • www.clearcreeksystems.com 05- 2e-•2002 e2:08PM FROM `,'ardneyWate- MSmttSystemgs TO 4� 16613224206 P.04 W- 0, r,ardnep In Industfial -L ine Multi dia Filtration Systems Yardney high rate automatic backwashing multi -media filters are designed for enhanced capacity water filtration. These permanent media automatic backwashing filters will remove organic and /or inorganic suspended solids down tolO microns in size and will entrap greater amounts of suspended solid contaminants than sand media filters. Through the use of automatically controlled backwashing, the filter will operate "on line" for extended periods of time prior to the short backwashing cycle. Automatic filter operation is monitored on both elapsed time as well as pressure differential. When the controller "balls" for a backwash as a result of pressure differential or elapsed time, the backwashing function utilizes a portion of the clean filtered water produced by the system to clean the media. Single tank systems utilize unfiltered water for backwashing. Optional external backwash water sourcing systems are available for both single and multiple tank Systems. The Yardney multi -media filter utilizes a vertical side shell depth of 60" with layered graded beds of filtration media. Through the use of multiple layers of specially selected filtermedia, "progressive filtration" is achieved through the media layers. The first layer of filter media entraps and holds larger sized particles allowing smaller particles to be removed in subsequent media layers. Th final media layer "polishes" the water removing suspended solids down to 10 microns in size. Yardney multi -media filters feature fusi n bonded epoxy linings, cast iron or brass automatic valves, solid state automatic controls and type 304 stainless steel underdrains. Standard Yardney systems are shipped assembled on structural steel skids for easy in6talla tion and start up. Standard inlet and outlet connections are grooved but may be ordered flanged as an option. Yardney multi -media filters are ideally gent water quality standards exist or when solids are present. These applications can water pre - treatment applications for revei systems, or as. a pre - treatment system cartridge filters. Yardney multi- media fi primary filters for removal of suspends water or in wastewater clean up applies Zar wy Water Management Systems 6666 Box Springs Blvd. • Riverside, CA 92507 909- 656 -6716 - 800.854 -4788 - FAX 909 -656 wited for use where strin- higher levels o f suspended nclude re-use applications, e osmosis and de-ionization )rior to disposable bag or :ers are also widely used as i solids in incoming plant ions. 867 U.S.A. F RO^1 YardnegWater Ngnit Systems z L I- � u �� a W I w 3 u u H� o u d U 4v .y r Op J 0 CL h >_ vi b v Q 1 Li y ^� W _ WO E? ZZ Wa p�p L Ka = K b Klz4m hh �2 Z W �Q• Vo 3 -.r tV ri Oj 1 I 1� ^d P, �; n 4 W IX h tn T__*A - TO 16613224206 F.e3 f N �w May 03, 2002 CON GENERAL ENGINEERING, INC. N STREET • VISTA, CA 92083 . TEL 760/630 -9570 • FAX 760/630 -3648 • STATE CONT. LIC. #540704 City of Encinitas 505 S. Vulcan Encinitas, Ca. 92024 Attention: Mr. Kipp Hefner Reference: Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca CMSOIB Document No. 0203 -A -001 Subject: Request for deviation Gentlemen, To accommodate the installation of the pumps, we are requesting approval of a 6' diameter wet well with an invert elevation of 9.5 in place of the 5' diameter with an invert elevation of 5.5. The storage capacity for the 6' diameter will remain at aprox 255 cubic feet, which is the same capacity as the 5' diameter. This request will be at no additional cost to the City. If you have any questions, please feel free to call. Sincerely, Dale E. terquist President Falcon General Engineering, Inc. May 03, 2002 CON GENERAL ENGINEERING, INC. N STREET • VISTA, CA 92083 TEL 760/630 -9570 • FAX 760/630 -3648 • STATE CONT. LIC. #540704 City of Encinitas 505 S. Vulcan Encinitas, Ca. 92024 Attention: Mr. Kipp Hefner Reference: Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca CMSOIB Document No. 0203 -A -001 Subject: Request for deviation Gentlemen, To accommodate the installation of the pumps, we are requesting approval of a 6' diameter wet well with an invert elevation of 9.5 in place of the 5' diameter with an invert elevation of 5.5. The storage capacity for the 6' diameter will remain at aprox 255 cubic feet, which is the same capacity as the 5' diameter. This request will be at no additional cost to the City. If you have any questions, please feel free to call. Sincerely, Dale E. A erquist President Falcon General Engineering, Inc. ±Clear Creek Systems, Inc. CLEAR CREEK SYSTEMS, INC. CITY OF ENCINITAS MOONLIGHT BEACH URBAN RUNOFF TREATMENT SYSTEM PHASE I EQUIPMENT SUBMITTALS MAIN COMPONENTS AND SOURCES QUANTITY COMPONENT SOURCE 2 UV light unit A uionics 1 Multi -Media unit MM- 3060 -2A Yardne 1 Pinch Valve Red Valve- -5200E 2 3" Basket Strainers Spears--BS-2-1 000 1 Enclosure Mini - Mobile 4101 Union Avenue • Bakersfield, CA 93305 (661) 324 -9634 • Fax (661) 322 -4206 • www.clearcreeksystems.com 05-20-2002 02 :08PM FROM •YardneyWate•-MomtSystems TO 16613c24206 P.04 :970%9W. c:saxnts��ry a ,y�.� r_.W: rNi'• �c. a "� {{ � .�.,,II ,.•�.r�, I r.}}GLLyyy- ��l yyl�. .�`[ty�',a��}a f �J gj�'jyq� �TYJ.[�{ �j gS � ,dry . rw ''Ll'I +.f. .'1`�.1M•"}Vg' �1 ".n`(2iT .. ![�1C` (4f` so WATER SYST>EM S Indush al In -Line MANAGEMENT Mulfi-M�dia Filtration Systems Yardney high rate automatic backwashing multi -media filters are designed for enhanced capacity water filtration. These permanent media automatic backwashing filters will remove organic and /or inorganic suspended solids down t010 microns in size and will entrap greater amounts of suspended solid contaminants than sand media filters. Through the use of automatically controlled backwashing, the filter will operate "on line" for extended periods of time prior to the short backwashing cycle. Automatic filter operation is monitored on both elapsed time as well as pressure differential. When the controller "calls" for a backwash as a result of pressure differential or elapsed time, the backwashing function utilizes a portion of the clean filtered water produced by the system to clean the media. Single tank systems utilize unfiltered water for backwashing. Optional external backwash water sourcing systems are available for both single and multiple tank systems. The Yardney multi -media filter utilizes a vertical side shell depth of 60" with layered graded beds of filtration media. Through the use of multiple layers of specially selected filtermedia, "progressive filtration" is achieved through the media layers. The first layer of filter media entraps and holds larger sized particles allowing smaller particles to be removed in subsequent media layers. Thf final media layer "polishes" the water removing suspended solids down to 10 microns in size. I Yardney multi -media filters feature fusion bonded epoxy linings, cast iron or brass automatic valves, solid state automatic controls and type 304 stainless steel underdrains. Standard Yardney systems are shipped assembled on structural steel skids for easy instal! e tion and start up. Standard inlet and outlet connections are grooved but may be ordered flanged as an option. Yardney multi - media filters are ideally gent waterquality standards exist or wher solids are present. These applications can water pre- treatment applications for rever systems, or as a pre - treatment system cartridge filters. Yardney multi -media fi. primary filters for removal of suspende water or in wastewater clean up applica Vtt'd�� Water Management Systems 6666 Box Springs Blvd. • Riverside, CA 92507- �09.656 -6716 - 900.84 -4788 • FAX 909 -656- suited for use where strin- higher levels of suspended ncludere -use applications, e osmosis and deionization prior to disposable bag or :ers arc also widely used as I solids in incoming plant ions. 867 U.S.A. Multi -Media Specifications Page 1 of 2 "Ci£ANl1VG 7-mf wATf,4.� Of TN£ wo"a SJNCF f 9d 5- Multi -Media Specifications Tjrdn" 4&&6I1 RD SM RI NCti BIVD RIVin %I OF. Cll Il % A 92SOF - PHCINF- [VoO F)'&%6 -Gl 1 d FIIX- (VDM) 4S%6 -38 aI Home [ Contact Us [ News [ Feedback [ Contents [ GO TO MULTI -MEDIA INFO REMOVAL OF SUSPENDED SOLIDS DOWN TO 5 MICRONS AND BELOW MODEL SERVICE FLOW RATES MEDIA CU. FT. TOTALAREA SQ. FT. BACKWASH GPM IN/OUT SIZE MAX PSI DIMENSIONS NORMAL GPM PEAK GPM L W H MM- 2460 -1A 16-47 63 12.0 3.15 47 2" 100 3'1" 2'4" 8'0" MM- 2460 -2A 32 -95 126 24.0 6.30 47 3" 100 4'6" 2'4" 8'6" MM- 2460 -3A 48 -142 189 36.0 9.45 47 3" 100 6'9" 2'4" 8'6" MM- 3060 -1A 25 -74 98 20.0 4.91 74 3" 100 4'8" 2'9" 8'6" MM- 3060 -2A 50 -147 196 40.0 9.82 74 4" 1 100 5'5" 79" 8'8" MM- 3060 -3A 75 -221 294 60.0 14.73 74 4" 100 8'3" 2'9" 8'8" MM- 3660 -1A 35 -107 142 28.5 7.10 107 3" 100 4'8" 3'3" 8'10" MM- 3660 -2A 70 -213 284 57.0 14.20 107 4" 100 6'5" 3'3" 97" MM- 3660 -3A 105 -320 426 85.5 21.30 107 4" 100 9'9" 3'3" 9'3" MM- 4860 -1A 63 -189 252 51.5 12.60 189 4" 80 57" 4'3" 9'10" MM- 4860 -2A 126 -378 504 103.0 25.20 189 6" 80 8'S" 4'3" 107" MM- 4860 -3A 189 -567 756 154.5 37.80 189 6" 80 12'9" 1 4'3" 10'2" MM- 48604A 252 -756 1008 1 206.0 50.40 189 8" 80 17'1" 47" 10'4" MM- 4860 -5A 315 -945 1260 1 257.0 63.00 189 10" 80 22'2" 4'3" 10'2" MM4860 -6A 378 -1134 1512 309.0 75.60 189 10" 80 26'6" 4'3" 10'2" MM- 5460 -1A 80 -239 318 65.5 15.91 239 4" 80 5'10" 4'9" 10'4" MM- 5460 -2A 160 -477 636 131.0 31.82 239 6" 80 9'4" 4'9" 10'8" MM- 5460 -3A 240 -716 954 196.5 47.73 239 6" 1 80 14'2" 4'9" 10'8" MM- 5460 -4A 320 -955 1272 262.0 63.64 239 8" 80 19'9" 4'9" 10'10" MM- 5460 -5A 400 -1193 1590 327.5 79.55 239 10" 80 24'7" 4'9" 10'8" MM- 5460 -6A 480 -1432 1908 393.0 95.46 239 10" 80 29'5" 4'9" 10'8" STANDARD SYSTEMS INCLUDE: 0 FILTERED WATER BACKWASH ON MULTI -TANK SYSTEMS 0 ALL INTERIOR SURFACES FUSION EPDXY COATED WITH SCOTCHKOTE 134 0 ADVANCED SOLID STATE AUTOMATION WITH ELAPSED TIMER AND DIFFERENTIAL PRESSURE CONTROL 0 SKID MOUNTED ON STRUCTURAL STEEL SKID 0 LIQUID FILLED STAINLESS STEEL PRESSURE GAUGES 0 FLANGED IN /OUT STANDARD (GROOVED - OPTIONAL) 0 AUTOMATIC DIAPHRAGM OPERATED NON - CORROSIVE BRASS OR CAST IRON VALVES 0 SYSTEMS PROVIDED WITH INTERCONNECTING PIPING 0 REMOVABLE 304 STAINLESS STEEL UNDERDRAIN STANDARD 0 ASME CODE STAMPED AVAILABLE - CONSULT FACTORY 0 FILTRATION MEDIA IS INCLUDED IN THE SYSTEM PACKAGE 0 GO TO MULTI -MEDIA http: / /www.yardneyfilters -com /multi- media_specs.htm 5/19/2002 07PN FRO"1 Yar dneyWaterrl1gmt5yst.errs b 6 . u I h UUV y,� U Z N dL- N N n T � o • N 1 v a e 1 G'a a w uq u Wei Z Z W Y a � W lots C1 .� OpC � Ik .,, l7 VQ d4uya 4 -1 d IZ L [ aHiO A i `x s] <O VO W r 7 {7 N Pl `t Ad �G � A � tt C E I M LC 1_ 70 166132��:2t36 P.03 i ^� r CNI '1/6 06) C !3tl) .91/6 9 -•1. a r (N( O[) .01 -.G iv J T i1 Ln N so w N D C O z L 141 e I ce 7 1 Z012:0 3Jtid SID INC Ir1D", 05E0IoE909 £E!SZ Z00Z /80/S0 �t � abed :9 saooJd at Road !- OS£OlbE909 =WdbS: l B!O /9 /9 Pa ni aoat Cie abed `WdlL :z ZO 9-AeV4 `•96691b6Z99 `ssaooad OT�Toed :dg lugs �3� IF jr A fag Tj �s a.. 3 A . r >C 1 � o l� t w ' A �r Z0 /10 MVd SJIN0I10V 06EGIVE909 EE :SI Z00Z180190 EiZ abed :WdOI :Z ZO-e -AeW `•56691 -6299 `ssaoaJd OTITOBd :A8 }uag ax N � � aV R N Q� a V V N V N s I m iii# s n # x I m RE .'VEST FOR INFORM .TION NO. 001 DATE: 5/17/02 Project: MOONLIGHT BEACH URBAN RUNOFF Owner: City of Encinitas TREATMENT FACILITY Contractor: Falcon General Engineering, Inc CMS01B 572 Collyn St., Vista, Ca. 760/ 630 -9570 (FOR CONTRACTORS USE) DRAWING NUMBER: C -2 & C -3 QUESTION/PROBLEM: INFLUENT ELEVATIONS / SLOPE TO WET WELL CONTRACT DRAWINGS C -2 & C -3 INDICATE THE INVERT OF THE INFLUENT PIPE @ THE CONCRETE BOX CULVERT TO BE 14.20, AND THE INVERT @ THE WET WELL TO BE 7.66. THIS IS A 6'— 7" FALL THE TOTAL LENGTH OF INFLUENT PIPE IS 20' WHICH RESULTS IN A FALL OF APROX 4" PER FOOT DRAWING C -3 REQUIRES A MIN OF .005 FALL. PLEASE REVIEW AND PROVIDE CLARIFICATION CONTRACTOR'S AUTHORIZED SIGNATURE (FOR CONSTRUCTION MANAGER'S USE) DATE: REPLY /SOLUTION: CONSTRUCTION MANAGER'S AUTHORIZED SIGNATURE: DISTRIBUTION 1. Contractor 4. Resident Project Representative 2. Owner 5. Project Files 3. Project Manager 1 RE, , JEST FOR INFORM .TION NO. 001 DATE: 5/17/02 Project: MOONLIGHT BEACH URBAN RUNOFF Owner: City of Encinitas TREATMENT FACILITY Contractor: Falcon General Engineering, Inc CMSOIB 572 Collyn St., Vista, Ca. 760/ 630 -9570 (FOR CONTRACTORS USE) DRAWING NUMBER: C -2 & C -3 QUESTION/PROBLEM: INFLUENT ELEVATIONS / SLOPE TO WET WELL CONTRACT DRAWINGS C -2 & C -3 INDICATE THE INVERT OF THE INFLUENT PIPE @ THE CONCRETE BOX CULVERT TO BE 14.20, AND THE INVERT @ THE WET WELL TO BE 7.66. THIS IS A 6'— 7" FALL THE TOTAL LENGTH OF INFLUENT PIPE IS 20' WHICH RESULTS IN A FALL OF APROX 4" PER FOOT DRAWING C -3 REQUIRES A MIN OF .005 FALL. PLEASE REVIEW AND PROVIDE CLARIFICATION CONTRACTOR'S AUTHORIZED SIGNATURE (FOR CONSTRUCTION MANAGER'S USE) DATE: REPLY /SOLUTION: CONSTRUCTION MANAGER'S AUTHORIZED SIGNATURE: DISTRIBUTION 1. Contractor 4. Resident Project Representative 2. Owner 5. Project Files 3. Project Manager _ 1 �m!Clear Creek Systems, Inc. CLEAR CREEK SYSTEMS, INC. CITY OF ENCINITAS MOONLIGHT BEACH URBAN RUNOFF TREATMENT SYSTEM PHASE I EQUIPMENT SUBMITTALS MAIN COMPONENTS AND SOURCES QUANTITY COMPONENT SOURCE 2 UV light unit A uionics 1 Multi -Media unit MM- 3060 -2A Yardne 1 Pinch Valve Red Valve- -5200E 2 3" Basket Strainers Spears--BS-2-1 000 1 Enclosure Mini - Mobile 4101 Union Avenue • Bakersfield, CA 93305 (661) 324 -9634 • Fax (661) 322 -4206 • www.clearcreeksystems.com i AGREEMENT TO PROVIDE SERVICES THIS AGREEMENT is made and entered into as of the date of execution by the City of Encinitas, a municipal corporation, hereinafter referred to as "CITY, and Richard Brady and Associates hereinafter referred to as "PROVIDER". RECITALS The CITY requires outside assistance to provide the following services: Construction Management Services for the following project: MOONLIGHT BEACH URBAN RUNOFF TREATMENT FACILITY (CMD02B) Services include construction management of the Moonlight Beach Urban Runoff Treatment Facility Project. PROVIDER represents itself as possessing the necessary skills and qualifications to provide the services required by the CITY ; NOW THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CITY and PROVIDER agree as follows: 1.0 TERM OF AGREEMENT 1.1 This AGREEMENT shall be effective on and from the day, month, and year of the execution of this document by the CITY. 1.2 PROVIDER shall commence the performance of the services on May 20, 2002 and shall continue such services until all tasks to be performed are completed, or this AGREEMENT is otherwise terminated. PROVIDER shall complete the services and provide the final submittal no later than October 18, 2002. 2.0 PROVIDER OBLIGATIONS E -1 2.1 PROVIDER shall provide the CITY with the following services: A. All required construction management services necessary until completion of the construction of the project. B. Preparation of As -Built drawings. 2.2 PROVIDER shall perform all work required to accomplish the DESCRIBED SERVICES in conformity with applicable requirements of law: Federal, State, and local. 2.3 PROVIDER is hired to render the DESCRIBED SERVICES and any payments made to PROVIDER are compensation fully for such services. 2.4 PROVIDER shall maintain professional certifications as required in order to properly comply with all CITY, State, and Federal law. 3.0 PAYMENT FOR SERVICES (ATTACHMENT A) Payment to PROVIDER to render the DESCRIBED SERVICES hereunder shall be as set forth in Attachment A which is attached hereto and incorporated herein as though fully set forth at length. 4.0 EXTRA WORK PROVIDER shall not perform work in excess of the DESCRIBED SERVICES without the prior, written approval of the CITY. All requests for extra work shall be by written Change Order submitted to the City prior to the commencement of such work. 5.0 VERBAL AGREEMENT OF CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the CITY, either before, during, or after the execution of this AGREEMENT, shall effect or modify any of the terms or obligations herein contained nor shall such verbal agreement or conversation entitle PROVIDER to any additional payment whatsoever. 6.0 TERMINATION OF AGREEMENT 6.1 In the event of PROVIDER'S failure to prosecute, deliver, or perform the DESCRIBED SERVICES, the CITY may terminate this AGREEMENT by notifying PROVIDER by certified mail of said termination. Thereupon, PROVIDER shall cease work and within five working days: (1) assemble all documents owned by the CITY and in PROVIDER'S possession and deliver said documents to the CITY and (2) place all work in progress in a safe and protected condition. The City Manager of the CITY shall make a determination of the percentage of work which PROVIDER has performed which is usable and of worth to the CITY. Based upon that finding, the City shall determine any final payment due to PROVIDER. 6.2 This AGREEMENT may be terminated by either party, without cause, upon the giving of thirty (30) days written notice to the other party. Prior to the 30' day following the giving of the notice, the PROVIDER shall: (1) assemble the completed work product to date, and put same in order for proper filing and closing, and deliver said product to the CITY and (2) place all work in progress in a safe and protected condition. The City Manager of CITY shall make a determination of the percentage of work which PROVIDER has performed which is usable and of worth to the CITY. Based upon that finding, the CITY shall determine any final payment to PROVIDER. 7.0 COVENANTS AGAINST CONTINGENT FEES PROVIDER warrants that it has not employed or retained any company or person, other than a bona fide employee working for PROVIDER, to solicit or secure this AGREEMENT, and that PROVIDER has not paid or agreed to pay any company or person other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from the award or making of this AGREEMENT. For breach or E -2 violation of this warranty, the CITY shall have the right to terminate this AGREEMENT without liability, or, at the CITY'S discretion to deduct from the AGREEMENT price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 8.0 OWNERSHIP OF DOCUMENTS 8.1 All computer data base, computer drawing files, plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the CITY, whether or not the CITY proceeds with the project for which such documents are prepared. 8.2 If the CITY reuses such documents for any reason other than for the project for which they are prepared, without PROVIDER'S prior written authorization, which shall not be unreasonably withheld, the CITY waives any claim against PROVIDER for such unauthorized use and will indemnify and hold PROVIDER harmless from any claim or liability for injury or loss allegedly arising from the CITY'S unauthorized use of such documents. 9.0 STATUS OF PROVIDER PROVIDER shall perform the services provided for herein in a manner of PROVIDER'S own choice, as an independent contractor and in pursuit of PROVIDER'S independent calling, and not as an employee of the CITY. PROVIDER shall be under control of the CITY only as to the result to be accomplished and the personnel assigned to the project. 10.0 ASSIGNMENT OF CONTRACT PROVIDER is without right to and shall not assign this AGREEMENT or any part thereof or any monies due hereunder without the prior written consent of the CITY which shall not be unreasonably withheld. 11.0 HOLD HARMLESS 11.1 PROVIDER agrees to indemnify and hold the CITY and CITY's officers, officials, employees and agents harmless from, and against any and all liabilities, claims, demands, causes of action, losses, damages and costs, including all costs of defense thereof, to the extent arising out of, or in any manner connected directly or indirectly with, any negligent acts or omissions of PROVIDER or PROVIDER'S agents, employees, subcontractors, officials, officers or representatives. PROVIDER'S obligation herein includes, but is not limited to, alleged defects in the services delivered by PROVIDER. Upon demand, provider shall, at its own expense, defend CITY and CITY's officers, officials, employees and agents, from and against any and all such liabilities, claims, demands, causes of action, losses, damages and costs. 11.2 PROVIDER'S obligation herein does not extend to liabilities, claims, demands, causes of action, losses, damages or costs that arise out of the CITY'S intentional wrongful acts, CITY'S violations of law, or the CITY'S sole active negligence. E -3 12.0 INSURANCE 12.1 The PROVIDER shall obtain and for the full term of this CONTRACT maintain a policy of motor vehicle liability, general liability, public liability, and property damage insurance from an insurance company approved by City and licensed and admitted to be transacting business in the State of California, in an insurable amount of not less than one million dollars ($1,000,000.00) for each occurrence. The insurance policy shall provide that the policy shall remain in force during the life of this AGREEMENT and shall not be canceled, terminated, or allowed to expire without thirty (30) days prior written notice to the CITY from the insurance company. 12.2 The CITY shall be named as an additional insured on PROVIDER'S policies. 12.3 Before PROVIDER shall employ any person or persons in the performance of the AGREEMENT, PROVIDER shall procure a policy of Worker's Compensation Insurance as required by the Labor Code of the State of California. 12.4 PROVIDER shall furnish certificates of said insurance to the CITY prior to commencement of work under this AGREEMENT. 13.0 DISPUTES 13.1 If a dispute should arise regarding the performance of this AGREEMENT, the following procedure shall be used to address any question of fact or interpretation not otherwise settled by agreement between the parties. Such questions, if they become identified as part of a dispute between persons operating under the provisions of the AGREEMENT, shall be reduced to writing by the complaining party. A copy of such documented dispute shall be forwarded to the other party involved along with recommended methods of resolution. The party receiving the letter shall reply to the letter along with a recommended method of resolution within ten (10) days of receipt of the letter. 13.2 If the dispute is not resolved, the aggrieved party shall send to the CITY'S City Manager a letter outlining the dispute for Manager's resolution. 13.3 If the dispute remains unresolved and parties have exhausted the procedures of this section, the parties may then seek remedies available to them at law. 14.0 NOTICES 14.1 Any notices to be given under this AGREEMENT, 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 notice on the CITY'S behalf is: E -4 Peter Cota - Robles Director of Engineering Services City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024 14.3 For the purposes hereof, unless otherwise provided in writing by the parties hereto, the address of PROVIDER and the proper person to receive any notice on the PROVIDER'S behalf is: Richard Brady Richard Brady and Associates 4909 Murphy Canyon Road, Suite 220 San Diego, CA 92123 15.0 ATTORNEY'S FEES In the event that one party incurs expenses, including attorney's fees and costs, in enforcing the provisions of this AGREEMENT, such party shall be entitled to recover from the other party reimbursement for those costs including reasonable attorney's fees. 16.0 PROVIDER'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 PROVIDER certifies that PROVIDER is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC 1101 -1525) and has complied and will comply with these requirements, including but not limited to verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this AGREEMENT. PROVIDER RICHARD BRADY & ASSOC. By 5=10 -0 L Richard Brady, P Date E -5 CITY City of Encinitas B Y O-L z- Peter Cota- Robles, PE Date Director of Engineering Services I• i May 1, 2002 Mr. Kipp Hefner City of Encinitas Engineering Services Department 505 South Vulcan Avenue Encinitas, California 92024 -3633 Subject: Moonlight Beach Urban Runoff Treatment Facility Construction Management and Administration Services Dear Mr. Hefner: Thank you for inviting Richard Brady & Associates to submit this proposal for professional construction management and administration services for the Moonlight Beach Urban Runoff Treatment Facility. As we discussed at our meeting yesterday, the services to be provided will include full construction management and resident engineering duties from the preconstruction phase through the ribbon cutting ceremony with Governor Gray Davis scheduled for mid September. In addition, we will also process and review all submittals in accordance with the plans and specifications prepared by the design engineer. We will commit the services of Sean Manning, P.E. as your primary point of contact. Sean will serve as the Construction Manager. As the work progresses, he will share resident engineering duties with Jodi Hoskinson, P.E., and Mike O'Shea. Resumes for Sean, Jodi, and Mike are attached. Jodi is our most talented process engineer. She also happens to live in Leucadia. Mike is a junior engineer who will assist the inspection activities. Nick Kanetis, P.E. will provide general oversight for our team's duties. In addition, I'll keep a personal eye on the project to ensure we meet and exceed your expectations at all levels of our organization. We will do all we can to keep the Contractor focused on the schedule and to resolve problems promptly as they arise. Our estimated fee is summarized on the attached spreadsheet. Note that this is a time driven assignment based on the specified construction duration of 60 working days. I have assumed that the actual on -site work will occur over a 40 working day period. The first 10 days will involve mobilization. The last 10 days will involve start-up activities. As you can see, I split the work into phases. Phase A is the construction phase, including submittal reviews. Phase B is the start-up phase. Note that I have included the preparation of as -built drawings in our scope of services. 45d' - 41060505 I . I' Please call me if you have any questions or comments. We are ready to begin supporting the contract immediately. Sincerely, Richard Brady, P.E., DEE President Cc: Nick Kanetis, Vice President ����� -iw aw • V o5j" 0,w afe5 s' moonlightbeachcm.xls SUMMARY TABLE TASKS Task Description Fee Quarry Creek Sewer Lift Station Phase A Services During Construction 1.0 Construction Administration $11,736 2.0 Construction Inspection Services $26,520 3.0 Meetin s $3,828 Subtotal $42,084 Phase B Services During Project Startup and Closeout 1.0 Startup and Testing $8,244 2.0 Project Closeout $7,128 Subtotal $15,372 Richard Brady Associates Totall $57,456 5/2/2002 mooniightbeachcm.xis 4# .. rte. 0 N a T W Q D 0 _n CD U O N �IIRIII�IIIIIN�III�AA1 1� �ISI��I�IIIIYIYI��NI��I�pIIIYE a1�1�111�11�1111��11�11Y111� f CONTRACT FOR THE ,s 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 Falcon General Engineering, Inc., hereinafter referred to as "CONTRACTOR". as RECITALS CITY requires a general contractor to construct a public works project generally described MOONLIGHT BEACH RUNOFF TREATMENT FACILITY PROJECT NO. CMD02B 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. con6171 E -1 2.0 EXTRA WORK 2.1 The CONTRACTOR, in providing the services as set forth herein, shall not perform work in excess of the PROJECT without the written permission of the CITY or its designated representative. All requests for extra work shall be by written Change Order submitted to CITY prior to the commencement of such extra work. The cost or credit to CITY resulting from changes in the services shall be determined in accordance with the procedure described in paragraph 2.2, below. 2.2 CONTRACTOR shall seek compensation, or CITY shall be allowed any credit, for any change made by CITY pursuant to paragraph 2. 1, in the following manner: con6171 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); 1. Construction equipment; 2. Worker's Compensation and Public Liability Insurance; 3. General and field overhead; 4. 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. E -2 D. Any request for a time extension will be included with CONTRACTOR'S proposal. E. CITY shall consider CONTRACTOR'S proposal in detail, utilizing unit prices where specified or agreed upon for calculating CONTRACTOR'S estimates, to determine compensation. F. After receiving CONTRACTOR'S detailed proposal, the CITY'S designated representative for the PROJECT shall promptly review and take action on it. When the immediate need to proceed with a change is indicated through written communication by the City, the CONTRACTOR shall proceed on the basis of a price determined at the earliest practicable date but not more than the increase or less than the decrease proposed by CONTRACTOR. G. Any claim for compensation due to Differing Site Conditions, as defined by the Standard Specifications for Public Works Construction, 1997 edition (the "Green Book ") is subject to and shall be in accordance with the requirements and limitations set forth I subparagraphs A through G of this paragraph 2.2. All other claims for compensation submitted by CONTRACTOR under this CONTRACT shall be subject to the requirements and limitations of subparagraphs A through E of this paragraph 2.2. H. Upon written request by the CITY'S designated representative for the PROJECT, CONTRACTOR shall submit a proposal, in accordance with the requirements and limitations set out in subparagraphs A through G of this paragraph 2.2, for work involving contemplated changes covered by the request, within the time limit indicated in the request or any extension of such time limit that may be subsequently granted. If, within a reasonable time after receiving CONTRACTOR'S proposal, the CITY'S designated representative for the PROJECT directs CONTRACTOR to proceed with performing the proposed work, the proposal shall constitute CONTRACTOR'S claim for compensation. I. CONTRACTOR understands that project changes in excess of $25,000 may require approval by the CITY'S City Council. Such approval may occur only during regularly scheduled City Council meetings that occur three times each month. 3.0 PAYMENT FOR SERVICES Payment for CONTRACTOR'S work to be rendered hereunder shall be in accordance with the provisions of the Bid Schedule in Section D, Bid Forms, which is attached hereto and incorporated herein as though fully set forth at length. con6171 E -3 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: 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; con6171 3. A certified check made payable to the CITY; 4. A 100% labor and materials bond executed by an approved surety insurer, admitted in the State of California, made payable to the City; or E -4 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. 4.0 TERM OF CONTRACT 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 240 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 con6171 E -5 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 of the CITY only as to the result to be accomplished and the personnel assigned to the project. However, CONTRACTOR shall confer with the CITY as required to perform this CONTRACT. 7.0 SUBCONTRACTING 7.1 As required by California Public Contract Code Section 4104, the CONTRACTOR has set forth in the List of Subcontractors and Suppliers in Section F, Bid Forms, which is attached hereto and incorporated herein as though fully set forth at length: A. The name and location of the place of business of each subcontractor who will perform work or labor or render service to the bidder in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the bidder, will specially fabricate and /or install a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of 1/2 of 1 % of the CONTRACTORS total bid. B. The portion of work which will be done by each listed subcontractor; and C. Only one subcontractor for each portion of the work. 7.2 If the CONTRACTOR subcontracts any of the work to be performed under this CONTRACT, CONTRACTOR shall be as fully responsible to the CITY or the acts and omissions of the CONTRACTOR'S subcontractor and of the persons either directly or indirectly employed by the subcontractor, as CONTRACTOR is for the acts and omissions of persons directly employed by CONTRACTOR. Nothing contained in the CONTRACT shall create any contractual relationship between any subcontractor of CONTRACTOR and the CITY. The CONTRACTOR shall bind every subcontractor by the terms of the CONTRACT applicable to CONTRACTOR'S work unless specifically noted to the contrary in the subcontract in question approved in writing by the CITY. 8.0 ASSIGNMENT OF CONTRACT The CONTRACTOR has no authority or right to assign this CONTRACT or any part thereof or any monies due thereunder without first obtaining the prior written consent of the CITY. 9.0 E UALS con6171 E-6 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. 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, that cannot be settled by negotiation shall be first submitted to con6171 E -7 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. 11.3.2 The claimant shall initiate arbitration within ninety (90) calendar days after the date of service of the notice of decision or notice of non - decision of the 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 con6171 IM 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. 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: con6171 Peter Cota - Robles, Director of Engineering Services City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 Wt and the address of CONTRACTOR and the proper person to receive any such notice on its _ behalf is: Falcon General Engineering, Inc. Attn: Dale E. Winterquist, President 572 Collyn Street Vista, Calif. 92083 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. " 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. CONTRACTOR by DW E. Winte/gdist, President Falcon GeneraY Engineering, Inc. Dated: -S/ 301(j1 State of California License No. 5 4 O 1 Q t4 A con6171 E -10 CITY ENCIN S by Dated: ` `4 ! / Q FAITHFUL PERFORMANCE BOND EXECUTED IN DUPLICATE MOONLIGHTBEA FOR BOND NO- 08035479 CH URBAN RUNOFF TREATMENTFACILTPR MIUM: $4, 209.00 Premium Is For Contract Term KNOW ALL I N By THESE P And Is Subject To AdjustMent RESENTS that FALCON GENERAL ENGINEERING, INC. Based On Final Contract prix, as CONTRACTOR and FIDELITY AND DEPOSIT COMPANY as SURETY, are held and ................ OF MARYLAND **$432,511 5rrn1y bound unto the City of Encinitas as the C17Y .00 *i0llars ($ 432, 511.0 --r9, which is on the Penal sum of for the above - stated project, for the a percent of the total contract amount bound, jointly and severally., p yment of which sum, CONTRACTOR and S Y nmly by these presents. URETY agree to be is THaboCuE Ot NAITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and to enter into the annexed Contract Agreement with the CITY for the above stated project, CONTRACTOR faithfully peif rforms and fulfills all obligations under the co manner and time specified therein, then this obligation shall be null and void, contract doe remain in full force and effect in favor of the Cali Obligation mnents in the addition to the face amount specified therefor, including reasonable a ose it shall in Crry in Successfully enforcing such obli atiotl P of the obligation secured hereb itomeys' fees incurred bydth e rendered; provided that any alterations in the obligations or time for completion all to be taxed as costs and included in art the terms of the contract documents shall not in YJudant to and notice of such alterations is hereby waived by Sup n release either O CONTRACTOR made pursuant t, NTRACTOR or SURETY, IN W1TN8SS WHEREOF the parties hereto have set day of MAY 20 02. CONTRACTOR FALCON GENERAL EN( sALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT -C��r State of CALIFORNIA County of SAN DIEGO names, titles, hands, and seals this 28' H INC. On 5/28/2002 before me, DATE KAREN JEAN HA NAME, TITLE OF OFFICER - E.G., -JANE DOE, NOTARY PUBLIC' personally appeared DALE E. WINTER UIST JOHN G. MALONEY NAMES) OF SIGNERS) © personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized :.... KAREN JEAN HA L(_ rapacity !ies), and that by his /her /their I COMM. 01244987 NOTARY SANDIBLOCOUIFORrNP. :6 SAN DIEGO COUNTY signature(s) on the instrument the person(s), � or the entity upon behalf MY COMMISSION of which the EXPIRES DECEIMBER 7, 2003 person(s) acted, executed the instrument. N. 5793 �� OPTIONAL SECTION I CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. 0 INDIVIDUAL []X CORPORATE OFFICER(S) PRESIDENT TITLE(S) 0 PARTNER(S) [:] LIMITED GENERAL ® ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: WITNE S my hand and official seal. SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNA E OF NOTARY THIS CERTIFICATE MUST BE ATTACHED TO OPTIONAL SECTION 'HE DOCUMENT DESCRIBED AT RIGHT: TITLE OR TYPE OF DOCUMENT "hough the data requested here is not required by law, NUMBER OF PAGES DATE OF DOCUMENT could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMF =n eanNic -- - - EXECUTED IN DUPLICATE LABOR AND MATERIALS BOND BOND NO. 08035479 FOR PREMIUM INCLUDED IN PERFUHIVIANC;t BOND MOONLIGHT BEACH URBAN RUNOFF TREATM$NT FACILITY . ...... . -- -- KNOW ALL MEN BY THESE PRESENTS that FALCON GENERAL ENGINEERING, INC. as CONNTRACTOR, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND as SURETY, are held and firmly bound unto the City of Encinitas, as the Crnr, in the penal sum of * * 4 3 2 511.00 * * dollars ($4 3 2 511, 00 which is one hundred percent of the total contract amount for the above stated project, for payment of which sum, CONTRACTOR and he total agree c be bound, jointly and severally, firmly by these presents. to THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and if project is about to enter into the annexed Contract Agreement with the CITY for the above stated t, 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 h amount not exceeding the sum act forth above, and also in case suit is brought upon this bond, win an 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. NIA ALL- PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of SAN DIEGO On 5/28/2002 DATE before me, KAREN JEAN HALL, NOTARY PUBLIC NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared E. WINTEROUIST, JOHN G MALONEY NAME(S) OF SIGNER(S) ❑x personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized •se KAREN wEAty i ih�L> Gapacity'ies), and that by his /her /their COMM. #1244987 signature(s) on the instrument the person(s), _ NOTARY PUBLIC- CAUFOMA or the entity upon behalf of which the !� SAN DIEGO COUNTY 4 Y p 2 DECEMBER 7. IRES person(s) acted, executed the instrument. WITN SS my hand and official seal. SIGN RE OF NOTARY OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. No. 5193 � OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. E] INDIVIDUAL ® CORPORATE OFFICER(S) PRESIDENT TITLE(S) PARTNER(S) E:] LIMITED GENERAL ® ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ATTACHMENT A MOONLIGHT BEACH URBAN RUNOFF TREATMENT FACILITY WORK TO BE DONE All work shall be done in accordance with the Special Provisions, the "Greenbook" Standard Specifications for Public Works Construction (2000 edition), and the San Diego Area Regional Standard Drawings (March, 1997 edition), Caltrans Standard Specifications (July, 1992 edition), and the plans, drawing number 0023 -DI unless otherwise indicated on the plans. DESCRIPTION OF WORK FOR MOONLIGHT BEACH URBAN RUNOFF TREATMENT FACILITY The work is located at Third Street and B Street. In general, the work consists of the construction of the Moonlight Beach Urban Runoff Treatment Facility. The treatment facility is designed to treat dry weather flows through Cottonwood Creek prior to discharge to Moonlight Beach with the use of ultraviolet light. The treatment facility will extract storm channel flows during dry weather periods. Flow ranging from 0 to 150 gallons per minute (gpm) will be treated. Flows greater than 150 gpm will bypass the system. The flow will be captured in an existing reinforced concrete box that bisects Third Street. The extracted flow will be transmitted to a wet pump station adjacent to the reinforced concrete box. The flow will then be pumped to the treatment facility located at the existing Encinitas Sewer Pump Station. Flow will be filtered through basket strainers and multimedia filters prior to passing through the ultraviolet light units.. Flow will be discharged after treatment back into Cottonwood Creek on the downstream side of the extraction point. con6171 E -13 From- BASE BID SCHEDULE T -469 P.008/013 f -158 Item No. Item . .. Unite ltem Urnt: ' _ ftk',,r l.- Mobilization Lump Sum $ S-6 ?. Site Work Lump Sum $ 3. Wet Well Lump Sum $ 1 2 $ .7 $ 4. Submersible Sump Pump Each $ 5- Valve Vault Lump Sum $ 1 $ .- 6. Potable Water Connection Lump Sum $ 1 $ 7. Treatment Facility Piping, Valves, and Appurtenances Lump Sum $ 1 $ o 70 8. Basket Strainer and Appurtenances Each $ 2 $ 9. Automatic Backwash Piping, Valves, and Appurtenances Lump Sum $ 7-bl 9 1 $ g 10. Sand Filter Vessel and Appurtenances Each $ -2 2 $ U. Bag Filter and Appurtenances Each $ ,� 2 $ - kp + 12. Turbidity Monitor Each $ 1. $ 13. Ultraviolet Light Unit and Appurtenances Each $ 2 $ g A a 14. Electrical, Instrumentation, and Controls Equipment Lump Sum $ �o 1 $ a 15. Treatment Facility Enclosure Each $ 1 $ 16- Foundation Support System Lump Sum $ 1 $ 17. Demobilization Lump Sum $ 1 $ Total Total of All Bid Items °' �' °' `"" '"`' $ BASIS OF AWARD IS THE TOTAL OF ALL BID ITEMS TOTAL BID AMOUNT (in words) dollars and d 6 cents. '�t.(2. 1�uw�BR -� �i�'9�►' 'two con6171 D -15 c/ J J V/ �f .� F � r�� i ;G r s. F � :t- , --- OCT D1 VM N N 8 mn i o � O o v z y i f v Z n � 0 oZ N { D r E. �' o M ch n= cot 0 c vvoa DD mom (1) om -� Z D m� M° �m rn N N m O w N N _z Z 2 T �: 9,1-'T °nom `y : _ m n' m m D 1 y 0 Z CZ z O rD- oT J7 p F 0 o m < g N m _ v D. o to Zi Cis" _ = m C v_ i r t m m "" - v 40 m z Go a is � D _ r N C. ° N N 8 mn i o � O o v z y i f v Z n � 0 oZ N { D r E. �' o M ch n= O 70 Zozv 0 c m Z mom (1) om -� Z 'D m� M° �m rn v _z Z-�i� m C tZt^^ (n °z 2 .o D X y 0 Z CZ z O rD- oT J7 p O N M H Z v Ril 0 ) � \k 2z a� §k k0 �\ §� �§ qJ �d i l � ! \ m ƒ / � � o| � \ |£ � § � a � "Vt 2 §i §qk,| t� ■�� f !tq §| | )\ k / � � o| � \ |£ � § � a � � � | � qi t( n 2 � / \ / , $ � , / � � o| � \ |£ � § � a � f O, . o) \3 02 §/ )) §k 2 �\ ( ! §)§� |2[z \\ a j \ � !|� R m < � ! , � + � § `2| \ e � rd m r § � q )/ k� 2 � q P tl � i| |[ t ; I | �RR icn § pt \Zf m � � §J fl � Q § t| � ,* cn I�I p� I I N I m w tD a I 4� �o z ZN O U Y v ti rn ci+ �ma i� 9 v",*IiP, t p a I � ap ,SiPG NGrE SMi� Z �n i n �: HIM all D 1� < a D N 0 o t. t z t �n ,yte ti rn ci+ �ma i� 9 v",*IiP, t V I 1a 50 —i �yay��n n yy � y NO �t1 to D co A� a tD h .y all a ap ,SiPG NGrE SMi� Z �n i n �: HIM all 1� V I 1a 50 —i �yay��n n yy � y NO �t1 to D co A� a tD h .y 6' N a ap ,SiPG NGrE SMi� Z �n i �o 6' � h a y V N ap � GG211 �n �o � h a y V i c• � sr. � a a w A i Y 2 I' a I I 1 I i 1 1 L— 1 I I I I C I i f-- I r i O S U) I � o f • , a 1 i I Iv; I I I I � I I L— I I I I I ■ I Y I 1 1 I ' S o! Z 4 1p D I 1 I RC-5, I ri � 2 a 1 1 P I I i . 41 I fir• _ b 4. Tara. n r—_ _______ 1 x r 1 r �r � j w � a a w A i Y 2 I' a I I 1 I i 1 1 L— 1 I I I I C I i f-- I r i O S U) I � o • , a 1 q Iv; I I I I � I I L— I I I I I ■ I Y I 1 1 I ' S o! Z 4 1p D I 1 I RC-5, I ri � 2 a � a a w A i Y 2 I' a RR /,nr -•p , ar I I 1 I i 1 1 L— 1 I I I I C I i f-- I r , 1 I ' I � o • , a 1 q Iv; I I I I � I I L— I I I I I ■ I Y I 1 1 I ' Y } I Rf i —mil I � I 1 I RC-5, I RR /,nr -•p , ar Im 1 I x ti q May 31, 2002 CON GENERAL ENGINEERING, INC. N STREET • VISTA, CA 92083 • TEL 760/630 -9570 • FAX 760/630 -3648 • STATE CONT. LIC. #540704 Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego, Ca. 92123 Attention: Mr. Sean F. Manning Reference: Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca CMSOIB Document No. 0203 -A -011 Subject: Items submitted during pre- construction meeting Gentlemen, We are here -by submitting the following items. 1. 2ea Original signed contracts with bonds 2. 1 ea original & 1 ea copy of letter of authority & project superintendent 3. lea original & lea copy of certificate of insurance. 4. lea original & 1 ea copy of schedule of values 5. lea original & 1 ea copy of proposed lay -down area 6. lea original & lea copy of submittal status log 7. 3ea original construction schedules & 3ea copies 8. Bea copies Traffic Control Plan SUBMITTALS — 8EA COPIES SECTIONS: 02140 — Dewatering Plan 02200 — Earthwork / Shoring 02645- Plastic Schedule Pipe 03100- Concrete 05532- Fiberglass Reinforced Plastic 07100- Waterproofing 11010- Pumps General 15020- Valves and Appurtenances 15120- Piping Specialties 6500- Lighting / Receptacles / Switches — Interior of treatment enclosure Sincerely, Da e E. interquist President / Falcon General Engineering, Inc. May 31, 2002 CON GENERAL ENGINEERING, INC. .V STREET VISTA, CA 92083 TEL 760/630 -9570 FAX 760/630 -3648 . STATE CONT. LIC. #540704 Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego, Ca. 92123 Attention: Mr. Sean F. Manning Reference: Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca CMSOIB Document No. 0203 -A -011 Subject: Items submitted during pre- construction meeting Gentlemen, We are here -by submitting the following items. 1. 2ea Original signed contracts with bonds 2. 1 ea original & 1 ea copy of letter of authority & project superintendent 3. 1 ea original & 1 ea copy of certificate of insurance. 4. lea original & 1 ea copy of schedule of values 5. 1 ea original & 1 ea copy of proposed lay -down area 6. lea original & 1 ea copy of submittal status log 7. 3ea original construction schedules & 3ea copies 8. Bea copies Traffic Control Plan SUBMITTALS — 8EA COPIES SECTIONS: 02140 — Dewatering Plan 02200 — Earthwork / Shoring 02645- Plastic Schedule Pipe 03100- Concrete 05532- Fiberglass Reinforced Plastic 07100- Waterproofing 11010- Pumps General 15020- Valves and Appurtenances 15120- Piping Specialties 6500- Lighting / Receptacles / Switches — Interior of treatment enclosure Sincerely, Da e E. interquist President / Falcon General Engineering, Inc. May 31, 2002 CON GENERAL ENGINEERING, INC. N STRFFT • VISTA CA 99083 • TFI 760/630 -9570 • FAX 760/63n -.36Aq • STATF C(-)NT IIC' 1trA070A Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego, Ca. 92123 Attention: Mr. Sean F. Manning Reference: Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca CMS01 B Subject: Proposed lay -down area Gentlemen, Document No. 0203 -A -009 Attached please find a drawing showing our proposed construction and lay -down area. We would like to install a K -rail system along the West Side of 3rd St. encroaching the parking lane, but leaving the bike lane open. Our proposed 20' x 50' lay -down area will be fenced with 6' temporary chain link. Upon completion of the project, the area will be restored to its original condition. Review and approval would be greatly appreciated If you have any questions, please feel free to call. Sincerely, Dale E. WiVerquist President Falcon General Engineering, Inc. .--, o� v � CLEAR CREEK SYSTEMS, INC. URBAN RUNOFF TREATMENT SYSTEM MAINTENANCE INFORMATION Operations and Maintenance checks are done an average of once a week Operators note pressures, flow rate, and volume treated Operators visually inspect condition of equipment and intake. Operators note intensity and status of UV lights. If pressures are rising on the Multi -Media Vessel, then a manual backwash is conducted until backwash water is clear (mainly due to algae). This can take from 20 minutes to an hour. May 31, 2002 CON GENERAL ENGINEERING, INC. N STREET • VISTA, CA 92083 • TEL 760/630 -9570 FAX 760/630 -3648 STATE CONT. LIC. #540704 Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego, Ca. 92123 Attention: Mr. Sean F. Manning Reference: Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca CMSO1 B Subject: Proposed lay -down area Gentlemen, Document No. 0203 -A -009 Attached please find a drawing showing our proposed construction and lay -down area. We would like to install a K -rail system along the West Side of 3`d St. encroaching the parking lane, but leaving the bike lane open. Our proposed 20' x 50' lay -down area will be fenced with 6' temporary chain link. Upon completion of the project, the area will be restored to its original condition. Review and approval would be greatly appreciated If you have any questions, please feel free to call. Sincerely, Dale E. WiVerquist President Falcon General Engineering, Inc. .1� Z� o S`= :�sj� ._ o �N May 31, 2002 CON GENERAL ENGINEERING, INC. N STREET • VISTA, CA 92083 • TEL 760/630 -9570 • FAX 760/630 -3648 • STATE CONT. LIC. #540704 Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego, Ca. 92123 Attention: Mr. Sean F. Manning Reference: Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca CMSOIB Document No. 0203 -A -006 Subject: Certificates of insurance Gentlemen, Attached please find one (1) original certificate of insurance for General Liability, Workers Compensation, and automobile coverage. If you have any questions, please feel free to call. Sincerely, Dale E. Winte Gist President Falcon General Engineering, Inc. L nT.(`n(` 7� T ACOR CERTIFICA Z. OF LIABILITY INsur INCE DATE (MWDD/YY) 05/28/02 PRODUCER E1 Camino Insurance Lic0539016 315 6 Vista Wa Ste 300 Way, THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Oceanside, CA 92056 760 7 2 1- 3 2 3 2 INSURERS AFFORDING COVERAGE INSURED Falcon General Engineering, Inc. 572 Collyn Street Vista, Ca 92083 INSURERA: Royal Surplus Lines Ins Co INsuRERB: Safeco Insurance Company INSURERC: State Compensation Insurance Fund INSURER D: INSURER E: EACH OCCURRENCE w-1-- THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 11 NSR' LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DD/YY POLICY EXPIRATION DATE MM/DD/YY LIMITS A GENERAL LIABILITY KZB 517 8 6 7 08/16/01 0 8/ 16 / 0 2 EACH OCCURRENCE $1,000,000 FIRE DAMAGE (Any one tire) $50 000 X COMM ERCIAL GENERAL LIABILITY MED EXP (Any one person) $ CLAIMS MADE 1XI OCCUR PERSONAL & AD INJURY $1,000,000 X BI/PD Ded ' 2, 5 0 0 GENERAL AGGREGATE $2 000,000 GEN'L AGGREGATE LIM ITAPPLIES PER: PRODUCTS - COMP /OP AGG $1 000,000 POLICY PE O- LOC B AUTOMOBILE LIABILITY ANY AUTO B 08/16/01 0 8/ 16 / 0 2 COMBINED SINGLE LIMIT (Ea accident) $1 000,000 r X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X X BODILY INJURY (Per accident) $ I HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ ANY AUTO $ EXCESS LIABILITY 11 OCCUR CLAIMS MADE EACH OCCURRENCE $ AGGREGATE $ $ DEDUCTIBLE $ $ RETENTION $ C WORKERS COMPENSATION AND 80389501 l08/16/01108/16/02 X WRYLIMT OER E.L. EACH ACCIDENT $1,000,000 EMPLOYERS' LIABILITY E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Project: Moonlight Beach Urban Runoff Treatment Facility Certificate Holder is named as Additional Insured as respects General Liability per attached endorsement. *30 day cancellation notice, except 10 days for non - payment of premium. CERTIFICATE HOLDER I Y I AD DITIONAL INSURED: INSURER LETTER: ti GAr4L r_LLAt R/IY City of Encinitas 505 S. Vulcan Encinitas, CA 92024 ACORD25- S(7/97)1 of 2 #S151722/M120160 SHOULD ANYOFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3_0 DAYS WRITTEN NOTICE TOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT, BUTFAILURE TO DOSOSHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURERJTS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE CAJ 4, A..�_ GHR © ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25- S(7/97)2 of 2 #S151722/M120160 Policy Number: KZB517867 COMMERCIAL GENERAL LIABILITY Named Insured: Falcon General Engineering, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS (FORM B) THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE OBLIGATED BY VIRTUE OF A WRITTEN CONTRACT OR BY THE ISSUANCE OR EXISTENCE OF A PERMIT, TO PROVIDE INSURANCE SUCH AS IS AFFORDED BY THIS POLICY. NAME OF PERSON OR ORGANIZATION: PROJECT: CITY OF ENCINITAS 505 S. VULCAN ENCINITAS, CA 92024 MOONLIGHT BEACH URBAN RUNOFF TREATMENT FACILITY (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED (SECTION II) is amended to include as an insured the person or organization shown in the Schedule, but only with respects to liability arising out of "your work" for that insured by or for you. IF YOU ARE REQUIRED BY A WRITTEN CONTRACT TO PROVIDE PRIMARY INSURANCE, THIS POLICY SHALL BE PRIMARY AS RESPECTS YOUR NEGLIGENCE AND CONDITION 4. OTHER INSURANCE DOES NOT APPLY, BUT ONLY WITH RESPECT TO COVERAGE PROVIDED BY THIS POLICY CG 20 10 1185 COPYRIGHT, INSURANCE SERVICES OFFICE, INC., 1984 CITY OF ENCINITAS MOONLIGHT BEACH URBAN RUNOFF TREATMENT FACILITY PRECONSTRUCTION CONFERENCE AGENDA MAY 31, 2002 Introductions Discussion • Designation of Responsible Personnel ✓ • Subcontractors • Coordination with other contractors • 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 y • Use of premises • Contractor responsibility for safety and first aid procedures • Security • Housekeeping • Field Offices • Record Drawings Other Issues city of Encinitas May 31, 2002 Falcon General Engineering, Inc. Attn: Dale Winterquist 572 Collyn Street Vista, Calif. 92083 RE: MOONLIGHT BEACH URBAN RUNOFF TREATMENT FACILITY (CMD02B) NOTICE TO PROCEED This letter is your NOTICE TO PROCEED for the subject contract and June 10, 2002 shall be considered the first day of the contract. The City of Encinitas' Council authorized award of a construction contract titled, Moonlight Beach Urban Runoff Treatment Facility to Falcon General Engineering in the amount of $432,511.00 at their regular meeting on May 22, 2002. The work is to be completed within 60 working days. Your attention is also directed to Section 6 -9, page B -5, where a rate of $500.00 a day is established as liquidated damages. Please signify your acceptance of the above by signing and returning both originals. These shall then be signed and one will be forwarded to you. Kipp H r Associate Civil Engineer cc: Kathy Weldon Sean Manning, Richard Brady & Associates ACCEPTED BY: Falcon General Engineering Contractors License No. 540704 (A) cs TEL 760- 633 -2600 FAX -00 -6 ;3 -363? 50? S. Vulcan Avenue. Encinitas. California 9202-4-3633 TDD 760 -633 -27 00 jj� recycled paper May 31, 2002 CON GENERAL ENGINEERING, INC_. N STREET VISTA, CA 92083 TEL 760/630 -9570 • FAX 760/630 -3648 • STATE CONT. LIC. #540704 Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego, Ca. 92123 Attention: Mr. Sean F. Manning Reference: Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca CMSO 1 B Document No. 0203 -A -003 Subject: Construction schedule Gentlemen, Attached for your review, please find three (3) copies of our proposed construction schedule. If you have any questions, please feel free to call. Sincerely, Dal'e E. Wi er ist President Falcon General Engineering, Inc. May 30 02 03:10p Richard Brad3 (85$)496 -0505 p•2 i May 30, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Deviation 003 - Potential conflict of wetwell with existing culvert gabion Dear Mr. Winterquist, We have reviewed your letter (Document No. 0203 -A -002, dated.May 29, 2002) in which the proposed scope changes for the subject project are described. Our response to the requested deviation is as follows: • The wetwell may be moved to the North of the culvert to avoid a conflict with the existing culvert gabion. Relocation will be done at no additional cost to the City. The contractor shall be responsible for Protecting any trees that are affected as a result of moving the wetwell. Trees shall be protected as described in Note 6 on Sheet C -1 of the contract documents. Please contact me if you have any questions. Sincerely, 9, 7 - '4vo AAt� Sean F. Manning Project Manager Cc: Kipp Hefner .Rick Brady 4AW —A00+ "`ym . Q�' . 5LO ,9.80 • ✓54" * —5�;04 W e4wm X9.83 Matj 30 02 03:10p Richard Brad3 [8581486 -0505 p.3 May 30, 2002 Mr. Dale E. Winterquist Falcon General Engineering Inc. 572 Collyn Street Vista, California 92083 Subject: Moonlight Beach Urban Runoff Treatment Facility Request for Deviation 004 - Wetwell Sizc Dear Mr. Winterquist, We have reviewed your letter (Document No. 0203 -A -001, dated May 3, 2002) in which the proposed scope changes for the subject project areAescribed. Our responses to the requested deviations are as follows: • The wetwell invert elevation is to remain at elevation 5.5 feet. This elevation is required to provide adequate storage capacity below HWL 13.5. • The wetwell diameter can be increased to 6 foot to accommodate the installation . of pumps_ Please contact me if you have any questions. Sincerely, Scan F. Manning Project Manager Cc: Kipp Hefner Rick Brady mnq -A /P. /colon • ��/ �6o�os / MIA IYA May 1, 2002 Mr. Kipp Hefner City of Encinitas Engineering Services Department 505 South Vulcan Avenue Encinitas, California 92024 -3633 Subject: Moonlight Beach Urban Runoff Treatment Facility Construction Management and Administration Services Dear Mr. Hefner: Thank you for inviting Richard Brady & Associates to submit this proposal for professional construction management and administration services for the Moonlight Beach Urban Runoff Treatment Facility. As we discussed at our meeting yesterday, the services to be provided will include full construction management and resident engineering duties from the preconstruction phase through the ribbon cutting ceremony with Governor Gray Davis scheduled for mid September. In addition, we will also process and review all submittals in accordance with the plans and specifications prepared by the design engineer. We will commit the services of Sean Manning, P.E. as your primary point of contact. Sean will serve as the Construction Manager. As the work progresses, he will share resident engineering duties with Jodi Hoskinson, P.E., and Mike O'Shea. Resumes for Sean, Jodi, and Mike are attached. Jodi is our most talented process engineer. She also happens to live in Leucadia. Mike is a junior engineer who will assist the inspection activities. Nick Kanetis, P.E. will provide general oversight for our team's duties. In addition, I'll keep a personal eye on the project to ensure we meet and exceed your expectations at all levels of our organization. We will do all we can to keep the Contractor focused on the schedule and to resolve problems promptly as they arise. Our estimated fee is summarized on the attached spreadsheet. Note that this is a time driven assignment based on the specified construction duration of 60 working days. I have assumed that the actual on -site work will occur over a 40 working day period. The first 10 days will involve mobilization. The last 10 days will involve start-up activities. As you can see, I split the work into phases. Phase A is the construction phase, including submittal reviews. Phase B is the start-up phase. Note that I have included the preparation of as -built drawings in our scope of services. 4000 _A�&�, '& -64qw, Sow ae • Yw ��, W f &w 0,?/,?�? 46,e,) 4060500 • ?,w— 406-0505 Please call me if you have any questions or comments. We are ready to begin supporting the contract immediately. Sincerely, Richard Brady, P.E., DEE President Cc: Nick Kanetis, Vice President `��zuiiat�i�ta� a��,e �OOJ �i�� �� � wile ,�,�'O • �� � �aa� J,P7,c'� �5�� �Jv� 0500 • � ���"�� X06 0505 moonlightbeachcm.xis SUMMARY TABLE TASKS Task Description Fee Quarry Creek Sewer Lift Station Phase A Services During Construction 1.0 Construction Administration $11,736 2.0 Construction Inspection Services $26,520 3.0 Meetings $3,828 Subtotal $42,084 Phase B Services During Project Startup and Closeout 1.0 Startup and Testing $8,244 2.0 Project Closeout $7,128 Subtotal $15,372 Totall $57,456 5/2/2002 Richard Brady Associates 1 moon I ig htbeachcm.xis V-1 0 � m a � � CL � D CO) @ 0 0 �. CD CO) R5 § � � � ; � k 2 K § §, m ; & ¢ � � � � ■ � ~ § � � a . ` t ■ t ■ k f g _ - 2 ; $ ; CO ® -! ■ �_ /E m ■ & � § w | JAM ! & a a 2 2 k k k$ k | �� ■ 8 § zz � ! ■ e n N #I §mq � E � I� � 2 8 = s ■ # n � § g g_ § § % § 2 § & ■ k § t t § k \ k � � � ; � k 2 K § City Of Encinitas May 28, 2002 Falcon General Engineering, Inc. Attention: Dale E. Winterquist 572 Collyn Street Vista, CA 92083 Re: Contract for Moonlight Beach Urban Runoff Treatment Facility (CMD02B) Dear Mr. Winterquist: On Wednesday, May 22, 2002 City Council awarded the Moonlight Beach Urban Runoff Treatment Facility Project to Falcon General Engineering, Inc. Please have both copies of the enclosed 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 Friday, May 31 at 9:00 a.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 Encinitas as additionally insured. 4. Fully executed Contracts and Bonds (2 copies) 5. Traffic Control Plans 6. Copy of Encroachment Permit 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. :Sincerell , Kipp f r Asso at Civil Engine cc: Leroy Bodds Kathy Weldon Sean Manning, Richard Brady & Associates Jim Rasmus, PBS &J TEL 760- 633 -2600 % FAX 760-633-2627 505 S. Vulcan Avenue. Encinitas, California 92024 -3633 TDD 760- 633 -2700 t recycled paper City of Encinitas May 23, 2002 Falcon General Engineering., Inc. Attn: Dale E. Winterquist 572 Collyn Street Vista, CA 92083 Re: Bacteria Limit Change Dear Dale: According to Joe Gannon, the <2 cfu/ml bacteria level is attainable the majority of the time but due to environmental conditions this objective may not be achievable 100% of the time. Therefore, the city will allow the change from <2 cfa /ml to <20 cfu /ml. Should you have any questions please call (760) 633- 2632. Sincerely, 6 4 Gt/UI�0-1 Kathy Weldon Stormwater Program Manager cc: Kipp Hefner Sean Manning, Richard Brady & Associates TLI. 760- 633 -2600 i FAX 760 -G33 -263' j(15 S Vulcan A %enUC_ Encinitas. California 9202-1-3633 -1'1)1) 760- 633 -2 -00 t,,� recycled paper E May 03, 2002 CON GENERAL ENGINEERIN_ G, INC. N STREET VISTA, CA 92083 TEL 760/630 -9570 FAX 760/630 -3648 . STATE CONT. LIC. #540704 City of Encinitas 505 S. Vulcan Encinitas, Ca. 92024 Attention: Mr. Kipp Hefner Reference: Moonlight Beach Urban Runoff Treatment Facility City of Encinitas, Ca CMSO1 B Document No. 0203 -A -002 Subject: Request for substitution — Clear Creek Gentlemen, Attached, please find a letter from Clear Creek Systems, Inc. requesting approval of substitution of equipment. If you have any questions, please feel free to call. Sincerely, Dale E. WintergWst President Falcon General Engineering, Inc. `��!Clear Creek G Systems, Inc. May 19, 2002 Mr. Kipp Hefner City of Encinitas 505 South Vulcan Ave. Encinitas, CA 92024 RE: Requests for substitution of Equipment for Moonlight Beach Treatment Facility Dear Mr. Hefner: Clear Creek Systems, Inc. (CCS) requests that the City approve the following substitution of Equipment for the Moonlight Beach Treatment Facility. Substitute a Yardney MM- 3060 -2A media filter (See attached information) for the specified Horizontal Sand Filters and the Bag Filter Chambers. It is CCS' opinion based on similar operations that this substitution will provide better operational performance. Sincerely, O Joe Gannon Clear Creek Systems, Inc. 4101 Union Avenue • Bakersfield, CA 93305 (661) 324 -9634 • Fax (661) 322 -4206 • www.clearcreeksysteins.com I- 05 -20 -2002 02 :08PM FROM 7'ardn Yardneyl,Jate- i79mtSyStems TO WATER MANAGEMENT SYSnMS 16613224206 P -04 Industrial In -Line Multi -M dia Filtration Systems removed in subsequent media layers. to 10 microns in size. Yardney multi -media filters feature fu automatic controls and type 304 stain on structural steel skids for easy instal may be ordered flanged as an option. Yardney high rate automatic backwashing multi -media filters are designed for enhanced capacity water filtration. These permanent . media automatic backwashing filters will remove organic and /or inorganic suspended solids down tolO microns in size and will entrap greater amounts of suspended solid contaminants than sand media filters. Through the Use of automatically controlled backwashing, the filter will operate "on line" for extended periods of time prior to the short backwashing cycle. Automatic filter operation is monitored on both elapsed time as well as pressure differential. When the controller "calls" for a backwash as a result of pressure differential or elapsed time, the backwashing function utilizes a portion of the clean filtered water produced by the system to clean the media. Single tank systems utilize unfiltered water for backwashing. Optional external backwash water sourcing systems are available for both single and multiple tank systems. The Yardney multi -media filter utilizes a vertical side shell depth of 60" with layered graded beds of filtration media. Through the use of multiple layers of specially selected filter media, "progressive filtration" is achieved throu;h the media layers. The first layer of filter media entraps and holds larger sized particles allowing smaller particles to be final media layer "polishes" the water rem ovingsuspended solids down a bonded epoxy linings, cast iron or brass automatic valves, solid state > steel underdrains. Standard Yardney systems are shipped assembled on and start up. Standard inlet and outlet connections are grooved but Yardney multi -media filters are ideally suited for use where strin- gcnt water quality standards exist or where higher levelsofsuspetxled solids are present. These applications can ncludem- useapplications, water pre- treatment applications for revere osmosis and deionization systems, or as a pre - treatment system prior to disposable bag or cartridge filters. Yardney multi -media fi cers are also widely used as primary filters for removal of suspended solids in incoming plant water or in wastewater clean up applications. '.'ar'd"Y Water Management Systems 6666 Box Springs Blvd. • Riverside, CA 92507 - 909 -656 -6716 - 800.8'4 -4788 • FAX 909.656- 867 U.S.A. 05-zu- � : FROl Yw-dne@ WaterrIgnit lyst.ems e �� � � ƒf R} A LE %:0- TO 16613224206 P.03 | .| ■ .| | _Q mI 9(/6 .06 Qz , 9c 2 bEb/ 3 § } Gddd \| S ' .� rLi - - - § &k 2 K § ■ f -® - k F, a i ® �[� ■ r Z " \ ; -■s - ®- ^. 0 . 2 � __ � � s� ■£! a��K - _ �� � � ƒf R} A LE %:0- TO 16613224206 P.03 | .| ■ .| | _Q mI 9(/6 .06 Qz , 9c TRANSAUTTAL FORM City of Encinitas FAX 760/633 -2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633 -2770 DATE ZZ Z SEND TO FAX #:1 ?60� �' r3�� NO. OF PAGES:_',-- - TO: tj OF L_ C_ o FAR ADDRESS: FROM: PHONE: (760) 633- Z- 7 ❑ Call ASAP ❑ Review & Call Please Handle ❑ Per Our Conversation COMMENTS: ❑ Review & Return ❑ F.Y.I. ❑ Please Reply by City of Encinitas May 22, 2002 Falcon General Engineering, Inc. Attn: Dale E. Winterquist 572 Collyn Street Vista, Calif. 92083 Re: Request for substitution - Moonlight Beach Urban Runoff Treatment Facility (CMD02B) Dear Dale: I am in receipt of your letter, dated May 03, 2002, requesting to change the Sand Filters and the Bag Filter with a Yardney MM- 3060 -2A Media Filter. Please consider this letter the City's approval for the substitution. Should you have any questions please feel free to contact me at (760)633 -2775. Sincerel , Kipp �r Associate Civil Engineer cc: Kathy Weldon Sean Manning, Richard Brady & Associates gc6554 TEL 760- 633 -2600 ' FAX 760 - 633 -262- 505 S. Vulcan Avenue. Encinitas. California 92024 -3633 TDD 760- 633 -2700 �� recycled paper TRANSMITTAL FORM FAX 760/633 -2818 City of Encinitas Engineering 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 760/633 -2770 SEND TO FAX #: / �So S NO. OF PAGES: 14 DATE TO OF: �2 -, <_ \ kM2 -0 &ZA� ADDRESS: FROM: t P PHONE: r v0 ❑ Call ASAP ❑ Review & Call ❑ please Handle ❑ Per our Conversation COMMENTS: �L4 � (S,-\ ❑ Review & Return F.Y.I. ❑ Please Rep1Y by PO\VELL 175 Calle Magdalena, Encinitas, California 92024 PROJECT Moon /,,,')f Reoe- rf (ellne 'J- CLIENT C"// /%I F_ncini' /o f CALCULATED BY DATE CHECKED BY / DATE PROJECT NO _ D /koc/ Loss CoA, /a //c q rot,/ Dyno ;-- Hcoa/ = T'Oh/ = Sao /ic bteocl t 5,yfbn �%Poq/ Loss 5/d//C, N 44X, 41ef We // Alai, Sys %m EIeV, �UmP Sle, �or/ L��v. t ti1oX� E �ei9hf t Inc %sce F /oo�ii/X 6nc %s®re Floor N,�yht ti l,S GGi Ve a % P pjl 51# Po rl /v1aX, Sys /� E /eve Lu aa,o f- S,0 45- = a9.S /75SU/�7� IN(t W( /I level f /s G/l/fOX 5 j 1%/.r/ p w //1�/! 7F O 7� P Assrmed w�� wr. // iw�/f 9,0 srsfe/h Lass t �,'Y•''i9 Goss f //o /vr- Loss t Ey��, loss aacA4 s19leocl's <70 e t'S ! Sy3 {em /il�oc7/ Loss for k ?aP h,'eoo( Lass, Sce dd to 51cel/s /�j /'V.. sys lrm Nco'C Lois = _3 P, /a / E:TDK= s,� Friction Losses Haze Hazen - Williams : Hazen - Williams Vp" V hf = 3.02'L'D^ 1.6T(V /C) ^1.85 = 4.61 (ft) I hf = 3.02•L'D'�1.67'(V /C) ^1.85 = r; 90 Bend MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY 13 10.4;, Equipment Headloss, Static Head & Total Dynamic Head C a 140 0 0 45 Bend Wye, Date Calculated: 2/11/02 Calculated by: JJC Checked by: UV Units ` 90 Bend 45 Bend 0.8 0.2 9 2 7.2 0.4 Headloss 45 0.8 Flowrate 150.00 (gpm) = 0.33 (cfs) End El. - Start El. _ (ft) 0.5 Static Head + Dynamic Losses ( Headloss) _ hp Tee, line flow 0.3 Start EL= End EL= 28.5 Tee, line flow 0.3 0 0 Tee, branch flow .: Length of Pipe SltePl in,, �330.00 (ft) 0 x r , �; -; :;Facll Pj'In W Pipe Diameter 4.00 (in), = 0.33 (ft) Length of Pipe Pipe Diameter 75.00 (ft) 4.00 0.35 0 Pipe Area Velocity 12.57 (in-2), = 3.83 0.09 (fl-2) Pipe Area n = ). 12.57 (in ^2), = 0.33 ft ( ) 0.09 (ft "2) 7.5 C (fps) 140 0.04 Veloci 0 Butterfly Valve 0.35 5 C 1.40 (fps) Sum K 13.05 Minor Losses Ball Valve 0.04 Description K Quanti y Total K <� F - Descr Dtion K Quanti Total K Entrance, Bellmouth 0.05 1 0.05 Sum K 17.65 hm = K•V ^2/2g = Friction Losses Haze Hazen - Williams : Hazen - Williams Vp" V hf = 3.02'L'D^ 1.6T(V /C) ^1.85 = 4.61 (ft) I hf = 3.02•L'D'�1.67'(V /C) ^1.85 = r; 90 Bend 0.8 13 10.4;, Equipment n rance, Bellmouth 0.05 0 0 45 Bend Wye, 0.2 9 1.8 UV Units ` 90 Bend 45 Bend 0.8 0.2 9 2 7.2 0.4 Headloss 45 0.8 1 0.5 Static Head End El. - Start El. _ Wye, 45 0.5 Static Head + Dynamic Losses ( Headloss) _ hp Tee, line flow 0.3 1 0.3 Tee, line flow 0.3 0 0 Tee, branch flow 0.75 0 0 W 2 0.6 Butterfly Valve 0.35 0 0- r~ Tee, branch flow 0.75 10 7.5 Ball Valve 0.04 0!'k 0 Butterfly Valve 0.35 5 1.75 Sum K 13.05 Ball Valve 0.04 5 0.2 Sum K 17.65 hm = K•V ^2/2g = 2.97 (ft) -` hm = K'V ^2/2 - ,.,ti ,:: 9 4.02 (ft) Friction Losses Haze Hazen - Williams : Hazen - Williams Vp" V hf = 3.02'L'D^ 1.6T(V /C) ^1.85 = 4.61 (ft) I hf = 3.02•L'D'�1.67'(V /C) ^1.85 = r; Job #620913 1.05 (ft) 5.07 (ft) 1.72 (ft) 15 (ft) 3.93 (ft) 0.5 (ft) 0.5 (ft) 21.65 34.30 (ft) 19.5 (ft) 54 (ft) 4 (hp) Printed 2/18/2002 Headloss hl = hm + hm = 7.58 ft 'pk Equipment Strainers Sand Filters Bag Filters UV Units Outlet Screen Headloss Total Headloss Site Piping + Facility Piping + Equipment Static Head End El. - Start El. _ TDH Static Head + Dynamic Losses ( Headloss) _ hp Horsepower Required (Theoretical) = hp = 62.4 • Q • H/550 ' efficiency(50 %) _ Job #620913 1.05 (ft) 5.07 (ft) 1.72 (ft) 15 (ft) 3.93 (ft) 0.5 (ft) 0.5 (ft) 21.65 34.30 (ft) 19.5 (ft) 54 (ft) 4 (hp) Printed 2/18/2002 Job #620913 Printed 2/18/2002 MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY Headloss, Static Head & Total Dynamic Head C s :110 Date Calculated: 2/11/02 Calculated by: JJC Checked by: PIPEFLOW Flowrate 150.00 (gpm) = 0.33 (cfs) (ft) Start El.= 9.0 (ft) End El.= 28.5 Facility Length of Pipe 330.00 (ft) 474, � ft Length of Pie 75.00 (ft) .: Pipe Diameter Pipe Area d00 (in), = 12.57 (in ^2), = 0.33 (ft) 0.09 (ft ^2) :Pipe Diameter Pipe Area 4.00 (in), 12.57 (in ^2), = 0.33 (ft) = 0.09 (ft ^2) Velocity 3.83 (fps) Velocit Y 3.83 (fps) C 110, C 110 Minor Losses Description K Quantity Total K;. Description Entrance, K Quantity Total K Entrance, Bellmouth 0.05 1 0.05 90 Bend 45 Bend 0.8 13 0.2 9 10.4 1.8 Bellmouth 90 Bend 45 Bend 0.05 0.8 0.2 0 0 9 7.2 2 Wye, 45 0.5 1 0.5 Wye, 45 0.5 0.4 0 0 Tee, line flow 0.3 1 0.3 " " Tee, line flow Tee, branch flow 0.3 2 0.6 0.75 0 0 Tee, branch flow 0.75 10 7.5 Butterfly Valve 0.35 0 0 �x Butterfly Valve 0.35 5 1.75 Ball Valve 0.04 0 Sum K 0 13.05 Ball Valve 0.04 5 0.2 a; Sum K 17.65 hm = K'V ^2/2g = 2.97 (ft) hm K ^ = 'V 2/2g = 4.02 (ft) Friction Losses Hazen - Williams r Hazen - Williams hf = 3.02'L'D^ 1.6T(V /C) ^1.85 = 7.21 (ft)" hf = 3.02'L'D^ 1.67`(V/C) ^1.85 = 1.64 (ft) Headloss hl = hm + hm = 10.18 ft` 5.66 iff Equipment Strainers Sand Filters 1.72 (ft) Bag Filters 15 (ft) UV Units 3.93 (ft) Outlet Screen 0.5 (ft) 0.5 (ft) Headloss 21.65 Total Headloss Site Piping + Facility Piping + Equipment 37.49 (ft) Static Head End El. - Start El. = 19.5 (ft) TDH Static Head + Dynamic Losses (Headloss) = 57 (ft) hp Horsepower Required (Theoretical) = hp = 62.4 ' Q ' H/550 ' efficiency(50 %) = 4 (hp) Job #620913 Printed 2/18/2002 TO: City Council CITY OF ENCINITAS AGENDA REPORT CITY COUNCIL Meeting Date: May 22, 2002 VIA: Kerry L. Miller, City Manager FROM: .A Peter Cota - Robles, Director of Engineering Services SUBJECT: Award of contract for Moonlight Beach Urban Runoff Treatment Facility to Falcon General Engineering in the amount of $ 432,511.00. (CMD 02B) BACKGROUND: Cottonwood Creek, which discharges into the ocean at Moonlight Beach, has had a high bacteria count for years which has raised health concerns for the public who use Moonlight Beach. Consequently, the City has proposed to construct a treatment facility in the existing pump station at the southeast corner of Third Street and B Street. During low flows in the creek, water will be pumped to the treatment facility where it will go through a filtering process and then be exposed to ultraviolet light, which will kill the bacteria in the water. The water will then be pumped back to the creek at the discharge point with the ocean. This storm water treatment project is one of the first of its kind in both the state and the country. DISCUSSION: On May 2, 2002 three bids were received for the construction of the proposed project. The Engineer's estimate is $500,000 4600,000. The bids were as follows: Falcon General Engineering $432,511.00 Jet Construction, Inc. $497,250.00 Zondiros Corp. $556,100.00 SCW Contracting Corp $558,000.00 FISCAL IMPACT: There are sufficient funds to construct the project. The City received a State Water Resources Control Board Clean Beach Initiatives Grant in the amount of $814,000 for the project. There is 15% matching funds, which the City will cover through in -kind services. RECOMMENDATION: It is recommended that the City Council award the Moonlight Beach Urban Runoff Treatment Facility contract to Falcon General Engineering in the amount of $ 432,511.00. CITY OF ENCINITAS MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY BID PACKAGE ADDENDUM NO. 2 APRIL 29, 2002 To All Prospective Bidders: The following changes are hereby made to the Contract Documents: Notice To Contractors: Please be advised that the bidding date has been extended. The bid was originally due on Tuesday, April 30, 2002 at 2:00 PM and will now be due on Thursday, May 2, 2002 at 2:00 PM. The following changes are hereby made to the contract drawings: 1) Drawing No. M -3: Add the following note to the Drawing: "If the maximum rated power consumption for each UV system exceeds 1.5 kilowatts, the CONTRACTOR shall be responsible for providing all necessary upgrades to the electrical supply system, including but not limited to, wiring, conduit, transformers, breakers, connections, etc., at no additional cost to the OWNER, to provide a complete, operable and fully functional UV disinfection system." The following changes are hereby made to the contract specifications and Addendum No. 1 1) Section 11209 — 2.5 — Delete Section 2.5 in its entirety. Pump controls and control panel shall be per Division 16 Specification Sections and Contract Drawings No. E -4 and No. E -6. 2) Section 11283 — Delete entire section in original Specifications and all changes in Addendum No. 1 to Section 11283 and replace with the revised attached Section 11283. 3) Section 11284 — 2.3.1-1 — Delete the words "programmable logic controller (PLC)" and replace with the words "controller (microprocessor, electromechanical, or programmable logic)." In the first sentence. All other terms and conditions of the Bid Package shall remain unchanged. ALL BIDDERS SHALL ACKNOWLEDGE RECEIPT AND ACCEPTANCE OF ADDENDUM NO. 2 BY SIGNING IN THE SPACE PROVIDED AND SUBMITTING THE SIGNED ADDENDUM WITH THE BID. Authorized Signature Date SECTION 11283 — ULTRAVIOLET DISINFECTION SYSTEM PART 1 -- GENERAL 1.1 WORK OF THIS SECTION A. The WORK of this Section includes providing a complete UV disinfection system, including two (2) high intensity, low or medium pressure, closed chamber ultraviolet (UV) disinfection units, complete with an automatic mechanical wiping system and controller. One (1) PLC or microprocessor shall be provided to control and monitor the complete UV disinfection system. The UV disinfection system shall be provided with all controls and accessories required for a complete operable and fully functional system. The UV units shall be designed and installed to operate connected in series. The UV units shall be laid out within the enclosure to allow proper spacing as approved by the ENGINEER, and that will provide the required clearances for the CITY personnel to maintain and operate the facility (a minimum of 30- inches clearance to all adjacent equipment and piping). Clearances shall also be provided to change out all UV lamp bulbs. If approved by the ENGINEER, the CONTRACTOR may supply more than two (2) UV units, but no more than four (4) units, that will provide the required total dosage to meet the performance criteria stated in this Section. 1.2 RELATED SECTIONS A. The WORK of the following Sections applies to the WORK of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. Section 11000 Equipment General Provisions 2. Section 16700 Instrumentation and Control Systems 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of the CONTRACT DOCUMENTS, all work specified herein shall conform to or exceed all applicable requirements and Standards; provided, that wherever the provisions of said publication are in conflict with the requirements specified herein, the more stringent requirement shall apply. 1.4 CONTRACTOR SUBMITTALS A. Shop drawings of all ultraviolet light system equipment shall be furnished as specified in Section 01300 of these specifications, and shall include, but not be limited to, the following: Descriptive information including number of units, catalog data sheets and manufacturer specifications for all components. 2. Complete description of the proposed system. 3. Dimensions and installation requirements of all equipment including layout, 042602 ULTRAVIOLET DISINFECTION SYSTEM MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 11283 -1 SECTION 11283 — ULTRAVIOLET DISINFECTION SYSTEM overall dimensions, required clearances, and general description of equipment, including location of electrical equipment, control centers, and other auxiliary equipment. 4. Electrical, instrumentation, and controller (PLC or microprocessor) schematics, layouts, single line diagrams, interconnection diagrams, and internal wiring diagrams of the UV system. 5. Manufacturers calculations and test results to document that the proposed system provides total coliform, fecal coliform, and enterococcus inactivation as required by the standards established in this specification. The results must include data documenting total coliform, fecal coliform, and enterococcus inactivation, UV transmittance, UV lamp output, UV sleeve transmission, total suspended solids concentration, flow, turbidity, and calculated UV dose. 6. All other items requiring approval by the ENGINEER, as noted in this Specification. 1.5 SERVICES OF MANUFACTURER A. Manufacturers' services for training OWNER'S personnel, equipment system testing and startup shall comply with the requirements of Sections 01660 and 11000. B. Inspection, Startup, and Field Adjustment: An authorized service representative of the manufacturer shall visit the site for not less than 2 days to furnish the indicated services, assist and supervise start-up, and provide field adjustment of the UV system. C. Instruction of OWNER'S Personnel: The authorized representative shall also visit the site to furnish the indicated services and provide instruction to the OWNER'S personnel in the operation and maintenance of the equipment including step -by -step troubleshooting procedure with necessary test equipment for not less than 2 days. 1.6 SPECIAL WARRANTY A. The CONTRACTOR shall replace, at no cost to the OWNER, each initial UV lamp installed which fails prior to the lamp operating life requirement of 9,000 hours. PART 2 -- PRODUCTS 2.1 GENERAL A. The UV disinfection system shall employ either high- intensity, low- pressure UV lamps or medium pressure UV lamps. The UV disinfection system shall include quartz sleeves, electronic ballasts, an automatic mechanical wiping system capable of wiping the quartz sleeves while disinfecting, an integral lamp removal mechanism, controller, and detection systems as specified in this Section. 042602 ULTRAVIOLET DISINFECTION SYSTEM MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 11283 -2 SECTION 11283 — ULTRAVIOLET DISINFECTION SYSTEM B. The UV disinfection system shall be designed to fit into the allowable space designated on the CONTRACT DRAWINGS. The UV disinfection units shall be properly secured to the facility container. Any changes in the design shall be submitted to the ENGINEER for approval and all costs for change in design shall be borne by the CONTRACTOR. Such changes shall include, but not be limited to, the installation of more than two (2) UV units, the installation of UV units larger than those shown on the CONTRAT DRAWINGS, and the proposed location and layout of the UV units. C. The complete UV disinfection system shall be designed for a maximum flow rate of 150 GPM. The maximum headloss through each UV unit at 150 gpm shall be six - inches (6 ") of water column. Bypass piping of each unit shall be provided to allow for repair and maintenance of one unit, while maintaining flow through the other unit. 2.2 SYSTEM DESIGN CRITERIA A. The UV disinfection system, in conjunction with the filter system, shall disinfect the incoming raw water. The City conducted a water quality assessment in March 2002. Various raw water characteristics are listed in Appendix A. B. The following filtered effluent water quality data shall be utilized in designing the proper UV system, when there is a conflict between the data provided below and that in Appendix A, the more stringent criteria shall apply: 1. Peak Flow (GPM) 150 2. Average Flow (GPM) 40 3. Minimum Flow (GPM) 20 4. TDS (mg /L) 1500 5. TOC (mg /L) 10 6. Maximum Total Coliform (mpn /100 mL) 200,000 7. Maximum Fecal Coliform (mpn /100 mL) 40,000 8. Maximum Enterococcus Bacteria (mpn /100 mL) 21,000 C. The UV units shall be stacked one upon the other. Each contact chamber shall be no longer than five (5) feet long by two (2) feet high. The contact chambers stacked, regardless of quantity, shall be no higher than the allowable interior height of facility enclosure as shown on the CONTRACT DRAWINGS, including external valves and piping. D. The minimum UV dose achieved at any point within each UV reactor shall be 40,000 microwatt seconds per square centimeter at a flow rate of 75 gpm (or 20,000 microwatt seconds per square centimeter at a flow rate of 150 gpm) measured in the filtered water based on a 70% UV transmittance at 235.7 nm, a lamp output of 70% of its initial value, and 80% UV transmission through the quartz sleeve. The basis for evaluating the dose delivered by the UV system shall be the EPA intensity model UVDIS, Version 3.1 (or the most current accepted version of this model) and the Point Source Summation (PSS) method. This evaluation shall be submitted and 042602 ULTRAVIOLET DISINFECTION SYSTEM MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 11283 -3 SECTION 11283 — ULTRAVIOLET DISINFECTION SYSTEM approved by the ENGINEER prior to installation of the UV units. The CONTRACTOR shall be responsible for providing higher dosages if required to meet the performance criteria. E. The UV reaction contact chambers, regardless of quantity, shall be furnished pre - assembled and stacked, ready for installation by the CONTRACTOR. All piping to the units, including bypass piping shall be installed by the CONTRACTOR. 2.3 PERFORMANCE REQUIREMENTS A. Disinfection Requirements: The UV disinfection system shall provide a disinfected effluent that complies with the following bacterial requirements: 1. Total coliform, measured as the maximum single sample, shall be less than 2.0 per 100 mL. 2. Total fecal coliform, measured as the maximum single sample, shall be less than 2.0 per 100 mL. 3. Enterococcus bacteria, measured as the maximum single sample, shall be less than 2.0 per 100 mL. B. The maximum rated power consumption of each UV unit shall not exceed 1.5 kilowatts with all lamps on and at the setting of maximum intensity. C. If the maximum rated power consumption for each UV system exceeds 1.5 kilowatts, the CONTRACTOR shall be responsible for providing all necessary upgrades to the electrical supply system, including but not limited to, wiring, conduit, transformers, breakers, connections, etc., at no additional cost to the OWNER, to provide a complete operable and fully functional UV disinfection system. D. Disinfection requirements and performance criteria shall be based on all units in operation operating at 150 gpm.. 2.4 DESIGN, CONSTRUCTION, AND MATERIALS A. General: Unless otherwise specified, all metal components in contact with effluent shall be Type 304 or Type 316 stainless steel. 2. All materials exposed to UV light shall be Type 316 stainless steel or Type 214 quartz, or approved material that is unaffected by continuous exposure to UV light at the doses provided. 3. The system shall be designed for complete immersion of the UV lamps, including electrodes and the full length of the lamp tube, in the effluent. 4. Each UV unit shall consist of UV lamps mounted in a Type 316 stainless 042602 ULTRAVIOLET DISINFECTION SYSTEM MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 11283 -4 SECTION 11283 — ULTRAVIOLET DISINFECTION SYSTEM steel contact chamber. Flanged connections for process piping shall be provided. 5. Each lamp shall be enclosed in its individual quartz sleeve. 6. Each quartz sleeve shall be independently sealed within the unit. 7. The UV unit shall be designed such that CITY personnel can change the lamps and quartz sleeves by hand with the use of minimal tools and equipment. B. UV Lamps: 1. The lamps shall be high- intensity, low pressure or medium pressure germicidal UV lamps. 2. The filament shall be significantly rugged to withstand shock and vibration. 3. Lamp bases shall be of a metal and ceramic construction resistant to UV. 4. UV output from lamps shall be maximized for the germicidal range of the ultraviolet spectrum, primarily 254 nm. C. UV Lamp Sleeves: 1. The UV lamp sleeves shall be Type 214 clear fused quartz circular tubing. 2. The quartz lamp sleeves shall not be subject to solarization over the length of their life. D. Electrical System: 1. Electrical supply to each UV unit shall be per the Contract Drawings. Transformers shall be furnished by the UV system manufacturer, as required. CONTRACTOR shall size the feeder circuit breakers to protect the transformers. 2. UV system manufacturer shall design and furnish harmonics mitigation means (filters) to meet latest IEEE -519, Table 10.1 - General System Requirements. The CONTRACTOR shall install the furnished equipment. 3. The UV controller branch circuit shall have automatic transient protection. E. Control and Instrumentation: 1. The Control and Instrumentation system shall be provided with the UV disinfection system and shall include a local UV control panel complete with PLC or microprocessor based controls. 042602 ULTRAVIOLET DISINFECTION SYSTEM MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 11283 -5 SECTION 11283 — ULTRAVIOLET DISINFECTION SYSTEM 2. Operational Description: An automatic flow and water quality paced control system shall be provided by the UV Manufacturer. The control system shall be PLC or microprocessor based and shall be configured to activate and deactivate each UV unit based on flow determined by level in the wet well. See Section 16700 for a detailed narrative of the required functional description. 3. As shown on the Contract Drawings, both UV units shall be controlled with one (1) control panel /module. If more than one (1) control panel /module is required for the UV system, the CONTRACTOR shall be responsible for supplying the required amount of control panels /modules, and any required upgrades to the electrical system, at no additional cost to the OWNER. F. Cleaning System: An automatic mechanical cleaning system shall be provided as part of the UV disinfection system. The cleaning system shall be capable of wiping the sleeves while the unit is in operation. 2. The cleaning cycle shall be automatically initiated, controlled, and monitored. The cleaning cycle intervals shall be field- adjustable within the range of once per hour to once per month. Manual operation of the cleaning system shall also be provided with an operator interface. 3. The cleaning system shall conduct the cleaning operation without removing the UV lamps or sleeves from the reaction chamber. Cleaning shall be accomplished by the system automatically wiping the sleeve surface. The cleaning system shall provide complete cleaning of the sleeves. No out -of- contact- chamber cleaning shall be required. 4. The UV disinfection units shall be provided with inlet and outlet ports to allow City personnel to clean the quartz sleeves with a chemical cleaning solution during non - operation periods. Ports shall be located so that each UV unit can be isolated during the chemical cleaning period. The UV manufacturer shall supply the City with all required information on performing chemical cleaning, including the recommended cleaning solution. The system shall be supplied with all required cleaning reagents and solutions necessary for initial equipment testing and for equipment start-up. G. Support Racks and Frames: UV disinfection units shall be stacked one upon the other. Units shall be properly supported with a steel support rack and frame system. Support rack shall be secured to the based of the facility container by bolts, nuts, and washers as Specified in Section 05500. Support rack and frame system shall provide adequate space for maintenance by City personnel. All disinfection system unit control and instrumentation panels shall also be 042602 ULTRAVIOLET DISINFECTION SYSTEM MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 11283 -6 SECTION 11283 — ULTRAVIOLET DISINFECTION SYSTEM supported on support rack and frame system. 2. Coating: The support rack and frame system shall be coated in conformance with Section 09800. All metal components shall be Type 304 or Type 316 SST, or epoxy coated carbon steel per Section 09800. 2.5 SPARE PARTS A. The CONTRACTOR shall furnish the following spare parts based on supplying two (2) UV units. All quantities shall be factored up accordingly if more units are supplied: Quantity 1. High- Intensity, Low Pressure or Medium Pressure 10 UV lamps 2. Quartz lamp sleeves and sleeve holder seals 2 3. Lamp /Sleeve "bullet" assemblies 2 4. Electronic ballasts 2 5. Face Shields, able to block UV light wavelengths 2 between 200 and 400 NM 6. Gallons of cleaning solution 20 2.6 MANUFACTURERS A. UV disinfection units shall be manufactured by one of the following or equal: 1. Aquionics; Erlanger, Ky. 2. Trojan Technologies, Inc.; London, Ontario 3. Severn Trent Services, UltraDynamics;Colmar, Pa PART 3 -- EXECUTION 3.1 INSTALLATION The UV equipment shall be installed in strict accordance with the CONTRACT DOCUMENTS, and in conjunction with the manufacturer's recommendations and instructions. 3.2 EQUIPMENT TEST A. After the system has been installed, the manufacturer shall test each item of the UV system in order to demonstrate that the UV system has been properly manufactured, assembled, and installed, and that it is functioning properly. The manufacturer shall furnish such labor, materials, services, accessory equipment, chemicals, and additional instrumentation, as may be required to complete all tests until the equipment is accepted. 042602 ULTRAVIOLET DISINFECTION SYSTEM MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 11283 -7 SECTION 11283 — ULTRAVIOLET DISINFECTION SYSTEM B. The UV system shall be operated for a minimum trial period of 7 consecutive days, during which the CONTRACTOR shall make such changes and adjustments to the equipment as may be found necessary to conform to the requirements herein. The UV system shall be operated with filtered effluent. C. The manufacturer shall perform equipment checks and requirements that shall verify at least the following: 1. Proper installation and alignment of UV support racks or frames. 2. Water tightness of all submerged equipment. 3. Proper placement of reaction chamber and UV lamp modules to assure submergence under all flow conditions encountered. 4. Adequate electrical wiring and connections. 5. Proper operation of instrumentation, alarms, and operating indicators associated with the UV equipment. 6. Proper operation of interconnection with plant flow meter. 7. Proper placement and operation of ballast, cooling fans, and filters in the control panels. 8. Adequate ventilation in the control panels. 9. Proper operation of lamp module shut -off switches and ground fault circuit interrupters. 10. Proper operation of lamp removal mechanism 11. Proper operation of lamp cleaning system. The lamp cleaning system shall be operated at least twice per day during the test period. D. Upon completion of the equipment test period, the CONTRACTOR shall submit to the ENGINEER written certification that all UV equipment and accessory equipment associated with the UV disinfection system have been properly installed, are in good condition, are functioning properly, and are in accordance with the Contract Documents. - END OF SECTION - 042602 ULTRAVIOLET DISINFECTION SYSTEM MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 11283 -8 The CONTRACTOR, in providing the services as set forth herein, shall not perform work in excess of the PROJECT without the written permission of the CITY or its designated representative. All requests for extra work shall be by written Change Order submitted to CITY prior to the commencement of such extra work. 3.0 PAYMENT FOR SERVICES Payment for CONTRACTOR's work to be rendered hereunder shall be in accordance with the provisions of Attachment B 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: A. The amount of the performance security shall be: 100 %. B. The form of the security shall be: 1. Cash; 2. Cashier's check made payable to the CITY; 3. A certified check made payable to the CITY; 4. A 100% performance and labor and material bond executed by an approved surety insurer, 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. 4.0 TERM OF CONTRACT 4.1 This CONTRACT shall be effective on and from the day, month and year of its execution by CITY. CON6606.DOC E -2 05K10 Page Jul 92 4.2 CONTRACTOR shall commence the construction of the PROJECT on the date of the 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 forty -five working days of the date on the Notice to Proceed. 5.0 TERMINATION OF CONTRACT In the event of the CONTRACTOR'S failure to prosecute, deliver, or perform the work as provided for in this CONTRACT, the CITY may terminate this CONTRACT by notifying the CONTRACTOR by certified mail of said termination. 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 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 Attachment C which is attached hereto and incorporated herein as though fully set forth at length: A. The name and location of the place of business of each subcontractor who will perform work or labor or render service to the bidder in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the bidder, will specially fabricate and /or install a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of 1/2 of 1 % of the CONTRACTORS total bid. B. The portion of work which will be done by each listed subcontractor; and C. Only one subcontractor for each portion of the work. 7.2 If the CONTRACTOR subcontracts any of the work to be performed under this CONTRACT, CONTRACTOR shall be as fully responsible to the CITY or the acts and omissions of the CONTRACTOR's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as CONTRACTOR is for the acts and omissions of persons directly employed by CONTRACTOR. Nothing contained in the CONTRACT shall create any contractual relationship between any subcontractor of CONTRACTOR and the CITY. The CONTRACTOR shall bind every subcontractor by the terms of the CONTRACT applicable to CONTRACTOR's CON6606.DOC E -3 05K10 Page Jul 92 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 which 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. 11.0 DISPUTES 11.1 If a dispute should arise regarding the performance of this CONTRACT, the following procedures shall be used to address any question of fact or interpretation not otherwise settled by agreement between the parties. Such questions, if they become identified as part of a dispute between persons operating under the provisions of the CONTRACT, shall be reduced to writing by the complaining party. A copy of such documented dispute shall be forwarded to the other party involved along with recommended methods of resolution which would be of benefit to both parties. The party receiving the letter shall reply to the letter along with a recommended method of resolution within ten (10) days of receipt of the letter. 11.2 If the dispute is not resolved, the aggrieved party shall send a letter outlining the dispute to the City Engineering Services Director to be resolved. 11.3 If the dispute remains unresolved and the parties have exhausted the procedures of this section, the parties may then seek remedies available to them at law. 11.4 Pursuant to Public Contracts Code section 20104, a claim by the CONTRACTOR for a time extension; payment of money or damages arising from work done by or on behalf of the CONTRACTOR pursuant to the CONTRACT which is not otherwise expressly provided for or the claimant is not otherwise entitled to; or an amount the payment of which is disputed by the CITY, shall be dealt with as follows: CON6606.DOC E -4 05K10 Page Jul 92 A. The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by the CONTRACT for the filing of claims. B. Claim of less than fifty thousand dollars: 1. For claims of less than fifty thousand dollars, the CITY shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the CITY may have against the claimant. 2. If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the CITY and the claimant. 3. The CITY's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, which ever is greater. C. Claim of fifty thousand dollars or more: 1. For claims of fifty thousand dollars or more, the CITY shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the CITY may have against the claimant. 2. If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. 3. The CITY's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. D. If the claimant disputes the CITY's written response, or the CITY fails to respond within the time prescribed, the claimant may so notify the CITY, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the CITY's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the CITY shall schedule a meet and confer conference within 30 days for settlement of the dispute. CON6606.DOC E -5 05K10 Page Jul 92 E. If following the meet and confer conference the claim or any portion remains in dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with section 900) and Chapter 2 (commencing with section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subsection A until the time the claim is denied, including any period of time utilized by the meet and confer conference. F. A civil action filed to resolve a claim subject to Section 11.4 of this CONTRACT shall be subject to the provisions of PCC §§ 20104.4 and 20104.6. 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. 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 CON6606.DOC E -6 05K10 Page Jul 92 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: PeterCota- Robles, P. E. Director of Engineering Services City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024 and the address of CONTRACTOR and the proper person to receive any such notice on its behalf is: 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." 16.0 AFFIDAVIT OF NONCOLLUSION CON6606.DOC 05K10 Page Jul 92 E -7 As required by California Public Contracts Code section 7106, the CONTRACTOR has submitted as Attachment E the affidavit of noncollusion, which is attached hereto and incorporated herein as though fully set forth at length. by Dated: CON6606.DOC E -8 CITY OF ENCINITAS by Dated: Peter Cota - Robles, P.E. 05K10 Page Jul 92 Confirmation Report— Memory Send Page : 001 Date & Time: Apr -29 -02 12:50pm Line 1 Machine ID Job number 300 Date Apr -29 12:47pm To : 595472345 Number of pages 006 Start time Apr -29 12:48pm End time Apr -29 12:50pm Pages sent 006 Status OK Job number 300 * ** SEND SUCCESSFUL * ** TRANSI��IITTA7 " FORM City or Encinitas FAX 760/633 -xaxe 605 S. Vulcan Avenue Eagiaceriag Encinitas, 4 A 92024 -3633 -2770 I DATE I-z-. L/760/633 SENOI TO FAX#: t5-4-7 NO. OF PACs- e:-.6 OF:� AaIIRESS FROM: � P PWONE: (760) B33 -ZT7�� Call ASAP Revievr 8c Call Review 8t Rctaaaa F.Y_i_ OPlcase Handle Per Our Conversation 0 P7� - -a- 3teo7v by CITY OF ENCINITAS 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 DATE TO: TRANSMITTAL FORM FAX: 633 -2818 Comunity Development Engineering Fire Administration Fire Prevention Public Works ' Z G SEND TO FAX # COMPANY: 1-ka t, # PP ATTACHED FROM: r \ L , PHONE: 760/633 - 2---715 — ❑ Call ASAP ❑ Review & Call ❑ Review & Return ❑ F.Y.I. ❑ Please Handle ❑ Per Our Conversation ❑ Please Reply by iV �'=�� �"� 1L1 Q y N i (E-Jz- . G: \fax -n.doc 2�5 F �I E FL�!�I��F�� H \V #5 bars Cc) v�, oc Ed e. 0.( .f'ou"V44,kion $ t �ic� � Fean�aTeln (11'soP54 Qcc) or- -- - - - - - - - - -- - - - - — - - -- --- -. _ 4 5 bars , {�" Th�oketic�l �d�G Foundation Plan — Run —off Treatment Plant GEOPACIFICA I PROJECT NO. I FIGURE NO. 2 CITY OF ENCINITAS MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY BID PACKAGE ADDENDUM NO. 1 APRIL 23, 2002 To All Prospective Bidders: The following changes are hereby made to the contract drawings: 1) Drawing No. C -3: Delete Sluice Gate in Detail 1, Detail A, and Section A -A and replace with 4 -inch PVC true union ball valve per Specifications. Install ball valve with valve extension and stem nut as shown for sluice gate. 2) Drawing No. M -2: Install turbidity monitor in piping located between bag filters and UV units. 3) Drawing No. M -2: Add foundation detail for the treatment facility attached to this Addendum. The following changes are hereby made to the contract specifications: 1) Section B (Special Provisions) — Section 6 -9 (Page B -5) — Replace the words "240 working days" with the words "60 working days" from the third sentence. 2) Section B (Special Provisions) — Section 7 -5 (Page B -6) — Delete the words "and the City of Carlsbad Engineering Department" from the first sentence. 3) Section B (Special Provisions) — Section 7 -10, Paragraph Six (Pages B -8 and B -9) — Delete the words "and the City of Carlsbad" in the third paragraph. Also delete the last sentence in the paragraph, "The Traffic Engineer with the City of Carlsbad can be reached at (760) 602 - 2752." 4) Section B (Special Provisions) — Section 7 -25 (Page B -14) — Delete the entire Section 7 -25, Jack and Boring. 5) Section B (Special Provisions) — Section 7 -27 (Page B -15) — Delete the entire Section 7 -27, Vehicle Detector Loop Replacements. 6) Section B (Special Provisions) — Section 7 -28 (Page B -15) — Delete the entire Section 7 -28, Existing Traffic Signals and Conduits. 7) Section D (Bid Forms) —Base Bid Schedule (Page D -15) —Replace with attached Base Bid Schedule and Deduct Bid Item Schedule. 8) Section E (Contract Forms) — Section 4.3 (Page E -6) — Replace the words "45 working days" with the words "60 working days ". 9) Section 03400 — Pre -Cast Concrete Vaults — Add entire Specification Section attached to this Addendum. 10) Section 11283 — 1.1.A — Add the words "(PLC or microprocessor)" after the word "controller" in the first sentence. Add the following sentence after the first sentence: "A PLC or microprocessor is acceptable for the control /monitoring features of the UV system." 11) Section 11283 — 1. LA — Delete the words "stacked as shown in the CONTRACT DOCUMENTS." and replace with the words "laid out within the enclosure to allow proper spacing as approved by the ENGINEER." in the fourth sentence. Add the following sentence to the end of the paragraph: "Based on approval by the ENGINEER, the CONTRACTOR may supply more than two UV units (maximum of four (4) units) that will provide the required total dosage to meet the performance criteria stated in this specification, and that will provide the required clearances for CITY personnel to maintain and operate the facility (a minimum of 30- inches clearance to all adjacent equipment and piping) Clearances shall also be provided to change out all UV lamp bulbs." 12) Section 11283 — 2.1.A — Delete the section and replace with: "The UV disinfection system shall employ either high- intensity, low- pressure lamps or high- intensity, medium pressure lamps. The UV disinfection system shall be a Type 316 stainless steel closed contact chamber system. The UV disinfection system shall include, quartz sleeves, electronic ballasts, an automatic mechanical wiping system capable of cleaning the lamp sleeves while disinfecting, and integral lamp removal mechanism, control panel (PLC or microprocessor), and detection system as specified in this Section." 13) Section 11283 — 2.1.B — Delete the following sentence in the section: "The two UV disinfection units shall be stacked, one on top of the other, and properly secured to the facility container." 14) Section 11283 — 2.2.A — Delete the first sentence and replace with "The UV disinfection system, in conjunction with the filter system, shall disinfect the incoming raw water." 15) Section 11283 — 2.2.B — Delete the first paragraph and replace with "The following filtered effluent water quality data shall be utilized in designing the proper UV system. When there is a conflict between the data provided below and that in Appendix A, the more stringent criteria shall apply:" 16) Section 11283 — 2.2.1) — Add to end of paragraph: "Applied dosage shall be defined as the dosage output of the UV bulbs at the beginning of start-up. The CONTRACTOR is responsible for verifying the proper dosage required to meet the specified performance criteria using the SPSS or an approved accepted standard method. Dosages higher than the minimum required dosage above shall be allowed if necessary to achieve the specified performance criteria." 17) Section 11283 — 2.3.13 — Delete "800 kilowatts" and replace with "8 kilowatts ". 18) Section 11283 — 2.4.F.2.a. — Delete "800 watts" and replace with "1600 watts ". 19) Section 11283 — 2.4.G.2 — Delete "800 KW" and replace with "8 kilowatts ". 20) Section 11283 — 2.4.I.4 — Add the following to the beginning of the paragraph: "The UV disinfection units shall be provided with inlet and outlet ports to allow City personnel to clean the quartz sleeves with a chemical cleaning solution during non - operation periods. Ports shall be located so that each UV unit can be isolated during the chemical cleaning period. The UV manufacturer shall supply the City with all required information on performing chemical cleaning, including the recommended cleaning solution." 21) Section 11284 — 2.3.13 — Delete entire paragraph and replace with paragraph below: San Filter System Capacity Requirements: Each sand filter shall have a maximum filtration rate of six (6) gallons per minute per square foot of filter area. Minimum total effective area for each filter shall be fourteen (14) square feet. Each sand filter shall be designed for a maximum flowrate of 75 gpm. 22) Section 11284 — 2.3.L — Delete "24- inches" from the second sentence and replace with "20- inches ". Add the following sentences to the end of the paragraph: "The uniformity coefficient shall be less than 1.5. Pea gravel, '/4 -inch to 1/8 -inch diameter, shall be provided up to the top of the lower header. A certified sieve analysis shall be provided for the media. This analysis shall be submitted to the ENGINEER for approval prior to installation." 23) Section 11285 — Section 2.1 — Delete the words "shall as shown in the CONTRACT DOCUMENTS" from the last sentence in the paragraph and replace with the words "shall be by means of two or more egress. One access way shall be large enough to provide adequate space to install or remove all equipment from the treatment facility." 24) Section 15020 — Section 2.12: Remove "Not Used" and add the following: 2.12 — NON -PVC GATE VALVES A. General. Non -PVC gate valves for water service shall conform to the AWWA Standard for "Resilient- Seated Gate Valves for Water and Sewerage Systems" (AWWA C509, latest edition). Valves shall be of the resilient seated type with non -rising stem, closing in a clockwise direction. Sealing mechanism shall provide zero leakage at the water working pressure against line flow from either direction. The rubber covered gate shall not be wedged into a pocket nor slide across the seating surface to obtain a tight closure. Synthetic thrust washers shall be provided to minimize operating torque. Valves shall be flanged or have ends to match pipe and shall have solid bronze internal working parts. B. Stems. Gate valve stems shall be of bronze containing not more than 5 percent of zinc nor more than 2 percent of aluminum, and shall have a minimum tensile strength of 60,000 psi, a yield strength of 35,000 psi, and an elongation of at least ten percent in 2 inches, as determined by a test coupon poured from the same ladle from which the valve stems to be furnished are poured. C. Seats. Resilient valve seats shall consist of styrene butadiene (SBR) rubber permanently bonded to a high- strength iron wedge gate. The gate shall be totally encapsulated. The bonding process shall meet the requirements of ASTM D429. Mechanically attached seats or seats attached to the valve body shall not be accepted. D. Operators. Buried valves shall be provided with a 2 -inch square operating nut, extension stems, and valve well, as required in Part 2.1. Unless otherwise shown on the drawings, valves in vaults or above grade shall be supplied with a cast iron handwheel. E. Pressure Rating and Testing. Valves shall be rated for a working water pressure of 200 psi and shall be seat tested at this pressure with no leakage. Shell test of 400 psi shall be applied to body with valve in the open position with no leakage through the metal, flanged joints, or stem seals. F. Epoxy Coating. Valve and operator shall be epoxy coated as specified in Section 09800, except coating shall have 12 mil thickness. G. Spare Parts. Each valve shall be supplied with a spare set of upper and lower o -rings and weather seal. H. Manufacturer. Resilient seat gate valves shall be manufactured by U.S. Pipe, American Darling CRS-80, ITT Kennedy, or approved equivalent. 25) Section 15020 — Section 2.19: Remove "Not Used" and add the following: 2.19 — PRESSURE REGULATORS FOR WATER SERVICE A. General. Direct acting, bronze bodied, high capacity pressure regulators shall be supplied where shown or required. Unless otherwise shown, regulators shall have 300 psi rated inlet with a standard regulated pressure range of 25 to 75 psi and factory setting of 50 psi. Regulators shall be installed with an external wye strainer and flushing ball valve on the valve inlet. Valves shall be manufactured by Cla -Val, or an approved equivalent. 26) Section 15020 — Add Section 2.24: Add the following: PVC Gate Valves: PVC Gate valves shall be constructed of PVC, Type 1, and shall be of the size, type, and pressure rating shown within the CONTRACT DOCUMENTS. Valves shall have a non - rising stem and polypropylene handwheel. All O -rings shall be EPDM. The wedge shall be of polypropylene construction. All valve components shall be replaceable. PVC Gate valves shall be Spears Plastic Piping Products, or an approved equivalent. 27) Section 16700 — Add Section 2.2.13 below: 2.2.13— Turbidity Monitor A. Contractor shall provide one (1) turbidity monitor located between the bag filters and UV units, within the enclosure, to monitor turbidity levels of the water entering the UV units. If turbidity levels exceed an operator adjustable turbidity level, the monitor shall send a signal to the treatment facility PLC, and CITY operations staff via telemetry. The PLC will shut down the treatment facility until manual reset by CITY operations staff. Turbidity monitors shall measure turbidity in the range of 0.001 to 100.0 NTU. The maximum allowable response time by the monitor shall be two (2) minutes. The turbidity monitor shall be capable of sending a 4 -20 mA signal. The turbidity monitor shall be manufactured by Hach, Series 1720D, or an approved equivalent. ALL BIDDERS SHALL ACKNOWLEDGE RECEIPT AND ACCEPTANCE OF ADDENDUM NO. 1 BY SIGNING IN THE SPACE PROVIDED AND SUBMITTING THE SIGNED ADDENDUM WITH THE BID. Authorized Signature Date BASE BID SCHEDULE Item No. Item Unit Item Unit Price Qty. Total Prig; (figures). 1. Mobilization Lump Sum $ 1 $ 2. Site Work Lump Sum $ 1 $ 3. Wet Well Lump Sum $ 1 $ 4. Submersible Sump Pump Each $ 2 $ 5. Valve Vault Lump Sum $ 1 $ 6. Potable Water Connection Lump Sum $ 1 $ 7. Treatment Facility Piping, Valves, and Appurtenances Lump Sum $ 1 $ 8. Basket Strainer and Appurtenances Each $ 2 $ 9. Automatic Backwash Piping, Valves, and Appurtenances Lump Sum $ 1 $ 10. Sand Filter Vessel and Appurtenances Each $ 2 $ 11. Bag Filter and Appurtenances Each $ 2 $ 12. Turbidity Monitor Each $ 1 $ 13. Ultraviolet Light Unit and Appurtenances Each $ 2 $ 14. Electrical, Instrumentation, and Controls Equipment Lump Sum $ 1 $ 15. Treatment Facility Enclosure Each $ 1 $ 16. Foundation Support System Lump Sum $ 1 $ 17. Demobilization Lump Sum $ 1 $ Total Total of All Bid Items BASIS OF AWARD IS THE TOTAL OF ALL BID ITEMS. TOTAL BID AMOUNT (in words) con6171 D -15 dollars and cents. SECTION 03400 - PRECAST CONCRETE VAULTS PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. The CONTRACTOR shall furnish all labor, materials, equipment and incidentals required to provide precast concrete vaults as shown on the drawings and specified in the schedule attached at the end of this section. 1.2 RELATED SECTIONS A. The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 01300 — Submittals 2. Section 02200 — Earthwork 3. Section 02645 — Plastic (PVC) Schedule Pipe 4. Section 03305 — Minor Concrete 5. Section 05500 — Miscellaneous Metalwork 6. Section 07100 — Waterproofing 7. Section 09800 — Protective Coatings 8. Section 15120 — Piping Specialties 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of other requirements of the CONTRACT DOCUMENTS, all work specified herein shall conform to or exceed the applicable requirements of the referenced Standards; provided, that wherever the provisions of said publication are in conflict with the requirements specified herein, the more stringent requirement shall apply. 1.4 CONTRACTOR SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Shop Drawings showing all dimensions, openings, jointing, camber, inserts, reinforcing, prestressing, design calculations, and method of handling. Include manufacturer's setting plans and anchorage details. Show all conditions at openings, including size, location, topping and grout details, fasteners, etc., locations and dimensions. 2. Copies of all concrete cylinder test reports. 3. Manufacturer's literature and installation instructions. 4. Certificates of material conformance with Specifications, and ASTM C857 and C858. 042302 —ADDENDUM NO. 1 PRECAST CONCRETE VAULTS MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 03400 - 1 SECTION 03400 - PRECAST CONCRETE VAULTS 1.5 QUALITY ASSURNACE A. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ACI 318, Building Code Requirements for Reinforced Concrete, which includes referenced ASTM Standards. Comply with local building code requirements where more stringent than ACI 318. 2. ACI 211.3, Recommended Practice for Selecting Proportions for No -Slump Concrete. 3. ACI 517, Recommended Practice for Atmospheric Pressure Steam Curing of Concrete. 4. PCI MNL 116, Manual for Quality Control for Plants and Production of Precast Prestressed Concrete Products. B. Fabricator Qualifications: Fabricated by a manufacturer regularly engaged in the manufacture of precast units. C. Source Quality Control: Make cylinder tests of concrete quality in accordance with ASTM C 192, for each mix design, for each day of production, or for each 25 cubic yards of concrete. 1.6 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery and Handling: Transport precast concrete vaults units with proper equipment to protect units from dirt and damage. B. Storage: Store units off ground and on firm surfaces to avoid warping and cracking. Protect vaults from damage and discoloration. Stack so that lifting devices are accessible and undamaged. Separate stacked members by battens across full width of each bearing. PART 2- PRODUCTS 2.1 GENERAL A. Precast concrete vaults and risers shall be manufactured by Brooks Products, Inc., Jensen Precast, Utility Vault, or approved equal. B. Precast concrete vault shall comply with ASTM C858 except as modified herein. Minimum wall thickness shall be 6- inches. Design vault to withstand site soil conditions. Vault shall be designed to have sufficient weight to prevent "floating" due to buoyancy forces caused by groundwater. 042302 — ADDENDUM NO. 1 PRECAST CONCRETE VAULTS MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 03400 - 2 SECTION 03400 - PRECAST CONCRETE VAULTS C. Provide openings in precast vaults for piping and access. Provide cast -in -place inserts in the roof shell and wall at the locations as shown on the drawings. 2.2 PRECAST CONCRETE RISERS Precast concrete risers, grade ring, and cone shall comply with ASTM C478 except that the wall thickness shall be 5- inches minimum. 2.3 VAULT COVER AND FRAME Vault cover and frame shall conform to SDRSD M -3 "36" Manhole Frame and Two Concentric Covers Heavy Duty ". Frame and cover shall be watertight. Castings shall conform to the requirements of the "Specifications for Gray Iron Castings ", Class 30 (ASTM A48). 2.4 MANHOLE STEPS Manhole steps shall be No. 4 Grade 60 deformed steel rods with a formed copolymer polypropylene plastic coating equivalent to a model number PS -2PF manhole step, as manufactured by N.A. IND., Inc. Step shall have an overall width of 14 inches, an embedment into concrete of not less than 3 -1/4 inches, and shall extend out from the wall approximately 5 inches. Top of step shall be serrated to provide a non -skid tread. 2.5 MATERIALS A. Concrete. Concrete shall conform to the requirements of Section 03305 of these Specifications. B. Reinforcing Steel. Reinforcing steel shall conform to the requirements of Section 03305 of these Specifications. C. Forms. All forms used in placing concrete shall be of metal and sufficiently designed and braced to maintain their alignment under pressure of the concrete during placing. 2.6 MIXES A. Measurements of concrete mix materials shall be within the following limits: 1. Cement: Plus or minus 1 percent. 2. Water: Plus or minus 1 percent. 2.7 DESIGN AND FABRICATION A. Design Loads. 042302 —ADDENDUM NO. 1 PRECAST CONCRETE VAULTS MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 03400 - 3 SECTION 03400 - PRECAST CONCRETE VAULTS 1. Design loads shall consist of dead load, impact, and in addition, loads due to water table, and any other loads which may be imposed upon the structure, and shall comply with ASTM C857. 2. Live loads shall be for H -20 and /or H- 20 -S16 per AASHTO Standard Specifications for Highway Bridges with revisions. Design wheel load shall be 16 kips. The live load shall be that loading which produces the maximum shears and bending moments in the structure. B. Furnish units which are free from voids and honeycomb, with straight true edges and surfaces. Provide units of a uniform color and free from stains or discoloration. Top surface to have a float finish free from holes. C. Design calculations, drawings, and details shall be stamped and signed by a Registered Civil Engineer in the State of California. 2.8 SEALANTS AND GROUT Fill joints between precast sections with either a plastic sealing compound or mortar. Plastic sealing compound shall comply with Federal Specification SS -S- 00210. Mortar shall comply with ASTM C387, Type S. 2.10 EXTERIOR COATING Exterior coating shall conform to the requirements of Section 09800 of these Specifications. Precast vaults shall be waterproofed per Section 07100 of these Specifications. 2.11 HATCHES Hatches shall be rated for H -20 loading and shall conform to the requirements of Section 05500 of these Specifications. PART 3 - EXECUTION 3.1 INSPECTION Examine the areas and conditions under which the vaults are to be installed. Notify the ENGINEER in writing of the conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to the ENGINEER. 3.2 INSTALLATION A. Excavate for the vault and install a crushed rock base, 1 foot thick. Crushed rock base material shall extend a minimum 6- inches beyond the outside edge of the concrete vault base and shall be compacted to 90% relative density. 042302 —ADDENDUM NO. 1 PRECAST CONCRETE VAULTS MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 03400 - 4 SECTION 03400 - PRECAST CONCRETE VAULTS B. Set each precast concrete vault section or riser plumb on a bed of sealant or cement grout at least 1/2 -inch thick to make a watertight joint with the preceding unit. C. Lift, place, and secure the vaults in accordance with manufacturer's printed instructions and approved Shop Drawings. D. Vaults having any dimension smaller or greater than required, or that are outside the specified tolerance limits, will be rejected if the appearance or function of the structure is adversely affected. E. Vaults that are constructed of concrete not meeting the specified strength shall be removed and replaced. F. Level vaults accurately, align and level to approved tolerance by methods, procedures, and equipment as recommended by the manufacturer. G. The ENGINEER shall have access to the manufacturer's plant at all times during and after fabrication to inspect all precast vaults at the manufacturer's plant prior to delivery to the jobsite. During progress of the Work, not less than 6 test cylinders shall be made for each day's casting. Two cylinders shall be tested at the time of prestress, two at age 28 days and two held in reserve. H. Do not cut reinforcing without approval of manufacturer and as acceptable to the ENGINEER. Repair damaged exposed surfaces. Leave units in a condition acceptable to the ENGINEER and ready to receive subsequent work. END OF SECTION 042302 —ADDENDUM NO. 1 PRECAST CONCRETE VAULTS MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 03400 - 5 _TET__ #5 bars Cc) t.�" oG Ed,e of Foar.dn.�ion PCG, Its I.,& C.) p" OG 2:05 6 1�" Th�oker.a� �d�G Foundation Plan — Run —off Treatment Plant GEOPACIFICA I PROJECT NO. I FIGURE NO. 2 Confirmation Report— Memory Send Page : 001 Date 11 Time: Apr -24 -02 02:05pm Line 1 Machine ID Job number 210 Date Apr -24 02:01pm To 595472345 Number of pages . 013 Start time Apr -24 02:01pm End time Apr -24 02:05pm Pages sent 013 Status OK Job number 210 * ** SEND SUCCESSFUL * ** TRA�TSl��IITTAL FO1ZM City of Encinitas FAX '760/633 -2818 SOS S. Vulcan Avenue Ea ;inssriag Encinitas, CA 92024 -3633 760/633 -2770 DATE �I 12� -z - SENm TO FAxtR: NO_ OF PAC3E4B: -iIL- l _3 TO: L- L T Y OT=: AO�RESS- FROM: pQ PHONE: [76 a 633- Z7-7 S-- O Call ASli�' � Revaew � Call � Review 8c xec.ua C�F.YZ_ LLy Please Harare 0 P'er Oaa Coavcraation U Please Reply by CONIIVKEMNTS: 11 A-I--,;pJge:A,0Lj r t 1 TRANSMITTAL FORM City of Encinitas FAX 760/633 -2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633 -2770 DATE -4— O SEND TO FAX #: NO. OF PAGES:--2— TO: OF: ADDRESS: euiAN�AOLA'-'>E(�-S — FROM: 14 1 P f ( PHONE: (760)633- Z77 ❑ Call ASAP ❑ Review & Call ❑ Please Handle ❑ Per Our Conversation COMMENTS: 10-1 „"10AT\0” ❑ Review & Return ® F.Y.I. ❑ Please Reply by % L- I--o %- Lo () EN � -of l -A'r5 5 bars C� 17�" o Ij E A Y of Fo'Ar+dovion $�' "ri.icic MoT Fean�e.Ter (3lso ps; PGG) �5 b.irs (ai74" OG •• � � - - -- - - - -- - - - - - - - — - - -- --- -. - Y • �'#� bons Ill "T�:cka.a� �a`qG Foundation Plan - Run -off Treatment Plant GEOPACIFICA I PROJECT NO. I FIGURE NO. 2 Group Send Report Job number Date Number of pages Start time End time Successful nbrs. Fax numbers Unsuccessful nbrs. Fax number 199 Apr -24 10:42am 002 Apr -24 10:42am Apr -24 11:49am 11915628020700 11917145169596 11912159974062 11919096000615 11918003606397 11916192395716 11919494921891 1199319115 1197307744 1199413969 11916613224206 11918585501470 11919494585500 8918585139499 1197282517 1194804477 1196303648 1195919207 11917148476907 11916192556134 1197242805 1197465224 11919495528597 11916194448958 11917146300445 11918584869272 1197462667 11918583731455 11917142366080 Page : 001 Date & Time: Apr -24 -02 11:49am Line 1 Machine ID Pages sent 000 Job number 199 * ** SEND FA 1 LED * ** Si��IITTAL FORM City of Encinitas FAX 760/633 -2818 SOS S. Vulcan Aveave Eagi3Mccria8 Encinitas, CA 92024 -3633 760/633 -2770 GATE /�� �o SEND TO FAX�iC- NO. OF PAGES =� OF: AppRESS- FROM P P 1- t PHONE: �Z001 633- Z77 S Call ASAP 0 Rcvi�w 8c Call .. , � R�vicw 8c Rctvra ® F_Y1_ Plaaaa 13a*adle 0" Per Ora Co:av�rsation O Planes Reply by COIVIIVIENT3: �►_E --'� =` 14"�TI°s c.� � QTR � � '�v }�O U �av Ov t+1 "� j Job number 209 * ** SEND SUCCESSFUL e * SivIITTAAT- FORM City oTEacLaitas 505 S_ Vulcan Avenue Enciaitma, CA 92024 -3633 760/633 -2770 FAX 760/633 -2818 Engiaeeriag DATE c SEND TO /FAX�fR: NO_ OF OF. ADORESS- FROM P �P PHONE: (7B0) 633- Z77 S Call ASAP' I2GViaw 8c Call Review 8c Return PlessG IiaiadlG �' Per Our Convusatiora ED Please Reply by COIvIIv1ENZ'S: 1 Group Send Report Job number 209 Date Apr -24 02:00pm Number of pages 002 Start time Apr -24 02:00pm End time Apr -24 02:06pm Successful nbrs. Fax numbers $916194483341 $919497240267 Page : 001 Date & Time: Apr -24 -02 02:06pm Line 1 Machine ID Unsuccessful nbrs. Pages sent Confirmation Report— Memory Send Job number 178 Date Apr -23 05:19pm To : 8919494585500 Number of pages . 012 Start time Apr -23 05:19pm End time Apr -23 05:25pm Pages sent 012 Status OK Job number : 178 Page : 001 Date & Time: Apr -23 -02 05:25pm Line 1 Machine ID * ** SEND SUCCESSFUL * ** 'I AITSAuTTAL FOIM Gity of Encinitas FAX 760/633 -2818 505 S. Vv]caa Aveane Engineering Enciaitss, CA 92024 -3633 760/633 -2770 GATE -1 1--2. AD Z OF-NO TO FAXW: NO_ OF PAC3ES:J:a- TO' PLi*cN� -lD� �FJR- — Yom\ b OA1 �L Ca b a 1— j'14C -�) t �i2ETMEI�1 OF: saooc�ESS- FROM: "pe PHONE: [7601 ®33- Z7"7 Call ASAP � Review 8c Call �^^ Review 8c Return �F.Y1_ Plasma 1-la=dle Pcs Ott Conversatiori a.J Please Reply by CONIIVIENT'3: .' i�rJ ID tE~/V 4 U f�l PBS4607i V, An employee -owned company AGENDA MOONLIGHT BEACH URBAN RUNOFF TREATMENT FACILITY DESIGN KICK -OFF MEETING January 15, 2002 at 10:30 AM at the City of Encinitas, Carnation Room I. Introductions A. City of Encinitas Team B. San Elijo Joint Powers Authority (SEJPA) Team C. PBS &J Team II. Project Background A. Pre - Design Efforts B. Final Design Efforts III. Meeting Goals A. Pre - Design Comment Resolution to Commence Final Design B. Present Draft of State Contract IV. State Grant A. State Water Resources Control Board Contract V. Project Design Criteria A. Critical Pre - Design Report Comments i. Turbidity Level Reported Too High (20 vs. 3 NTU) ii. Site Description Required iii. Typical Ozone Maintenance iv. Facility Size — UV vs. Ozone V. Monitoring Prior to Project Construction B. Bacterial Standards i. REC 1 vs. City Req. w/ 15% Bypass Requirement C. Site Constraints D. Filters & Backwash i. Bag filter after sand filter vs. media filter ii. Manual vs. automated iii. Supply E. Telemetry i. Instrumentation alarms & notification 175 Calle Magdalena • Encinitas, California 92024 • Telephone: 760.753.1120 • fax: 760.753.0730 • www.pbsj.com F. Monitoring i. Sampling and monitoring required, incl. frequency. G. O &M i. Quantity and quality of O & M ii. O & M Tasks VI. Project Budget and Amendment No. 1 A. Design B. Grant Services C. Bidding Services D. CM Services VII. Other VIII. Summary of Action Items IX. Schedule for Completing Action Items 175 Calle Magdalena, Encinitas, California 92024 • Phone (760) 753 -1120 • Fax (760) 753 -0730 t CITY OF ENCINITAS MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY BID PACKAGE ADDENDUM NO. 1 APRIL 23, 2002 To All Prospective Bidders: The following changes are hereby made to the contract drawings: 1) Drawing No. C -3: Delete Sluice Gate in Detail 1, Detail A, and Section A -A and replace with 4 -inch PVC true union ball valve per Specifications. Install ball valve with valve extension and stem nut as shown for sluice gate. 2) Drawing No. M -2: Install turbidity monitor in piping located between bag filters and UV units. 3) Drawing No. M -2: Add foundation detail for the treatment facility attached to this Addendum. The following changes are hereby made to the contract specifications: 1) Section B (Special Provisions) — Section 6 -9 (Page B -5) — Replace the words "240 working days" with the words "60 working days" from the third sentence. 2) Section B (Special Provisions) — Section 7 -5 (Page B -6) — Delete the words "and the City of Carlsbad Engineering Department' from the first sentence. 3) Section B (Special Provisions) —Section 7 -10, Paragraph Six (Pages B -8 and B -9) — Delete the words "and the City of Carlsbad" in the third paragraph. Also delete the last sentence in the paragraph, "The Traffic Engineer with the City of Carlsbad can be reached at (760) 602 - 2752." 4) Section B (Special Provisions) — Section 7 -25 (Page B -14) — Delete the entire Section 7 -25, Jack and Boring. 5) Section B (Special Provisions) — Section 7 -27 (Page B -15) — Delete the entire Section 7 -27, Vehicle Detector Loop Replacements. 6) Section B (Special Provisions) — Section 7 -28 (Page B -15) — Delete the entire Section 7 -28, Existing Traffic Signals and Conduits. 7) Section D (Bid Forms) —Base Bid Schedule (Page D -15) —Replace with attached Base Bid Schedule and Deduct Bid Item Schedule. 8) Section E (Contract Forms) — Section 4.3 (Page E -6) — Replace the words "45 working days" with the words "60 working days ". 9) Section 03400 — Pre -Cast Concrete Vaults — Add entire Specification Section attached to this Addendum. 10) Section 11283 — L l .A — Add the words "(PLC or microprocessor)" after the word "controller" in the first sentence. Add the following sentence after the first sentence: "A PLC or microprocessor is acceptable for the control/monitoring features of the UV system." 11) Section 11283 — 1. LA — Delete the words "stacked as shown in the CONTRACT DOCUMENTS." and replace with the words "laid out within the enclosure to allow proper spacing as approved by the ENGINEER." in the fourth sentence. Add the following sentence to the end of the paragraph: "Based on approval by the ENGINEER, the CONTRACTOR may supply more than two UV units (maximum of four (4) units) that will provide the required total dosage to meet the performance criteria stated in this specification, and that will provide the required clearances for CITY personnel to maintain and operate the facility (a minimum of 30- inches clearance to all adjacent equipment and piping) Clearances shall also be provided to change out all UV lamp bulbs." 12) Section 11283 — 2. LA — Delete the section and replace with: "The UV disinfection system shall employ either high- intensity, low- pressure lamps or high- intensity, medium pressure lamps. The UV disinfection system shall be a Type 316 stainless steel closed contact chamber system. The UV disinfection system shall include, quartz sleeves, electronic ballasts, an automatic mechanical wiping system capable of cleaning the lamp sleeves while disinfecting, and integral lamp removal mechanism, control panel (PLC or microprocessor), and detection system as specified in this Section." 13) Section 11283 — 2. LB — Delete the following sentence in the section: "The two UV disinfection units shall be stacked, one on top of the other, and properly secured to the facility container." 14) Section 11283 — 2.2.A — Delete the first sentence and replace with "The UV disinfection system, in conjunction with the filter system, shall disinfect the incoming raw water." 15) Section 11283 — 2.2.B — Delete the first paragraph and replace with "The following filtered effluent water quality data shall be utilized in designing the proper UV system. When there is a conflict between the data provided below and that in Appendix A, the more stringent criteria shall apply:" 16) Section 11283 — 2.2.D — Add to end of paragraph: "Applied dosage shall be defined as the dosage output of the UV bulbs at the beginning of start-up. The CONTRACTOR is responsible for verifying the proper dosage required to meet the specified performance criteria using the SPSS or an approved accepted standard method. Dosages higher than the minimum required dosage above shall be allowed if necessary to achieve the specified performance criteria." 17) Section 11283 — 2.33 — Delete "800 kilowatts" and replace with "8 kilowatts ". 18) Section 11283 — 2.4.F.2.a. — Delete "800 watts" and replace with "1600 watts ". 19) Section 11283 — 2.4.G.2 — Delete "800 KW" and replace with "8 kilowatts ". 20) Section 11283 — 2.4.I.4 — Add the following to the beginning of the paragraph: "The UV disinfection units shall be provided with inlet and outlet ports to allow City personnel to clean the quartz sleeves with a chemical cleaning solution during non - operation periods. Ports shall be located so that each UV unit can be isolated during the chemical cleaning period. The UV manufacturer shall supply the City with all required information on performing chemical cleaning, including the recommended cleaning solution." 21) Section 11284 — 2.3.B — Delete entire paragraph and replace with paragraph below: San Filter System Capacity Requirements: Each sand filter shall have a maximum filtration rate of six (6) gallons per minute per square foot of filter area. Minimum total effective area for each filter shall be fourteen (14) square feet. Each sand filter shall be designed for a maximum flowrate of 75 gpm. 22) Section 11284 — 2.3.1, — Delete "24- inches" from the second sentence and replace with "20- inches ". Add the following sentences to the end of the paragraph: "The uniformity coefficient shall be less than 1.5. Pea gravel, '/a -inch to 1/8 -inch diameter, shall be provided up to the top of the lower header. A certified sieve analysis shall be provided for the media. This analysis shall be submitted to the ENGINEER for approval prior to installation." 23) Section 11285 — Section 2.1 — Delete the words "shall as shown in the CONTRACT DOCUMENTS" from the last sentence in the paragraph and replace with the words "shall be by means of two or more egress. One access way shall be large enough to provide adequate space to install or remove all equipment from the treatment facility." 24) Section 15020 — Section 2.12: Remove "Not Used" and add the following: 2.12 — NON -PVC GATE VALVES A. General. Non -PVC gate valves for water service shall conform to the AWWA Standard for "Resilient- Seated Gate Valves for Water and Sewerage Systems" (AWWA C509, latest edition). Valves shall be of the resilient seated type with non -rising stem, closing in a clockwise direction. Sealing mechanism shall provide zero leakage at the water working pressure against line flow from either direction. The rubber covered gate shall not be wedged into a pocket nor slide across the seating surface to obtain a tight closure. Synthetic thrust washers shall be provided to minimize operating torque. Valves shall be flanged or have ends to match pipe and shall have solid bronze internal working parts. B. Stems. Gate valve stems shall be of bronze containing not more than 5 percent of zinc nor more than 2 percent of aluminum, and shall have a minimum tensile strength of 60,000 psi, a yield strength of 35,000 psi, and an elongation of at least ten percent in 2 inches, as determined by a test coupon poured from the same ladle from which the valve stems to be furnished are poured. C. Seats. Resilient valve seats shall consist of styrene butadiene (SBR) rubber permanently bonded to a high- strength iron wedge gate. The gate shall be totally encapsulated. The bonding process shall meet the requirements of ASTM D429. Mechanically attached seats or seats attached to the valve body shall not be accepted. D. Operators. Buried valves shall be provided with a 2 -inch square operating nut, extension stems, and valve well, as required in Part 2.1. Unless otherwise shown on the drawings, valves in vaults or above grade shall be supplied with a cast iron handwheel. E. Pressure Rating and Testing. Valves shall be rated for a working water pressure of 200 psi and shall be seat tested at this pressure with no leakage. Shell test of 400 psi shall be applied to body with valve in the open position with no leakage through the metal, flanged joints, or stem seals. F. Epoxy Coating. Valve and operator shall be epoxy coated as specified in Section 09800, except coating shall have 12 mil thickness. G. Spare Parts. Each valve shall be supplied with a spare set of upper and lower o -rings and weather seal. H. Manufacturer. Resilient seat gate valves shall be manufactured by U.S. Pipe, American Darling CRS -80, ITT Kennedy, or approved equivalent. 25) Section 15020 — Section 2.19: Remove "Not Used" and add the following: 2.19 — PRESSURE REGULATORS FOR WATER SERVICE A. General. Direct acting, bronze bodied, high capacity pressure regulators shall be supplied where shown or required. Unless otherwise shown, regulators shall have 300 psi rated inlet with a standard regulated pressure range of 25 to 75 psi and factory setting of 50 psi. Regulators shall be installed with an external wye strainer and flushing ball valve on the valve inlet. Valves shall be manufactured by Cla -Val, or an approved equivalent. 26) Section 15020 — Add Section 2.24: Add the following: PVC Gate Valves: PVC Gate valves shall be constructed of PVC, Type 1, and shall be of the size, type, and pressure rating shown within the CONTRACT DOCUMENTS. Valves shall have a non -rising stem and polypropylene handwheel. All O -rings shall be EPDM. The wedge shall be of polypropylene construction. All valve components shall be replaceable. PVC Gate valves shall be Spears Plastic Piping Products, or an approved equivalent. 27) Section 16700 — Add Section 2.23 below: 2.2.B— Turbidity Monitor A. Contractor shall provide one (1) turbidity monitor located between the bag filters and UV units, within the enclosure, to monitor turbidity levels of the water entering the UV units. If turbidity levels exceed an operator adjustable turbidity level, the monitor shall send a signal to the treatment facility PLC, and CITY operations staff via telemetry. The PLC will shut down the treatment facility until manual reset by CITY operations staff. Turbidity monitors shall measure turbidity in the range of 0.001 to 100.0 NTU. The maximum allowable response time by the monitor shall be two (2) minutes. The turbidity monitor shall be capable of sending a 4 -20 mA signal. The turbidity monitor shall be manufactured by Hach, Series 1720D, or an approved equivalent. ALL BIDDERS SHALL ACKNOWLEDGE RECEIPT AND ACCEPTANCE OF ADDENDUM NO. 1 BY SIGNING IN THE SPACE PROVIDED AND SUBMITTING THE SIGNED ADDENDUM WITH THE BID. Authorized Signature Date BASE BID SCHEDULE Item No. Item Unit Item Unit Price Qty. - Total Prig .. 1. Mobilization Lump Sum $ 1 $ 2. Site Work Lump Sum $ 1 $ 3. Wet Well Lump Sum $ 1 $ 4. Submersible Sump Pump Each $ 2 $ 5. Valve Vault Lump Sum $ 1 $ 6. Potable Water Connection Lump Sum $ 1 $ 7. Treatment Facility Piping, Valves, and Appurtenances Lump Sum $ 1 $ 8. Basket Strainer and Appurtenances Each $ 2 $ 9. Automatic Backwash Piping, Valves, and Appurtenances Lump Sum $ 1 $ 10. Sand Filter Vessel and Appurtenances Each $ 2 $ 11. Bag Filter and Appurtenances Each $ 2 $ 12. Turbidity Monitor Each $ 1 $ 13. Ultraviolet Light Unit and Appurtenances Each $ 2 $ 14. Electrical, Instrumentation, and Controls Equipment Lump Sum $ 1 $ 15. Treatment Facility Enclosure Each $ 1 $ 16. Foundation Support System Lump Sum $ 1 $ 17. Demobilization Lump Sum $ 1 $ Total Total of All Bid Items $ BASIS OF AWARD IS THE TOTAL OF ALL BID ITEMS. TOTAL BID AMOUNT (in words) dollars and cents. con6171 D -15 SECTION 03400 - PRECAST CONCRETE VAULTS PART 1 - GENERAL 1.1 WORK OF THIS SECTION A. The CONTRACTOR shall furnish all labor, materials, equipment and incidentals required to provide precast concrete vaults as shown on the drawings and specified in the schedule attached at the end of this section. 1.2 RELATED SECTIONS A. The Work of the following Sections applies to the Work of this Section. Other Sections, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Section 01300 — Submittals 2. Section 02200 — Earthwork 3. Section 02645 — Plastic (PVC) Schedule Pipe 4. Section 03305 — Minor Concrete 5. Section 05500 — Miscellaneous Metalwork 6. Section 07100 — Waterproofing 7. Section 09800 — Protective Coatings 8. Section 15120 — Piping Specialties 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of other requirements of the CONTRACT DOCUMENTS, all work specified herein shall conform to or exceed the applicable requirements of the referenced Standards; provided, that wherever the provisions of said publication are in conflict with the requirements specified herein, the more stringent requirement shall apply. 1.4 CONTRACTOR SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Shop Drawings showing all dimensions, openings, jointing, camber, inserts, reinforcing, prestressing, design calculations, and method of handling. Include manufacturer's setting plans and anchorage details. Show all conditions at openings, including size, location, topping and grout details, fasteners, etc., locations and dimensions. 2. Copies of all concrete cylinder test reports. 3. Manufacturer's literature and installation instructions. 4. Certificates of material conformance with Specifications, and ASTM C857 and C858. 042302 —ADDENDUM NO. 1 PRECAST CONCRETE VAULTS MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 03400 - 1 SECTION 03400 - PRECAST CONCRETE VAULTS 1.5 QUALITY ASSURNACE A. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ACI 318, Building Code Requirements for Reinforced Concrete, which includes referenced ASTM Standards. Comply with local building code requirements where more stringent than ACI 318. 2. ACI 211.3, Recommended Practice for Selecting Proportions for No -Slump Concrete. 3. ACI 517, Recommended Practice for Atmospheric Pressure Steam Curing of Concrete. 4. PCI MNL 116, Manual for Quality Control for Plants and Production of Precast Prestressed Concrete Products. B. Fabricator Qualifications: Fabricated by a manufacturer regularly engaged in the manufacture of precast units. C. Source Quality Control: Make cylinder tests of concrete quality in accordance with ASTM C 192, for each mix design, for each day of production, or for each 25 cubic yards of concrete. 1.6 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery and Handling: Transport precast concrete vaults units with proper equipment to protect units from dirt and damage. B. Storage: Store units off ground and on firm surfaces to avoid warping and cracking. Protect vaults from damage and discoloration. Stack so that lifting devices are accessible and undamaged. Separate stacked members by battens across full width of each bearing. PART 2 - PRODUCTS 2.1 GENERAL A. Precast concrete vaults and risers shall be manufactured by Brooks Products, Inc., Jensen Precast, Utility Vault, or approved equal. B. Precast concrete vault shall comply with ASTM C858 except as modified herein. Minimum wall thickness shall be 6- inches. Design vault to withstand site soil conditions. Vault shall be designed to have sufficient weight to prevent "floating" due to buoyancy forces caused by groundwater. 042302 —ADDENDUM NO. 1 PRECAST CONCRETE VAULTS MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 03400 - 2 SECTION 03400 - PRECAST CONCRETE VAULTS C. Provide openings in precast vaults for piping and access. Provide cast -in -place inserts in the roof shell and wall at the locations as shown on the drawings. 2.2 PRECAST CONCRETE RISERS Precast concrete risers, grade ring, and cone shall comply with ASTM C478 except that the wall thickness shall be 5- inches minimum. 2.3 VAULT COVER AND FRAME Vault cover and frame shall conform to SDRSD M -3 "36" Manhole Frame and Two Concentric Covers Heavy Duty ". Frame and cover shall be watertight. Castings shall conform to the requirements of the "Specifications for Gray Iron Castings ", Class 30 (ASTM A48). 2.4 MANHOLE STEPS Manhole steps shall be No. 4 Grade 60 deformed steel rods with a formed copolymer polypropylene plastic coating equivalent to a model number PS -2PF manhole step, as manufactured by N.A. IND., Inc. Step shall have an overall width of 14 inches, an embedment into concrete of not less than 3 -1/4 inches, and shall extend out from the wall approximately 5 inches. Top of step shall be serrated to provide a non -skid tread. 2.5 MATERIALS A. Concrete. Concrete shall conform to the requirements of Section 03305 of these Specifications. B. Reinforcing Steel. Reinforcing steel shall conform to the requirements of Section 03305 of these Specifications. C. Forms. All forms used in placing concrete shall be of metal and sufficiently designed and braced to maintain their alignment under pressure of the concrete during placing. 2.6 MIXES A. Measurements of concrete mix materials shall be within the following limits: 1. Cement: Plus or minus 1 percent. 2. Water: Plus or minus 1 percent. 2.7 DESIGN AND FABRICATION A. Design Loads. 042302 — ADDENDUM NO. 1 PRECAST CONCRETE VAULTS MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 03400 - 3 SECTION 03400 - PRECAST CONCRETE VAULTS 1. Design loads shall consist of dead load, impact, and in addition, loads due to water table, and any other loads which may be imposed upon the structure, and shall comply with ASTM C857. 2. Live loads shall be for H -20 and /or H- 20 -S16 per AASHTO Standard Specifications for Highway Bridges with revisions. Design wheel load shall be 16 kips. The live load shall be that loading which produces the maximum shears and bending moments in the structure. B. Furnish units which are free from voids and honeycomb, with straight true edges and surfaces. Provide units of a uniform color and free from stains or discoloration. Top surface to have a float finish free from holes. C. Design calculations, drawings, and details shall be stamped and signed by a Registered Civil Engineer in the State of California. 2.8 SEALANTS AND GROUT Fill joints between precast sections with either a plastic sealing compound or mortar. Plastic sealing compound shall comply with Federal Specification SS -S- 00210. Mortar shall comply with ASTM C387, Type S. 2.10 EXTERIOR COATING Exterior coating shall conform to the requirements of Section 09800 of these Specifications. Precast vaults shall be waterproofed per Section 07100 of these Specifications. 2.11 HATCHES Hatches shall be rated for H -20 loading and shall conform to the requirements of Section 05500 of these Specifications. PART 3 - EXECUTION 3.1 INSPECTION Examine the areas and conditions under which the vaults are to be installed. Notify the ENGINEER in writing of the conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to the ENGINEER. 3.2 INSTALLATION A. Excavate for the vault and install a crushed rock base, 1 foot thick. Crushed rock base material shall extend a minimum 6- inches beyond the outside edge of the concrete vault base and shall be compacted to 90% relative density. 042302 —ADDENDUM NO. 1 PRECAST CONCRETE VAULTS MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 03400 - 4 SECTION 03400 - PRECAST CONCRETE VAULTS B. Set each precast concrete vault section or riser plumb on a bed of sealant or cement grout at least 1/2 -inch thick to make a watertight joint with the preceding unit. C. Lift, place, and secure the vaults in accordance with manufacturer's printed instructions and approved Shop Drawings. D. Vaults having any dimension smaller or greater than required, or that are outside the specified tolerance limits, will be rejected if the appearance or function of the structure is adversely affected. E. Vaults that are constructed of concrete not meeting the specified strength shall be removed and replaced. F. Level vaults accurately, align and level to approved tolerance by methods, procedures, and equipment as recommended by the manufacturer. G. The ENGINEER shall have access to the manufacturer's plant at all times during and after fabrication to inspect all precast vaults at the manufacturer's plant prior to delivery to the jobsite. During progress of the Work, not less than 6 test cylinders shall be made for each day's casting. Two cylinders shall be tested at the time of prestress, two at age 28 days and two held in reserve. H. Do not cut reinforcing without approval of manufacturer and as acceptable to the ENGINEER. Repair damaged exposed surfaces. Leave units in a condition acceptable to the ENGINEER and ready to receive subsequent work. END OF SECTION 042302 — ADDENDUM NO. 1 PRECAST CONCRETE VAULTS MOONLIGHT BEACH URBAN RUN -OFF TREATMENT FACILITY PAGE 03400 - 5 6 + PBS, P An employee -owned company MEMORANDUM TO: Attendees DATE: January 16, 2002 FROM: Jeremy Clemmons �G PROJECT NO.: 621903.01 N: \020 \621903.01\Memos \SW Jan2002 Kick -Off Mtg Minutes.doc SUBJECT: Moonlight Beach Urban Run -Off CLIENT: City of Encinitas Treatment Facility Design Kick - Off Meeting The Design Kick -Off Meeting for the Moonlight Beach Urban Run -Off Treatment Facility was held on January 14, 2002 at the City of Encinitas' Carnation Room. The following people were in attendance: City of Encinitas Meleah Ashford Kathy Weldon Leroy Bodas Kipp Hefner Andy Bullington Shawn Atherton PBS &J Paul Cooley Jim Rasmus Jeremy Clemmons Gail Masutani 760- 633 -2632 760- 633 -2632 760- 633 -2777 760- 633 -2775 760- 633 -2873 760- 633 -2871 760 - 753 -1120 Ext.313 760- 753 -1120 Ext.372 760- 753 -1120 Ext.322 760 -753 -1120 Ext.363 The following summarizes the major points of discussion. If you have any additions or corrections, please notify us and we will issue amended minutes. 1. Geotechnical Investigation. The City has contracted as- needed services with Geopacifica to conduct a soil boring in the location of the wet well. 2. State Water Resources Control Board ( SWRCB) Contract. The SWRCB contract is due to the State on Thursday, January 17, 2001. This date will allow the State time to place the project on the agenda for the January 23rd meeting to approve the contract. Gail went over the contract with the attendees to determine final decisions prior to finalizing the contract. 175 Calle Magdalena • Encinitas, California 92024 • Telephone: 760.753.1120 • Fax: 760.753.0730 • www.pbsj.com Moonlight Beach Urban Run -Off Meeting Minutes January 29,2002 Page 2 of 4 3. Gail presented two spreadsheet scenarios for budgeting the State grant funding and the City's 15 percent match funding. The City preferred to use the second alternative which included operations and maintenance costs and utilized more of the State funding in the beginning of the project and the City funding at the end of the project. The State funding is $814,000. The City funding is $122,000. 4. The City commented that the cost of electricity used in the cost estimate was too low. It needs to be revised to reflect $0.25/kW -hr, not $0.15/kW -hr. This cost revision will be incorporated into the SWRCB contract. The City also would like the cost of monitoring to be revised from $50/hr to $1001hr. 5. The O & M costs are allowed in grant funding, if funding is available, after installation of the project. Gail reported that funding for O & M costs with both the grant and City funding would last until December 2004, not the three years anticipated by the City previously. 6. The City desired to utilize both State and City funding to pay for O & M and monitoring costs after the project construction. Minor adjustments to the grant budget in the SWRCB contract will be made to free up more money for O & M and monitoring. 7. The City preferred a three "tiered" filtration approach to the UV light system design. PBS &J notified the City that the designed filtration system would be adequate to provide desired results from the UV unit. 8. The City expressed some interest in the treatment system being capable of treating nitrates and phosphates, but PBS &J informed the City that this system will not be able to perform in that capacity. A system to treat nutrients would be larger and more expensive. The concept was then dismissed. 9. The City confirmed that the specification for incoming water quality to the UV unit needs to contain a turbidity requirement. PBS &J informed the City that this would be included. The City asked PBS &J to investigate adding a turbidity monitor to the system. 10. The City was not sure if a flow monitor was required to start and stop the treatment system. PBS &J informed the City that the system will operate based on levels in the wet -well basin. 11. The City required that the piping from the submersible pumps to the treatment facility be buried instead of located in the reinforced concrete box due to possible Moonlight Beach Urban Run -Off Meeting Minutes January 29,2002 Page 3 of 4 damage. PBS &J agreed to revise this in the design. The City also wanted PBS &J to confirm the price of the piping and installation. All changes to costs will be reflected in the final cost estimate. 12. Operation and maintenance of the facility was discussed. The City was unclear if they were going to perform the O &M or if it would be under contract for a designated amount of years. PBS &J described the type of O & M required on this facility. The City did not decide at this time on the responsibility of O & M, although it was discussed that the City might save money if they were to provide O & M. 13. The City decided to provide bidding services and have PBS &J complete their bidding task in the Pre - Design report as part of the final design. The City was not comfortable with the cost of the CM services utilized in the SWRCB contract. Kipp is going to investigate the cost of CM by the City for this project and provide that to Gail prior to submittal of the SWRCB contract. 14. The City requested that the backwash process be automated and that potable water be used for the backwash process. They also notified PBS &J that backwash could be discharged into the sewer pump station. 15. The bacteria standards for design were discussed. This discussion included the guideline of REC -1 vs. the 2 bacteria/100 mL the City desired. Kathy provided history on the determination of 2/100 mL. It was agreed to revise language in the SWRCB contract and Pre - Design report memorandum to state that the treatment facility would provide outlet water that would "significantly exceed the REC -1 criteria." By stating this, the City will have flexibility to change the UV dosage to both meet the Regional Water Quality Control Board standards, as well as save money on power costs. 16. The City requested PBS &J provide them with a breakdown of equipment replacement costs for the next twenty (20) years, along with a cost for each piece. 17. The City told PBS &J to coordinate any telemetry with Gary Masters and Sheldon Austin of San Elijo Joint Powers Authority who owns the pump station. :1 Moonlight Beach Urban Run -Off Meeting Minutes January 29,2002 Page 4 of 4 18. PBS &J informed the City that approximately $19,000 was left in the pre- design report budget. A portion of this, $5,100, will be utilized for the SWRCB grant preparation. The remainder will be utilized to prepare the Pre - Design report memorandum and portions of the final design. PBS &J will prepare an addendum describing the use of the remaining $19,000. 19. PBS &J will also prepare a second addendum for the 100% and Final design of the treatment facility. The addendum will be forwarded to the City for approval. 20. The City agreed that the Pre - Design report does not need to be revised and completed. Instead, PBS &J will prepare a memorandum and list of comments and responses that will discuss final resolution. These documents will be placed in front of each draft Pre - Design report. JC:sw it EXHIBIT A SCOPE OF WORK SWRCB Agreement No. 01 -076 -550-0 City of Encinitas Page 1 of 18 1. Contractor agrees to provide to the State Water Resources Control Board (SWRCB) subvention services as described herein: 2. A water treatment system shall be installed adjacent tot Cottonwood Creek at the intersection of 3rd and B streets in the City of Encinitas, in San Diego County to decrease bacterial contamination at Moonlight State Beach. 3. The project representatives during the term of this agreement will be: PROJECT REPRESENTATIVES State Agency: State Water Resources Control Board Contractor: City of Encinitas SWRCB Project Representative: Project Representative: Laura L. Peters Kerry Miller, City Manager 1001 1 Street, 16"' Floor 505 S. Vulcan Avenue Sacramento, CA 95814 Encinitas, CA 92024 Phone: 916 341 -5854 Phone: 760 633 -2632 Fax: 916 341 -5707 Fax: 760 633 -2818 The SWRCB's Project Representative shall be Laura L. Peters of the Division of Clean Programs. The SWRCB Project Representative shall be the day - today representative for administration of this agreement, and, except as otherwise specifically provided, shall have full authority to act on behalf of the SWRCB with respect to this agreement. The parties may change their SWRCB Project Representative or Project Representative upon providing written notice to the other party. Direct all inquiries to: State Water Resources Control Board Contractor's Name Division of Clean Water Programs Section /Unit Attention: Laura L. Peters Attention: Katherine Weldon Address: 1001 1 Street, 16tn Floor Sacramento, CA 95814 Phone: 916 341 -5854 Address: 505 S. Vulcan Avenue Encinitas, CA 92024 Phone: 760 633 -2632 Fax: 916 341 -5707 Fax: 760 633 -2818 4. Detailed description of work to be performed and duties of all parties shall be provided in accordance to Exhibit A -1 Work To Be Performed which is attached hereto and made part of this agreement. SWRCB Agreement No. 01 -076 -550-0 City of Encinitas Page 2 of 18 EXHIBIT A-1 — WORK TO BE PERFORMED A BACKGROUND AND GOALS Moonlight State Beach in the City of Encinitas, San Diego County, is currently prone to numerous posting/closures during dry weather periods due to high levels of harmful bacteria. In the year 2000, the City experienced 93 postings /closures at Moonlight State Beach. Postings and closed beaches negatively impact the coastal community that relies on tourism and beach - related recreation revenue. The City has determined that the sources of these harmful bacteria are urban runoff through Cottonwood Creek, which discharges to the beach. To reduce the levels of these harmful bacteria, the City of Encinitas proposes to use the grant funding from the SWRCB to design, install, and operate a dry weather urban runoff treatment system for Cottonwood Creek. The goal is to minimize postings /closures at Moonlight State Beach. The water quality standard for recreational body contact is set forth in Assembly Bill 411, the Clean Beach Initiative (adopted by the San Diego Regional Water Quality Control Board), as REC -1 standards. Presented in Table 1 is a comparison of Bacterial Objectives for REC -1 waters and the City of Encinitas. The bacterial objectives for the City of Encinitas are significantly lower than the mandated objectives. Table 1 Comparison of Bacterial Objectives for RECA Waters Standards SDRWQCB REC -1 City of Encinitas 30-Day Avg. Total Coliform 1,000 <2 Total Coliform Single Sample 10,000 n/a 30-Day Avg. Fecal Coliform 200 <2 Fecal Coliform Single Sample 400 n/a 30-Day Avg. Enterococcus Coliform 35 <2 Total Coliform Enterococcus Sample 1 S 104 n/a . an Diego Regional Water Quality Control Board 2. not applicable The monies from this grant will be used toward planning, designing, and constructing a treatment system that will reduce the bacteria levels in 85 percent of the dry weather flow to meet the City of Encinitas water quality requirements. Approximately 15 percent of the dry weather flow will remain in Cottonwood Creek for the biological community. After construction of the facility, ® years of monitoring will be required to ensure the Project goals have been met. B. WORK TO BE PERFORMED The Contractor shall be responsible for the performance of the work as set forth herein below and for the preparation of products and a final report as specified in this Exhibit. The Project Representative shall promptly notify the SWRCB Project Representative of events or proposed changes that could affect the scope, budget, or schedule of work performed under this agreement. Task 1. Project Management and Administration 1.1 Provide all technical and administrative services as needed for contract completion; monitor, supervise and review all work performed; and coordinate budgeting and scheduling to assure that the contract is completed within budget, on schedule, and in accordance with approved procedures, applicable laws, and regulations. 1.2 Ensure that the contract requirements are met through completion f progress reports and through regular communication with the SWRCB ProjOepresentative. The progress reports shall describe activities undertaken and accomplishments of each task during the quarter /month, milestones achieved, and any problems encountered in the performance of the SWRCB Agreement No. 01 -076 -550-0 City of Encinitas Page 3 of 18 EXHIBIT A -1 —WORK TO BE PERFORMED work under this contract. The description of activities and accomplishments of each task during the quarter shall be in sufficient detail to provide a basis for payment of invoices and shall be translated into percent of task work completed for the purpose of calculating invoice amounts. 1.3 State Disclosure Requirements - Include the following disclosure statement in any document, written report, or brochure prepared in whole or in part pursuant to this contract: "Funding for this project has been provided in full or in part through a contract with the State Water Resources Control Board (SWRCB) pursuant to the Costa - Machado Water Act of 2000 (Proposition 13) and any amendments thereto for the implementation of California's Nonpoint Source Pollution Control Program. The contents of this document do not necessarily reflect the views and policies of the SWRCB, nor does mention of trade names or commercial products constitute endorsement or recommendation for use." (Gov. Code 7550, 40 CFR 31.20) The Contractor shall include in each of its contracts for work under this contract a provision that incorporates the requirements stated within this subtask. 1.4 The Contractor and any of its contractors shall notify the SWRCB Project Representative at least ten working days prior to any public or media event publicizing the accomplishments and /or results of this contract and provide the opportunity for attendance and participation by SWRCB representatives. 1.5 Complete a one -page contract summary form (form to be provided by the SWRCB) within one /three month(s) of the contract execution. 1.6 Award contract(s) to appropriate organization(s) to perform tasks as outlined in this agreement. Document steps taken in soliciting and awarding the contract and submit them to the SWRCB Project Representative for review. Document all contractor activities in quarterly /monthly reports. 1.7 At the completion of this project and prior to final payment, the Project Representative shall fill out and provide a project survey form to the SWRCB Project Representative. Task Deliverables: 1.2 Quarterly /Monthly Progress Reports, 1.5 Contract Summary Form, 1.6 Subcontractor Documentation, 1.7 Project Survey Form Task 2: Permits 2.1 Approval was granted in the Notice of Decision (DCD- 2001 -96) by the Community Development Department, City of Encinitas, for a Coastal Development Permit to allow the installation of an urban run -off treatment facility located at the southeast corner of Third Street and B Street in the City of Encinitas. A condition of the Coastal Development Permit is that a U.S. Army Corps of Engineers permit would be required prior to the issuance of any building or grading permit. If the Project is exempt from permitting requirements, the Contractor shall provide verification of exemption prior to the issuance of any building or grading permit. 2.2 The Notice of Decision also required that the California Department of Fish and Game permits be obtained prior to the issuance of any building or grading permit. If the Project is exempt from permitting requirements, the Contractor shall provide verification of exemption prior to the issuance of any building or grading permit. Task Deliverables: 2.1 U.S. Army Corp of Engineers permits; 2.2 California Department of Fish and Game permits. Task 3: Quality Assurance Project Plan 3.1 The County of San Diego has a Quality Assurance Project Plan (QAPP) formulated under AB 411. This plan will be revised to meet the Project requirements and will be submitted for approval. The SWRCB Agreement No. 01- 076 -550-0 City of Encinitas Page 4 of 18 EXHIBIT A-1 — WORK TO BE PERFORMED SWRCB Project Representative, prior to the implementation of any sampling or monitoring activities, shall approve the QAPP. Task Deliverables: 3.1 QAPP Task 4: Predesign Report 4.1 Prepare the Moonlight Beach Run -off Treatment Facility Pre - Design Report. This report will determine the treatment requirements for dry weather urban runoff in Cottonwood Creek and investigate available treatment methods. Two alternatives of available treatment will be studied in- depth. The pre- design report will include an opinion of probable construction costs and will recommend a preferred treatment alternative. In this case ultraviolet radiation as the disinfectant was the preferred alternative. 4.2 Prepare Final Moonlight Beach Run -off Treatment Facility Pre - Design Report. The final report shall be prepared based on the comments received from the draft. Task Deliverables: 4.1 Draft Moonlight Beach Run -off Treatment Facility Pre - Design Report, 4.2 Final Moonlight Beach Run -off Treatment Facility Pre - Design Report. Task 5: Design Phase 5.1 Prepare construction documents for the construction of the preferred treatment alternative identified in the Pre - design Report. Construction Documents shall include construction drawings and specifications and shall be prepared so that a completely operational facility can be constructed. The facility shall be designed to the meet the current design standard for similar treatment facilities and the effluent must meet the City of Encinitas water quality standards as presented in Table 1. Construction documents will also incorporate mitigation measures identified in the Coastal Development Permit. 5.2 Perform bid assistance and select Construction Contractor Task Deliverables: 5.1 Construction Documents, 5.2 Award of Contract Task 6: Construction Phase 6.1. Construct the Moonlight Beach Run -off Water Treatment Facility per the construction documents. Contractor will accept operational facility only if it meets the all requirements in the Contract Documents. Task Deliverables: 6.1 Constructed and accepted water treatment facility. Task 7: Monitoring and Reporting Plan 7.1 Submit to the SWRCB a monitoring and reporting plan consistent with Water Code § 79148.8(d). The plan shall address the following information: 1. Identifies the nonpoint source or sources of pollution to be prevented or reduced by the project. 2. Describe the baseline water quality or quality of the environment to be addressed. 3. Describes the manner in which the project will be effective in preventing or reducing pollution and in demonstrating the desired environmental results. 4. Identifies the length of monitoring, the sampling locations, number of samples per location, and sampling frequency (see Task 7.2). SWRCB Agreement No. 01- 076 -550-0 City of Encinitas Page 5of18 EXHIBIT A -1 — WORK TO BE PERFORMED 7.2 Monitoring Phase 1. Conduct monitoring for a period of * years after the acceptance of the facility by the Contractor. Sampling shall be conducted according to the submitted and approved QAPP (Task 3). Sampling shall be conducted on a weekly basis for a three (3) year period. One (1) sample shall be obtained at each of the following three (3) locations: upstream of the diversion, downstream of the diversion, and in the surf zone. 2. Submit quarterly monitoring reports to the San Diego Regional Water Quality Control Board. Reports shall include all sampling data complied during the quarter. Task Deliverables: 7.1 Water Quality Sampling and Monitoring Plan, 7.2 Quarterly Sampling and Monitoring Reports. Task 8: Reporting 8.1 Prepare a draft final project report that summarizes project accomplishments and submit to SWRCB Project Representative for review and comment. The report shall provide the following requirements: 1. A brief introduction section including a statement of purpose, the scope of the project, and a brief description of the approach and techniques used during the project. 2. A list of task products previously submitted as outlined in the Schedule of Completion. 3. Any additional information that is deemed appropriate by the Project Representative. 4. Indicate whether the purposes of the project have been met. Include information collected in accordance with the project monitoring and reporting plan, including a determination of the effectiveness of the best management practices or management measures implemented as part of the project in preventing or reducing nonpoint source pollution. 8.2 Prepare final report that addresses comments from the SWRCB Project Representative. Task Deliverables: 8.1 Draft Final Report, 8.2 Final Report C. SCHEDULE OF COMPLETION DATES TASK DESCRIPTION COMPLETION DATE 1 Project Management and Administration June 30, 2005 2 Permits March 30, 2002 3 Quality Assurance Project Plan (QAPP) March 30, 2002 4 Pre-Design Report March 30, 2002 5 Construction Documents February 28, 2002 6 Construction Au ust 31, 2002 7 Sample and Monitoring Plan July 31, 2002 8 1 Final Report June 30, 2005 D. REPORTS 1. The Project Representative shall submit a quarterly progress report to the SWRCB Project Representative describing activities undertaken, accomplishment of milestones, and any problems encountered in the performance of the work under this agreement, and delivery of intermediate products, if any. The description of activities and accomplishments of each task during the quarter SWRCB Agreement No. 01- 076 -550-0 City of Encinitas Page 6 of 18 EXHIBIT A -1 — WORK TO BE PERFORMED shall contain sufficient detail to provide a basis for payment of invoices and shall be translated into percent of task work completed for the purpose of calculating invoice amounts. 2. The invoice shall include a copy of the progress report. If the progress report does not accompany the invoice, the invoice shall not be deemed complete until a copy of the progress report is received. 3. The Project Representative shall submit to the SWRCB Project Representative one reproducible master and two (2) copies of a draft report describing the work performed pursuant to Section C of this Exhibit for review and comment. 4. The SWRCB Project Representative shall submit final comments on the draft report to the Project Representative. 5. The Project Representative shall submit to the SWRCB Project Representative for approval one reproducible master and two (2) copies of the final report containing the results of the work performed and addressing the comments submitted to the Project Representative by the SWRCB Project Representative. The report shall not be considered final until accepted and approved by the SWRCB Project Representative. E. SPECIAL MITIGATION MEASURES Special mitigation measures that must be complied with are as follows: 1. Per the Coastal Development Permit, a landscape plan shall be submitted as part of the building permit application for the Project. The plant palette shall consist of native plants. Plantings in or near the wetland area shall consist of native wetland species. Plantings shall screen the proposed facility and the existing structures but shall be of lower- growing varieties that will not affect existing views through the site. 2. Per the Coastal Development Permit, the structure enclosing the treatment facility shall not exceed 12 feet in height and shall be finished a natural green color so as to blend with the surrounding natural environment. Roofing color shall be a natural color to match the wall color. Colors shall be reviewed and approved by the Community Development Department prior to the building permit issuance. 3. Prior to the use of the facility, the culverts that pass underneath B Street and the volleyball courts to the beach beyond shall be cleared and cleaned to the satisfaction of the Community Development Department. 4. Three (3) sampling locations will be required during the entire 3 -year contract. These locations include upstream of the diversion, immediately downstream of the diversion, and in the surf zone. An additional sampling location just after the restored habitat area will be monitored for a period of 1 year. EXHIBIT B 1. INVOICING AND PAYMENT SWRCB Agreement No. 01 -076 -550 -02 City of Encinitas Page 7 of 18 For services satisfactorily rendered, and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates specified herein, which is attached hereto and made a part of this Agreement. A. Invoices shall include the Agreement Number and shall be submitted in triplicate not more frequently than monthly in arrears to: Name Laura L. Peters Office State Water Resources Control Board Address1001 I Street, 16"' Floor Sacramento, CA 95814 B. Payments will be on a cost incurred basis, upon receipt of an undisputed invoice and completed "Request for Disbursement", SWRCB Form 262 submitted in accordance with the instructions contained herein. Invoices received by the SWRCB Project Representative that are not consistent with this format will be cause for an invoice to be disputed. In the event of an invoice dispute the SWRCB Project Representative shall notify Contractor by Initiating a Standard Form 209 INVOICE DISPUTE NOTIFICATION. Payment will not be made until the dispute has been resolved and a corrected invoice submitted. The SWRCB Project Representative is required to approve all invoices for reimbursement. Only invoices for costs incurred after July 1, 2001, with all appropriate backup documents (supporting itemized invoice) attached will be approved. The invoices shall include the following information: a. The word "Invoice" should appear in a prominent location at the top of the page(s) and include a sequential number. b. Printed name of the Contractor. C. Business address of the Contractor, including P.O. Box, City, State, and Zip Code; d. "Bill To" is SWRCB; e. The date of the invoice; f. The contract number upon which the claim is based; g. An itemized account of the services by task for which the SWRCB is being billed; h. Include an itemized account of "in -kind" grant match or "dollar" grant match including what percent the match represents of the total grant match obligation; and i. Printed on Original Contractor Letterhead or original signature by the Contractor's Administrative Officer or designee. j. The invoice must show the time period actually being billed. Submitting monthly or quarterly invoices is acceptable. Quarterly invoices must be based on the calendar quarter (ending in March, June, September, and December). SWRCB Agreement No. 01 -076 -550-0 City of Encinitas Page 8 of 18 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS C. Computing the Amount Due Payment will be made upon submittal of an invoice which details the percentage of each task completed based on work not dollars spent. Notwithstanding any other provision of this contract, the Contractor agrees that the SWRCB may retain an amount equal to ten percent of the grant amount specified in this contract until completion of the Project to the satisfaction of the Division. Any retained amounts due to the Contractor will be promptly disbursed to the Contractor, without interest, upon completion of the Project. D. Matching Funds If projects include capital costs, the project applicant shall identify those costs. The local matching contribution required by subdivision (f) of Section 79148.8 of the Water Code may be satisfied by in -kind match that meets all or a portion of local cost share required by subdivision (f) of Section 79148.8 of the Water Code. For the purposes of determining the capital cost of the Project, the in -kind match shall be included in the total project cost. The "Contractor" shall provide a matching contribution for the portion of the project consisting of capital expenditures for construction, according to the following formula: Project Capital Cost = Capital Cost Match by Recipient $1,000,000 to $5,000,000, inclusive = 20% $125,000 to $999,999, inclusive = 15% $1 to $124,999, inclusive = 10% E. Final Invoice The final invoice should include the amount of the remainder of the contract work. The invoice must be clearly marked FINAL INVOICE. F. Backup Documents It is necessary to provide monthly /quarterly reports, task products due, and vendor invoices for the purchase of equipment (items over $5000) as attachments to the invoices. You must, however, keep copies of all vendor invoices, timesheets, and any other documents related to the project for future audit purposes. G. Payment of Project Costs Contractor agrees that it shall provide for payment of its full share of the Project costs. All costs and payments for the Project shall be paid by the Contractor promptly and in compliance with all applicable laws. H. Withholding of Grant Disbursements The SWRCB may withhold all or any portion of the grant funds provided for by this contract in the event that: (1) The Contractor has materially violated, or threatens to materially violate, any term, provision, condition, or commitment of this contract; (2) The Contractor fails to maintain reasonable progress toward completion of the Project. Fiscal Management Systems and Accounting Standards SWRCB Agreement No. 01 -076 -550-0 City of Encinitas Page 9 of 18 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS The Contractor shall comply with state standards for financial management systems. At a minimum, the Contractor's fiscal control and accounting procedures shall permit preparation of reports required by the state and tracking of grant funds to a level of expenditure adequate to establish that such funds have not been used in violation of state law or the terms of this contract. The Contractor shall maintain separate Project accounts in accordance with generally accepted government accounting standards. 2. ONE -TIME ADVANCE PAYMENT (OPTIONAL) If the Contractor is interested in requesting advance payment, the following task must be added to the scope of work: Prepare a written justification for a one -time advance payment up to 25 percent of the total contract amount. The written justification must contain the need for the advance payment and must justify the advance payment costs by category (i.e., cash flow, equipment or supply purchases, advancing funds to the subcontractor to begin work). The written justification must contain a proposed time frame for accounting for the recoupment of the advance payment during the contract invoicing process. This recoupment schedule will be an approved written agreement between the Contractor and the SWRCB Project Representative and the agreed upon scheduled recoupment amounts will be deducted from future invoices. Submit the written justification to the SWRCB Project Representative for review and approval. Once the written advance payment justirication has been approved by the SWRCB Project Representative, the Project Director will submit an invoice for the approved payment consisting of an original and two copies to the SWRCB Project Representative. All subsequent invoices shall be in the format provided with the advance payment approval (sample invoice will be attached). Setup separate bank account for the advance payment (even for one -time purchase of equipment). Submit bank statements yearly or at the end of the reconciliation of the advance payment funds depending on the accounting recoupment schedule that details any interest earned on the account. All interest earned must be retumed to the State Board via the Accounting Office. All checks must include the Program Name and the Contract Number. 3. LIMITATION OF FUNDING: The maximum amount to be encumbered under this agreement for the 2001 fiscal year ending June 30, 2002 shall not exceed $814,000. 4. BUDGET CONTINGENCY CLAUSE A. It is mutually agreed that if the Budget Act of 2001/02 and /or any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to Contractor or to furnish any other considerations under this Agreement and the Contractor shall not be obligated to perform any provisions of this Agreement. B. If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program the State shall have the option to either cancel this Agreement with no liability occurring to the State, or offer an agreement amendment to Contractor to reflect the reduced amount. 5. BUDGET A. Task Budget SWRCB Agreement No. 01 -076 -550-0 City of Encinitas Page 10 of 18 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS Task Budget (Tasks must match "Scope of Work" Exhibit A) Task Description Total Budget 1 Project Mana ement and Administration $97,000 2 Permits $1,000 3 Quality Assurance Project Plan QAPP $15,000 4 Pre-Design Report $30,000 5 Construction Documents $55,000 6 Construction $576,000 7 Sampling and Monitoring Plan $130,000 8 Reports $32,000 Total $936,000 B. Line Item Budget Prop 13 SWRCB Share 1. Personnel Services (including fringe Benefits Class Hours Wage /Hour Principle Engineer ** Senior Engineer ** Associate Engineer ** Word Processor ** 2. Operating Expenses Includes Photocopying, Telephone, Office Supplies 3. Professional/ Consulting Services 4. Construction Expenses *`* Capital Cost* Match Share (if applicable) Total Budget 5. Equipment 6. Computer Time 7. Travel Expenses Per Diem @ $ /day +tax Mileage @ $0.31 /mile 8. CEQA 9. QAPP 10. Overhead ( %) TOTAL BUDGET $814,000 $122,00 $936,000 ` Match Share in dollars — See Exhibit 6.2.E for example to calculate match share. " For example only. These staff members must be employees of the Contractor. SWRCB Agreement No. 01 -076 -550 -0 City of Encinitas Page 11 of 18 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS * ** Define the source or nature of capital expenditures for construction. EXHIBIT D SPECIAL TERMS AND CONDITIONS SWRCB Agreement No. 01 -076 -550-0 City of Encinitas Page 11 of 18 1. Disputes: Any dispute arising under or relating to the terms of this Agreement, or related to performance hereunder, which is not disposed of by Agreement shall be decided by the SWRCB Project Representative, who shall reduce such decision to writing and mail or otherwise furnish a copy thereof to the Contractor. The decision of the SWRCB Project Representative shall be final and conclusive unless, within 15 calendar days from the date of receipt of such copy, the Contractor mails or otherwise delivers a written appeal to the State's Executive Director. The decision of the State's Executive Director, or Project Representative, on such appeal shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, or capricious, or arbitrary, or so grossly erroneous as necessarily to imply bad faith, or not supported by any substantial evidence. In connection with any appeal under this Section, the Contractor shall be afforded an opportunity to be heard and to offer evidence and argument in support of the appeal. Pending final decision on any dispute hereunder, the Contractor shall proceed diligently with the performance of the Agreement work as directed by the SWRCB Project Representative unless the Contractor has received notice of termination. Decisions on any disputes hereunder may include decisions of both fact and law; provided, however, that nothing herein shall be construed as making final any decision on a question of fact or law in the event of any subsequent legal proceeding before a court of competent jurisdiction. Authority to terminate performance under the terms of this Agreement is not subject to appeal under this Section. All other issues including, but not limited to, the amount of any equitable adjustment, and the amount of any compensation or reimbursement which should be paid to the Contractor shall be subject to the disputes process under this Section. (PCC 10240.5, 10381, 22200 et seq, 40 CFR 31.70) 2. Rights in Data: The Contractor agrees that all data, plans, drawings, specifications, reports computer programs, operating manuals, notes, and other written or graphic work produced in the performance of this Agreement are subject to the rights of the State as set forth in this section. The State shall have the right to reproduce, publish, and use all such work, or any part thereof, in any manner and for any purposes whatsoever and to authorize others to do so. If any such work is copyrightable, the Contractor may copyright the same, except that, as to any work which is copyrighted by the Contractor, the State reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish, and use such work, or any part thereof, and to authorize others to do so. (40 CFR 31.34, 31.36) 3. Income Restrictions: The Contractor agrees that any refunds, rebates, credits, or other amounts (including any interest thereon) accruing to or received by the Contractor under this Agreement shall be paid by the Contractor to the State, to the extent that they are properly allocable to costs for which the Contractor has been reimbursed by the State under this Agreement. 4. Permits, Subcontracting Waiver Remedies and Debarment: The Contractor shall procure all permits and licenses necessary to accomplish the work contemplated in this Agreement, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. Any subcontractors, outside associates, or consultants required by the Contractor in connection with the services covered by this Agreement shall be limited to such individuals or firms as were specifically identified and agreed to during negotiations for this Agreement, or as are specifically authorized by the SWRCB Project Representative during the performance of this Agreement. Any substitutions in, or additions to, such subcontractors, associates, or consultants, shall be subject to the prior written approval of the SWRCB Project Representative. Any waiver of rights with respect to a default or other matter arising under the Agreement at any time by either party shall not be considered a waiver of rights with respect to any other default or matter. Any rights and remedies of the State provided for in this Agreement are in addition to any other rights and remedies provided by law. SWRCB Agreement No. 01- 076 -550 -0 City of Encinitas Page 12 of 18 EXHIBIT D— SPECIAL TERMS AND CONDITIONS Contractor shall not subcontract with any party who is debarred or suspended or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549, "Debarment and Suspension ". Contractor shall not subcontract with any individual or organization on USEPA's List of Violating Facilities. (40 CFR, Part 31.35, Gov. Code 4477) 5. Travel and Per Diem: Any reimbursement for necessary traveling and per diem shall be at rates not to exceed those amounts paid to the State's represented employees under collective bargaining Agreements currently in effect. No travel outside the State of California shall be reimbursed unless prior written authorization is obtained from the State. 6. Novation: If the Contractor proposes any novation Agreement, the State shall act upon the proposal within 60 days after receipt of the written proposal. The State may review and consider the proposal, consult and negotiate with the Contractor, and accept or reject all or part of the proposal. Acceptance or rejection may be made orally within the 60 -day period, and confirmed in writing within five days. No novation shall become operative or otherwise binding on the State pursuant to this paragraph in the absence of a formal Agreement amendment which has been approved in accordance with all applicable State policy, laws and procedures. 7. Priority Hiring Considerations: Contractor shall give priority consideration in filling vacancies in positions funded by this Agreement to qualified recipients of aid under Chapter 2 (commencing with Section 11200) of Part 3 of Division 9 of the California Welfare and Institutions Code in accordance with Article 3.9 (commencing with Section 11349) of Chapter 2 of Part 3 of Division 9 of the Welfare and Institution Code. (PCC 10353 W &I 11200, 11349, 2CCR, 1896.30 SCM 5.3) 8. Contract Modifications: The State Water Board may, at any time, without notice to any sureties, by written order designated or indicated to be a "contract modification ", make any change in the work to be performed under this agreement so long as the modified work is within the general scope of work called for by this agreement, including but not limited to changes in the specifications or in the method, manner, or time of performance of work. If the Contractor intends to dispute the change, the Contractor must, within ten days after receipt of a written "contract modification ", submit to the SWRCB a written statement setting forth the disagreement with the change. 9. Termination: The SWRCB may terminate performance of work under this agreement upon 30 days written notice. Any termination shall be effected by written notice to the Contractor, either hand - delivered to the Contractor or sent certified mail, return receipt requested. The notice of termination shall specify the effective date of termination. Upon receipt of notice of termination, and except as otherwise directed in the notice, the Contractor shall: a. Stop work on the date specified in the notice; b. Place no further orders or enter into any further subcontracts for materials, services or facilities except as necessary to complete work under the agreement up to effective date of termination; C. Terminate all orders and subcontracts; d. Promptly take all other reasonable and feasible steps to minimize any additional cost, loss, or expenditure associated with work terminated, including, but not limited to reasonable settlement of all outstanding liability and claims arising out of termination of orders and subcontracts; e. Deliver or make available to the SWRCB all data, drawings, specifications, reports, estimates, summaries, and such other information and material as may have been accumulated by the Contractor under this agreement, whether completed, partially completed, or in progress. In the event of termination, an equitable adjustment in the price provided for in this agreement shall be made. Such adjustment shall include reasonable compensation for all services rendered, materials SWRCB Agreement No. 01 -076 -550-0 City of Encinitas Page 13 of 18 EXHIBIT D— SPECIAL TERMS AND CONDITIONS supplied, and expenses incurred pursuant to this agreement prior to the effective date of termination. (PCC 10253, G.C. 11010.5, 40 CFR 31.36) 10. Budget Flexibility: Subject to the prior review and approval of the SWRCB Project Representative, line item shifts of up to $25,000 or ten percent of the annual contract total, whichever is less, may be made up to a cumulative maximum of $50,000 per fiscal year. Line item shifts may be proposed /requested by either the State Water Board or the Contractor in writing and must not increase or decrease the total contract amount allocated per fiscal year. 11. Computer Software: Contractor certifies that it has appropriate systems and controls in place to ensure that State funds will not be used in performance of this contract for the acquisition, operation or maintenance of computer software in violation of copyright laws. 12. Property Acquisitions: Property, as used in this section, shall include: a. Equipment - Tangible property (including furniture) with a unit cost of $5,000.00 or more and a useful life of four (4) years or more. Actual cost includes the purchase price plus all costs to acquire, install and prepare the equipment for its intended use. b. Furniture - Standard office furnishings including desks, chairs, bookcases, credenzas, tables, coat racks, etc. c. Portable Assets - Items considered "highly desirable" because of their portability and value; e.g., calculators, typewriters, dictaphones, cameras and microscopes. d. Electronic Data Processing (EDP) Equipment - All computerized and auxiliary automated information handling including system design and analysis, conversion of data, computer programming, information storage and retrieval, voice, video and data communications, requisite system controls, simulation and all related interactions between people and machines. The Contractor may purchase property under this Agreement only if specified in Exhibit "B" (Budget and Payment Provisions). Any property purchased by the Contractor with funds provided under this Agreement shall be the property of the State during the customary depreciable life thereof. The Contractor shall promptly report any such purchase to the SWRCB Project Representative and to the State's Property Officer (Property Officer). Should this Agreement be terminated for any reason, or upon expiration and failure to negotiate renewal hereof, all such property shall be returned to the State within the timeframe negotiated between the Contractor and the State. Prior written authorization by the SWRCB Project Representative shall be required before the Contractor will be reimbursed for any property purchases not specified in the Budget. The Contractor shall provide to the SWRCB Project Representative all particulars regarding the necessity for such property and the reasonableness of the cost. Before property purchases made by the Contractor are reimbursed by the State, the Contractor shall submit paid vendor receipts identifying the Agreement number, purchase price, description of the item, serial number, model number, and location including street address where property will be used during the term of this Agreement. Said paid receipts shall be attached to Contractor's invoices. The Contractor shall keep adequate and appropriate records of all property purchased with Agreement funds and at the time of purchase prepare a "Property Purchased with State Funds" (Form SWRCB 3 -016) and submit one copy to the SWRCB Project Representative and one copy to the Property Officer. The Contractor must retain a copy. The State reserves the right at any time to evaluate the cost of property and reimburse at an amount equal to costs reflected in but not limited to Agreements the State Department of General Services, Office of Procurement has negotiated with vendors who supply the same type of property. SWRCB Agreement No. 01 -076 -550 -0 City of Encinitas Page 14 of 18 EXHIBIT D— SPECIAL TERMS AND CONDITIONS All property shall be tagged after acquisition by Contractor in accordance with instructions provided. The purpose of tagging assets is to designate the assets as belonging to the State. Whenever property is lost, stolen, or destroyed, the Contractor shall immediately report the loss, theft or destruction to the local law enforcement agency (or the California Highway Patrol (CHP) if the crime occurs on either state -owned or state leased property) and to the SWRCB Project Representative and prepare a Property Survey Report. In the case of stolen property, the Contractor shall also complete a CHP Report of Crime on State Property form (Std. 99), obtain a copy of the law enforcement agency's report and submit these to the SWRCB Project Representative. The Contractor shall adjust its property accounting records and retain a copy of the Property Survey Report as documentation. Losses of State property due to fraud or embezzlement shall be reported in the same manner as described above. The Contractor shall be charged with any loss and damages to State property due to the Contractor's negligence. Contractor shall, at the request of the State, submit an inventory of property furnished or purchased under the terms of this Agreement. Such inventory will be required not more frequently than annually. Upon termination, expiration or failure to negotiate renewal of this Agreement, all property purchased with Agreement funds shall promptly be returned to the State. The Contractor shall prepare an "Inventory of State Furnished Property" (Form SWRCB 3 -017) and submit to the State and shall at that time query the SWRCB Project Representative as to the State's requirements, including the manner and method, in returning said property to the State. Final disposition of such property shall be at State expense in accordance with instructions from the SWRCB Project Representative to be issued immediately after receipt of the final inventory. State policies and procedures applicable to procurement with nonfederal funds shall apply to procurement by Contractor under this Agreement provided that procurements conform to applicable State law and the standards identified in this section. These include but are not limited to statutes applicable to State agencies, statutes applicable to State college and university public works projects, the California Constitution governing University of California contracting, the State Administrative Manual (SAM), statutes applicable to specific local agencies, applicable city and county charters and implementing ordinances including policies and procedures incorporated in local government manuals or operating memoranda. (40 CFR 31.36) (SCM 7.29) EXHIBIT E SWRCB CBI SPECIAL CONDITIONS 1. BOND TERMS SWRCB Agreement No. 01 -076 -550-0 City of Encinitas Page 15 of 18 (A) Work performed under this contract shall protect the beneficial uses of the coastal waters throughout the State. (B) The Project has been the subject of consultation between the SWRCB, the California Coastal Commission, and the Beach Water Quality Task Force. (C) The Project demonstrates the ability to produce sustained benefits for 20 years. (D) The Project addresses the causes for the pollution, rather than the symptoms. (E) The Project shall be consistent with existing water quality and resources protection plans. (F) The Contractor has submitted a Monitoring and Reporting Plan. (G) The Contractor has included a matching contribution for the capital expenditures for construction. (H) The Contractor has informed the SWRCB of the permits necessary to complete the Project. (1) The Project is consistent with recovery plans for coho salmon, steelhead, or trout. (J) The Project has been the subject of public review. 2. DEFINITIONS (A) "Allowance" means an amount based on a percentage of the accepted bid for an eligible project to help defray the planning, design, construction, engineering, and administration costs of the Project. (B) "Project Representative" means the Mayor of a City, the Chairperson of the County Board of Supervisors, the Chairperson of the Board of Directors of the Contractor, or another duly appointed representative. For all Project Representatives, a certified original copy of the authorizing resolution that designates the Project Representative by title, shall accompany any contract, the first payment request, and any other documents or requests required or allowed under this contract. (C) "Change in the scope of the Project" means any change from the Project description in the Project Authorization Package. (D) "Completion of construction" means the date, as determined by the Division after consultation with the Contractor, that the work of building and erection of the Project is substantially complete. (E) "Contractor" means _(Agency) (F) "Force account" means the Contractor's own employees or equipment used for Project construction. (G) "Initiation of construction" means the date that notice to proceed with work is issued for the Project or, if notice to proceed is not required, the date of commencement of building and erection of the Project. (H) "Project completion" means the date, as determined by the Division after consultation with the Contractor, that operation of the Project is or is capable of being initiated, whichever comes first. (1) "SWRCB" means the State Water Resources Control Board. (J) "Useful life of project" means 20 years from and after Project completion. SWRCB Agreement No. 01- 076 -550-0 City of Encinitas Page 16 of 18 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS 3. GENERAL COMMITMENTS The Contractor accepts and agrees to comply with all terms, provisions, conditions, and commitments of this contract, including all incorporated documents, and to fulfill all assurances, declarations, representations, and commitments made by the Contractor in its application, accompanying documents, and communications filed in support of its request for this Grant. 4. COMPLETION OF PROJECT The Contractor agrees to expeditiously proceed with and complete the Project in substantial accordance with the application as submitted. 5. CONTINUING OBLIGATIONS The obligations of Sections 6, 7 and 8 below shall survive the Term of this Contract. 6. OPERATION AND MAINTENANCE The Contractor covenants and agrees to properly staff, operate, and maintain all portions of the Project during the Project's useful life and in accordance with all applicable state and federal laws, rules and regulations. In the event that the Contractor assigns or transfers any or all portions of the Project to another entity, the Contractor shall be responsible to ensure that the assignee or transferee of any or all portions of the Project shall properly staff, operate and maintain all portions of the Project during its useful life and in compliance with all applicable state and federal laws, rules and regulations. The Parties to this Agreement understand and agree that this covenant shall survive the expiration or termination of this Agreement. The Parties further understand and agree that this covenant is for the benefit of the SWRCB and shall be enforceable during the useful life of the Project facilities. Failure at any time to comply with this Section shall be considered a material breach and violation of this Agreement, and a nonexclusive remedy shall include reimbursement by the Contractor of all grant funds disbursed under this Agreement, plus accrued prejudgment interest thereon from the date of disbursement of such funds. 7. PROJECT ACCESS The Contractor shall insure that the SWRCB, or any Project Representative thereof, has suitable and reasonable access to the Project site at all reasonable times for the useful life of the Project. 8. REPORTS The Contractor shall expeditiously provide, during construction or upon completion of the Project and thereafter during the useful life of the Project, such reports, data, and information as may be reasonably required by the Division, including but not limited to material necessary or appropriate for evaluation of the SWRCB program or to fulfill any reporting requirements of the state government. 9. FINAL PROJECT REPORTS; AUDIT (A) Within 120 days after Project completion, the Contractor shall provide to the Division a final cost summary report on the Project. The summary shall include, at a minimum, a statement of: (1) Total Project costs; (2) Total Project costs eligible for contract funding under the SWRCB's contract program and this contract; (3) The total amount of contract funds received; SWRCB Agreement No. 01 -076 -550-0 City of Encinitas Page 17 of 18 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS (4) The amount of interest earned, if any, on contract funds before disbursement on account of incurred Project costs. If no interest has been earned, this fact shall be expressly stated; and (B) The Division may call for an audit of financial information relative to the Project, where the Division determines that an audit is desirable to assure program integrity or where necessary because of federal requirements. Such an audit shall be performed by a Certified Public Accountant independent of the Contractor and at the cost of the Contractor. The audit shall be in the form required by the Division. 10. RECORDS (A) Without limitation of the requirement to maintain Project accounts in accordance with generally accepted government accounting standards, the Contractor agrees to: (1) Establish an official Project file that documents all significant actions relative to the Project; (2) Establish separate accounts that adequately and accurately depict all amounts received and expended on the Project, including all contract funds received under this contract; (3) Establish separate accounts that depict all income received which is attributable to the Project, specifically including any income attributable to contract funds disbursed under this contract; (4) Establish an accounting system that accurately depicts final total costs of the Project, including both direct and indirect costs; (5) Establish such accounts and maintain such records as necessary for the State to fulfill reporting requirements, including any and all reporting requirements under federal tax statutes or regulations; and (6) If the Contractor uses its force account for any phase of the Project, other than for planning, design and construction engineering, and administration provided for by allowance, the Contractor shall establish accounts which reasonably document all employee hours charged to the Project and the associated tasks performed by each employee. Indirect force account costs may be paid with the SWRCB's prior written approval. (B) The Contractor shall require Project contractors and subcontractors to maintain books, records, and other material relative to the Project in accordance with generally accepted accounting standards. The Contractor shall require such contractors and subcontractors to retain such books, records, and other material for a minimum of three years after Project completion. The Contractor shall require that such books, records, and other material shall be subject at all reasonable times to inspection, copying, and audit by the SWRCB and by state auditors, or any Project Representatives thereof. (C) The Contractor shall retain its Project records for a minimum of three years after Project completion, and for such longer period as may be required for the State to fulfill federal reporting requirements under federal tax statutes and regulations. All Contractor records relative to the Project shall be subject at all reasonable times to inspection, copying and audit by the SWRCB and state auditors, or any Project Representatives thereof. (D) All documents required or requested shall be in electronic format. (E) The Contractor agrees to expeditiously provide, during work on the project and for three years after the projection completion, such reports, data, information and certifications as may be reasonably required. Such documents and information shall be provided in electronic format. SWRCB Agreement No. 01 -076 -550-0 City of Encinitas Page 18 of 18 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS 11. STATE REVIEWS AND INDEMNIFICATION The parties agree that review or approval of Project plans and specifications by the SWRCB is for administrative purposes only and does not relieve the Contractor of its responsibility to properly plan, design, construct, operate, and maintain the Project. As between the SWRCB and the Contractor, the Contractor agrees that it has sole responsibility for proper planning, design, construction, operation, and maintenance of the Project, and the Contractor agrees to indemnify the SWRCB, the State of California and their officers, agents, and employees against and to hold the same free and harmless from any and all claims, demands, damages, losses, costs, expenses, or liability due or incident to planning, design, construction, operation, or maintenance of the Project. 12. SWRCB ACTION: COSTS AND ATTORNEY FEES Any remedy provided in this contract is in addition to and not in derogation of any other legal or equitable remedy available to the SWRCB as a result of breach of this contract by the Contractor, whether such breach occurs before or after completion of the Project. The SWRCB's exercise of any remedy provided by this contract shall not preclude the SWRCB from pursuing any legal remedy or right otherwise available. In the event of litigation between the parties hereto arising from this contract, the prevailing party shall be entitled to such reasonable costs and /or attorney fees as may be ordered by the court entertaining such litigation. 13. COMPLIANCE WITH LAWS AND REGULATIONS The Contractor agrees that it shall, at all times, comply with and require its contractors and subcontractors to comply with all applicable federal and state laws, rules, regulations and guidelines. The Contractor shall comply with, implement, and fulfill all environmental mitigation measures applicable to the Project, and which may otherwise be required by this Contract, "CEQA ", and the State CEQA Guidelines. 14. DAMAGES FOR BREACH AFFECTING TAX EXEMPT STATUS If any breach of any of the provisions of this contract by the Contractor will result in the loss of tax exempt status for any State bonds, or if such breach will result in an obligation on the part of the State to reimburse the federal government for any arbitrage profits, the Contractor shall immediately reimburse the State in an amount equal to any damages paid by or loss incurred by the State due to such breach. 15. CONSTRUCTION ACTIVITIES and NOTIFICATIONS For construction projects, the Contractor shall promptly notify the SWRCB in writing of: (1) Any substantial change in scope of the Project. No substantial change in Project scope may be undertaken until the Contractor provides written notice of the proposed change to the SWRCB and the SWRCB gives written approval for such change; (2) Unscheduled cessation of all major construction work on the Project where such cessation of work is expected to or does extend for a period of 30 days or more; (3) Any circumstance, combination of circumstances, or condition, which is expected to or does delay completion of construction for a period of 90 days or more beyond the estimated date of completion of construction previously provided to the SWRCB; (4) Completion of construction of the Project.