0% found this document useful (0 votes)
119 views251 pages

San Diego RFP: AC Water Group 1019

This Request for Proposal is from the City of San Diego for the replacement of approximately 3.18 miles of existing 6-inch and 8-inch asbestos cement water mains with 8-inch polyvinyl chloride pipe. The estimated project cost is $4,550,000 and the contract period to complete the work is 440 working days from notice to proceed. Proposals are due by May 9, 2016. The pre-qualification meeting will be held on April 20, 2016. Prevailing wage rates apply to this contract.

Uploaded by

subhanali3381
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
119 views251 pages

San Diego RFP: AC Water Group 1019

This Request for Proposal is from the City of San Diego for the replacement of approximately 3.18 miles of existing 6-inch and 8-inch asbestos cement water mains with 8-inch polyvinyl chloride pipe. The estimated project cost is $4,550,000 and the contract period to complete the work is 440 working days from notice to proceed. Proposals are due by May 9, 2016. The pre-qualification meeting will be held on April 20, 2016. Prevailing wage rates apply to this contract.

Uploaded by

subhanali3381
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 251

City of San Diego

CITY CONTACT
Contract Specialist: Clementina Giordano
Email: Cgiordano@sandiego.gov
Phone No.: (619) 533-3481, Fax No.: 619-533-3633
M. Liaghat I A. Rekani / LJI

REQUEST FOR PROPOSAL

Orion Construction Corp./Balboa Construction JV


2185 La Mirada Drive
Vista, CA 92081

FOR
MACC TASK NUMBER: 03

'
AC Water Group 1019
RFQ N0.: _ _ _ _ _ _ _ _- -=-1==29::;....::3'----------------"-·'
RFP N0. :_ _ _ _ _ _ _ _---=--=-K--=-1-=-6--=-1-=--40=--=0'-'-M==--=Ac=C--=3-----
SAP NO. (WBS/I O/CC): _ _ _ _--=B'---1.::...::5;.-=..1--=--=12=----------
CLl ENT DEPARTMENT: _ _ _ _-=2-=-01.::...::3'-----------
COUNCIL DISTRICT: _ _ _ _ _---=-4_ _ _ _ _ _ _ _ __
PROJECT TYPE: _ _ _ _ _ _---=-K-=--A-=-------------
THIS CONTRACT IS SUBIECT TO THE FOLLOWING:

> PHASED-FUNDING
> THE CITY'S SUBCONTRACTING PARTICIPATION REQUIREMENTS FOR SLBE PROGRAM.
> PREVAILING WAGE RATES: STATE [ZI
> APPRENTICESHIP

PROPOSALS DUE:
12:00 NOON
MAY 9, 2016
CITY OF SAN DIEGO
PUBLIC WORKS CONTRACTS
1010 SECOND AVENUE, 14th FLOOR, MS 614C
SAN DIEGO, CA 92101
ATTN: CONTRACT SPECIALIST
TABLE OF CONTENTS

SECTION PAGE NUMBER

1. REQUEST FOR PROPOSAL


1. INTRODUCTION ........................................................................................................ 3
2. SUMMARY OF WORK ................................................................................................ 3
3. PROPOSAL DUE DATE AND TIME ........................................................................... 3
4. ESTIMATED PROJECT COST .................................................................................... 3
5. CONTRACT PERIOD .................................................................................................. 3
6. PREVAILING WAGES ................................................................................................ 3
7. PHASED FUNDING .................................................................................................... 3
8. CONTRACTOR LICENSE AND PREQUALIFICATION STATUS ................................ 4
9. SELECTION AND AWARD SCHEDULE ..................................................................... 4
10. PRE-PROPOSAL MEETING AND SITE VISIT .......................................................... 4
11. SUBCONTRACTING PARTICIPATION PERCENTAGES ............................................ 5

2. INSTRUCTIONS TO PROPOSERS AND GENERAL CONDITIONS

3. ATTACHMENTS
A. PROJECT DESCRIPTION, SCOPE OF WORK, TECHNICAL SPECIFICATIONS, AND
BRIDGING DOCUMENTS .........................................................................................18
B. PHASE FUNDING PROVISIONS .............................................................................. 58
C. INTENTIONALLY LEFT BLANK ............................................................................. 61
D. PREVAILING WAGES ............................................................................................... 62

E. SUPPLEMENTARY SPECIAL PROVISIONS (SSP) ................................................... 66


1) Appendix A - Notice of Exemption ................................................................. 82
2) Appendix B - Fire Hydrant Meter Program ................................................... 84
3) Appendix C - Materials Typically Accepted by Certificate of Compliance .. 98
4) Appendix D - Sample City Invoice ................................................................ 100
5) Appendix E - Location Map ............................................................................ 102
6) Appendix F - Hydrostatic Discharge Form .................................................. 104
7) Appendix G - Adjacent Projects .................................................................... 106
8) Appendix H - Hazardous Label/Forms ......................................................... 108
9) Appendix I - Preliminary Environmental Assessment Memo .................... 114
10) Appendix J - Sample of Public Notices .......................................................... 130
F. INTENTIONALLY LEFT BLANK ............................................................................ 132
G. PROPOSAL SUBMITTAL REQUIREMENTS AND SELECTION CRITERIA ........... 133
H. PRICE PROPOSAL FORMS .....................................................................................139
I. CERTIFICATIONS AND FORMS ............................................................................. 143
J. MACC TASK ORDER DESIGN-BUILD AGREEMENT ............................................ 157

MACC Request Proposal (Rev. Feb.


Table of Contents
AC Water Group 1019
REQ.UES'D FOR PROPOSAL
1. INTRODUCTION

1.1. This is the City of San Diego's (City) second step in the two-step solicitation
process to acquire Design-Build services for the AC Water Group 1019
project.

1.2. Pursuant to the City's Request for Qualifications (RFQ) #1293, this RFP is
being issued exclusively to the previously selected firms who have each been
awarded a Multiple Award Construction Contract (MACC) with the City:

1.2.1. CASS Construction.

1.2.2. El Cajon Grading & Engineering Company, Inc.

1.2.3. Orion Construction Corp./Balboa Construction, Inc. J.V.

1.2.4. TC Construction Company.

1.3. All MACC awardees are to submit a responsive good-faith Proposal for this
Task Order. Failure to do so may result in the City's rescinding the award of
the MACC contract. MACC awardees who fail to submit Proposals twice in
twelve month period may have their MACC contract rescinded and be
ineligible to submit future proposals.

1.4. Failure to submit all requested information in accordance with the


requirements of the RFP may be cause for disqualification.

2. SUMMARY OF WORK: Replace 16 1809 LF (3.18 miles) of existing, 6-inch and


8-inch asbestos cement (AC) water mains with 16 1809 LF (3.18 miles) of 8-inch
polyvinyl chloride (PVC) pipe. Separation permission from the State of California,
Department of Health may be required on Brookline St., Date Pl., Deaton Dr., Dafter
PL, Dafter Dr., Duval St., Elm St., and Fir St. for separation of water and sewer. Also
included associated water services, fire hydrants, curb ramps, traffic control, etc.
This project is located in Council District 4, within the Mid-City, Eastern Area.

The work is proposed to be replace-in-place using the open trench construction


within City right-of-way.

For additional information refer to Attachment A.

3. PROPOSAL DUE DATE AND TIME ARE: May 9, 2019at12:00PM.

4. ESTIMATED PROJECT COST: The City's estimated cost for this project is
$4,550,000.

5. CONTRACT PERIOD: Project shall be completed, within 440 Working Days from the
Notice to Proceed (NTP).

6. PREVAILING WAGE RATES APPLY TO THIS CONTRACT: Refer to Attachment D.

7. PHASED FUNDING: For Phased Funding Conditions, see Attachment B.


MACC Request for Proposal 31 Page
AC Water Group 1019
8. CONTRACTOR LICENSE AND PREQUALIFICATION STATUS:

8.1. The Design-Builder must possess a Class A or C34 California State


Contractor's license.

8.2. The Design-Builder must be prequalified up to the total amount proposed,


including any alternates or options, at the time of submission of the
proposal.

8.3. The Design-Builder's California State License and City of San Diego
prequalification status as specified in the RFQ must be valid at time of
submission.

9. SELECTION AND AWARD SCHEDULE:

9.1. The City anticipates that the process for selecting a Design-Builder and
awarding the contract will be according to the following tentative schedule.
Dates are subject to change:

9.1.1. Pre- Proposal Meeting April 20, 2016

9.1.2. Proposal Due Date May 9, 2016

9.1.3. Selection and Notification May 17, 2016

9.1.4. Limited Notice to Proceed May 31, 2016

10. PRE-PROPOSAL MEETING AND SITE VISIT:

10.1. Those wishing to submit a Bid are required to attend the Pre-Bid Meeting.
The purpose of the meeting is to discuss the scope of the Project, submittal
requirements, the pre-qualification process and any Equal Opportunity
Contracting Program requirements and reporting procedures. To request a
sign language or oral interpreter for this visit, call the Public Works
Contracts Division at (619) 533-3450 at least 5 Working Days prior to the
meeting to ensure availability. Failure to attend the Mandatory Pre-Bid
Meeting shall result in the Design-Builder's Bid being deemed
non-responsive. The Pre-Bid meeting is scheduled as follows:

Date: April 20, 2016


Time 10:00AM
Location: 1010 Second Ave, Suite 1400, San Diego, Ca 92101

Attendance at the Pre-Submittal Meeting will be evidenced by the Bidder's


representative's signature on the attendance roster. It is the responsibility
of the Bidder's representative to complete and sign the attendance roster.
Design - Builders may not be admitted after the specified start time of the
mandatory Pre-Bid Meeting .

... ,,, .... .,,,,,.,,,,,, .•. ,,,,,.,,.,,.,,,,,,.,,,,, ...,, .. ,,,,,.,.,, ...


MACC Request for Proposal (Rev. Feb. 2016) 41 Page
AC Water Group 1019
10.2. Pre-Proposal Site Visit

10.2.1. No Pre-Proposal Site visit is scheduled for the Work. The Design
Builders may request access to the site, if needed to complete their
proposal, by calling the Public Works Contracts at (619) 533-3450 at
least 2 Days prior to the date requested for access.

11. SUBCONTRACTING PARTICIPATION PERCENTAGES:

11.1. All Equal Opportunity Contracting (EOC) information provided by the Design-
Builder and requirements set forth in the RFQ shall apply to the RFP
process. The Design-Builder shall review the information, data, and
documentation provided in the Design-Builder's SOQ and changes shall be
clearly identified in the Proposal; otherwise the information, as previously
submitted, will be deemed complete and accurate.

11.2. The mandatory minimum subcontractor participation percentages for this RFP
are as follows:

Construction 6.20% 16.10% 4.00%


Services

Notes:

1. Subcontracting Requirement is the percentage of the individual contract


elements i.e., Design Services or Construction Services.

11.3. The Design-Builder shall submit subcontractor participation percentages that


are not less than the specified subcontracting requirements.

11.4. The required subcontracting percentages apply to 1st tier Subcontractors only.

11.5. For the purpose of achieving the proposed subcontractor participation


percentage, Allowance Proposal Items will not be included in the
calculation. The Design-Builder may not substitute DVBE for SLBE/ELBE or
SLBE/ELBE for DVBE. Subcontracting percentages for design and construction
may not be substituted for one another.

11.6. The Proposal shall be deemed non-responsive if the Subcontractor and Supplier
listings submitted and enclosed with the Price Proposal fail to meet the above
minimum required subcontracting participation levels.

MACC Request for Proposal (Rev. Feb. 2016) 51 Page


AC Water Group 1019
1. PREQUALIFICATION OF CONTRACTORS:

1.1. Contractors submitting proposals must be pre-qualified for the total amount proposed,
inclusive of all alternate items or specified Task Order limits prior to the date of
submittal. Proposals from contractors who have not been pre-qualified as applicable
and Proposals that exceed the maximum dollar amount at which contractors arn pre-
qualified may be deemed non-responsive and ineligible for award. Complete
information and links to the on-line prequalification application are available at:

http://vvvvw.sandiego.gov/cip/bidopps/prequalification.shtml

1.2. The completed application must be submitted online no later than 2 weeks prior to the
Proposal due date. For additional information or the answer to questions about the
prequalification program, contact David Stucky at 619-533-3474 or
dstucky@sandiego.gov.

1.3. Due to the City's fiduciary requirement to safeguard vendor data, City staff will not be
able to provide information regarding contractors' prequalification status over the
telephone. Contractors may access real-time information about their prequalification
status via their vendor profile on PlanetBids™.

2. ELECTRONIC FORMAT RECEIPT AND OPENING OF PROPOSALS: Proposals will


be received in electronic format (eBids) EXCLUSIVELY at the City of San Diego's
electronic bidding (eBidding) site, at: http://v.rww.sandiego.gov/cip/bidopps/index.shtml and
are due by the date, and time shown on the cover of this solicitation.

2.1. PROPOSERS MUST BE PRE-REGISTERED with the City's bidding system and
possess a system-assigned Digital ID in order to submit and electronic proposal.

2.2. The City's bidding system will automatically track information submitted to the site
including IP addresses, browsers being used and the URLs from which infom1ation was
submitted. In addition, the City's bidding system will keep a history of eve1y login
instance including the time of login, and other information about the user's computer
configuration such as the operating system, browser type, version, and more. Because
of these security features, Contractors who disable their browsers' cookies will not be
able to log in and use the City's bidding system.

2.3. Upon entry of their proposal, the system will ensure that all required fields are entered.
The system will not accept a proposal for which any required information is
missing. This includes all necessary pricing, subcontractor listing(s) and any other
essential documentation and supporting materials and forms requested or contained in
these solicitation documents.

2.4. PROPOSALS REMAIN SEALED UNTIL DUE DATE AND TIME. eBids and
eProposals are transmitted into the City's bidding system via hypertext transfer protocol
secure (https) mechanism using SSL 128-256 bit security certificates issued from

MACC Request for Proposal (Rev. Feb. 2016) 6 I Page


AC Water Group 1019
Verisign/Thawte which encrypts data being tra11sferred from client to server. Proposals
submitted prior to the Due Date and Time are not available for review by anyone other
than the submitter, who will have until the Due Date and Time to change, rescind or
retrieve its proposal should they desire to do so.

2.5. PROPOSALS MUST BE SUBMITTED BY DUE DATE AND TIME. Once the
deadline is reached, no further submissions are accepted into the system. Once the Due
Date and Time has passed, bidders, proposers, the general public, and City staff are able
to immediately see the results on line. City staff may then begin reviewing the
submissions for responsiveness, Equal Opportunity Contracting Program (EOCP)
compliance and other issues.

2.6. TECHNICAL PROPOSAL AND PRICE PROPOSAL ARE TO BE SEPARATE.


The proposer is to submit two separate proposal PDFs by the due date and time.

1. The Technical proposal, which should contain the items detailed below and in
Attachment G. There is to be NO PRICING information within this proposal. If a
Technical proposal contains pricing information, the submission may be deemed non-
responsive and ineligible for further consideration, and

2. The Price proposal, which should detail the cost structure and include any forms as
required herein.

2.7. RECAPITULATION OF THE WORK. Proposals shall not contain any


recapitulation of the Work. Conditional proposals may be rejected as being non-
responsive. Alternative proposals will not be considered unless called for.

2.8. PROPOSALS MAY BE WITHDRAWN by the Proposer prior to, but not after, the
time set as Due Date and Time.

2.8.1. Important Note: Submission of the electronic proposal into the system may
not be instantaneous. Due to the speed and capabilities of the user's internet
service provider (ISP), bandwidth, computer hardware and other variables, it
may take time for the proposer's submission to upload and be received by the
City's eBidding system. It is the proposer's sole responsibility to ensure their
proposals are received on time by the City's eBidding system. The City of San
Diego is not responsible for proposals that do not arrive by the required date
and time.

2.9. ACCESSIBILITY AND AMERICANS WITH DISABILITIES ACT (ADA)


COMPLIANCE. : To request a copy of this solicitation in an alternative fon11at,
contact the Public Works Contract Specialist listed in the cover of this solicitation at
least five (5) working days prior to the Proposal due date to ensure availability.

3. ELECTRONIC SUBMISSIONS CARRY FULL FORCE AND EFFECT

3.1. The proposer, by submitting its electronic proposal, acknowledges that doing so carries
the same force and full legal effect as a paper submission with a longhand (wet)
signature.

3.2. By submitting an electronic proposal, the proposer certifies that the proposer has

MACC Request for Proposal (Rev. Feb. 2016) 7 I Page


AC Water Group 1019
thoroughly examined and understands the entire Contract Documents (which consist of
the plans and specifications, drawings, forms, affidavits and the solicitation documents),
and that by submitting the eBid as its proposal, the proposer acknowledges, agrees to
and is bound by the entire Contract Docun1ents, including any addenda issued thereto,
and incorporated by reference in the Contract Documents.

3.3. The Proposer, by submitting their electronic proposal, agrees to and certifies under
penalty of pe1jury under the laws of the State of California, that the certification, fonns
and affidavits submitted as part of this proposal are true and correct.

4. PROPOSALS ARE PUBLIC RECORDS: Upon receipt by the City, proposals shall become
public records subject to public disclosure. It is the responsibility of the respondent to clearly
identify any confidential, proprietmy, trade secret or otherwise legally privileged information
contained within the proposal's General references to sections of the California Public Records
Act (PRA) will not suffice. If the Contractor does not provide applicable case law that clearly
establishes that the requested information is exempt from the disclosure requirements of the
PRA, the City shall be free to release the infonnation when required in accordance with the
PRA, pursuant to any other applicable law, or by order of any court or government agency, and
the Contractor will hold the City harmless for release of this information.

5. CONTRACTOR REGISTRATION AND ELECTRONIC REPORTING SYSTEM:

5.1. Prior to the award of the Contract, the Design-Builder, Subcontractors, and Suppliers
must register with the City's web-based vendor registration mid bid management
system, BidsOnlineTM hosted by PlanetBids System. For additional infonnation go
to:

http ://www.sandie go. gov/purchasing/bids-contracts/vendorreg. shtml.

5.2. The City may not award the contract until registration of all subcontractors and
suppliers is complete. In the event this requirement is not met within the time frame
specified in the Notice of Intent to Award letter, the City reserves the right to rescind
the Notice of Award I Intent to Award and to make the award to the next responsive
and responsible bidder I proposer.

5.3. Following the award of the Contract, the Design-Builder will be required to use the
City's web-based contract compliance application for EOCP reporting purposes e.g.,
Weekly Certified Payroll, Monthly Employment Utilization, and Monthly Payments.

5.4. The City may retain progress payments if the non-registered Design-Builder,
subcontractors, or Suppliers fail to register, or if the EOCP reporting is delinquent or
inadequate.

6. JOINT VENTURE CONTRACTORS: Provide a copy of the Joint Venture agreement and
the Joint Venture license to the City within 10 Worldng Days after receiving the Contract forms.
See 2-1.1.2, "Joint Venture Contractors" in The WHITEBOOK for

6.1. Each properly signed Proposal shall constitute a firm offer that may be accepted by the
City within the time frame specified herein.

MACC Request for Proposal (Rev. Feb. 2016) 8 I Page


AC Water Group 1019
6.2. This RFP will not conunit the City to award a contract, to defray any costs incuned in
the preparation of a Proposal pmsuant to this RFP, or to procure or contract for the
Work.

6.3. Upon receipt by the City, Proposals shall become public records subject to public
disclosure. It is the responsibility of the respondent to clearly identify any confidential,
proprietary, trade secret or otherwise legally privileged infonnation contained within
the Proposal. General references to sections of the California Public Records Act
(PRA) will not suffice. If the Contractor does not provide applicable case law that
clearly establishes that the requested information is exempt from the disclosure
requirements of the PRA, the City shall be free to release the information when
required in accordance with the PRA, pursuant to any other applicable law, or by order
of any court or government agency, and the Contractor will hold the City harmless for
release of this information.

6.4. Selection announcements, contract awards, and all data provided by the City shall be
protected by the Design-Builder from public disclosure. The Design-Builders desiring
to release inforn1ation to the public shall receive prior written approval from the City.

6.5. Design-Builders who submit a response to this RFP agree to provide the required
services in accordance with the terms and conditions noted in this RFP and its
attachments upon award by the City. The agreement and other terms and conditions
are included in the Design-Build Contract, The GREENBOOK, The WHITEBOOK,
and the Supplementary Special Provisions (SSP).

6.6. Any architectural firms, engineering firms, specialty consultants, or individuals


retained by the City to assist in drafting the RFPs or the Project's preliminary design
may not be eligible to participate in the competition with any Design-Build Entity
without the prior written consent of City. Any architectural finns, engineering firms,
specialty consultants, or individuals retained by the City to assist in drafting any
Reference Documents, such as the Water Department's Master Plan and any other
document that was not prepared specifically for this contract, are considered to be
eligible to participate.

7. EQUAL OPPORTUNITY CONTRACTING

7 .1. As set forth in this RFP, the City is dedicated to the principles of equal opportunity in
the workplace and in subcontracting. It is the City's expectation that firms doing
business with the City have, and are able to demonstrate, the same level of
c01mnitment.

7.2. The Design-Builders are encouraged to take positive steps to diversify and expand their
subcontractor solicitation base and to offer contracting opportunities to all eligible
certified Subcontractors in accordance with the City's EOCP requirements included in
the Contract Documents.

MACC Request for Proposal (Rev. Feb. 2016) 9 I Page


AC Water Group 1019
7.3. Design-Builder's Work Force

7.3.1. The Design-Builders shall submit with its Proposal a Work Force Report
(EOC Form BB05) and prior to award of contract, the successful Design-
Builder shall submit to the City's EOCP office an updated Work Force Report
or an Equal Employment Opportunity (EEO) Plan.

7.3.2. If under representations are noted in the Work Force Report when compared
to County Labor Force Availability data, the Design-Builder shall submit an
Equal Opportunity Plan. Any Equal Employment Opportunity Plan
submitted shall include the elements as outlined in the EOCP Requirements
included in The WHITEBOOK.

7.3.3. The specified Equal Opportunity Contracting Program (EOCP) forms are
available for download from the City's web site at:

http://wvvw.sancliego.gov/eoc/forms/index.shtml

7.4. Nondiscrimination Ordinance (Municipal Code§§ 22.2701-22.2708)

7.4.1. The Design-Builder shall not discriminate on the basis of race, gender,
religion, national origin, ethnicity, sexual orientation, age or disability in the
solicitation, selection, hiring or treatment of the Subcontractors and
Suppliers. The Design-Builder shall provide equal opportunity for
Subcontractors to participate in subcontracting opportunities. The Design-
Builder understands and agrees that violation of this clause shall be
considered a material breach of the contract and may result in contract
tennination, debarment or other sanctions.

7.4.2. This language shall be in contracts between the Design-Builder and any
Subcontractors and Suppliers.

7.4.3. As part of its Proposal, the Design-Builder shall provide to the City a list of
all instances within the last 10 years where a complaint was filed or pending
against Design-Builder in a legal or administrative proceeding alleging that
Design-Builder discriminated against its employees, the Subcontractors, or
Suppliers, and a description of the status or resolution of that complaint,
including any remedial action taken. If there have not been any complaints
filed or pending against Design-Builder, a written statement from the Design-
Builder to confinn shall be included in the Proposal.

8. CONTRACTOR'S LICENSE CLASSIFICATION AND PRE-QUALIFICATION


STATUS

8.1. The Design-Builder's California State License and City of San Diego prequalification
status as specified herein must be valid at time of submission. Failure to comply with
these requirements may result in the proposal being deemed non responsive and
ineligible for further consideration.

8.2. Design-Builders interested in submitting a proposal for this Project shall be pre-
qualified through the City's Prequalification program:

MACC Request for Proposal (Rev. Feb. 2016) 10 I Page


AC Water Group 1019
8.2.1. The Design-Builders must submit a complete prequalification application
online to the Public Works Contracts, Prequalification Program no later than
2 weeks prior to the Proposal due date and time. Complete information and
links to the online prequalification application are available at:

http ://wvvw. sandiego. govIci p/bidopps/prequalification.shtml

8.2.2. For additional information or the answer to questions about the


prequalification program, contact David Stucky at 619-533-3474 or
dstucky@sandiego.gov.

8.2.3. Due to the City's fiduciary requirement to safeguard vendor data, City staff
will not be able to provide information regarding contractors' prequalification
status over the telephone. Contractors may access real-time information about
their prequalification status via their vendor profile on PlanetBids™.

9. PRE-PROPOSAL ACTIVITIES

9.1. Submission of Questions

9.1.1. The Director (or .designee) of the Public Works Department is the officer
responsible for opening, examining, and evaluating the competitive Proposals
submitted to the City for the acquisition, construction, and completion of any
public improvement except when othe1wise set forth in these documents. All
questions related to this solicitation shall be submitted to:

Public Works Contracts


1010 Second Avenue, 14111 Floor
San Diego, California, 92101
Attention: Contract Specialist listed on the front cover of this RFP.

OR:

To the Email address of the Contract Specialist listed on the front cover of this
RFP.

9.1.2. Questions received less than 14 Days prior to the Proposal due date may not
be considered.

9.1.3. Questions or clarifications deemed by the City to be material shall be answered


via issuance of an addendum and posted to the City's online bidding service.

9.1.4. Only questions answered by formal written addenda shall be binding. Oral
and other interpretations or clarifications shall be without legal effect. It is the
Design-Builder's responsibility to be informed of any Addenda that have been
issued and to adjust its Proposal accordingly.

MACC Request for Proposal (Rev. Feb. 2016) 11 I Page


AC Water Group 1019
9.2. Revisions to the RFP

The City, at its option, may respond to any or all questions submitted in writing via the
City's eBidding web site in the form of an addendum. No other responses to questions,
oral or written, shall be of any force or effect with respect to this solicitation.

Any changes to the Contract Documents through addendum are made effective as
though originally issued with the Proposal. The Design-Builders shall acknowledge
the receipt of Addenda at the time of Proposal submission.

10. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK

10.1. Contract Documents may be obtained by visiting the City's website:


http://\ivww.sandiego.gov/cip/ Plans and Specifications for this contract are also
available for review in the office of Public Works Contracts.

10.2. The Design-Builders shall carefully examine the Project Site, the Plans and
Specifications, and other materials as described in or referenced by this RFP. The
submission of a Proposal shall be conclusive evidence that the Design-Builder has
investigated and is satisfied as to the conditions to be encountered, as to the character,
quality, and scope of work, the quantities of materials to be furnished, local conditions,
and as to the requirements of the Contract Documents.

11. CHANGES TO THE SCOPE OF WORK: Once a proposal has been accepted by the
City and the award has been made, the Design-Builder shall immediately notify the City in
writing of any proposed or anticipated change in the scope, contract amount, or contract time;
and shall obtain the City's written consent to the change(s) prior to affecting them. In no event
shall the City's consent be construed to relieve the Design-Builder from its duty to render all
work and services in accordance with applicable laws and accepted industry standards

12. DESIGN SUBMITTALS: The City's review of the Design-Builder's Design Submittals
shall not relieve the Design-Builder from its responsibilities under the Contract, or be deemed
to be an acceptance or waiver by City of any deviation from, or of the Design-Builder's failure
to comply with, any provision or requirement ofthe Contract Documents, unless such deviation
or failure has been identified as such in writing in the document submitted for acceptance by
the Design-Builder and accepted by City. Where approval or acceptance by City is required,
it is understood to be general approval only, and does not relieve the Design-Builder of
responsibility for complying with all applicable laws and good professional practices as the
Design-Builder shall be the Engineer of Record.

13. BONDS AND INSURANCE: Prior to the award of the Contract (or Task Order), the Design-
Builders shall submit evidence of separate bonds and insurance as specified in Sections 2-4,
"CONTRACT BONDS," 7-3, "LIABILITY INSURANCE," and 7-4, "WORKERS'
COMPENSATION INSURANCE" of the City's standard specifications for public works
constructions unless specified otherwise in the Contract Documents.

14. SUBMITTAL REQUIREMENTS: PROPOSALS MUST BE RECEIVED NO


LATER THAN THE DUE DATE AND TIME. Proposals may be withdrawn by the Design-
Builder only up to the proposal due date and time.

MACC Request for Proposal (Rev. Feb. 2016) 12 I Page


AC Water Group 1019
IMPORTANT NOTE: Submission of the electronic proposals into the system may not be
instantaneous. Due to the speed and capabilities of the user's internet service provider (ISP),
bandwidth, computer hardware and other variables, it may take time for the bidder's
submission to upload and be received by the City's eBidding system. It is the bidder's sole
responsibility to ensure that their bids are received on time by the City's eBidding system.
The City of San Diego is not responsible for bids that do not arrive by the required date and
time.

14.1. TECHNICAL PROPOSAL REQUIREMENTS: Technical Proposals submitted in


response to this RFP shall be in the following order and shall include:

• Legal name of company.


• Legal form of entity (partnership, corporation, joint venture, or other). If joint
venture, identify the members of the joint venture, and provide all information
required under this section for each member.
• Year of establishment of entity.
• If company is subsidiary of a parent company, identify the parent company.
• Address of main office.
• Address of San Diego satellite office if applicable.
• Contact information for finn, including name, title, email address and telephone
number.
• Number of employees in San Diego County.
• Applicable License(s):
• City of San Diego Business License Number, including expiration date.
• State Contractor's License Number including expiration date, and all classifications.
Professional Engineering/Architect License Number, including expiration date.
• Failure to provide all required information may result in the Proposal being
considered non-responsive and ineligible for further consideration.

14.1.1. The Technical Proposal shall be concise, well organized, and demonstrate the
Design-Builder's qualifications and experience applicable to the Prqject. The
Technical Proposal shall be limited to 50 one-sided pages (8 112" x 11 "),
exclusive of resumes, graphics, forms, pictmes, photographs, dividers, front
and back cover, etc., that address the yechnical Proposal contents; and of Equal
Opportunity Contracting documentation. Font Type shall be Times New
Roman in a minimum 12 Point font size, with a minimum l" margin for text
pages. A cover letter may be submitted but shall not contain any information
that is a required element of the Technical Proposal. Any Technical Proposal
that does not comply with these formatting standards may not be considered.

14.1.2. The Technical Proposals submitted in response to this RFP shall be in


accordance with the requirements listed in ATTACHMENT G. The contents
of the Technical Proposal shall be organized consistent with the format in
Attachment G.

14.1.3. Design elements which deviate from the Scope of Work, City's design
guidelines, or material substitutions which differ from the Approved Material
List shall be highlighted in accordance with Attachment G.

MACC Request for Proposal (Rev. Feb. 2016) 13 I Page


AC Water Group 1019
14.1.4. Failure to comply with this section may render the Design-Builder's submittal
non-responsive and ineligible for fmther consideration.

14.2. PRICE PROPOSAL REQUIREMENTS

14.2.1. A clearly marked, signed PDF of the Price Proposal is to be submitted in a


separate PDF. This is not to be included with the Teclmical proposal. Refer
to Attachment H of this RFP for any Price Proposal forms required to be used.

14.2.2. The Price Proposal shall be signed by an individual or individuals authorized


to execute legal documents on behalf of the Design-Builder.

14.2.3. The lowest proposed price is not the determining factor for award of this
contract. See Attachment G for the criteria by which the proposals will be
evaluated.

14.2.4. In the event of any discrepancies, written numbers will govern over numerical.
Also, the sum of all lump sum line items, unit price line items, allowance line
items and any other priced items will govern over the "Total Design-Build
Proposal" line item.

14.2.5. The required EOCP information such as Subcontractor and Supplier listings
shall be submitted as part of the Price Proposal.

15. SELECTION CRITERIA AND SCORING

15.1. An evaluation Panel comprised of representatives from the City will be established for
this Project. The Panel may also inCli1oe other interested parties such as additional
participating agencies, representative from the community and other appropriate
agencies such as the State Water Resource Control Board.

15.2. Proposals will be ranked according to the selection criteria set forth in Attachment G.

15.3. The Panel will review all proposals received. Interviews or presentations will be
conducted as needed in accordance with Attachment G.

15.4. Based upon this technical review, the Panel will rank the Design-Builders' proposals
in accordance with the selection criteria set forth in Attachment G of this RFP.

15.5. Once the Technical Proposals have been ranked by the Panel, the Design-Builders'
price proposals will be made available to the panel and forwarded to EOCP for review
and calculation of subcontractor participation.

16. AWARD

16.1. After the Technical Proposals have been evaluated, scored and ranked; the Price
proposals will be factored in according to the criteria set forth in Attachment G. A
Design-Builder selection will then be made.

16.2. The City will aimounce in writing to all the RFP participants the selected Design-
Builder. The announcement will show the results of the evaluation. This notification

MACC Request for Proposal (Rev. Feb. 2016) 14 I Page


AC Water Group 1019
to the Design-Builders shall constitute the public mmouncement of the selected
Design-Builder. In the event that the selected Design-Builder is subsequently deemed
non-responsive or non-responsible, a new public mmouncement will be provided to all
proposers with the name of the newly designated selected Design-Builder.

16.3. To obtain the price Proposal results, view the results on the City's web site, or request
the results by U.S. mail and provide a self-addressed, stamped envelope. If requesting
by mail, be sure to reference the Proposal nmne and number. The Proposal tabulations
will be mailed to you upon their completion. The results will not be given over the
telephone.

17. ADDITIONAL POLICIES, PROCEDURES, TERMS AND CONDITIONS

17.1. The Program's Selection Process is based on the policies, procedures and guidelines
set forth in the City Municipal Code Chapter 2, Article 2, Division 33.

17.2. Protests. A Design-Builder may protest the award of the Contract to another Design.-
Builder in accordance with San Diego Municipal Code.

17.3. Changes to Key Personnel and Substitution of Subcontractors. The Design-


Builder shall not change or substitute any individual that is identified in its proposal as
"key pers01mel" without the written consent of the City. The Design-Builder shall not
change or substitute any material, supplier, or subcontractor identified in its Proposal
without written consent of the City. The City's consent will not be unreasonably
withheld.

17.4. Project Team. The Design-Builder shall maintain all representations, team members,
and proposed tasks and work elements as valid, except for the schedule which may be
aqjusted as mutually agreed upon by the City and the Design-Builder.

17.5. Submittal of "Or Equal" Items. See 4-1.6, "Trade Nmnes or Equals" in the SSP and
as modified by the Scope of Work ATTACHMENT A.

17.6. Subcontract Limitations. The Design-Builder's attention is directed to Standard


Specification for Public Works Construction, Section 2-3, "SUBCONTRACTS"
which requires the Design-Builder to perfonn not less than the specified amount under
this RFP. Failure to comply shall render the Proposal non-responsive.

17. 7. San Diego Business Tax Certificate. All Contractors, including Subcontractors, not
already having a City of San Diego Business Tax Certificate for the work contemplated
shall secure the appropriate certificate from the City Treasurer, Civic Center Plaza,
first floor, before the Contract can be executed.

17.8. City Standard Provisions. The work resulting from this RFP is subject to the
following standard provisions. See The WHITEBOOK for details.

17.8.1. The City of San Diego Resolution No. R-277952 adopted on May 20, 1991
for a Drug-Free Workplace.

17.8.2. The City of San Diego Resolution No. R-282153 adopted on June 14, 1993
related to the Americans with Disabilities Act.

MACC Request for Proposal (Rev. Feb. 2016) 15 I Page


AC Water Group 1019
17.8.3. The City of San Diego Municipal Code §22.3004 for Pledge of Compliance.

17.8.4. The City of San Diego's Labor Compliance Program and the State of California
Labor Code§§ l 771.5(b) and 1776.

17.8.5. Sections 1777.5, 1777.6, and 1777.7 of the State of California Labor Code
concerning the employment of apprentices by contractors and subcontractors
performing public works contracts.

17.8.6. The City's Equal Benefits Ordinance (EBO), Chapter 2, Article 2, Division 43
of The San Diego Municipal Code (SDMC).

17.8.7. The City's Infon11ation Security Policy (ISP) as defined in the City's
Administrative Regulation 90.63.

17.9. Prey ailing Wage Rates Apply: Refer to Attachment D.

17.10. Reference Standards:

17.10.1. Except as otherwise noted or specified, the Work shall be completed m


accordance with the following standards:

Ediii6.i · · ·•· <Doculll~llt S


Nulll.b~t \ .
Standard Specifications for Public Works 2015 PWPI070116-01
Construction ("The GREENBOOK") -
http://www.greenbookspecs.org/
City of San Diego Standard Specifications 2015 PWPI070116-02
for Public Works Construction ("The
WHITEBOOK")*
City of San Diego Standard Drawings* 2016 PWPI070116-03
Caltrans Standard Specifications 2010 PITS070112-04
Caltrans Standard Plans 2010 PITS070112-05
California MUTCD 2012 PITS070112-06
City Standard Drawings - Updates Varies Varies
Approved For Use (when specified)*
Standard Federal Equal Employment 1984 769023
Opportunity Construction Contract
Specifications and the Equal Opportunity
Clause Dated 09-11-84
NOTE: *Available online under Engineering Documents and
References at:
http://www. sandiego. gov /pu blicworks/edocref/index.shtml

MACC Request for Proposal (Rev. Feb. 2016) 16 I Page


AC Water Group 1019
ATTACHMENTS

•••, ,,. ~'"'" "W'" • •••••yvv•vy,~·~··N•••

MACC Request for Proposal (Rev. Feb. 2016) 17 I Page


Attachments - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
ATTACHMENT A

PROJECT DESCRIPTION, SCOPE OF WORK, AND TECHNICAL SPECIFICATIONS


(BRIDGING DOCUMENTS)

MACC Request Proposal (Rev. Feb 2016) 18


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
ATTACHMENT A

PROJECT DESCRIPTION, SCOPE OF WORK, AND TECHNICAL SPECIFICATIONS


(BRIDGING DOCUMENTS)

INDEX

1. Project Description
2. Scope of Work
3. City Services
4. City Provided Information
5. Review of the Design-Builder's Design Submittals
6. Community Input
7. Photo Log and Videotape
8. Coordination
9. Existing Information
10. Requests for clarifications or Information
11. Substitutions
12. Design Criteria and Procedure for Review of Design Materials
13. Surveying
14. As-built information
15. Environmental and Permit Support
16. Owner/Governmental Approvals
17. Geotechnical Investigation
18. Corrosion Survey Report
19. Potholing
20. Review of Contract Documents and Field Conditions
21. Local Conditions
22. Access to the Work
23. Supervision
24. Authorization to Proceed
25. Design Calculations
26. Plan Checks - at major completion levels, Design
27. Shop Drawings, Material Submittals and Samples
28. Design Development
29. Design Submittals
30. Community Relations and Public Outreach Program
31. Quality Assurance and Control
32. Quality Assurance I Quality Control Guidelines
33. Noise Abatement and Control
34. Project Meetings
35. Red-lines
36. Record Keeping
37. Required Test/Material Certificates
38. Traffic Control
39. Reference Standards
40. Design Guidelines
41. Bridging Documents
42. Supplemental Requirements

MACC Request for Proposal (Rev. Feb. 2016) 19 Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
ATTACHMENT A

PROJECT DESCRIPTION, SCOPE OF WORK, AND TECHNICAL SPECIFICATIONS


(BRIDGING DOCUMENTS)

PUBLIC WORKS DEPARTMENT

1. Project Description:

Replace 16,809 LF (3.18 miles) of existing, 6-inch and 8-inch asbestos cement (AC)
water mains with 16,809 LF (3.18 miles) of 8-inch polyvinyl chloride (PVC) pipe.
Separation permission from the State of California, Department of Health may be
required on Brookline St., Date Pl., Deaton Dr., Dafter Pl., Dafter Dr., Duval St., Elm
St., and Fir St. for separation of water and sewer. Also included associated water .
services, fire hydrants, curb ramps, traffic control, etc. This project is located in
Council District 4, within the Mid-City, Eastern Area.

The work is proposed to be replace-in-place using the open trench construction


within City right-of-way.

2. Scope of Work: .
2.1. The Work and Services required of the Design-Builder include those during
design and construction of the Project. The Design- Builder shall provide all
management, supervision, labor, services, equipment, tools, supplies,
temporary facilities, and any other item of every kind and description
required for the complete design and construction of the Project.
2.2. The Design-Builder shall be responsible for performing and completing, and
for causing all Sub-consultants/Subcontractors to perform and complete the
design and construction of the Project as set forth in the Contract
Documents. ·
2.3. The Design- Builder shall provide all Work and Services required by the
Contract Documents, including those described as "if required," "if
directed," "potential," "optional," "may," or similar adjectives and
phrases. This work falls under the appropriate proposal items.
2.4. The Design-Builder covenants that the Services shall meet the performance
expectations of the City as described in this Scope. The Design-Builder shall
be responsible for achieving Completion of the Project as set forth in the
Project Schedule, as the same may be extended from time to time pursuant
to the provisions of the Contract.
2.5. The submission of a Proposal shall be conclusive evidence that the Design-
Builder has investigated and is satisfied as to the conditions to be
encountered, as to the character, quality, and scope of Work, the quantities
of materials to be furnished, the local conditions under which the Work is to
be performed, and as to the requirements of the Proposal Documents, Plans,
and Specifications.
2.6. As the Engineer of Work, the Design-Builder shall refer to the City's
preliminary design information for the purpose of preparing a set of Plans
and Specifications for the construction.

MACC Request Proposal (Rev. Feb. 2016) 20


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents) .
AC Water Group 1019
2.7. The Scope of Work and Services shall also include but is not limited to the
following:
2.7.1. Conducting investigations, as-built research, and additional design
survey services including physical and aerial surveys if needed for
the completion of design work;
2.7.2. Preparing & completing 30%, 60%, 100%, and Final design
drawings. The Design-Builder is solely responsible for the
preparation and completion of design plans for construction;
2.7.3. Obtaining plan check approvals; and providing engineering services
during construction, startup, and testing;
2.7.4. Construction of water mains and appurtenances including all high-
lining, cut and plug and cut ins;
2.7.5. Monitoring for potential of any hazardous materials and
coordination with local resource agencies;
2.7.6. Value engineering;
2.7.7. Additional geotechnical investigation and potholing;
2.7.8. Performance and implementation of QA/QC,
2.7.9. Traffic control, paving, AC overlay for all streets, storm water
permitting and compliance. ;
2.7.10. Coordinating with the City Project and Construction Managers and
other utility owners/contractors; Coordinate utility relocations with
utility owners; and
2.7.11. Scheduling, community outreach and public relations, and
preparation of as-built drawings and mylars.
2.7.12. The Design-Builder shall coordinate all design communication
through Project Manager.
2. 7.13. The design- Builder shall be responsible for locating all As-Builts
and utility information.
2.8. The Design-Builder shall use CADD in compliance with the City's
"Consultant Standards for Preparation of PS&E."
2.9. The Design-Builder shall use the Primavera Project Management and
Scheduling Software or equal. The Design-Builder shall submit and
maintain a task-oriented computerized schedule for completing the Work
over the life of the Project in accordance with Section 6-1, "CONSTRUCTION
SCHEDULE AND COMMENCEMENT OF THE WORK.''
2.10. As required by California Government Code section 830.6, prior to
construction, the design (including changes) for the Project and/or any
portion thereof shall be approved by the Engineer of Work.
3. City Services:
3.1. The City will provide only the services listed in this section. All other
services necessary for complete design and construction of the Project shall
be provided by Design-Builder.

MACC Request for Proposal Feb. 2016) 21 I Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
3.1.1. Project Management and Administration. The City will respond to
Design- Builder's written questions regarding Project definition and
scope within 15 Working Days of receipt. See The WHITEBOOK, Part
1, General Provisions (C), subsection 2-6.6.
3.t.2. Submittal Review and Approval. The City will review each submittal
within 20 Working Days of receipt. See The WHITEBOOK, Part 1,
General Provisions (A), subsection 2-5.3.1.
3.1.3. Construction inspection, administration, and material testing.
3.1.4. Plan checking fees.
3.1.5. One-time orientation on the use of the Public Works Department's
GIS and other databases that the City makes available to the Design-
Builder.
3.1.6. Easement Acquisition, including right-of-way drawing.
3.t.7. Permit fees (not including Caltrans).
4. City Provided Information:
4.1. The City will provide the following information to Design- Builder. The City
does not guarantee the accuracy of this information. The Design- Builder
shall conduct further research as necessary to verify the information.
4.1.1. Access to existing topographic maps, San Diego Geographical
Information Source (SanGIS) Maps, and electronic files in the
possession of the Right-of- Way Design Division. The Design-
Builder's expenses for copying will be reimbursed by City unless the
copying was performed using City equipment and supplies.
4.t.2. One time access to the CIP Tracking/SPLASH Database to identify
existing and proposed Projects in surrounding areas and limited
access, as determined by City, to City's on-line records on,
maintenance sites, and recent sewer spills. The Design-Builder shall
make arrangements with the Engineer or designee at least 1 week in
advance to reserve the computer work station.
4.1.3. Sample set of construction plans for a typical Project. The Design-
Builder shall use the sample as minimum guidelines for the format
and contents of Plans.
4.1.4. City's QA/QC checklists.
4.1.5. Access to Public Works Department's on-line as-built drawings and
available design survey information where available.
4.t.6. Traffic Control development process.
5. Review of the Design-Builder's Design Submittals:
5.1. The Design-Builder shall allocate 20 Working Days for City to review and
comment on each submittal and 2 weeks for the Design-Builder to respond
and for final Working Days resolution of comments. To log and
communicate the review comments, actions, and resolutions efficiently, the
City intends to utilize a MS Access database or MS Excel spreadsheet to
manage the design submittal comments for 30%, 60%, 100%, and Final

MACC Request for Proposal (Rev. Feb. 2016) 22 Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
Designs. The Design-Builder shall review and respond to City's comments
in the format provided by City.
6. Community Input:
6.1. Community input is important. The Design-Builder shall identify major
community issues (e.g. access to the public facilities and businesses located
within or near the Project area) and shall obtain and address community
input. The Design-Builder shall attend at least 2 community presentation
meetings of 2-4 hours each (usually scheduled during the early 30% design
and prior to start of construction) and during construction as required by
the City. The Design-Builder shall also prepare and receive City approval of
hand-outs and displays for the community presentations. The Design-
Builder shall prepare and implement a community relations plan as
discussed later in Community Relations and Public Outreach Program
section of this Scope. The Design-Builder shall also receive the Resident
Engineer approval for night and after-hours work.
7. Photo Log and Videotape:
7.1. The Design- Builder shall comprehensively photograph and videotape the
Project Site before, during, and after construction of the Project. Prior to
Acceptance, the Design-Builder shall prepare and submit the following
items to City:
7.1.1. a still-photo log including the photographs taken;
7.1.2. one copy of each of the still-log photos bound in a three-ring binder;
and
7.1.3. two copies of the Project CD in a form acceptable to City.
7.2. The Design-Builder shall request City's prior written approval for the use of
digital photography and submit the relevant specifications for digital
submittal with the request.
8. Coordination:
8.1. The Design-Builder shall coordinate design and construction requirements
with governmental entities and agencies, private utilities, and all other
parties either involved in infrastructure improvements or otherwise affected
by the design and construction requirements.
9. Existing Information:
9.1. The City and the Design-Builder recognize that previous studies, designs
and reports such as information provided in the Bridging Documents have
developed a preliminary definition of the Project. However, these previous
efforts have not resulted in a comprehensive and final Project definition.
The Design-Builder shall verify all information provided to it by the City
pertaining to the Bridging Documents, conceptual plans, Project Site's
description, rights-of-way, easements, surveys, existing utilities, soils,
hazardous wastes and geotechnical reports, etc., and shall verify the data
and recommendations prior to including them into the Project design. The
Design Builder shall perform the engineering tasks necessary to further
refine and optimize the Project, utilizing as much previous work as possible,

MACC Request for Proposal (Rev. Feb. 2016) 23


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
ultimately leading to authorization-to-proceed for Construction with Final
Design.
10. Requests for Clarifications or Information: .
10.1. The Design-Builder shall submit all RFI's to the Project Manager in writing.
Oral communications shall not be relied upon unless confirmed in writing.
RFI's shall be in a format acceptable to the Project Manager, and, at a
minimum, shall contain: the Project name and WBS number; the request
date; the desired response date; a unique numeric request identifier; a title;
a reference to the pertinent part of the Bridging Documents, the Design-
Build Special Provisions, or other specific part of the Contract Documents;
CPM activity number affected; the written request; the Design-Builder's
proposed solution, if appropriate; attachments, if any; and the name,
telephone number, e-mail address, and title of the request initiator.
11. Substitutions:
11.1. Prior to receipt of the final design, the City will consider written substitution
requests from the Design-Builder for substitution of products or
manufacturers, and construction methods (if specified). After the City
receives the final design, substitution requests will be considered only in the
case of unavailability of a product or other conditions beyond control of the
Design-Builder. Design-Builder shall use Material Substitution request
form included as part of Bridging Documents.
11.2. The Design-Builder shall have the full burden of demonstrating that the
proposed substitution is equal to the specified manufacturer, product, or
construction method. By the act of submitting a substitution request, the
Design-Builder warrants that:
11.2.1. The Design-Builder has investigated the proposed substitution and
has determined that it is equal to or superior in all respects to the
specified manufacturer, product, or construction method.
11.2.2. The Design-Builder will provide the same or better guarantees or
warranties for the proposed substitution as for the specified
manufacturer, product, or construction method.
11.2.3. The Design-Builder waives all claims for additional costs or
extensions of time related to the proposed substitution that
subsequently may become apparent.
11.3. The City will not accept a proposed substitution if any one of the following
applies:
11.3.1. Acceptance will require changes in the design concept or a
substantial revision of the Contract Documents.
11.3.2. Acceptance will delay completion of the Design-Builder's Work or
Services or the work or services of other City contractors.

MACC Request for Proposal (Rev. Feb. 2016) 24 Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
11.3.3. The Design-Builder does not specifically identify a substitution that
appears on a Shop Drawing and/or does not submit a formal
substitution request.
11.4. The City will determine in its sole discretion whether the proposed
substitute is equal to the specified manufacturer, product, or construction
method. If the City determines that a proposed substitute is not equal to that
specified, the Design- Builder shall provide the specified manufacturer,
product, or construction method at no additional cost to the City or delay to
the Project.

11.5. The City will consider only one substitution request for each product.
11.6. The Design-Builder shall submit a separate approved Shop Drawing for any
proposed substitution that is accepted by the City. The City's acceptance of
a substitution does not relieve the Design-Builder from the requirements
for submission of Shop Drawings.
12. Design Criteria and Procedure for Review of Design Materials:
12.1. General - The design criteria presented herein shall apply to the design and
new construction of sewer & water main replacement, site preparation, and
restoration as outlined in the Bridging Documents. The Project shall be
designed and constructed to provide a minimum service life of 50 years.
Construction of the Project shall cause minimum interruptions in existing
sewer & water services. Changes to the Pre-design Report
recommendations e.g., pre-design alignments, paving, and storm drain
protection; and construction methods shall be made only if approved by the
City.
12.2. Design Responsibilities - The Design -Builder shall provide all Services for
the Project. The Services shall include preparing the 30%, 60%, 100% and
Final Design plans for the Project, including all necessary design and/or
Construction Documents. The Services shall also include those required
during construction, and Project Completion. The Services shall be
performed in accordance with all Applicable Laws and City policies.
12.2.1. The Design-Builder shall provide complete design for all elements of
the Project (as applicable) such as: civil, physical and aerial surveys
geotechnical, environmental and specialty consulting areas. Design-
Builder shall evaluate alternative construction approaches to ensure
economical designs which optimize constructability yet meet all
requirements of this Contract, including all applicable laws and
applicable architectural concepts, and conceptual designs.
12.2.2. The Design-Builder shall incorporate the requirements of permitting
agencies as may become apparent in the course of Project design. The
Design-Builder shall apply for and secure all permits and provide all
necessary reports, studies, and support required to obtain the
permits. Permit and utility fees, if any, will be paid by the City. In
addition, the Design-Builder shall research and comply with all Air
Pollution Control District and noise abatement requirements, along
with any hazardous materials management requirements of NFPA,
Cal-OSHA and the City Fire Department. The Design-Builder shall
MACC Request for Proposal (Rev. Feb. 2016) 25 Page
Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
develop an air pollution control plan, a noise abatement plan, (WPCP)
Water Pollution Control Plan and a hazardous materials management
plan, if required. If required, the Design-Builder shall incorporate
appropriate facilities into the design.
12.2.3. With prior authorization from the Project Manager, the Design-
Builder shall provide additional geotechnical investigations and
potholing to the extent the Design-Builder determines that they are
necessary for Final Design.
13. Surveying:
13.1. The Design-Builder understands and agrees that any survey information
provided by the City is preliminary in nature and may not have sufficient
accuracy or scope to support Final Design.
13.2. The Design-Builder shall perform all additional physical and aerial surveys
as needed to prepare the construction plans and as-built drawings in
accordance with the City standards.
13.3. Construction survey will be performed by the Design-Builder. See
Attachment E Section 2-9.2, Survey Service.
14. As-built information:
14.i. The Design-Builder shall obtain and review record drawings and as-built
information from available public records, maintenance records, and
Average Daily Traffic (ADT) counts, etc. if needed in addition to the
information in the Bridging Documents.
15. Environmental and Permit Support:
15 .1. This Scope is based on studies and reviews performed by City's Development
Services Department [DSD] which are included in the Bridging Documents.
The Design-Builder shall identify all permits required for the Project as well
as all requirements for those permits. All permits shall be acquired by the
Design-Builder and the costs thereof paid by City. At the 60%, 100% and
Final Design completion levels, the Design-Builder shall submit to City a
written list of permits required for the Project. The Design-Builder shall
identify all permitting agencies and authorities having jurisdiction. The
Design-Builder shall prepare permit applications and submit the
applications to the Engineer for review. The Design-Builder shall provide
technical services as required by the permitting agencies during permit
acquisition. The Design-Builder shall incorporate mitigation provisions and
DSD review requirements, including the certified CEQA document into the
Construction Documents. The Design- Builder shall identify and estimate
quantities of BMP's to comply with WPCP requirements.
16. Owner/Governmental Approvals:
16.1. The Design-Builder shall obtain all City and other jurisdictional agency
approvals as required to implement the design and construction of the
Project. The City received an environmental document for the Project.
During the Final Design process, if the Design-Builder modifies the Project

MACC Request for Proposal (Rev. Feb. 2016) 26 Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
such that a revision of the environmental document is required, the Design-
Builder shall be responsible for all work required for implementing a
revision, including preparation of revised documentation and coordination
with City staff. The Work shall not proceed on the Project until the
environmental requirements are met to the satisfaction of the City. There
shall be no additional time allowed in the contract for processing and
approval of revised permit documents. The cost associated with
implementing both the design and construction changes as a result of the
Design-Builder modifications shall be the responsibility of the Design-
Builder and will not be compensated by the City.
17. Geotechnical Investigation:
17.1. The Design-Builder shall review any available geotechnical reports and
provide the necessary geotechnical investigations and testing required to
design and to construct the Project in accordance with the Contract
requirements.
18. Corrosion Survey Report:
18.1. If applicable, the Design-Builder shall investigate the Project Site and
provide a current corrosion survey report for the water portion of the Project
according to City standards and guidelines (refer to the water CIP
Guidelines, Book 1, Chapter 9, Corrosion Control).
19. Potholing:
19.1. The Design-Builder shall have full responsibility for assessing, reviewing
and verifying existing utility information and data. The Design-Builder
shall excavate sufficient potholes to verify locations and elevations at utility
crossings and existing piping to be removed or replaced in the Project. The
Design- Builder shall immediately notify the City of any damage caused to
the pipe during potholing activities.
19.2. The Design-Builder shall provide all services related to the excavation and
backfilling of potholes. Pothole excavations shall be in compliance with
CAL-OSHA and City safety requirements, and any excavations left open shall
be covered with steel plates.
19.3. The Design-Builder shall restore and clean-up all work sites.
19.4. All utility excavations shall be tied to the horizontal and vertical control
information provided by City's survey for this Project. The Design-Builder
shall provide the City with a summary which shall include:
19.4.1. Utility.
19.4.2. Conduit quantity, type, and size.
19.4.3. Depth to top of conduit.
19.4.4. Horizontal coordinates (NAD 83).
19.4.5. Surface elevation (M.S.L).
19.4.6. Top elevation of conduit.
19.5. At the completion of examining each pothole, the Design-Builder shall:
w.•,wA·~c·~;· •., ~'"N-N;;v•;vw,Nv~vv=v>•>''

MACC Request for Proposal (Rev. Feb. 2016) 27 I Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
19.5.1. Replace the pipe bedding which was removed. Tamp and compact
to provide suitable support for the pipe.
19.5.2. Backfill and cover the pipe with native soil.
19.5.3. For those pothole excavations located in the roadway, trench
resurfacing shall comply with SDG-107.
19.6. The Design-Builder shall provide construction staging, noise and dust
control, and traffic control as required during excavation for potholing to
minimize impacts on local neighborhoods.
19.7. The Design-Builder shall restore to their in-kind condition, as determined
by City, all streets, curbs, gutters, sidewalks, private properties and other
improvements damaged as a result of the Design-Builder's activities.
19.8. The Design-Builder shall submit potholing information to Project
Manager/Project Engineer for review.
19.9. The Design-Builder shall not perform any additional potholing unless
authorized in writing by the City.
20. Review of Contract Documents and Field Conditions:
20.1. The Design-Builder shall conduct field investigations, including potholing
of underground facilities, take field measurements, and verify field
conditions. The Design-Builder shall carefully compare such field
conditions and other information known to the Design-Builder with the
Contract Documents before commencing Work and/or Services. The Design-
Builder is solely responsible for investigation and discovery of all field
conditions notwithstanding any information provided by City in the
Contract Documents or otherwise. City has made an effort to eliminate .
------- errors, omlsSions, ana incons1stenc1es 1n the Contract Documents. The
Design-Builder, however, shall bring to City's attention for clarification any
errors, omissions, or inconsistencies prior to submission of the Design-
Builder's Proposal. Otherwise, the Design-Builder shall take responsibility
for any costs or delays associated with such error, omission, or
inconsistency.
21. Local Conditions:
21.1. The Design-Builder shall take steps reasonably necessary to ascertain the
nature and location of the Work, and investigate and satisfy itself as to the
general and local conditions that are applicable to the Work, including but
not limited to:
21.1.1. Conditions bearing on transportation, disposal, handling, and
storage of materials;
21.1.2. The availability of labor, materials, water, power, and roads;
21.1.3. Weather conditions;
21.i.4. Physical conditions at the Project Site;
21.i.5. The surface conditions of the ground; and
21.1.6. The character of equipment and facilities needed prior to and
during the performance of the Work.

MACC Request for Proposal (Rev. Feb. 2016) 28


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
22. Access to the Work:
22.1. The Design-Builder shall provide the City and utility owners with access to
the Project Site and provide coordination and time for utility work to be
accomplished at all times.
23. Supervision:
23.1. The Design-Builder shall supervise and direct the Work in accordance with
accepted standards of professional skill and attention. The Design-Builder
shall be solely responsible for and have control over design and construction
means, methods, techniques, sequences, and procedures. The Design-
Builder shall not be relieved of obligations to perform the Work in
accordance with the Contract Documents by tests, inspections, acceptances,
or approvals required or performed by persons other than The Design-
Builder. The Design-Builder shall employ a competent superintendent and
a necessary assistant who shall be present at the Project Site at all times that
Work is being performed. The superintendent shall represent the Design-
Builder, and communications given to the superintendent shall be as
binding as if given to the Design-Builder.
24. Authorization to Proceed:
24.i. Following each design review, the Design-Builder shall meet with the
Project Manager/Project Engineer to:
24.1.1. Discuss the comments and responses, and to resolve all open issues
and disagreements;
24.i.2. Confirm the next level of design development; and
24.i.3. Obtain written authorization to proceed with the next design level;
and
24.1.4. Obtain written authorization to proceed with construction.
25. Design Calculations:
25.1. The Design-Builder shall include design calculations, catalog cuts,
computations, telephone and facsimile records, and other similar
documents supporting all elements of the Design-Builder's design with the
Design-Builder's final signed and stamped calculations. The Design-Builder
shall provide catalog cuts and manufacturer's data included with the final
Project calculations for each approved material listed in the specifications
or identified on the drawings.
26. Plan Checks - at major completion levels, Design:
26.1. The Design-Builder shall submit written estimates of plan checks required
to complete the Project. In the written estimates, the Design-Builder shall:
26.t.1. Identify all authorities having jurisdiction, including but not limited
to the City Planning Division, Development Services Department, the
City Traffic Section of Field Engineering, and other utilities. City will
prepare plan check applications and submit the applications to the
authorities having jurisdiction. Payment for plan check applications
shall be made by City.

MACC Request for Proposal (Rev. Feb. 2016) . · 29f Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
26.1.2. Submit hard and electronic copies of written design submittal
comments from City and other utilities or agencies, annotated to
indicate the Design-Builder's responses, final disposition of
comments, and incorporate into the Final Design documents.
27. Shop Drawings, Material Submittals and Samples.
27.1. The Design-Builder, as the Engineer of Record, shall review and approve
Shop Drawings, Material Submittals and Samples prior to procurement.
27.2. The Design-Builder shall determine and verify all of the following prior to
procurement:
27.2.1. Field measurements, quantities, dimensions, specified
performance criteria, installation requirements, materials, catalog
numbers, and similar information with respect thereto.
27.2.2. Products with respect to intended use, fabrication, shipping,
handling, storage, assembly, and installation pertaining to the
performance of the Work.
27.2.3. Information relative to the Design-Builder's sole responsibilities
in respect of means, methods, techniques, sequences, and
procedures of construction, and safety precautions and programs
incident thereto.
27.3. Prior to approving Shop Drawings, Material Submittals or Samples, the
Design-Builder shall review and coordinate each Shop Drawing, Material
Submittals or Sample with other Shop Drawings, Material Submittals and
Samples, and with the requirements of the Work and Contract Documents.
27.4. The Design-Builder shall carefully review Shop Drawings, Material
Submittals and Samples and shall date, sign, and certify each submittal as
being correct and in strict conformance with the Contract Documents. In the
case of Shop Drawings, each sheet shall be so dated, signed, and certified.
The Engineer will require 3 copies of approved submittals prior to
procurement for QA/QC purposes and will not accept any submittals which
have not been certified by the Design-Builder to be in compliance with the
Contract requirements, and will return any non-certified submittals to the
Design-Builder. Any delays caused by the Design-Builder's failure to so
certify shall be the total responsibility of the Design- Builder.
27.5. With each submittal, the Design-Builder shall give the Engineer separate
specific written notice of any variations between the Shop Drawing, Material
Submittals or Sample submitted and the requirements of the Contract
Documents. Additionally, the Design-Builder shall include a specific
notation for City's acceptance of each such variation on each Shop Drawing,
Material Submittals and Sample submitted.
27.6. City's acceptance of Shop Drawings, Material Submittals and Samples shall
be for the sole purpose of determining whether the Shop Drawings, Material
Submittals and Samples will, after installation or incorporation into the
Work, conform to the Contract Documents and be compatible with the
design concept of the completed Project as a functioning whole.

MACC Request for Proposal (Rev. Feb. 2016) 30


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
27.6.1. City's acceptance shall not extend to means, methods, techniques,
sequences, or procedures of construction, except where a particular
means, method, technique, sequence, or procedure of construction
is specifically and expressly called for by the Contract Documents.
27.6.2. City's review and acceptance of a separate item as such shall not
indicate approval of the assembly in which the item functions.
27.6.3. City's review of Shop Drawings shall not relieve Design-Builder of
the entire responsibility for the correctness of details and
dimensions. The Design-Builder shall assume all responsibility and
risk for any misfits and/or malfunctions due to any errors in the
Design-Builder's submittals. Design-Builder shall be responsible
for the dimensions and the design of adequate connections and
details.
27.7. City's acceptance of Shop Drawings, Material Submittals or Samples shall
not relieve the Design-Builder from responsibility for variations from the
requirements of the Contract Documents, unless:
27.7.1. The Design-Builder in writing called attention to each such
variation at the time of submission of the Shop Drawing, Material
Submittals or Sample; and
27.7.2. City has specifically accepted in writing, either on the Shop
Drawing or accompanying the Sample or Material Submittal each
such variation.
27.8. The Design-Builder shall be solely responsible for any costs arising from the
Design-Builder's failure to submit and/or receive City's acceptance of a
Shop Drawing, Material Submittal or Sample as required by the Contract
Documents or the City-accepted schedule of Shop Drawings and Sample
submissions.
27.9. Shop Drawing Submittal Procedures:
27.9.1. The Design-Builder shall submit 3 copies of each approved Shop
Drawing to the Engineer for QA/QC purposes.
27.9.2. The Design-Builder shall use a separate transmittal form for each
specific item or class of material or equipment for which a
submittal is required. The Design-Builder may use a single
transmittal form for multiple items only when the items taken
together constitute a manufacturer's "package" or are so
functionally related that expediency indicates review of the group
or package as a whole. The Design-Builder shall collate a multiple-
page submittal into sets, and each set shall be stapled or bound, as
appropriate, prior to transmittal to the Engineer.
27.9.3. The Design-Builder shall use a Project-standard transmittal form
accepted by the Engineer. The transmittal form shall identify the
Design-Builder and include the date of the submittal, the
information prescribed by the form, and a unique sequential
number in a format approved by the Engineer. If applicable, the
Design-Builder shall process transmittal forms to record actions
regarding sample installations.

MACC Request for Proposal (Rev. Feb. 31 Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
27.9.4. For each submittal and using a label and/or a rubber stamp, the
Design- Builder shall include the following information in the same
or a substantially similar form:

Submittal No.
Contract No.
Project Name:
Name of Design Builder:

Reviewed and Approved for Conformance with the Contract


Documents:

Printed Name:

By:
(Signature) I

Reference Drawing Sheet No's:


Reference Spec Section No's:

27.9.5. The Engineer will return at least one copy of each submittal with
City's written comments to the Design-Builder within 20 Working
Days following receipt of the submittal by the Engineer. If the
Design-Builder fails to provide a complete and acceptable first re-
submittal, as determined by the Engineer, City may deduct from
the Contract Price the costs of City review beyond the first re-
submittal.
27.9.6. Corrections indicated on submittals shall be considered as changes
necessary to meet the requirements of the Contract Documents and
shall not be taken as the basis for changes to the Contract
requirements. City shall not be liable for any costs associated with
fabrication or manufacture of an item that occurs prior to City's
acceptance of the associated shop drawing submittal.
27.9.7. The Design-Builder shall maintain an accurate submittal log. The
log shall show the current status of submittals and the Design-
Builder shall make the submittal log available for City's review
upon request.
27.9.8. Submittal Format for Shop Drawings:
1. For Shop Drawings presented on sheets larger than 11 by 17
inches, the Design-Builder shall include on each drawing the
drawing title, number, date, and revision numbers and dates.
2. For Shop Drawings presented on sheets 11by17 inches or less,
the Design-Builder shall conform to the format and quantity
requirements for product data, and present the Shop
Drawings as a part of the bound volume for the submittals
required by this Section.

MACC Request for Proposal (Rev. Feb. 2016) 32


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
3. Except for diagrams and schematic drawings, Design- Builder
shall prepare dimensioned drawings to scale. The Design-
Builder shall identify materials and products for work shown.
4. The Design-Builder's Shop Drawings shall be not less than
81/2 by 11 inches nor more than 30 by 42 inches.
5. The Design-Builder shall submit detailed drawings and
descriptions of proposed deviations from details or
component arrangement indicated on the Shop Drawings.
6. The Design-Builder shall provide finished drawings for City
review indicating proposed installation of Work, and
materials and equipment being furnished.
7. City will not accept Shop Drawings that are either:
i) Copies of plans; or
ii) Materials or equipment identified solely by catalog
numbers.
8. To enable City's acceptance, the Design-Builder shall ensure
that the data shown on Shop Drawings is complete with
respect to dimensions, design criteria, material of
construction, and other detail. Incomplete submittals will be
rejected.
27.9.9. Submittal Format for Product Data:
1. The Design-Builder shall present product data submittals
for each specification section as a complete, bound volume,
including a table of contents that lists page and catalog item
numbers for product data.
2. The Design-Builder shall clearly indicate each product that
is being proposed for use by inserting a stamped arrow,
cloud, or other prominent notation that identifies the
pertinent specification section and paragraph numbers. City
will reject product data submittals that are not clearly
marked.
3. If product data satisfying submittal requirements does not
exist, the Design-Builder shall create and submit to City the
required product data, including a notation that the product
data was created specifically for the Project.
4. The Design-Builder shall furnish to City catalog data that
describes in detail the products being furnished and enables
the Engineer to determine that the products submitted
conform to the requirements of the Contract Documents.
5. If more than one style, size, capacity, etc. of a product
appears on a sheet, the Design-Builder shall clearly indicate
exactly which product type is being submitted for approval.
City will reject any submittal that fails to conform with this
requirement

MACC Request Proposal (Rev. Feb. 2016) 33 I Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
6. The Design-Builder shall ensure that the catalog data
identifies the manufacturer of the product.
27.9.10. Submittal Format for Samples: The Design-Builder shall label or
tag each sample, identifying the specification Section number,
manufacturer's name and address, brand name, product
identification number, and intended use in the Work.
27.9.11. If The Design-Builder receives the prior written approval of the
Engineer, the Design-Builder may submit Shop Drawings and
Samples during the design process beginning at the 60 percent
design level. The Design-Builder shall request such early submittal
by submitting a RFI. The Design-Builder shall conform to all other
requirements and procedures regarding Shop Drawings and
Samples.
28. Design Development:
28.1. The Design-Builder shall design the Project in compliance with all
applicable laws, City and other local, state, and federal standards, and
applicable industry standards and codes, including but not limited to those
specifically set forth in the Contract Documents, the Municipal Sewer
Approved Materials List, City noise and air pollution emissions regulations,
applicable hazardous material handling and disposal regulations, the City's
policies, and all other Reference Specifications approved by City at the time
of Award.
28.2. The Design-Builder shall prepare and submit design packages for review
and acceptance by City in accordance with City's guidelines and the Project
Schedule. The Design-Builder's use of City's guidelines shall not reduce,
change, mitigate, or absolve the Design-Builder's responsibility for the
Project design in any way. The Design-Builder's acts of stamping and
signing the drawings, specifications, calculations, or other final design
documents shall mean that the Design-Builder understands, accepts, and
approves all measures contained in or implied by City's guidelines.
28.3. The Design-Builder shall use the Bridging Documents as the starting point
for Project design. The Final Design shall be based on the concepts in these
documents. The Design-Builder shall review the Bridging Documents and
verify the data and recommendations (i.e., proposed alignments and
conceptual plans) prior to including them in the Project design. The Design-
Builder shall perform the engineering tasks necessary to refine and optimize
the Project, including but not limited to reevaluation and necessary
modification of questionable/pending proposed alignments contained in the
Bridging Documents.
28.4. The Design-Builder shall submit the Final Design documents to the
Engineer. In addition to the deliverables specified in subsection 39.7 the
Final Design documents shall also include but not be limited to:
28.4.1. One complete set of full sized (21~-inch x 36-inch) original mylar
final drawing plots, each stamped and wet signed by qualified
responsible engineers registered in the state of California.
Applicable portions of the drawing title blocks shall also be signed
by the Design-Builder.

MACC Request Proposal (Rev. Feb. 34


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
28.4.2. Two complete electronic file sets of all final drawings on CD-
Rewritable (RW) recordable disks in Bentley MicroStation VS
format.
28.4.3. One, 81/2-inch by 11-inch, final specifications, including all charts,
graphs, tables, data sheets, and similar inserts required for a
complete and approved copy suitable for Xerox reproduction.
28.4.4. Two complete electronic file sets of the final specifications in MS
Word processing software format.
28.4.5. One complete set of engineering calculations and quantity take-
offs, including hydraulic calculations, each wet stamped and signed
by qualified responsible engineers registered in the state of
California. All elements of the Final Design presented shall be
supported by calculations. All computer programs used in
development of Project calculations shall be Windows compatible.
Catalog cuts and manufacturer's data shall be provided for each
approved material listed in the specifications or identified on the
drawings, and shall be included with the final Project calculations.
28.4.6. A written list of required Shop Drawings (construction submittals)
and Samples and an electronic file of the list on a recordable CD-
RW in the latest version of MS Word processing software.
28.4.7. Other reports and documents as may be required by City.
28.5. Procedures and time allowances for City's review of the design submittal,
response by the Design-Builder to City's comments, and obtaining City's
authorization to proceed to the next level of design shall be as stated in this
Scope and the Project Schedule.
28.6. In coordination with Traffic Section of Construction Management and Field
Services, the Design-Builder shall develop a traffic control plan and local
access management plan that minimizes environmental and traffic impacts,
including noise impacts, to residences, businesses, and institutions. The
final traffic control plan must be approved by City's Traffic Section of Field
Engineering Division. The Design-Builder shall maintain an appropriate
level of access and site security at all Project facilities to avoid significant
impacts to the public.
28.6.1. After the alignment of a Project is finalized, the Design-Builder
shall meet with the Traffic Plan Check Supervisor to determine
which sections of the roadway, if any, will require formal traffic
control plans and which sections can be adequately addressed
using shop drawings developed by the Design-Builder prior to
construction.
28.6.2. The Design-Builder shall prepare a preliminary traffic control
approach for City's review and approval prior to preparation of
traffic control plans.
28.6.}. The Design-Builder shall complete and update a Traffic Control
Plan Information Sheet available from the City.

MACC Request for Proposal (Rev. Feb. 2016) 35 I Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
28.6.4. The Design-Builder shall include Typical Cross Sections on traffic
control plans identifying the construction work areas if required by
Traffic Engineering.
28.6.5. The Design-Builder shall address and include in the traffic control
plans and specifications coordination of traffic control among
adjacent Projects during construction.
28.6.6. The Design-Builder shall obtain approval for traffic control plans.
28.7. The Design-Builder shall provide designs for the relocation of public or
private utilities which must be constructed or relocated as a result of the
Project.
28.8. The Design-Builder's design shall comply with the ADA and Title 24. The
Design-Builder shall complete and submit an ADA Compliance Review
Checklist available from the City.
28.9. The Design-Builder shall prepare and incorporate into the specifications, a
Water Pollution Control Plan (WPCP) to be implemented during
construction. The WPCP shall comply with the California Regional Water
Quality Control Board Statewide General Construction Storm Water permit
current requirements.
28.10. The Design-Builder shall prepare a construction quantity takeoff at 60%,
100% and Final submittals.
28.11. The Design-Builder shall revise plans and specifications to incorporate
comments received from the City, City-wide plan check and from the
permitting agencies.
29. Design Submittals:
29 .1. General: The Design- Builder shall ensure that all design submittals conform
to the requirements described in this Section. City will reject any submittal
that fails to meet the requirements described in this Scope and elsewhere in
the Contract. City shall not grant a schedule adjustment for the Design-
Builder's failure to meet these requirements. In each submittal the Design-
Builder shall identify any variances from the Contract Documents. City may
reject any design submittal for the Design-Builder's failure to identify
variances, regardless of the timing of the discovery of the failure. The
Design- Builder shall respond in writing to all City comments on each design
submittal within 10 Working Days of the date of transmittal of the
comments. The Design- Builder shall submit a completed QA/QC checklist
at each design submittal.
29.2. 30 percent design Submittal - The 30% design submittal shall include but
not be limited to:
29.2.1. Designs for construction of new facilities and for refurbishment and
demolition of existing facilities.
29.2.2. Incorporation of the information contained in the Bridging
Documents.
29.2.3. Reviewed preliminary calculations and hydraulic calculations.
29.2.4. Drawings that shall include at a minimum:

MACC Request Proposal (Rev. Feb. 36


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
1. Title sheet with general notes, vicinity map, key map, and
legend.
2. Preliminary list of construction drawings on cover sheet.
3. Locations of existing public and private utilities within the
Project area on plan and profile.
4. Preliminary site plan including construction staging areas (if
applicable)
5. other drawings, as applicable to show information from pre-
design maps.
6. List of special conditions, if any.
7. Drawings shall show all existing topographic and utility
information and the horizontal alignment of proposed
pipeline improvements with sizes.
8. Traffic control concept plans (traffic control approach) if
applicable.
9. Specification table of contents prepared in The GREENBOOK
format.
29.3. 60 percent design Submittal - The 60 percent design submittal shall include
but not be limited to:
29.3.1. Designs for construction of new facilities and for refurbishment and
demolition of existing facilities.
29.3.2. Updated and incorporated information and comments from the 30
percent design submittal.
29.3.3. Completed and reviewed calculations, hydraulic calculations,
calculations for horizontal and vertical control for pipeline
alignment, and backfill and bedding design.
29.3.4. Location of construction staging areas (if applicable).
29.3.5. A written list of permits required for the Project, identifying all
permitting agencies and authorities having jurisdiction.
29.4. Drawings that shall include at a minimum:
29.4.1. Updated plan and profile sheets for the sewer and water
improvements, and construction details and notes.
29.4.2. Identification of both special and standard details.
29.4.3. A complete list of construction drawings on cover sheet.
29.4.4. Definition of the construction method to be used for pipe installation.
29.4.5. A complete site plan including construction lay down areas, site
grading, and erosion control, if applicable.
29.4.6. Other drawings such as paving, curb ramps, abandonment plans and
traffic control plans as applicable.
29.4.7. Erosion control plan, storm water pollution prevention BMP's,
landscaping plan, and habitat restoration, success criteria, long term
MACC Request for Proposal (Rev. 2016) 37 I Page
Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
maintenance, and conformance to the Multiple Habitat Planning
Area land use adjacency guidelines as applicable.
29.4.8. List of special conditions, if any.
29.4.9. Quantity take-off per plan sheet.
29.4.10. A complete draft of specifications in The GREENBOOK format
including:
1. Table of contents.
2. The Design-Build Special Provisions.
29.5. Pre-Final-100 percent design Submittal - The 100 percent design submittal
shall include but not be limited to:
29.5.1. Designs for construction of new facilities, and refurbishment and
demolition of existing facilities.
29.5.2. Updated and incorporated information and comments from the 100
percent design submittal.
29.5.3. Completed, reviewed, and bound calculations and hydraulic
calculations.
29.5.4. Updates to geotechnical report, if any.
29.5.5. Permit applications as necessary.
29.5.6. Completed specifications in Green-book format.
29.5.7. Quantity take·-off.
29.5.8. Drawings in all disciplines, including final and traffic control Plans
approved by City, if any.
29.5.9. A current written list of permits including environmental permits
and revised MND required for the Project, identifying all permitting
agencies and authorities having jurisdiction, and status and copies of
permit approvals.
29.6. Pre-Final Design Submittal - The Design-Builder shall submit a pre-Final
Design to the Engineer, which shall include but not be limited to:
29.6.1. Updated and incorporated information and comments from the 100
percent design Submittal.
29.6.2. Comments from permitting agencies, including a log of comments
and responses.
29.6.3. A current written list of permits including environmental permits
and revised MND required for the Project, identifying all permitting
agencies and authorities having jurisdiction, and status and copies of
permit approvals.
29.6.4. City will review the Pre-Final Design and return comments to the
Design-Builder. The Design-Builder shall, within 20 Working Days
of receipt of City's comments, submit a Final (100%) Design to the
Engineer, which shall include but not be limited to:

MACC Request for Proposal (Rev. Feb. 38


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
1. Updated and incorporated comments from the Pre-Final
Design Submittal.
2. Final drawings and calculations must be stamped and signed
by a professional engineer. Also, the City requires the original
wet-signed mylars be held in City files as legal records of the
Project.
29.6.5. Final design drawings for construction of new facilities, and
refurbishment and demolition of existing facilities.
29.7. Design Submittal Deliverables:
29.7.1. The Design City Engineer in the form of 6 copies of the specifications,
6 sets of half sized (11-inch x 17-inch) drawing prints, and 14 sets of
full sized (24-inch x 36-inch) drawing prints.
1. Drawing format shall conform to the City of San Diego CADD
Standards and City provided uT" files. The standard scales are
111 =40 1 for plans and 1"=4' for profiles.
2. Drawings shall show all existing topographic and utility
information and the horizontal alignment of proposed
pipeline improvements.
29.7.2. The Design-Builder shall deliver the pre-Final Design to the
Engineer in the form of 6 copies of the specifications and 14 sets of
half sized (11-inch x 17-inch) drawing prints.
29.7.3. The Design-Builder shall submit all drawings in Bentley
MicroStation per City's CADD Standards. The Design-Builder shall
attend a coordination/orientation meeting with City's E&CP CADD
specialist to review and discuss City's CADD standards. The Engineer
will arrange for the meeting upon The Design-Builder's request. The
Design-Builder shall also submit the Electronic In-Roads ALG file.
The Design- Builder shall number proposed alignment points on plan
views using the automated process through In-Roads Software. The
Design- Builder shall also generate the Horizontal Alignment
Coordinate Index report through In-Roads and place it on the last
sheet of the drawings.
29.7.4. The Design-Builder shall submit the Final Design documents to the
Engineer, which shall include but not be limited to:
1. One complete set of full sized (24-inch x 36-inch) original
mylar final drawing plots, each stamped and wet signed by
The Design-Builder's qualified responsible ·engineers
registered in the state of California. Applicable portions of the
drawing title blocks shall also be signed by The Design-
Builder.
2. Six, 81/2-inch by 11-inch copies of the final specifications,
including all charts, graphs, tables, data sheets, and similar
inserts required for a complete and approved copy suitable for
Xerox reproduction.
3. Two complete electronic file sets of the final specifications.

MACC Request for Proposal (Rev. Feb. 39 Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
4. Two complete electronic file sets of the final drawings on CD-
RW.
5. Six complete and approved 81/2-inch by 11-inch copies of the
final construction cost estimate.
6. Two complete electronic files of the final construction
quantity takeoffs and cost estimate.
7. Six complete sets of engineering calculations, including
hydraulic, mechanical, electrical, and structural calculations,
each wet stamped and signed by the Design-Builder's
qualified responsible engineers registered in the state of
California. The Design-Builder shall support all elements of
the design presented by calculations the Design-Builder shall
use only Windows compatible computer programs for Project
calculations.
8. Other documents as required elsewhere in this Scope or
required by the Engineer.
9. The Design-Builder shall use the following table as a
minimum guide for preparation of the design drawings:

Title Block: Drawing Number


Title
WBS Number

General: North Arrow


Scale
Existing Plan: Ownership Lines
Water Services and appurtenances
Sewer Laterals and appurtenances
Electric Lines, Boxes and Services
Telco Lines, Boxes and Services
Street Center Line
Fire Services
Lot Lines
Right of Way Lines
Street Names
Stationing
Trolley Tracks

,.y,

MACC Request for Proposal (Rev. Feb. 2016) 40 Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
Existing Profile: Existing Water Mains
Horizontal and Vertical Scale
Elevation Scales
Existing Grades / Existing Pavement
Existing Utility Crossings with
Elevations
Street Names

Title Block: Street Names and Limits


General: Cover Sheet - Limits of Work
Proposed Plan: Dimensioning
Addresses
Stationing
Plugs and Dead End Details
Pipe Sizes and Lengths
Sewer
Laterals
Manholes
Proposed Profile: Stationing
Pipe Size and Lengths
Sewer: Manhole with Inverts

Title Block: Lambert Coordinates


Designer's I Drafter's Name
Number of Street
General: Street Name (RT Margin)
Proposed Pipe Data Table
Proposed Coordinate Table
Construction Notes
Details
Reference Data
Retirement Data
Proposed Plan: Special Plan Notes
Subdivision Name
Subdivision Map Number
Block Numbers
Street Closures
Caution Call-outs

MACC Request for Proposal (Rev. Feb. 2016) 41


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
Proposed Profile: Special Profile Notes
Traffic Control Plans
Additional Sheets Applicable to 30%, 60% and Final
(100%)
Resurfacing
Alignment Sheet
BMP, Storm Drain Inlet Protection
Plan
Curb Ramp Sheet(s)
Abandonment Plan
Miscellaneous Details
29.8. The Design-Builder shall use MS Word format for all word processing.
29.9. The Design-Builder shall use MS Excel for all spreadsheets.
30. Community Relations and Public Outreach Program:

30.1. The Design-Builder shall provide the necessary public information and
outreach program for the Project. This program shall have a Public
Information Officer (PIO) who will serve as the community liaison. Refer to
The WHITEBOOK, section 7-16. The PIO shall work closely with the
Communication Department's PIO section in the implementation of the
public information and outreach program standards.

30.2. The Design-Builder shall identify, within 10 Working Days of NTP, a specific
professional designated to be a full-time public information liaison for the
design build team, who shall work cooperatively with, and provide
assistance to, the City's team. The Design-Builder shall be available to
respond to questions from the community as needed for the duration of the
Project, and shall participate in related public meetings. The Design-Builder
shall prepare and provide presentation materials to explain the Project at
community meetings and presentations.

30.3. The Design-Builder shall prepare a complete Community Relations Plan.


The Community Relations Plan shall be developed in coordination with the
City and presented to the City for review within 30 Working Days of Notice
to Proceed. If modifications are required, the City will notify and advise the
Design-Builder.

30.4. The Key stakeholders are identified as the public and the City of San Diego,
San Diego Unified School District, San Diego Metro Transit System, and the
Mid-City and Eastern Area Community Groups. During construction,
coordination will be required with the Webster Elementary School. The
Design-Builder shall coordinate all activity with the proper school
representative.

MACC Request for Proposal (Rev. Feb. 2016) 42 I Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
30.5. The Community Relations Plan shall include the following scope and
services but not limited to:
30.5.1. A method for conveying Project information to the public. Provide
residents with update Project information and background
information about the Project. Information shall be updated Bi-·
Weekly
30.5.2. A method for construction notification in advance of the start of
work.
30.5.3. Attendance and presentation of Project update before and during
construction of Projects at community and stakeholder Meetings.
Prepare presentation materials in coordination with the City.
30.5.4. Develop written list of follow-up information requested from the
community.
30.5.5. Respond to telephone calls and e-mails. Standard telephone service
and e-mail responses. Record calls and e-mails on electronic
tracking form.
30.5.6. E-mail record of call information to The Design-Builder/Project
Team. E-mail updates to stakeholders, Community Groups, City
Council and other interested parties.
30.5.7. Create and maintain online Project webpage and newsletters.
30.5.8. Write, edit, update and/or produce brochures, pamphlets and news
releases.
30.5.9. Attend progress meeting and provide status of community relations
activities.
30.5.10. The plan shall also include a listing of businesses, schools, and
major facilities along the alignment which are expected to be
impacted by the construction, and proposed mitigation measures
to lessen construction impacts.
30.5.11. The plan shall specifically identify the lines of communication
within the Design-Builder Team, between the Design-Builder
Team and the City and between the Design Builder's public
information liaison and the City. The Design-Builder shall be
responsible for ensuring that the information to be provided to the
public is consistent, updated and accurate.
31. Quality Assurance and Control:
31.t. The Design-Builder shall be completely and solely responsible for Project
quality assurance and quality control. The minimum acceptable quality
assurance and quality control plan is described in the Quality
Assurance/Quality Control Plan Guidelines, attached hereto and
incorporated herein as Attachment A, section 32 - Quality Assurance /
Quality Control Guidelines.
31.1.1. Design QA/QC - The Design-Builder shall be completely and solely
responsible for Project quality assurance and quality control [QA/QC]
during design.

MACC Request for Proposal (Rev. Feb. 43


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
31.1.2. Checklists - As part of the QA/QC Plan, The Design-Builder shall use
the City-provided checklists and attach the checklists to the plans
and specifications.
31.1.3. Final Design - The Design-Builder shall submit QA/QC records for
the final specifications and drawings to verify coordination within
the engineering discipline, between engineering disciplines, between
the final specifications and drawings, and to verify consistency with
existing City Projects.
31.1.4. Construction QA/QC - The Design-Builder shall be completely and
solely responsible for Project QA/QC during construction.
32. Quality Assurance I Quality Control Guidelines:
32.1. General
32.1.1. The Design-Builder shall be completely and solely responsible for
Project quality assurance and quality control, both during design and
during construction. This Attachment outlines the minimum
requirements for an acceptable quality assurance and quality control
plan [QA/QC Plan]. The cost for the Design-Builder's QA/QC Plan and
its implementation shall be included in the Design-Builder's
Proposal.
32.1.2. The Design-Builder shall assign a QA/QC supervisor to ensure that
all Work is performed in accordance with the Contract Documents,
plans, specifications, manufacturers' instructions, Applicable Laws,
and to acceptable industry standards.
32.1.3. The Engineer will monitor the Design-Builder's Work and Services
and provide independent reviews as set forth in the Contract
Documents. If City's review or inspection uncovers Work or Services
that do not conform to the Contract Documents or Applicable laws,
City may reject that Work and/or Services and The Design-Builder
shall replace or correct any deficiency at no additional cost to City.
32.i.4. The concept of quality has evolved from conformance with
specifications to meeting Owner requirements. The Design-Builder
quality assurance and control has advanced from checking
deliverables to multiple reviews, evaluations, inspections, and tests,
concurrent with the Public Works Department reviews, oversight
inspections, witnessing of tests, and similar quality assurance
activities. Ultimately, the Design-Builder shall provide a facility that
meets the requirements described in the Contract Documents.
32.i.5. The Design-Builder shall respond to any QA/QC review comments by
ensuring that the Design-Builder's staff considers the comments
and notes the actions to be taken. The Design-Builder shall submit
copies of the responses to the Engineer to indicate that the QA/QC
review is complete and that the reviewers concur with the response.
32.1.6. If The Design-Builder detects any impending deviations from the
Scope, Project Schedule, or Project budget, the Design-Builder shall
take appropriate action to correct such deviations or to obtain written
approval from the Engineer if deviations cannot be avoided.

MACC Request for Proposal (Rev. Feb. 44 Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
32.i.7. The Design-Builder shall implement its QA/QC Plan that was
submitted to City with The Design-Builder's RFP together with any
revisions required by City, all of which are incorporated herein by
this reference as though fully set forth herein.
32.2. QA/QC During Design
32.2.1. This Section describes the mandatory QA/QC Plan philosophies and
procedures that the Design-Builder shall follow during design of the
Project.
32.2.2. The Design-Builder is the engineer of record. City's review of
Design-Builder's approved submittals is for the sole purpose of
determining whether the submittals conform to the requirements of
the Contract and to the Bridging Documents.
32.2.3. The Design-Builder shall include in its Proposal all costs necessary
to meet this requirement.
32.2.4. The following quality objectives apply to the Project design:
1. The Design-Builder shall design the Project facilities to meet
the scope and objectives set forth in the Bridging Documents,
which describe the Project facilities in moderate detail
(layout, functions, etc.), thereby establishing the design
requirements. The Design-Builder shall design the Project
facilities to conform to these requirements except as modified
by changes approved by City during design.
2. The Design-Builder shall design the Project facilities to
conform to the requirements of the Contract Documents.
3. The Design- Builder shall prepare the Construction
Documents to the standards of best engineering practice for
clarity, uniformity, accuracy, and completeness.
4. The Design-Builder shall emphasize quality in the design and
construction of the Project.
32.3. QA/QC Plan:
32.3.1. Responsibilities: The Design-Builder shall ensure that all members
of the Design-Builder's Project team (i.e., preparer, reviewer,
checker, and approver) understand their responsibility for quality
design.
32.3.2. Design QA/QC Plan: The Design-Builder shall ensure that the design
component of its QA/QC Plan includes a specific comprehensive
approach to Project QA/QC Plan activities and requires
documentation of the actual QA/QC Plan effort and related activities.
32.3.3. Design Review: The Design-Builder shall address all plan check
comments received from the City and implement its QA/QC plan prior
to re-submittals to the City for review. The Design-Builder shall
submit documentation of the QA/QC efforts and related activities as
discussed in Section 32.3.8 Review and Comment Form, below.

MACC Request for Proposal (Rev. Feb. 2016) 45


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
32.3.4. Implementation: The Design-Builder shall be solely responsible for
quality reviews and approval of its design work, and shall ensure that
all design work is thoroughly checked, reviewed, and approved by
qualified, experienced, knowledgeable personnel who were not
involved in the original design work. The Design- Builder shall
provide the following types of QA/QC design reviews:
32.3.5. Calculations:
1) The Design- Builder shall ensure that calculation sheets are
signed and dated by the personnel preparing, checking,
reviewing, and approving the calculations. The Design-
Builder shall index all original calculation sheets in file
folders maintained in a single location so that all original
calculations for the entire Project can be readily found. At the
time the Final Design is accepted by City, The Design-Builder
shall submit to the Engineer a legible copy of all calculations,
organized in an easy to use indexed loose-leaf binder or in
clearly identified file folders.
2) The Design-Builder shall clearly identify any revisions to the
calculations. The Design-Builder shall ensure that all revised
calculations are checked, signed and cross-referenced to the
original calculations.
32.3.6. The Design-Builder's Interdisciplinary Progress Reviews: The
Design-Builder shall ensure that interdisciplinary progress reviews
are held at the 30%, 60%, 100%, Final Design phases and as specified
in this RFP, and that the reviews include all completed calculations,
drawings, and specifications. The level of detail expected for each
discipline at each completion level is defined in this RFP. The
Design-Builder shall ensure that all comments receive an agreed
upon response and are recorded on The Design-Builder's Review and
Comment Form (described in section 32.3.8 below). Design problems
may arise from inconsistencies between disciplines. The Design-
Builder shall assign one or more qualified engineers to perform
detailed interdisciplinary reviews to ensure consistency between
disciplines, and between drawings and the specifications.
32.3.7. The Design-Builder's Final Review: The Design-Builder shall
conduct the final QA/QC review after all 100% review comments have
been incorporated and before printing of the Final Design submittal
begins. The Design-Builder's final QA/QC review shall confirm that
all previous review comments have been incorporated.
32.3.8. Review and Comment Form: The Design-Builder shall establish and
maintain Review and Comment Forms which shall contain the
following information:

1. The name of the Project;

2. City's contract number;

3. The type of review being conducted;

MACC Request for Proposal (Rev. Feb. 46


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
4. The name/title of the document being reviewed;

5. Identification of the page, paragraph, or drawing being


reviewed;

6. The reviewer 1s comments;

7. The designer 1s response to the reviewer 1s comments;

8. The agreed upon resolution with respect to the comments and


response;

9. The reviewer's signature and date of review;

10. The designer 1s signature and date of response; and


11. The signature of the Design - Builder> s Project manager and
date of review.
32.3.9. The Design-Builder shall ensure that each reviewer's comments are
constructive and professional in tone, and that the forms are
complete and appropriately filed.
32.4. QA/QC During Construction
32.4.1. The Design-Builder shall ensure that all Work meets the quality
required by the Contract Documents and shall perform the QA/QC
efforts necessary to ensure those requirements are met. City's
inspection of any Work will not relieve the Design-Builder of the
primary responsibility for quality assurance and quality control.
32.4.2. The Design-Builder shall take the following measures to ensure that
the Work is completed in accordance with the Contract Documents:

1. Certification by the designer that the submittals, materials,


equipment, and Work all conform to the accepted design.

2. Certification by the vendors and suppliers that the products


supplied conform to the Contract Documents, where
applicable.

3. Photos and videos of the Work certified by the designer.

4. Any other measure designed to ensure that the Work is


completed in accordance with the Contract Documents.

32.4.3. Specific QA/QC requirements for the Work are set forth throughout
the Contract Documents. The requirements of this Section are
primarily related to performance of the Work beyond the furnishing
of manufactured products the Design-Builder agrees that the term
"Quality Control'1 as used herein includes inspection, sampling and
testing, and associated requirements.
32.4.4. Factory Inspections and Tests:

'"'"y~'"'"'''·N··".''·Y·.·;~,·~·v=~o-yyyy.,,..,N, •.. ,... ···--···~'"''"'''

MACC Request for Proposal (Rev. Feb. 2016) 47 I Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
1. The Design-Builder agrees that all products, materials, and
equipment, shall be subject to inspections, tests, and witness
tests by City at the place of manufacture or fabrication.
2. The Design-Builder agrees that City may, at its option, enter
into separate contracts with consultants or others to conduct
inspections, tests, and witness tests on behalf of City.
3. The Design-Builder agrees that the presence of City, its
employees, agents, and/or representatives at inspections,
tests, and/or witness tests shall not relieve the Design-
Builder of the sole responsibility for providing products,
materials, and equipment that comply with all requirements
of the Contract Documents. The Design-Builder agrees that
compliance is the responsibility of the Design-Builder and
shall not be avoided by any act or omission on the part of City
or its employees, agents, and/or representatives.
4. The Design-Builder shall provide City with 10 Working Days
advance notice of any testing at the place of manufacture or
fabrication. At City's option, City, its employees, agents,
and/or representatives may conduct inspections and tests at
the manufacturing place any time without advance notice to
the Design-Builder.
32.4.5. Sampling and Testing:
1. Unless specifically provided otherwise in the Contract
Documents, the Design-Builder shall conduct all sampling
and testing in accordance with the methods prescribed in the
current standards of the ASTM, as applicable to the class and
nature of the material, product, or equipment being
considered. However, City may accept any other generally-
accepted system of sampling and testing that will ensure that
the quality of the material, product, or equipment complies
with the requirements of the Contract Documents. The
Design- Builder shall obtain a Change Order from the
Engineer prior to using any other generally-accepted system
of sampling and testing.
2. Any waiver by City of any specific testing or other QA/QC Plan
measures shall not be binding on City except when formalized
by a fully executed Change Order, regardless of whether the
waiver is accompanied by a guarantee of substantial
performance as a relief from the specified testing or other
QA/QC requirements as originally specified, and of whether
the guarantee is accompanied by a performance bond to
assure execution of any necessary corrective or remedial
work.
3. The City may inspect and make independent investigations
and tests of the Work. The Design-Builder agrees that if any
portion of the Work fails to meet any of the requirements of
the Contract Documents, City may require the Design-Builder

MACC Request for Proposal (Rev. Feb. 2016) 48


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
to remove, correct, or reconstruct the Work in accordance
with the Contract Documents.
32.4.6. Inspection and Testing Laboratory Service:
1. The City may require that Work located in the City right-of-
way be tested by the City's testing laboratory. The Design-
Builder shall coordinate with the Engineer to cause such tests
to be performed.
2. Inspections, testing, and other services that are to be
performed by the City, whether specified in the Contract
Documents or required by the Engineer, will be performed by
City's testing laboratory. The cost of these services will be
paid for by City.
3. City's testing laboratory will submit reports in duplicate to
the Engineer. The reports will document observations, results
of tests, and compliance or non-compliance with the Contract
Documents.
4. The Design - Builder shall cooperate with the Engineer and
City's Testing Laboratory by furnishing samples of materials,
concrete design mix, equipment, tools, and storage, and by
providing other assistance as requested by City.
5. The Design-Builder shall notify the Engineer 48 hours prior
to commencement of Work requiring inspection and
laboratory testing services.
6. The Engineer will direct that any retesting required because
of non-conformance to the Contract Documents be
performed by the laboratory that performed the original test.
Design- Builder shall bear all costs from any such retesting
at no additional cost to City.
7. The Design-Builder shall be responsible for all tests required
by the specifications or referenced codes and standards,
unless specifically noted otherwise in the Contract
Documents.
32.4. 7. Special Inspection:
1. The Design-Builder shall provide all special inspections
required by the California Building Code as currently adopted
by City, including all inspections performed off the Project
Site. The Design-Builder shall pay the cost of such
inspections, and shall include the cost in DB's Proposal.

32.4.8. Installation:
1. Inspection: The Design-Builder shall inspect materials
and/or equipment upon their arrival at the Project Site and
immediately prior to installation. The Design- Builder shall
reject damaged and defective materials and/or equipment.
The Design-Builder's inspection shall include:
MACC Request for Proposal (Rev. Feb. 2016) 49
Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
i) A review of the Contract requirements;

ii) Verification that all materials and/or equipment have


been tested, submitted, and approved;
iii) Examination of the Work area to ascertain that all
preliminary Work has been completed;

iv) A physical examination of materials and/or equipment


to ensure that they conform to the Design-Builder
approved and City-accepted Shop Drawings or other
submittal data;

v) Instruction as necessary to ensure that Design-


Builder's workers understand the requirements of the
Contract as they pertain to the materials and/or
equipment;

vi) An examination of the quality of workmanship; and

vii) A review of control testing for compliance with the


Contract requirements.

2. Measurements: The Design-Builder shall verify


measurements and dimensions of the Work as an integral
step of starting each installation. The Design-Builder shall be
solely responsible for proper fit up and connection of
components.

3. Special Procedures: The Design-Builder shall provide


methods and facilities to ensure conformance with
requirements for special process specifications such as
nondestructive testing of materials. The Design-Builder shall
maintain certifications for personnel, procedures, and
equipment as necessary to meet the requirements of the
Contract Documents and all Applicable laws.

4. Manufacturer's Instructions: The Design-Builder shall


comply with applicable manufacturer's instructions and
recommendations for installation, if those instructions and
recommendations are more explicit and/or more stringent
than the requirements of the Contract Documents.

5. Storage and care: If not immediately installed, the Design-


Builder shall store and care for all materials and/or
equipment delivered to the Project Site according to the
manufacturer's recommendations.

32.4.9. Manufacturer's Field Installation Services and Reports:

MACC Request Proposal (Rev. Feb. 2016) 50 I Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
1. When required by the specifications, the Design-Builder shall
cause material or product suppliers or manufacturers to
provide qualified personnel to:

a) Observe and evaluate:


(i) Project Site conditions;
(ii) Conditions of surfaces and installation;
(iii) Quality of workmanship;
(iv) Start-up of equipment; and
(v) Testing, adjusting, and balancing of
equipment.

b) Provide instructions when necessary.

2. The Design-Builder shall report in writing to the Engineer


any observations and Project Site decisions or instructions
given to the Design - Builder by a material or product supplier
or manufacturer's personnel that are supplemental or
contrary to the written instructions of the material or product
supplier or manufacturer.

3. Within 10 Working Days of each field visit, The Design-


Builder shall submit in duplicate to the Engineer for review
and acceptance final reports from a material or product
supplier or manufacturer's personnel. If the duration of the
field visit is greater than 1 week, the Design-Builder shall
submit weekly reports. Each final report shall certify that
equipment or system has been satisfactorily installed and is
functioning correctly.

Sample City QA/QC Checklists:

1. Sample City Checklists are available for review and use from
the Engineer.

33. Noise Abatement and Control:


33.1. The Design-Builder shall comply with San Diego Municipal Code, Noise
Abatement and Control (Sections 59.5.0401, Sound Level Limits, and
59.5.0404, Construction Noise), and the County of San Diego Code of
Regulatory Ordinances, Noise Abatement and Control. In the event of
conflict, the most stringent requirement shall apply.
33.2. Noise levels generated by construction activity shall not exceed an average
of 75 decibels at the residential property line between the hours of 8:30 a.m.
to 3:30 p.m. each Working Day. The Design-Builder shall obtain a Noise
Permit to conduct work activities taking place before 7:00 AM or after 7:00
PM, each Working Day, or any time on days other than Working Days.

MACC Request for Proposal (Rev. Feb. 2016) 51


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
33.3. If the Design-Builder desires to conduct Work activities during times when
a Noise Permit is required, the Design-Builder shall obtain prior written
authorization from the Engineer not less than 48 hours in advance, and shall
apply for, obtain, and pay for the Noise Permit at no additional cost to City.
34. Project Meetings:
34.1. Progress Meetings - Design Phase - The Design-Builder shall schedule and
hold regular progress meetings at least monthly and at other times as
requested by the Project Manager/Project Engineer. Prior to a progress
meeting, the Design-Builder shall submit its progress meeting format to the
Project Manager/Project Engineer for review and acceptance. The Design-
Builder shall also submit to the Project Manager/Project Engineer for review
and acceptance:
i) A meeting agenda prior to each meeting; and
ii) Minutes of each meeting prior to the next meeting.
The Design-Builder shall ensure that its key personnel attend the progress
meetings.
34.2. Progress Meetings - Construction Phase - The Design-Builder shall
schedule and hold regular weekly progress meetings and at other times as
requested by the Engineer. The Design-Builder shall report in writing to the
Engineer the previous week's progress and the plans for the upcoming three
weeks. Twenty-four hours prior to each progress meeting, Design- Builder
shall provide to the Engineer a two-week window (look-ahead) schedule
showing activities from the accepted Project Schedule that are to take place
during this period, activities started but not yet completed, and activities
which have begun out of sequence. Prior to a progress meeting, the Design-
Builder shall submit its progress meeting format to the Engineer for review
and acceptance. The Design-Builder shall also submit to the Engineer for
review and acceptance:
i) A meeting agenda prior to each meeting; and
ii) Minutes of each meeting prior to the next meeting.
The Design-Builder shall ensure that its key personnel attend the progress
meetings.
34.3. Public Meetings - During the course of the Project, a minimum of 2 of the
Design-Builder's key personnel and the Engineer shall attend community
meetings as part of the Design-Builder's community outreach program.
Typically, these meetings are scheduled for two to four hours on weekday
evenings. At a minimum, 1 meeting will be scheduled at 30 percent design
review and the other just prior to construction. Actual dates and times will
be determined by City.
34.4. Other Meetings - From time to time during the Project, the Engineer may
direct the Design-Builder to attend other meetings. These may include but
are not limited to meetings with environmental or regulatory agencies,
meetings with Water Operations, meetings with utility companies, and
meetings with other City divisions or departments.

MACC Request for Proposal (Rev. Feb. 2016) 52 Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
35. Red-lines:
35.1. The Design-Builder shall be responsible for Red-lines.
35.2. Prior to final completion, The Design-Builder shall prepare and submit one
complete set of full sized (24-inch x 36-inch) original mylar final As-Built
Drawing CADD plots in accordance with the City's CADD Guideline. Each
CADD mylar drawing sheet shall be wet stamped and signed by qualified
responsible engineers registered in the State of California, and shall be
stamped and wet signed by the architect/engineer of record, as required by
law. other applicable portions of the drawing title blocks shall also be signed
by the Design-Builder. Drawing mylar shall be 3 mils minimum thickness.
35.3. Prior to Final Completion, the Design-Builder shall also submit:
35.3.1. Five complete full-sized sets of blueprint or copies of the final As-
Built's.
35.3.2. Two complete electronic file sets of the final As-Builts on CDs
(typical) prepared in the VS version of Bentley MicroStation CADD
software in accordance with City's CADD Guideline.
36. Record Keeping:
36.1. The Design-Builder shall maintain in a safe place at the Project Site a copy
of construction documents (including field test records, correspondence,
daily reports, and written interpretations and clarifications), Shop
Drawings, Product Data, and Samples in good order. Field Documents, Shop
Drawings, Product Data, Samples, and similar submittals are not part of the
Contract Documents. The purpose of these documents is to demonstrate
construction conformance to the Contract Documents, and the City shall
have the right to
36.2. The Design-Builder shall not have the authority to approve a Sample or
other submittal that is not in strict conformance with the Contract
Documents or the accepted final design, unless City has accepted the
substitute. No Work requiring a submittal or sample submission shall
commence until the submission has been approved by the Design-Builder.
A copy of each approved submittal and each approved sample shall be kept
in order by the Design-Builder at the Project Site.
36.3. The Design-Builder shall list and schedule submittals to be made and upon
approval of each submittal transmit to City, within 5 Working Days, 2 copies
of same. Failure to deliver the copies of approved submittals may result in
withholding of progress payments.
36.4. The Design-Builder shall not be relieved of responsibility for any deviations
from the requirements of the Contract Documents by City's acceptance of
Shop Drawings, Product Data, Samples, or similar submittals unless the
Design- Builder has specifically informed City of such deviation at the time
of the submittal and City has accepted the specific deviation in writing. The
Design- Builder shall not be relieved of responsibility for errors or omissions
in Shop Drawings, Product Data, Samples or similar submittals by City's
acceptance thereof. At the time of each submission, the Design- Builder
shall, in writing, specifically identify deviations that the submittals or
Samples may have from the requirements of the Contract Documents.

MACC Request Proposal (Rev. Feb. 2016) 53


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
37. Required Test/Material Certificates:
37.1. The Design-Builder shall ensure that all tests are performed in accordance
with the methods prescribed in the most current applicable national
standard as may be required by law and as prescribed in the Contract
Documents. Materials or Work in place that fails to pass acceptability tests
shall be retested, at the direction of City and at the Design-Builder's sole
expense. The Design- Builder shall submit all test certificates to City in a
timely manner.
38. Traffic Control:
38.1. If a Task Order is awarded, the City will require the Design-Builder to
develop a Traffic Control Plan which minimizes environmental impacts,
including noise, to residences, businesses, and institutions.
39. Reference Standards:
39.1. Except as otherwise noted or specified, the Work shall be completed in
accordance with reference standards listed in INSTRUCTIONS TO
PROPOSERS AND GENERAL CONDITIONS of this RFP.
40. Design Guidelines:

40.1. Americans with Disabilities Act (ADA) I Americans with Disabilities Act
Accessibility Guidelines (ADAAG)

40.2. American Water Works Association (AWWA)

40.3. California Building Code as adopted by the City of San Diego*

40.4. California Code of Regulations, Title 24

40.5. City of San Diego Approved Materials List (AML)

40.6. City of San Diego Computer Aided Design and Drafting (CADD),
http://www.sandiego.gov/publicworks/edocref/drawings.shtml

40.7. City of San Diego Landscape Technical Manual

40.8. City of San Diego's Manual of Preparation of Land Development and Public
Improvement plans
http://www.sandiego.gov/deyelopment-services/industry/landdevcode/landdevmanual.shtml

40.9. City of San Diego Street Design Manual,


http://www.sandiego.gov/publicworks/pdf/edocref/streetdesignmanualo2.pdf

40.10. City of San Diego Technical Guidelines for Geotechnical Reports,


https://www.sandiego.goy/sites/<lefault/files/leg:acy/developrnent-servlces/pdf/industry/geoguldelines.pdf

40.11. City of San Diego, Public Utilities Department Guidelines and Standards
Books 1 through 7 http://www.sandiego.gov/water/cip/guidelines.shtml
40.12. County of San Diego Code of Regulations

MACC Request Proposal (Rev. Feb. 2016) 54


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
40.13. National Electric Code (NBC) as adopted by the City of San Diego*
40.14. State of California Health and Safety Code
40.15. Uniform Fire Code (UFC) as adopted by the City of San Diego*
40.16. Uniform Mechanical Code (UMC) as adopted by the City of San Diego*
40.17. Uniform Plumbing Code (UPC) as adopted by the City of San Diego*
40.18. Construction Planning & Scheduling Manual by AGC of America
40.19. The National Environmental Policy Act (NEPA) and other development
standards contained in the San Diego Municipal Code (SDMC) and other
State and Federal regulatory documents
40.20. City of San Diego Municipal Code;
http://www.sandiego.gov/ci ty-clerk/official docs /legisdocs Im uni.shtml
40.21. State Historic Preservation Act
40.22. Storm Water Standards Manual

http://www.sandiego.gov/stormwater/regulations/newpennitprog/newdev.shtml
*Any and all codes, regulations, and permits (including amendments) issued by
City's Planning and Development Services Department.

41. Bridging Documents:

41.1. The following is a list of the Bridging Documents for this project available
at: ftp://ftp.sannet.gov/OUT /AC%20Water%201019 f

AC WATER GROUP 1019


1.a. GJ 1019-Location Map
1.b. GJ 1019-City Survey (PM to provide CD upon request)
1.c. 10% Predesign Report
1.d. Predesign Constraints Map
1.e. Predesign Coordination Map
1.f. Predesign Paving Conflict Map
1.g. Predesign CMP Storm Drain Map
1.h. Predesign OCI Index Map
1.i. Machine Count Traffic BVolumes-City Streets
1.j. Access Law Design Compliance Memorandum
1.k. Preliminary Environmental Assessment Memorandum
1.1. Hydraulic Water Modeling Memorandum
1.m. Predesign Map
1.n. AC Water Group 1019- IMCAT Screen Shot.PNG

..... .. .......
~ ,, ................... .
····~···,.········

MACC Request for Proposal (Rev. Feb. 2016) 55


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
42. Supplemental Requirements:

All submitted hardcopy drawings and documents shall also be provided to the City
in PDF format with electronically searchable text (not scanned images) to include
drawings, specifications, details, reports, RFI's, Invoices, and all other documents
of every type. Excel files of documents shall be provided when requested by the City.

42.1. The Design-Builder shall do all work as needed to accomplish the scope of
work generally in accordance with the findings and recommendations in the
Planning Study and the Preliminary Engineering Report (see bridging
documents).

42.2. Only ADA improvements triggered by this project shall be included in the
design. New sidewalks are not included except to replace portions triggered
by ADA compliance requirements. See bridging documents.

42.3. The Design-Builder shall identify all existing fire services by field
inspection, research of City records specifically including the City PUD cross
connection database, and water billing records, and research of as-builts.
Design- Builder shall provide all work necessary to reconnect all existing fire
services.

42.4. Gate valves shall be used for water main up to and including 12,, size.
Butterfly valves shall be used on 16" or larger water mains which shall have
a bypass installed for transmission mains only Valves shall be size on size
to match fittings and reducers shall not be used to provide reduced size
valves in lieu of this.

42.5. Five (5) feet of cover is required for all 16" transmission mains per the City
Water Design Guide. Where this is not feasible or cost-effective the Design-
Builder shall provide justification including calculations sufficient for the
City PUD to allow an exception where appropriate.

42.6. This RFP provides as-built drawings and other information collected during
preliminary planning for this project. The Design/Builder shall be
responsible for researching and obtaining all as-built drawings and any
other information from the City and/or other agencies which will be
necessary to complete the scope of work.

42. 7. The Design- Builder shall resolve design and construction problems by a
typical professional process including but not limited to research, field
investigation, developing alternates, calculations, cost-effective analysis,
making decisions/recommendations and obtaining City concurrence as
needed. This process shall be diligently followed before the Design-Builder
seeks direction from the City.

42.8. The Design-Builder shall follow the City standard practice for design and
construction when not specifically addressed in the RFP scope of work,
reference documents, and design guides.

MACC Request for Proposal (Rev. Feb. 2016) 56


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
42.9. The Design/Builder shall submit a brief monthly progress report in a format
acceptable to the City, with map illustrating where water, sewer, and storm
drain pipe was installed, feet installed, total feet and percent complete (see
bridging documents example Sample Progress Map) for the entire duration
of the project.

42.10. The City shall not be responsible for any assumptions the Design-Builder
based their price proposal on, and the Design-Builder shall not be entitled
to any additional payment for any such assumptions on which their price
was based.

42.11. The price proposal shall include all work and materials and any references
in this RFP to unit price, lump sum price, bid price or similar language shall
not entitle the Design- Builder to any additional payment.

42.12. The price proposal shall include all work and materials, and any references
to or requirements for restricted work hours and/or night work shall not
entitle the Design-Builder to any additional payment.

42.13. The Design-Builder shall perform all work described in the Preliminary
Engineering Report, Page 9, Sec 3.2.1 Street Resurfacing to define the paving
scope of work.

42.14. The Design-builder shall submit a Schedule of Values (SOV) with


substantiating data that must include estimated quantities, unit costs, and
extensions for each construction item in the SOV.

42.15. The RFP's maps and descriptions of proposed improvements such as


"replace in place" are conceptual only and deviations from this in the final
design by the Design-Builder shall not entitle the Design-Builder to any
additional payment.

42.16. The Design-Builder shall do all work necessary for any required replumbing
of sewer laterals including but not limited to preparing replumb agreements
in a format acceptable to the City, and obtaining all necessary signatures,
notarization, and getting them recorded at the County. Recording fees shall
be paid by the Design-Builder.

MAcc R~q~est~for P~oposal (Rev. Feb. 2016) 57 I Page


Attachment A - Project Description, Scope of Work, and Technical Specifications (Bridging Documents)
AC Water Group 1019
ATTACHMENT B

PHASED FUNDING PROVISIONS

MACC Request for Proposal (Rev. Feb 2016)


Attachment B - Phased Funding Provisions
AC Water Group 1019
ATTACHMENT B

PHASED FUNDING PROVISIONS

1. PHASED FUNDING
1.1. The selected The Design-Builder will be required to provide a Pre-award Schedule
in accordance with sections 9-3 and 6-1 of the Supplementary Special Provisions
(SSP) prior to award of Contract.
1.2. For phased funded contracts, the City typically secures enough funds for the first 90
Days of the contract prior to award. Within 10 Working Days after announcement of
the Apparent Winner, the Design-Builder must contact the Project Manager to
discuss fund availability and the duration of the first phase and submit the Pre-
Award Schedule to the City for approval and preparation of the first Phased Funding
Schedule Agreement.
1.3. The Design-Builder will be required to provide a Pre-award Schedule in accordance
with 6-1, "CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK" and
9-3, "PAYMENT" prior to award of Contract.
1.4. If the Proposal submitted by the Selected Design-Builder is rejected by the City for
any reason, then within 5 Working Days after receiving notice, the subsequent
Selected Design-Builder must provide the Pre-Award Schedule. This process will
continue until the City has awarded the contract or has decided to reject all
Proposals.
1.5. The first Phased Funding Schedule Agreement must show the fund availability for
the first phase. Within 22 Working Days from the date of the announcement of, or
notice to the next Selected Design-Builder (whichever occurs last) and once a Pre-
Award Schedule is accepted by the City, the City will present the first Phased Funding
Schedule Agreement to you when you are selected as the awarded Design-Builder.
1.6. At the City's request, you must meet with the City's Project manager before
execution of the first Phased Funding Schedule Agreement to discuss their
comments and requests for revision to the Pre-Award Schedule.
1.7. Your failure to perform the following may result in the Proposal being rejected as
non-responsive:
1.7.1. Meet with the City's Project Manager, if requested to do so, to discuss and
respond to the City's comments regarding the Pre-Award Schedule,
1. 7.2. Revise the Pre-Award Schedule as requested by the City within the specified
22Working Days timeframe, or

1.7.3. Execute the first Phased Funding Schedule Agreement within a Day after
receipt.

MACC Request for Proposal (Rev. Feb 2016)


Attachment B - Phased Funding Provisions
AC Water Group 1019
PHASED FUNDING SCHEDULE AGREEMENT

Check one:
[;8'.I First Phased Funding Schedule Agreement
D Final Phased Funding Schedule Agreement

BID NUMBER: K-16-1400-MA C-3


CONTRACT OR TASK TITLE: AC Water Group 1019
CONTRACOTR: Orion Construction/Balboa Construction ,JV

Funding Phase Description Phase Phase Not-to-Exceed


Phase Start Finish Amount

Design Se1-\.iees/Con$tr4ction Services.· .


···I Dewatering P;etjtiit and
Discharge F~e $15,000.00

·•.·ra~~~t\~r~t:rr.1~us•·Y1aste.· . ·,· · .· ·. · . 91,


0812 2016
· . (AC.Water
1~19) ... ··
Group
. .

· ·b~si~6,.~¢tvic~B.f¢otiS,~ction • ··
. $l,600,000.00 .
2 ·. ServicesfP~wate!J11g Petmitapd (AC Water Group
·Dis.charge Fee and DeWatei'ing ·. 08/3Q/2016. ·.. 08/29/2017
1019).
HlizM!i()us Waste :C:Pnt:rull.i,o~ttXt ·Water,
3 . . ·~

•Pesigii :Services/Consthu:itiOn 08/30/2017 NOC $4,:360,000.00


servfoes/ bewt\tering Permit ~and (AC Water Group
1019) ...
··Pisc11arge Fee ~d De)Vaterjng
Hai.an:lotis Waste coiitam111atedWater,

Total $5,975,000.00
Notes:

(1) City Supplement 9-3 .6, "PHASE FUNDING COMPENSATION" applies.


(2) The total of all funding phases shall be equal to the TOTAL BID PIUCE as shown on BID
SCHEDULE 1 - PRICES.
(3) This PHASE FUNDING SCHEDULE AGREEMENT will be incorporated into the CONTRACT
and shall only be revised by a written modification to the CONTRACT.

OWNER: CITY OF SAN DIEGO CONTRACTOR: Orion Construction/Balboa


. . . Con7tr c 1 :1 JV
By: By: ~y
Date: Date: _b.A,/1b
O/<vo// ~ /l,G\
- END OF PHASE FUNDING SCHEDULE·

MACC Request for Proposal (Rev. Jul. 2014)


Attachment B -· Phased Funding Provisions
AC Water Group 1019
ATTACHMENT C

INTENTIONALLY LEFT BLANK

MACC Request for Proposal (Rev. Feb 2016)


Attachment c - Intentionally Left Blank
AC Water Group 1019
ATTACHMENT D

PREVAILING WAGES

MACC Request Proposal (Rev. Feb 2016)


Attachment D - Prevailing Wages
AC Water Group 1019
ATTACHMENT D

PREVAILING WAGES

1. PREVAILING WAGE RATES: Pursuant to San Diego Municipal Code section 22.3019,
construction, alteration, demolition, repair and maintenance work performed
under this Contract is subject to State prevailing wage laws. For construction work
performed under this Contract cumulatively exceeding $25,000 and for alteration,
demolition, repair and maintenance work performed under this Contract
cumulatively exceeding $15,000, the Contractor and its subcontractors shall comply
with State prevailing wage laws including, but not limited to, the requirements
listed below.

1.1. Compliance with Prevailing Wage Requirements. Pursuant to sections 1720


through 1861 of the California Labor Code, the Contractor and its
subcontractors shall ensure that all workers who perform work under this
Contract are paid not less than the prevailing rate of per diem wages as
determined by the Director of the California Department of Industrial
Relations (DIR). This includes work performed during the design and
preconstruction phases of construction including, but not limited to,
inspection and land surveying work.

1.1.1. Copies of such prevailing rate of per diem wages are on file at the
City and are available for inspection to any interested party on
request. Copies of the prevailing rate of per diem wages also may be
found at http:f/www.dir.ca.gov/OPRL/DPreWageDetermination.htm.
Contractor and its subcontractors shall post a copy of the prevailing
rate of per diem wages determination at each job site and shall make
them available to any interested party upon request.

1.t.2. The wage rates determined by the DIR refer to expiration dates. If
the published wage rate does not refer to a predetermined wage rate
to be paid after the expiration date, then the published rate of wage
shall be in effect for the life of this Contract. If the published wage
rate refers to a predetermined wage rate to become effective upon
expiration of the published wage rate and the predetermined wage
rate is on file with the DIR, such predetermined wage rate shall
become effective on the date following the expiration date and shall
apply to this Contract in the same manner as if it had been published
in said publication. If the predetermined wage rate refers to one or
more additional expiration dates with additional predetermined
wage rates, which expiration dates occur during the life of this
Contract, each successive predetermined wage rate shall apply to this
Contract on the date following the expiration date of the previous
wage rate. If the last of such predetermined wage rates expires
during the life of this Contract, such wage rate shall apply to the
balance of the Contract.

MACC Request for Proposal (Rev. Feb 2016)


Attachment D - Prevailing Wages
AC Water Group 1019
1.2. Penalties for Violations. Contractor and its subcontractors shall comply
with California Labor Code section 1775 in the event a worker is paid less
than the prevailing wage rate for the work or craft in which the worker is
employed.
1.3. Payroll Records. Contractor and its subcontractors shall comply with
California Labor Code section 1776, which generally requires keeping
accurate payroll records, verifying and certifying payroll records, and
making them available for inspection. Contractor shall require its
subcontractors to also comply with section 1776. Contractor and its
subcontractors shall submit weekly certified payroll records online via the
City's web-based Labor Compliance Program. Contractor is responsible for
ensuring its subcontractors submit certified payroll records to the City.

1.3.1. For contracts entered into on or after April 1, 2015, Contractor and
their subcontractors shall furnish records specified in Labor Code
section 1776 directly to the Labor Commissioner in the manner
required by Labor Code section 1771.4.

1.4. Apprentices. Contractor and its subcontractors shall comply with California
Labor Code sections 1777.5, 1777.6 and 1777.7 concerning the employment
and wages of apprentices. Contractor is held responsible for the compliance
of their subcontractors with sections 1777.5, 1777.6 and 1777.7.
1.5. Working Hours. Contractor and their subcontractors shall comply with
California Labor Code sections 1810 through 1815, including but not limited
to: (i) restrict working hours on public works contracts to eight hours a day
and forty hours a week, unless all hours worked in excess of 8 hours per day
are compensated at not less than 11/2 times the basic rate of pay; and (ii)
specify penalties to be imposed on design professionals and subcontractors
of $25 per worker per day for each day the worker works more than 8 hours
per day and 40 hours per week in violation of California Labor Code
sections1810 through 1815.

1.6. Required Provisions for Subcontracts. Contractor shall include at a


minimum a copy of the following provisions in any contract they enter into
with a subcontractor: California Labor Code sections 1771, 1771.1, 1775, 1776,
1777.5, 1810, 1813, 1815, 1860 and 1861.
t.7. Labor Code Section 1861 Certification. Contractor in accordance with
California Labor Code section 3700 is required to secure the payment of
compensation of its employees and by signing this Contract, Contractor
certifies that "I am aware of the provisions of Section 3700 of the California
Labor Code which require every employer to be insured against liability for
workers' compensation or to undertake self-insurance in accordance with
the provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this Contract."

MACC Request for Proposal (Rev. Feb 2016)


Attachment D - Prevailing Wages
AC Water Group 1019
1.8. Labor Compliance Program. The City has its own Labor Compliance
Program authorized in August 2011 by the DIR. The City will withhold
contract payments when payroll records are delinquent or deemed
inadequate by the City or other governmental entity, or it has been
established after an investigation by the City or other governmental entity
that underpayment(s) have occurred. For questions or assistance, please
contact the City of San Diego's Equal Opportunity Contracting Department
at 619-236-6000.

1.9. Contractor and Subcontractor Registration Requirements. This project is


subject to compliance monitoring and enforcement by the DIR. As of March
1, 2015, no contractor or subcontractor may be listed on a bid or proposal for
a public works project unless registered with the DIR pursuant to Labor Code
section 1725.5. As of April 1, 2015, a contractor or subcontractor shall not be
qualified to bid on, be listed in a bid proposal, or enter into any contract for
public work, unless currently registered and qualified to perform public
work pursuant to Labor Code section 1725.5 By submitting a bid or proposal
to the City, Contractor is certifying that he or she has verified that all
subcontractors used on this public work project are registered with the DIR
in compliance with Labor Code sections 1771.1 and 1725.5, and Contractor
shall provide proof of registration to the City upon request.

1.9.1. A Contractor's inadvertent error in listing a subcontractor who is not


registered pursuant to Labor Code section 1725.5 in response to a
solicitation shall not be grounds for filing a bid protest or grounds
for considering the bid non-responsive provided that any of the
following apply: (1) the subcontractor is registered prior to bid
opening; (2) within twenty-four hours after the bid opening, the
subcontractor is registered and has paid the penalty registration fee
specified in Labor Code section 1725.5; or (3) the subcontractor is
replaced by another registered subcontractor pursuant to Public
Contract Code section 4107.

MACC Request for Proposal (Rev. Feb 2016)


Attachment D - Prevailing Wages
AC Water Group 1019
ATTACHMENT E

SUPPLEMENTARY SPECIAL PROVISIONS

MACC Request for Proposal (Rev. Feb 2016) 66 Page


Attachment E - Supplementary Special Provisions
AC Water Group 1019
SUPPLEMENTARY SPECIAL PROVISIONS

The following Supplementary Special Provisions (SSP) modifies the following documents:

1) The 2015 Edition of the Standard Specifications for Public Works Construction (The
"GREENBOOK") currently in effect.

2) The 2015 Edition of the City of San Diego Standard Specifications for Public Works
Construction (The "WHITEBOOK").

SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE,


AND SYMBOLS

1-2 TERMS AND DEFINITIONS. To the City Supplement, item 54, "Normal
Working Hours", ADD the following:

The Normal Working Hours are 8:30 AM to 3:30 PM.

SECTION 2 - SCOPE AND CONTROL OF WORK

2-3.2 Self Performance. DELETE in its entirety and SUBSTITUTE with the
following:

1. You shall perform, with your own organization, Contract Work


amounting to at least 50% of the base Bid alone or base Bid and any
additive or deductive alternates that, when added or deducted
together, form the basis of award.

2-9.2 Survey Service. DELETE in its entirety and SUBSTITUTE with the following:
1. Prior to the start of construction, you shall submit a letter to the
Engineer identifying the Licensed Land Surveyor or the Registered
Civil Engineer authorized to practice land surveying within the State
of California that will be performing the survey services for the
Project.
2. You are responsible for performing and meeting the accuracy of
surveying standards adequate for construction through a Licensed
Land Surveyor or a Registered Civil Engineer authorized to practice
land surveying within the State of California.
3. Survey stakes shall be set and stationed by you for curbs, headers,
water mains, sewers, storm drains, structures, rough grade, and any
other structures and appurtenances that are needed for the Project.
A corresponding cut or fill to finished grade (or flow line) shall be
indicated on a grade sheet.
4. Surveys performed shall list the basis of bearings as tied to Record of
Survey 14492 or equivalent, based on the California Coordinate
System of 1983 1 Zone 6, U.S. Survey foot, epoch 1991.35, along with a
MACC Request for Proposal (Rev. Feb 2016) 67 Page
Attachment E - Supplementary Special Provisions
AC Water Group 1019
completed calibration sheet (blank form will be supplied by City
Surveys). The vertical datum used shall be NGVD 29 in accordance
with the City of San Diego Vertical Bench Book.
5. You shall preserve construction survey stakes, control points, and
other survey related marks for the duration of the Project. If any
construction survey stakes are lost or disturbed and need to be
replaced, such replacement shall be performed by the Engineer at
your expense.
2-9.2.1 Survey Files.
1. All Computer Aided Drafting (CAD) Work shall be done in accordance
with the City of San Diego's Citywide Computer Aided Design and
Drafting (CADD) Standards and shall be in City seed files (.job, .txt,
.dgn, .alg, .raw, .fwd, .dtm, .pdf, .docx, .xlsx, .tif, and .jpg).
2. All survey files shall be completed in accordance with the City of San
Diego's Citywide CADD Standards and shall adhere to the City's
Microstation level and attribute structure.
3. The survey file deliverable will be either one Master .dgn file
containing all xref's in geospatially referenced (and attached) models
or one Master dgn with all xref's geospatially referenced (and
attached) as dgn files. Resource files may be sent to you if requested.
4. Survey files shall include, but shall not be limited to, the following
items:
a) Street center line and (record width) right-of-way lines.
b) Project geometry (.alg) files (this will be generated for use in
InRoads).
c) 3D surface model (.dtm, break line and spot elevation) file.
d) Spot elevations of the new utility main at each intersection,
midblocks, and for any change in grade.
e) Monuments.
f) Curb lines (top curb and gutter).
g) All other appurtenances including but not limited to water
valves, meters, vaults, manholes, fire hydrants, utility boxes,
cleanouts, and poles.
5. You shall use the survey information to produce red-lines drawings
as described in Section 2-5.4 "Red-lines and Record Documents."
2-9.2.2 Submittal.
1. Survey files shall be submitted in accordance with 2-5.3 1
"Submittals" and 2-5.4, "Red-Lines and Record Documents". You
shall provide the Survey Files, proposed Drawings, and/or Red-line
Drawings on a CD/DVD to the Engineer and shall post the Survey
Files, proposed Drawings, and/or Red-line Drawings to the following
website:
ftp: //ftp.sannet.gov/IN/SURVEYS/
MACC Request for Proposal (Rev. Feb 2016)
Attachment E - Supplementary Special Provisions
AC Water Group 1019
2. After the documents have been posted to the website, you shall send
a confirmation email, which includes the hyperlink to the website, to
the Engineer and to SurveyReview@sandiego.gov.
3. All survey Work and submittals which reveal non-compliance with
the requirements of the Construction Documents shall be corrected
as deemed necessary by the Engineer and the cost of the corrections
to your survey submittals shall be at your expense.
Payment.

Payment for survey services shall be included in the Contract Price.

2-14.3 Coordination. To the City Supplement, ADD the following:

2. Other adjacent City projects are scheduled for construction for the
same time period in the vicinity of AC Water Group 1019. See
Appendix "F" for the approximate location. Coordinate the Work
with the adjacent projects as listed below:

a) Pipeline Rehabilitation Z-1: PM: Jimenez, Meryl; 619-235-1977


b) Pipeline Rehabilitation Z-lA: PM: Jimenez, Meryl; 619-235-1977
c) Sewer and AC Water Group 776: PM: Gamueda, Sheila; 619-533-
4244
d) Sewer Group 743 Laterals: PM: Tittle, Daniel; 619-533-7468
e) Sewer lateral Rehabilitaion J-2: PM: Liaghat, Maryam; 619-533-
5192
f) Euclid WS Federal to Marliou Bond MS DS: PM: Nutter, Daniel;
619-533-7492
g) Webster Neighborhood Identification Sign: PM: Nutter, Daniel;
619-533-7492
h) Residential Project Block 4J1; PM: Xiao, Jie; 619-533-5496

SECTION 4 - CONTROL OF MATERIALS

Preapproved Materials. To the City Supplement, ADD the following:


3. You shall submit in writing a list of all products to be incorporated
in the Work that are on the AML.

4-1.6 Trade Names or Equals. ADD the following:

11. You shall submit your list of proposed substitutions for an "equal"
item no later than 5 Working Days after the determination of the
Apparent Low Bidder and on the City's Product Submittal Form
available at:

http://www.sandiego.gov/publicworks/edocref/index.shtml
,_..,,,.,.,Y,~Y.V'""''"''"hYYY=

MACC Request for Proposal (Rev. Feb 2016)


Attachment E - Supplementary Special Provisions
AC Water Group 1019
SECTION 5 - UTILITIES

5-2 PROTECTION. To the City Supplement, item 2, ADD the following:


g) AMI devices shall be protected in place.

SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF WORK

6-2.1 Moratoriums. To the City Supplement, ADD the following:

3. Do not Work in the areas where there is currently a moratorium


issued by the City. The areas subject to moratorium are listed here:

a) Public Works CIP Moratorium, along Federal Blvd, from


8/21/2013 to 8/21/2016 (inclusive).
ADD:
6-3.2.1.1 Environmental Document.

1. The City of San Diego Environmental Analysis Section (EAS) of the


Development Services Department has prepared a Notice of
Exemption for AC Water Group 1019 Design-Build, WBS No. B-15112,
as referenced in the Contract Appendix. You shall comply with all
requirements of the Notice of Exemption as set forth in Appendix A.

2. Compliance with the City's environmental document shall be


included in the Contract Price.

6-7.1 General. To the City Supplement, item 3, ADD the following:

d) 30 Days for full depth asphalt final mill and resurfacing work
required per SDG-107.

e) Where shutdowns of 16 inch and larger pipes are required, there is a


shutdown moratorium from May until October. Plan and schedule
Work accordingly. No additional payment or Working Days will be
granted for delays due to the moratorium.

SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR

7-3 LIABILITY INSURANCE. DELETE in its entirety and SUBSTITUTE with the
following:

The insurance prov1s10ns herein shall not be construed to limit your


indemnity obligations contained in the Contract.

7-3.1 Policies and Procedures.

1. You shall procure the insurance described below, at its sole cost and
expense, to provide coverage against claims for loss including

MACC Request Proposal (Rev. Feb 2016) 70 Page


Attachment E - Supplementary Special Provisions
AC Water Group 1019
injuries to persons or damage to property, which may arise out of or
in connection with the performance of the Work by you, your agents,
representatives, officers, employees or Subcontractors.

2. Insurance coverage for property damage resulting from your


operations is on a replacement cost valuation. The market value will
not be accepted.

3. You shall maintain this insurance for the duration of this Contract
and at all times thereafter when you are correcting, removing, or
replacing Work in accordance with this Contract. Your liabilities
under the Contract, e.g., your indemnity obligations, is not deemed
limited to the insurance coverage required by this Contract.

4. The payment for insurance shall be included in the Contract Price as


bid by you. Except as specifically agreed to by the City in writing, you
are not entitled to any additional payment. Do not begin any Work
under this Contract until you have provided and the City has
approved all required insurance.

5. Policies of insurance shall provide that the City is entitled to 30 Days


(10 Days for cancellation due to non-payment of premium) prior
written notice of cancellation or non-renewal of the policy.
Maintenance of specified insurance coverage is a material element of
the Contract. Your failure to maintain or renew coverage or to provide
evidence of renewal during the term of the Contract may be treated
by the City as a material breach of the Contract.

7-3.2 Types of Insurance.

7-3.2.1 Commercial General Liability Insurance.

1. Commercial General Liability Insurance shall be written on the


current version of the ISO Occurrence form CG oo 01 07 98 or an
equivalent form providing coverage at least as broad.

2. The policy shall cover liability arising from premises and operations,
XCU (explosions, underground, and collapse), independent
contractors, products/completed operations, personal injury and
advertising injury, bodily injury, property damage, and liability
assumed under an insured's contract (including the tort liability of
another assumed in a business contract).

3. There shall be no endorsement or modification limiting the scope of


coverage for either «insured vs. insured" claims or contractual
liability. You shall maintain the same or equivalent insurance for at
least 10 years following completion of the Work.

4. All costs of defense shall be outside the policy limits. Policy coverage
shall be in liability limits of not less than the following:

MACC Request for Proposal Feb 2016)


Attachment E - Supplementary Special Provisions
AC Water Group 1019
General Annual Aggregate Limit Limits of Liability

Other than Products/Completed Operations $2,000,000


Products/Completed Operations Aggregate Limit $2,000,000
Personal Injury Limit $1,000,000
Each Occurrence $1,000,000

7-3.2.2 Commercial Automobile Liability Insurance.

1. You shall provide a policy or policies of Commercial Automobile


Liability Insurance written on the current version of the ISO form CA
oo 0112 90 or later version or equivalent form providing coverage at
least as broad in the amount of $1,000,000 combined single limit per
accident, covering bodily injury and property damage for owned,
non-owned, and hired automobiles ("Any Auto").

2. All costs of defense shall be outside the limits of the policy.

7-3.2.3 Contractors Pollution Liability Insurance.

1. You shall procure and maintain at your expense or require your


Subcontractor, as described below, to procure and maintain the
Contractors Pollution Liability Insurance including contractual
liability coverage to cover liability arising out of cleanup, removal,
storage, or handling of hazardous or toxic chemicals, materials,
substances, or any other pollutants by you or any Subcontractor in
an amount not less than $2,000,000 limit for bodily injury and
property damage.

2. All costs of defense shall be outside the limits of the policy. Any such
insurance provided by your Subcontractor instead of you shall be
approved separately in writing by the City.

3. For approval of a substitution of your Subcontractor's insurance, you


shall certify that all activities for which the Contractors Pollution
Liability Insurance will provide coverage will be performed
exclusively by the Subcontractor providing the insurance. The
deductible shall not exceed $25,000 per claim.

4. Contractual liability shall include coverage of tort liability of another


party to pay for bodily injury or property damage to a third person or
organization. There shall be no endorsement or modification of the
coverage limiting the scope of coverage for either "insured vs.
insured'' claims or contractual liability.

5. Occurrence based policies shall be procured before the Work


commences and shall be maintained for the Contract Time. Claims
Made policies shall be procured before the Work commences, shall
be maintained for the Contract Time, and shall include a 12 month
extended Claims Discovery Period applicable to this contract or the
existing policy or policies that shall continue to be maintained for 12

MACC Request Proposal (Rev. Feb 2016) 72 Page


Attachment E - Supplementary Special Provisions
AC Water Group 1019
months after the completion of the Work without advancing the
retroactive date.

6. Except as provided for under California law, the policy or policies


shall provide that the City is entitled to 30 Days prior written notice
(10 Days for cancellation due to non-payment of premium) of
cancellation or non-renewal of the policy or policies.

7-3.2.4 Contractors Hazardous Transporters Pollution Liability Insurance.

1. You shall provide at your expense or require your Subcontractor to


provide, as described below, Contractors Hazardous Transporters
Pollution Liability Insurance including contractual liability coverage
to cover liability arising out of transportation of hazardous or toxic,
materials, substances, or any other pollutants by you or any
Subcontractor in an amount not less than $2,000 1000 limit per
occurrence/aggregate for bodily injury and property damage.

2. All costs of defense shall be outside the limits of the policy. The
deductible shall not exceed $25,000 per claim. Any such insurance
provided by a subcontractor instead of you shall be approved
separately in writing by the City.

3. For approval of the substitution of Subcontractor's insurance the


Contractor shall certify that all activities for which Contractors
Hazardous Transporters Pollution Liability Insurance will provide
coverage will be performed exclusively by the Subcontractor
providing the insurance.

4. Contractual liability shall include coverage of tort liability of another


party to pay for bodily injury or property damage to a third person or
organization. There shall be no endorsement or modification of the
coverage limiting the scope of coverage for either ((insured vs.
insured" claims or contractual liability. Occurrence based policies
shall be procured before the Work commences and shall be
maintained for the duration of this Contract. Claims Made policies
shall be procured before the Work commences, shall be maintained
for the duration of this contract, and shall include a 12 month
extended Claims Discovery Period applicable to this contract or the
existing policy or policies that shall continue to be maintained for 12
months after the completion of the Work under this Contract without
advancing the retroactive date.

5. Except as provided for under California law, the policy or policies


shall provide that the City is entitled to 30 Days prior written notice
(10 Days for cancellation due to non-payment of premium) of
cancellation or non-renewal of the policy or policies.

MACC Request Proposal (Rev. Feb 2016) 73 Page


Attachment E - Supplementary Special Provisions
AC Water Group 1019
7-3.3 Rating Requirements. Except for the State Compensation Insurance Fund,
all insurance required by this Contract as described herein shall be carried
only by responsible insurance companies with a rating of, or equivalent to,
at least "A-, VI" by A.M. Best Company, that are authorized by the California
Insurance Commissioner to do business in the State, and that have been
approved by the City.

7-3.3.1 Non-Admitted Carriers. The City will accept insurance provided by non-
admitted, "surplus lines" carriers only if the carrier is authorized to do
business in the State and is included on the List of Approved Surplus Lines
Insurers (LASLI list).

All policies of insurance carried by non-admitted carriers shall be subject to


all of the requirements for policies of insurance provided by admitted
carriers described herein.

7-3.4 Evidence of Insurance. Furnish to the City documents e.g., certificates of


insurance and endorsements evidencing the insurance required herein, and
furnish renewal documentation prior to expiration of this insurance. Each
required document shall be signed by the insurer or a person authorized by
the insurer to bind coverage on its behalf. We reserve the right to require
complete, certified copies of all insurance policies required herein.

7-3.5 Policy Endorsements.


7-3.5.1 Commercial General Liability Insurance
7-3.5.1.1 Additional Insured.
1. You shall provide at your expense policy endorsement written on the
current version of the ISO Occurrence form CG 20 10 11 85 or an
equivalent form providing coverage at least as broad.
2. To the fullest extent allowed by law e.g., California Insurance Code
§11580.04, the policy shall be endorsed to include the City and its
respective elected officials, officers, employees, agents, and
representatives as additional insured.
3. The additional insured coverage for projects for which the Engineer,s
Estimate is $1,000,000 or more shall include liability arising out of:
a) Ongoing operations performed by you or on your behalf,
b) your products,
c) your Work, e.g., your completed operations performed by you
or on your behalf, or
d) premises owned, leased, controlled, or used by you.
4. The additional insured coverage for projects for which the Engineer's
Estimate is less than $1,000,000 shall include liability arising out of:
a) Ongoing operations performed by you or on your behalf,
b) your products, or
c) premises owned, leased, controlled, or used by you.
MACC Request for Proposal (Rev. Feb 2016)
Attachment E - Supplementary Special Provisions
AC Water Group 1019
7-3.5.1.2 Primary and Non-Contributory Coverage. The policy shall be endorsed to
provide that the coverage with respect to operations, including the
completed operations, if appropriate, of the Named Insured is primary to
any insurance or self-insurance of the City and its elected officials, officers,
employees, agents and representatives. Further, it shall provide that any
insurance maintained by the City and its elected officials, officers,
employees, agents and representatives shall be in excess of your insurance
and shall not contribute to it.

7-3.5.1.3 Project General Aggregate Limit. The policy or policies shall be endorsed to
provide a Designated Construction Project General Aggregate Limit that will
apply only to the Work. Only claims payments which arise from the Work
shall reduce the Designated Construction Project General Aggregate Limit.
The Designated Construction Project General Aggregate Limit shall be in
addition to the aggregate limit provided for the products-completed
operations hazard.

7-3.5.2 Commercial Automobile Liability Insurance.

7-3.5.2.1 Additional Insured. Unless the policy or policies of Commercial Auto


Liability Insurance are written on an ISO form CA oo 01 12 90 or a later
version of this form or equivalent form providing coverage at least as broad,
the policy shall be endorsed to include the City and its respective elected
officials, officers, employees, agents, and representatives as additional
insured, with respect to liability arising out of automobiles owned, leased,
hired or borrowed by you or on your behalf. This endorsement is limited to
the obligations permitted by California Insurance Code §11580.04.

7-3.5.3 Contractors Pollution Liability Insurance Endorsements.

7-3.5.3.1 Additional Insured.

1. The policy or policies shall be endorsed to include as an Insured the


City and its respective elected officials, officers, employees, agents,
and representatives, with respect to liability arising out of:
a) Ongoing operations performed by you or on your behalf,
b) your products,
c) your work, e.g., your completed operations performed by you
or on your behalf, or
d) premises owned, leased, controlled, or used by you.
Except that in connection with, collateral to, or affecting any
construction contract to which the provisions of subdivision (b) of §
2782 of the California Civil Code apply, this endorsement shall not
provide any duty of indemnity coverage for the active negligence of
the City and its respective elected officials, officers, employees,
agents, and representatives in any case where an agreement to
indemnify the City and its respective elected officials, officers,
employees, agents, and representatives would be invalid under
subdivision (b) of §2782 of the California Civil Code.
"•••N;,,;~~'WYN'"WNYW-' ' ''~''°''W-o°'W

MACC Request for Proposal (Rev. Feb 2016) 75 Page


Attachment E - Supplementary Special Provisions
AC Water Group 1019
2. In any case where a claim or loss encompasses the negligence of the
Insured and the active negligence of the City and its respective
elected officials, officers, employees, agents, and representatives
that are not covered because of California Insurance Code §11580.04,
the insurer's obligation to the City and its respective elected officials,
officers, employees, agents, and representatives shall be limited to
obligations permitted by California Insurance Code §11580.04.

7-3.5.3.2 Primary and Non-Contributory Coverage. The policy or policies shall be


endorsed to provide that the insurance afforded by the Contractors Pollution
Liability Insurance policy or policies is primary to any insurance or self-
insurance of the City and its elected officials, officers, employees, agents
and representatives with respect to operations including the completed
operations of the Named Insured. Any insurance maintained by the City and
its elected officials, officers, employees, agents and representatives shall be
in excess of your insurance and shall not contribute to it.

7-3.5.3.3 Severability of Interest. For Contractors Pollution Liability Insurance, the


policy or policies shall provide that your insurance shall apply separately to
each insured against whom claim is made or suit is brought, except with
respect to the limits of the insurer's liability and shall provide cross-liability
coverage.

7-3.5.4 Contractors Hazardous Transporters Pollution Liability Insurance


Endorsements.

Additional Insured.

1. The policy or policies shall be endorsed to include as an Insured the


City and its respective elected officials, officers, employees, agents,
and representatives, with respect to liability arising out of:

a) Ongoing operations performed by you or on your behalf,

b) your products,

c) your work, e.g., your completed operations performed by you


or on your behalf, or

d) premises owned, leased, controlled, or used by you.

Except that in connection with, collateral to, or affecting any


construction contract to which the provisions of subdivision (b) of
§2782 of the California Civil Code apply, this endorsement shall not
provide any duty of indemnity coverage for the active negligence of
the City and its respective elected officials, officers, employees,
agents, and representatives in any case where an agreement to
indemnify the City and its respective elected officials, officers,
employees, agents, and representatives would be invalid under
subdivision (b) of §2782 of the California Civil Code.

MACC Request for Proposal (Rev. Feb 2016) 76 Page


Attachment E - Supplementary Special Provisions
AC Water Group 1019
2. In any case where a claim or loss encompasses the negligence of the
Insured and the active negligence of the City and its respective
elected officials, officers, employees, agents, and representatives
that are not covered because of California Insurance Code §11580.04,
the insurer's obligation to the City and its respective elected officials,
officers, employees, agents, and representatives shall be limited to
obligations permitted by California Insurance Code §11580.04.

7-3.5.4.2 Primary and Non-Contributory Coverage. The policy or policies shall be


endorsed to provide that the insurance afforded by the Contractors Pollution
Liability Insurance policy or policies is primary to any insurance or self-
insurance of the City and its elected officials, officers, employees, agents
and representatives with respect to operations including the completed
operations of the Named Insured. Any insurance maintained by the City and
its elected officials, officers, employees, agents and representatives shall be
in excess of your insurance and shall not contribute to it.

7-3.5.4.3 Severability of Interest. For Contractors Hazardous Transporters Pollution


Liability Insurance, the policy or policies shall provide that your insurance
shall apply separately to each insured against whom claim is made or suit is
brought, except with respect to the limits of the insurer's liability and shall
provide cross-liability coverage.

7-3.6 Deductibles and Self-Insured Retentions. You shall pay for all deductibles
and self-insured retentions. You shall disclose deductibles and self-insured
retentions to the City at the time the evidence of insurance is provided.

7-3.7 Reservation of Rights. The City reserves the right, from time to time, to
review your insurance coverage, limits, deductibles and self-insured
retentions to determine if they are acceptable to the City. The City will
reimburse you, without overhead, profit, or any other markup, for the cost
of additional premium for any coverage requested by the Engineer but not
required by this Contract.

7-3.8 Notice of Changes to Insurance. You shall notify the City 30 Days prior to
any material change to the policies of insurance provided under this
Contract.

7-3.9 Excess Insurance. Policies providing excess coverage shall follow the form
of the primary policy or policies e.g., all endorsements.

7-3.10 Architects and Engineers Professional Insurance (Errors and Omissions


Insurance).

1. For Contracts with required engineering services (e.g., Design-Build,


preparation of engineered Traffic Control Plans (TCP), and etc) by
you, you shall keep or require all of your employees or
Subcontractors, who provide professional engineering services under
this contract, Professional Liability coverage with a limit of
$1,000,000 per claim and $2,000,000 annual aggregate in full force
and effect.

MACC Request for Proposal (Rev. Feb 2016)


Attachment E - Supplementary Special Provisions
AC Water Group 1019
2. You shall ensure the following:

a) The policy retroactive date is on or before the date of


commencement of the Project.

b) The policy will be maintained in force for a period of 3 years


after completion of the Project or termination of this
Contract, whichever occurs last. You agree that for the time
period specified above, there will be no changes or
endorsements to the policy that affect the specified coverage.

3. If professional engineering services are to be provided solely by the


Subcontractor, you shall:

a) Certify this to the City in writing and

b) Agree in writing to require the Subcontractor to procure


Professional Liability coverage in accordance with the
requirements set forth above.

7-4 WORKERS' COMPENSATION INSURANCE. DELETE in its entirety and


SUBSTITUTE with the following:

7-4.1 Workers' Compensation Insurance and Employers Liability Insurance.

1. In accordance with the provisions of §3700 of the California Labor


Code, you shall provide at your expense Workers' Compensation
Insurance and Employers Liability Insurance to protect you against
all claims under applicable state workers compensation laws. The
City, its elected officials, and employees will not be responsible for
any claims in law or equity occasioned by your failure to comply with
the requirements of this section.

2. Limits for this insurance shall be not less than the following:

Workers' Compensation Statutory Employers Liability

Bodily Injury by Accident $1,000,000 each accident


Bodily Injury by Disease $1,000,000 each employee
Bodily Injury by Disease $1,000,000 policy limit

3. By signing and returning the Contract you certify that you are aware
of the provisions of §3700 of the Labor Code which requires every
employer to be insured against liability for worker's compensation
or to undertake self-insurance in accordance with the provisions of
that code and you shall comply with such provisions before
commencing the Work as required by §1861 of the California Labor
Code.

7-4.1.1 Waiver of Subrogation. The policy or policies shall be endorsed to provide


that the insurer will waive all rights of subrogation against the City and its
respective elected officials, officers, employees, agents, and representatives
MACC Request for Proposal (Rev. Feb 2016)
Attachment E - Supplementary Special Provisions
AC Water Group 1019
for losses paid under the terms of the policy or policies and which arise from
Work performed by the Named Insured for the City.

7-8.6 Water Pollution Control. ADD the following:

6. Based on a preliminary assessment by the City, this Contract is


subject to WPCP.

ADD:
7-16.1.3 Weekly Updates Recipients.
1. Submit a weekly correspondence with updates, traffic control issues
and locations, lane closures, and any other pertinent information
(with additional contact names given during award process) to the
following recipients:
Michael Ninh, Senior Engineer, MNinh@sandiego.gov
Maryam Liaghat, Project Manager, MLiaghat@sandiego.gov
Ken Finnigan, Resident Engineer, KFinnigan@sandiego.gov
7-16.3 Exclusive Community Liaison Services. To the City Supplement, ADD the
following:
2. You shall retain an Exclusive Community Liaison for the Project that
shall implement Work in accordance with the specifications
described in 7-16.2 «community Outreach Services" and 7-16.3
«Exclusive Community Liaison Services,,.
7-20 ELECTRONIC COMMUNICATION. ADD the following:
2. Virtual Project Manager shall be used on this Contract.
SECTION 9 - MEASUREMENT AND PAYMENT
ADD:
9-3.7 Compensation Adjustments for Price Index Fluctuations. To the City
Supplement ADD the following:

5. This Contract is not subject to the provisions of The ((WHITEBOOK,,


for Compensation Adjustments for Price Index Fluctuations for
paving asphalt.

SECTION 10 - GREEN BUILDINGS AND STORM WATER MANAGEMENT


ADD:
10-3 STORM WATER MANAGEMENT DISCHARGE CONTROL.
1. You shall comply with Chapter 4, Article 3, Division 3 of the San Diego
Municipal Code, Storm Water Management and Discharge Control,
Municipal Storm Water Permit (MS4), California Regional Water
Quality Control Board Order No. Rg-2013-0001 (amended by Rg-2015-
0001 and Rg-2015-0100), Storm Water Standards Manual, as amended

MACC Request Proposal (Rev. Feb 2016) 791 Page


Attachment E - Supplementary Special Provisions
AC Water Group 1019
from time to time, and any and all Best Management Practice (BMP)
guidelines and pollution elimination requirements as may be
established by the Enforcement Official. You warrant and certify that
any and all Plans, reports, and specifications prepared for the City in
accordance with this agreement shall meet all requirements of the San
Diego Municipal Code and Storm Water Standards Manual. You
understand that while the City will be reviewing your designs for
storm water permit compliance prior to acceptance of Design-
Builder's designs, you shall also understand and agree that the City's
Storm Water review process and its acceptance of your designs in no
way limits the your obligations under this agreement to prepare
designs that comply with all requirements of the San Diego Municipal
Code and MS4 Permit.
2. You shall complete and update the Storm Water Applicability Checklist
(DS-560) to confirm the project's appropriate storm water
requirements. For all applicable projects, and to the maximum extent
practicable, you shall incorporate and include Source Control and Low
Impact Development (LID) design features or Site Design BMPs on the
construction plans. Additionally, for Priority Development projects,
you shall prepare a Storm Water Quality Management Plan (SWQMP)
in accordance with the requirements of the Storm Water Standards
Manual. You shall prepare a SWQMP Drainage Management Area Map
showing all LID site design, source control and treatment control
BMPs, hydromodification management plan facilities, and tabulated
calculations. Include sufficient details and cross sections for
construction. The Drainage Management Area Map shall be included
as part of the construction Plans in addition to the Storm Water
Infrastructure cover sheet. A template of the Storm Water
Infrastructure cover sheet will be provided by the City.
3. You shall attend the Pre-construction meeting. If applicable, you shall
inspect and confirm that the permanent BMP was installed in
accordance with the details on the Plans and that the permanent BMP
functions meet the requirements of the MS4 Permit. Upon notification
by the Engineer, the Design-Builder Engineer of Work shall sign and
stamp the Permanent BMP Self Certification on the Plans or the
Permanent BMP Self Certification Form (DS-563) prior to final
acceptance by the City.
4. For projects requiring soil-disturbance Work such as geotechnical
borings, street coring, and potholing as component of the design, you
shall complete a Minor Water Pollution Control Plan (DS-570), if
applicable.

SECTION 203 - BITUMINOUS MATERIALS

203-3.4.4 RUBBER POLYMER MODIFIED SLURRY (RPMS). To the City Supplement,


ADD the following:

1. RPMS shall be used on this Contract.

MACC Request for Proposal Feb 2016) so Page


Attachment E - Supplementary Special Provisions
AC Water Group 1019
SECTION 209 - PRESSURE PIPE

209 PRESSURE PIPE. To the City Supplement, ADD the following:

2. PVC products, specifically type C900 and c905, as manufactured or


distributed by J-M Manufacturing Company or JM Eagle shall not be
used on the Contract for pressurized pipe.

SECTION 302 - ROADWAY SURFACING

302-4.12.2.1 General. To the City Supplement, ADD the following:

When Type I is to be applied over Type III, corrective action in accordance with
302-4.11.1.2, "Reduction in Payment Based on WTAT'' such as reductions in
payment, non-payment, or removal of Type III material not meeting
specifications as directed by the Engineer shall be executed prior to the
application of the Type I material.

SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION

306-1 GENERAL. ADD the following:

Build the Project in accordance with the water high lining phasing design
that will be shown on the Plans.

When installing pipelines within the City's streets, the total time allowed
for the completion of Work may not exceed 10 Working Days per 500' of
pipeline installation.

306-7.8.2.1 General. To the City Supplement, item 2, ADDthe following:

a) Specified test pressure for Class 235 pipe shall be 150 psi.

b) Specified test pressure for Class 305 pipe shall be 200 psi.

SECTION 601- TEMPORARY TRAFFIC CONTROL FOR CONSTRUCTION AND


MAINTENANCE WORK ZONES

601-2.1.2 Engineered Traffic Control Plans (TCP). To the City Supplement, ADD the
following:

6. Engineered TCP (2 foot x 3 foot size) shall be required for the


following areas:

a) Euclid Avenue between Federal Boulevard to Marilou Street.

b) Euclid Avenue between Marilou Road to 54t11 Street.

c) Federal Boulevard between 5ot1i Street to Euclid Ave.

END OF SUPPLEMENTARY SPECIAL PROVISIONS (SSP)

MACC Request for Proposal (Rev. Feb 2016)


Attachment E - Supplementary Special Provisions
AC Water Group 1019
APPENDIX A

NOTICE OF EXEMPTION

MACC Request for Proposal (Rev. Feb 2016)


Appendix A - Notice of Exemption
AC Water Group 1019
NOTICE OF EXEMPTION

(Check one or both)


TO: X . RECORDER/COUNTY CLERK FROM: CITY OF SAN DIEGO
P.O. Box 1750, MS A-33 PUBLIC WORKS DEPARTMENT
1600 PACIFIC HWY, ROOM 260 525 B STREET, SUITE 750, MS 908A
SAN DIEGO, CA 92101-2422 SAN DIEGO, CA 92101

_ _ _OFFICE OF PLANNING AND RESEARCH


1400 TENTH STREET, ROOM 121
. SACRAMENTO, CA 95814

PROJBCT/WBS No.: B-15112.02.06 PROJECT TITLE: AC Water Group 1019

PROJECT LOCATION-SPECIFIC: Along portions of the following streets: Dafter Place, Drafter Drive, Deaton Drive, Genesta Street,
50 111 Street, Fir Street, Oakshire Court, Westover Place, Elm Street, Date Place, Date Street, Marilou Road, 49th Street, Duval Street,
48 111 Street, Tilden Street, Brookline Street, Federal Boulevard, Euclid Avenue, and Altadena Avenue. The project is located within
the Mid-City: Eastem Area Community Plan area (Council District 4).

PROJECT LOCATION-CITY/COlJNTY: San Diego/San Diego

DESCRIPTION OF NATURE, PURPOSE, AND BENEFICIARIES OF PROJECT: AC Water Group 1019 will replace-in-place approximately
6,628 linear feet (LF) of 8-inch asbestos cement (AC) water main with 8-inch polyvinyl chloride (PVC) piping and 10,181 LF of
6-inch AC water main with 8-inch PVC piping via open trench method of construction. Replacement of the water mains will
require a trench width of three feet and trench depth of four feet (same depth as the existing mains). All construction work will be
in the public right-of-way. Appurtenances will include water laterals and service connections, ADA curb ramps, and street
resurfacing and striping over the trenches.

NAME OF PUBLIC AGENCY APPROVING PROJECT: City of San Diego

NAME OF PERSON OR AGENCY CARRYING OUT PROJECT: City of San Diego Public Works Department,
Contact: Maryam Liaghat; Ph: (619) 533-5192
525 B Street, Suite 750, San Diego, CA 92101
EXEMPT STATUS: (CHECK ONE)
.( ) MINISTERIAL (SEC. 21080(b)(l); 15268);
( ) DECLARED EMERGENCY (SEC. 21080(b)(3); 15269(a));
( ) EMERGENCY PROJECT (SEC. 21080(b)( 4); 15269 (b )(c))
(X) CATEGORICAL EXEMPTION: 1530l(b) [Existing Facilities] and 15302(c) [Replacement or Reconstruction]
( ) STATUTORYBXEMPTIONS:

REASONS WHY PROJECT IS EXEMPT: The City of San Diego conducted an enviromnental review and determined the project meets
the categorical exemption criteria set forth in the CEQA State Guidelines §l530l(B) [EXISTING FACILITIES], which allows for the
repair and maintenance of existing public facilities, including publicly owned utilities, involving negligible or no expansion of the
use beyond that existing at the time of the lead agency's determination; §153 02(c) [REPLACEMENT OR RECONSTRUCTION], which
allows for the replacement or reconstruction of existing utility systems, where the new structU1'e will be located on the same site as
the structure replaced and will have substantially the same purpose and capacity as the structure replaced; and where the
exceptions listed in CEQA Guidelines §15300.2 would not apply. This project would not impact sensitive resources.

LEAD AGENCY CONTACT PERSON: JUAN BALIGAD, SENIOR PLANNER TELEPHONE: (619) 533-5473

I
1 2. /'I-· ls 1 .x-··.
DATE

CHECK ONE:
(X) SIGNED BY LEAD AGENCY DATBRECEIVED FOR FILING AT OPR:
( ) SIGNED BY APPLICANT
MACC Request for Proposal (Rev. Feb. 2016) 83 I Page
Appendix A - Notice of Exemption AC Water Group 1019
APPENDIXB

FIRE HYDRANT METER PROGRAM

MACC Request Proposal (Rev. Feb 2016) 84 I Page


Appendix B - Fire Hydrant Meter Program
AC Water Group 1019
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT
DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE
PAGE lOF 10
FIRE HYDRANT METER PROGRAM October 15, 2002
(FORMERLY: CONSTRUCTION METER
PROGRAM)
SUPERSEDES DATED
DI 55.27 April 21, 2000

1. PURPOSE

1.1 To establish a Departmental policy and procedure for issuance, proper usage and
charges for fire hydrant meters.

2. AUTHORITY

2.1 All authorities and references shall be current versions and revisions.

2.2 San Diego Municipal Code (NC) Chapter VI, Article 7, Sections 67 .14 and 67 .15

2.3 Code of Federal Regulations, Safe Drinking Water Act of 1986

2.4 California Code of Regulations, Titles 17 and 22

2.5 California State Penal Code, Section 498B.O

2.6 State of California Water Code, Section 110, 500-6, and 520-23

2.7 Water Department Director

Reference

2.8 State of California Guidance Manual for Cross Connection Programs

2.9 American Water Works Association Manual M-14, Recommended Practice for
Back:flow Prevention

2.10 American Water Works Association Standards for Water Meters

2.11 U.S.C. Foundation for Cross Connection Control and Hydraulic Research Manual

3. DEFINITIONS

3.1 Fire Hydrant Meter: A portable water meter which is connected to a fire
hydrant for the purpose of temporary use. (These meters are sometimes referred
to as Construction Meters.)

MACC Request for Proposal (Rev. Feb 2016) 85 I Page


Appendix B - Fire Hydrant Meter Program AC Water Group 1019
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT
DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE
PAGE20F10
FIRE HYDRANT METER PROGRAM October 15, 2002
(FORMERLY: CONSTRUCTION METER
PROGRAM)
SUPERSEDES DATED
DI 55.27 April 21, 2000

3.2 Temporary Water Use: Water provided to the customer for no longer than
twelve (12) months.

3 .3 Backflow Preventor: A Reduced Pressure Principal Assembly co1111ected to the


outlet side of a Fire Hydrant Meter.

4. POLICY

4.1 The Water Department shall collect a deposit from every customer
requiring a fire hydrant meter and appurtenances prior to providing the
meter and appurtenances (see Section 7.1 regarding the Fees and Deposit
Schedule). The deposit is refundable upon the termination of use and
return of equipment and appurtenances in good working condition.

4.2 Fire hydrant meters will have a 2 Yz" swivel connection between the meter
and fire hydrant. The meter shall not be co1111ected to the 4" port on the
hydrant. All Fire Hydrant Meters issued shall have a Reduced Pressure
Principle Assembly (RP) as part of the installation. Spanner wrenches are
the only tool allowed to turn on water at the fire hydrant.

4.3 The use of private hydrant meters on City hydrants is prohibited, with
exceptions as noted below. All private fire hydrant meters are to be
phased out of the City of San Diego. All customers who wish to continue
to use their own fire hydrant meters must adhere to the following
conditions:

a. Meters shall meet all City specifications and American Water


Works Association (AWW A) standards.

b. Customers currently using private fire hydrant meters in the City of


San Diego water system will be allowed to continue using the
meter under the following conditions:

1. The customer must submit a current certificate of accuracy


and calibration results for private meters and private
backflows annually to the City of San Diego, Wi:i.ter
Depaiiment, Meter Shop.

MACC Request for Proposal (Rev. Feb 2016) 86 I Page


Appendix B - Fire Hydrant Meter Program AC Water Group 1019
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT
DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE
PAGE 30F 10
FIRE HYDRANT METER PROGRAM October 15, 2002
(FORMERLY: CONSTRUCTION METER
PROGRAM)
SUPERSEDES DATED
DI 55.27 April 21, 2000

2. The meter must be properly identifiable with a clearly


labeled serial number on the body of the fire hydrant meter.
The serial number shall be plainly stamped on the register
lid and the main casing. Serial numbers shall be visible
from the top of the meter casing and the numbers shall be
stamped on the top of the inlet casing flange.

3. All meters shall be locked to the fire hydrant by the Water


Department, Meter Section (see Section 4.7).

4. All meters shall be read by the Water Department, Meter


Section (see Section 4.7).

5. All meters shall be relocated by the Water Department,


Meter Section (see Section 4.7).

6. These meters shall be tested on the anniversary of the


original test date and proof of testing will be submitted to
the Water Department, Meter Shop, on a yearly basis. If
not tested, the meter will not be allowed for use in the City
of San Diego.

7. All private fire hydrant meters shall have backflow devices


attached when installed.

8. The customer must maintain and repair their own private


meters and private backflows.

9. The customer must provide current test and calibration


results to the Water Department, Meter Shop after any
repairs.

10. When private meters are dan1aged beyond repair, these


private meters will be replaced by City owned fire hydrant
meters.

MACC Request for Proposal (Rev. Feb 2016) 87 I Page


Appendix B - Fire Hydrant Meter Program AC Water Group 1019
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT
DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE
PAGE40F 10
FIRE HYDRANT METER PROGRAM October 15, 2002
(FORMERLY: CONSTRUCTION METER
PROGRAM)
SUPERSEDES DATED
DI 55.27 April 21, 2000

11. When a private meter malfunctions, the customer will be


notified and the meter will be removed by the City and
returned to the customer for repairs. Testing and
calibration results shall be given to the City prior to any re-
installation.

12. The register shall be hermetically sealed straight reading


and shall be readable from the inlet side. Registration shall
be in hundred cubic feet.

13. The outlet shall have a 2 Yi "National Standards Tested


(NST) fire hydrant male coupling.

14. Private fire hydrant meters shall not be transferable from


one contracting company to another (i.e. if a company goes
out of business or is bought out by another company).

4.4 All fire hydrant meters and appurtenances shall be installed, relocated and
removed by the City of San Diego, Water Department. All City owned
fire hydrant meters and appurtenances shall be maintained by the City of
San Diego, Water Department, Meter Services.

4.5 If any fire hydrant meter is used in violation of this Department


Instruction, the violation will be reported to the Code Compliance Section
for investigation and appropriate action. Any customer using a fire
hydrant meter in violation of the requirements set forth above is subject to
fines or penalties pursuant to the Municipal Code, Section 67.15 and
Section 67.37.

4.6 Conditions and Processes for Issuance of a Fire Hydrant Meter

Process for Issuance

a. Fire hydrant meters shall only be used for the following purposes:

1. Temporary irrigation purposes not to exceed one year.

MACC Request for Proposal (Rev. Feb 2016) 88 I Page


Appendix B - Fire Hydrant Meter Program AC Water Group 1019
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT
DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE
PAGE50Fl0
FIRE HYDRANT METER PROGRAM October 15, 2002
(FORMERLY: CONSTRUCTION METER
PROGRAM)
SUPERSEDES DATED
DI 55.27 April 21, 2000

2. Construction and maintenance related activities (see Tab 2).

b. No customer inside or outside the boundaries of the City of San


Diego Water Department shall resell any portion of the water
delivered through a fire hydrant by the City of San Diego Water
Department.

c. The City of San Diego allows for the issuance of a temporary fire
hydrant meter for a period not to exceed 12 months (365 days). An
extension can only be granted in writing from the Water
Department Director for up to 90 additional days. A written
request for an extension by the consumer must be submitted at
least 30 days prior to the 12 month period ending. No extension
shall be granted to any customer with a delinquent account with
the Water Department. No further extensions shall be granted.

d. Any customer requesting the issuance of a fire hydrant meter shall


file an application with the Meter Section. The customer must
complete a "Fire Hydrant Meter Application" (Tab 1) which
includes the name of the company, the party responsible for
payment, Social Security number and/or California ID, requested
location of the meter (a detailed map signifying an exact location),
local contact person, local phone number, a contractor's license (or
a business license), description of specific water use, duration of
use at the site and full name and address of the person responsible
for payment.

e. At the time of the application the customer will pay their fees
according to the schedule set forth in the Rate Book of Fees and
Charges, located in the City Clerk's Office. All fees must be paid
by check, money order or cashiers check, made payable to the City
Treasurer. Cash will not be accepted.

f. No fire hydrant meters shall be furnished or relocated for any


customer with a delinquent account with the Water Department.

g. After the fees have been paid and an account has been created, the

MACC Request for Proposal (Rev. Feb 2016) 89 I Page


Appendix B - Fire Hydrant Meter Program AC Water Group 1019
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT
DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE
PAGE 60F 10
FIRE HYDRANT METER PROGRAM October 15, 2002
(FORMERLY: CONSTRUCTION METER
PROGRAM)
SUPERSEDES DATED
DI 55.27 April 21, 2000

meter shall be installed within 48 hours (by the second business


day). For an additional fee, at overtime rates, meters can be
installed within 24 hours (within one business day).

4.7 Relocation of Existing Fire Hydrant Meters

a. The customer shall call the Fire Hydrant Meter Hotline (herein
referred to as "Hotline"), a minimum of 24 hours in advance, to
request the relocation of a meter. A fee will be charged to the
existing account, which must be current before a work order is
generated for the meter's relocation.

b. The customer will supply in writing the address where the meter is
to be relocated (map page, cross street, etc). The customer must
update the original Fire Hydrant Meter Application with any
changes as it applies to the new location.

c. Fire hydrant meters shall be read on a monthly basis. While fire


hydrant meters and backflow devices are in service, commodity,
base fee and damage charges, if applicable, will be billed to the
customer on a monthly basis. If the account becomes delinquent,
the meter will be removed.

4.8 Disconnection of Fire Hydrant Meter

a. After ten (10) months a "Notice of Discontinuation of Service"


(Tab 3) will be issued to the site and the address of record to notify
the customer of the date of discontinuance of service. An
extension can only be granted in writing from the Water
Department Director for up to 90 additional days (as stated in
Section 4.6C) and a copy of the extension shall be forwarded to the
Meter Shop Supervisor. If an extension has not been approved, the
meter will be removed after twelve (12) months of use.

b. Upon completion of the project the customer will notify the Meter
Services office via the Hotline to request the removal of the fire
hydrant meter and appurtenances. A work order will be generated

MACC Request for Proposal (Rev. Feb 2016) 90 I Page


Appendix B - Fire Hydrant Meter Program AC Water Group 1019
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT
DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE
PAGE 70F 10
FIRE HYDRANT METER PROGRAM October 15, 2002
(FORMERLY: CONSTRUCTION METER
PROGRAM)
SUPERSEDES DATED
DI 55.27 April 21, 2000

for removal of the meter.

c. Meter Section staff will remove the meter and backflow prevention
assembly and return it to the Meter Shop. Once returned to the
Meter Shop the meter and backflow will be tested for accuracy and
functionality.

d. Meter Section Staff will contact and notify Customer Services of


the final read and any charges resulting from damages to the meter
and backflow or its appurtenance. These charges will be added on
the customer's final bill and will be sent to the address of record.
Any customer who has an outstanding balance will not receive
additional meters.

e. Outstanding balances due may be deducted from deposits and any


balances refunded to the customer. Any outstanding balances will
be turned over to the City Treasurer for collection. Outstanding
balances may also be transfeITed to any other existing accounts.

5. EXCEPTIONS

5.1 Any request for exceptions to this policy shall be presented, in writing, to
the Customer Support Deputy Director, or his/her designee for
consideration.

6. MOBILE METER

6.1 Mobile meters will be allowed on a case by case basis. All mobile meters
will be protected by an approved backflow assembly and the minimum
requirement will be a Reduced Pressure Principal Assembly. The two
types of Mobile Meters are vehicle mounted and floating meters. Each
style of meters has separate guidelines that shall be followed for the
customer to retain service and are described below:

a) Vehicle Mounted Meters: Customer applies for and receives a City


owned Fire Hydrant Meter from the Meter Shop. The customer
mounts the meter on the vehicle and brings it to the Meter Shop for

MACC Request for Proposal (Rev. Feb 2016) 91 I Page


Appendix B - Fire Hydrant Meter Program AC Water Group 1019
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT
DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE
PAGE 80F 10
FIRE HYDRANT METER PROGRAM October 15, 2002
(FORMERLY: CONSTRUCTION METER
PROGRAM)
SUPERSEDES DATED
DI 55.27 April 21, 2000

inspection. After installation is approved by the Meter Shop the


vehicle and meter shall be brought to the Meter Shop on a monthly
basis for meter reading and on a quarterly basis for testing of the
backflow assembly. Meters mounted at the owner's expense shall
have the one year contract expiration waived and shall have meter or
backflow changed if either fails.

b) Floating Meters: Floating Meters are meters that are not mounted to
a vehicle. (Note: All floating meters shall have an approved
backflow assembly attached.) The customer shall submit an
application and a letter explaining the need for a floating meter to the
Meter Shop. The Fire Hydrant Meter Administrator, after a thorough
review of the needs of the customer, (i.e. number of jobsites per day,
City contract work, lack of mounting area on work vehicle, etc.), may
issue a floating meter. At the time of issue, it will be necessary for the
customer to complete and sign the "Floating Fire Hydrant Meter
Agreement" which states the following:

1) The meter will be brought to the Meter Shop at 2797 Caminito


Chollas, San Diego on the third week of each month for the
monthly read by Meter Shop personnel.

2) Every other month the meter will be read and the backflow will
be tested. This date will be determined by the start date of the
agreement.

If any of the conditions stated above are not met the Meter Shop has the
right to cancel the contract for floating meter use and close the account
associated with the meter. The Meter Shop will also exercise the right to
refuse the issuance of another floating meter to the company in question.

Any Fire Hydrant Meter using reclaimed water shall not be allowed use
again with any potable water supply. The customer shall incur the cost of
replacing the meter and backflow device in this instance.

MACC Request for Proposal (Rev. Feb 2016) 92 I Page


Appendix B - Fire Hydrant Meter Program AC Water Group 1019
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT
DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE
PAGE90F 10
FIRE HYDRANT METER PROGRAM October 15, 2002
(FORMERLY: CONSTRUCTION METER
PROGRAM)
SUPERSEDES DATED
DI 55.27 April 21, 2000

7. FEE AND DEPOSIT SCHEDULES

7.1 Fees and Deposit Schedules: The fees and deposits, as listed in the Rate
Book of Fees and Charges, on file with the Office of the City Clerk, are
based on actual reimbursement of costs of services performed, equipment
and materials. Theses deposits and fees will be amended, as needed,
based on actual costs. Deposits, will be refunded at the end of the use of
the fire hydrant meter, upon return of equipment in good working
condition and all outstanding balances on account are paid. Deposits can
also be used to cover outstanding balances.

All fees for equipment, installation, testing, relocation and other costs
related to this program are subject to change without prior notification.
The Mayor and Council will be notified of any future changes.

8. UNAUTHORIZED USE OF WATER FROM A HYDRANT

8.1 Use of water from any fire hydrant without a properly issued and installed
fire hydrant meter is theft of City property. Customers who use water for
unauthorized purposes or without a City of San Diego issued meter will be
prosecuted.

8.2 If any unauthorized connection, disco1111ection or relocation of a fire


hydrant meter, or other connection device is made by anyone other than
authorized Water Department personnel, the person making the
c01mection will be prosecuted for a violation of San Diego Municipal
Code, Section 67.15. In the case of a second offense, the customer's fire
hydrant meter shall be confiscated and/or the deposit will be forfeited.

8.3 Unauthorized water use shall be billed to the responsible party. Water use
charges shall be based on meter readings, or estimates when meter
readings are not available.

8.4 In case of unauthorized water use, the customer shall be billed for all
applicable charges as if proper authorization for the water use had been
obtained, including but not limited to bi-monthly service charges,
installation charges and removal charges.

MACC Request for Proposal (Rev. Feb 2016) 931 Page


Appendix B - Fire Hydrant Meter Program AC Water Group 1019
CITY OF SAN DIEGO CALIFORNIA NUMBER DEPARTMENT
DEPARTMENT INSTRUCTIONS DI 55.27 Water Department
SUBJECT EFFECTIVE DATE
PAGE lOOF 10
FIRE HYDRANT METER PROGRAM October 15, 2002
(FORMERLY: CONSTRUCTION METER
PROGRAM)
SUPERSEDES DATED
DI 55.27 April 21, 2000

8.5 If damage occurs to Water Department property (i.e. fire hydrant meter,
backflow, various appurtenances), the cost of repairs or replacements will
be charged to the customer ofrecord (applicant).

Larry Gardner
Water Department Director

Tabs: 1. Fire Hydrant Meter Application


2. Constmction & Maintenance Related Activities With No Return
To Sewer
3. Notice of Discontinuation of Service

APPENDIX

Administering Division: Customer Support Division

Subject Index: Construction Meters


Fire Hydrant
Fire Hydrant Meter Program
Meters, Floating or Vehicle Mounted
Mobile Meter
Program, Fire Hydrant Meter

Distribution: DI Manual Holders

MACC Request for Proposal (Rev. Feb 2016) 94 I Page


Appendix B - Fire Hydrant Meter Program AC Water Group 1019
Application for Fire (EXHIBIT A) .
(For Office Use Only)
Hydrant Meter

METER SHOP (619) 527~7449


Application Date Requested Install Date:
Meter Information
Fire Hydrant Location: (Attach Detailed Map//Thomas Bros. Map Location or Construction drawing.)
~
I T.8, I
G.8. (CITY USE)

Specific Use of Water:


-
Any Return to Sewer or Storm Drain, If so , explain:

Estimated Duration of Meter Use:


Company Information
I I n Check Box If Reclaimed Water

Company Name:
-
Mailing Address:

City: I State: I Zip: Phone: ( )


*Business license# f *Contractor license#
A Copy of the Contractor's license OR Business License is required at the time of meter issuance.
Name and Title of Billing Agent: Phone: ( )
(PERSON IN ACCOUNTS PAYABLE)

Site Contact Name and Title: Phone: ( )


Responsible Party Name: Title:
Cal ID# Phone: ( . )
Signature: Date:
Guarantees Payment of all Charges Resulting from the use of this Meter. Insures that em11loyees of this Organization understand the t;lro12er use of Fire Hydrant Me!er

.,
Fire Hydrant Meter Removal Request
Requ,ested Removal Date:
I .
Provide Current Meter Lo.cation if Different from Above:

Signature: I Title: I Date:


Phone: ( ) I Pager: ( )

I City Meter I I Private Meter

Contract Acct #:
;
Deposit Amount: $ 936.00 Fees Amount: $ 62.00
-----
Meter Serial#
Meter Size: 05 Meter Make and Style: 6q7
-
Backflow
Backflow # Backflow Size: Make and Style: -
Name: Signature: Date:
MACC Recmest for Proposal (Rev. Feb 2016) 95 I Page
Appendix B - Fire Hydrant Meter Program AC Water Group 1019
Tab 2 to DI 55.27

WATER USES wrrHOUT ANTICIPATED CHARGES FOR RETURN TO SEWER

Auto Detailing
Backfilling
Combination Cleaners (Vactors)
Compaction
Concrete Cutters
Constrnction Trailers
Cross Connection Testing
Dust Control
Flushing Water Mains
Hydro Blasting
Hydro Seeing
Irrigation (for establishing inigation only; not continuing irrigation)
Mixing Concrete
Mobile Car Washing
Special Events
Street Sweeping
Water Tanks
Water Trucks
Window Washing

Note:
1. If there is any return to sewer or storm drain, then sewer and/or storm drain fees will be charges.

MACC Request for Proposal (Rev. Feb 2016) 96 I Page


Appendix B - Fire Hydrant Meter Program AC Water Group 1019
Tab 3 to DI 55.27

Date

Name of Responsible Party


Company Name and Address
Account Number: ~~~~~~~~~~-

Subject: Discontinuation of Fire Hydrant Meter Service

Dear Water Department Customer:

The authorization for use of Fire Hydrant Meter# , located at (Meter Location Address)
ends in 60 days and will be removed on or after (Date Authorization Expires). Extension requests for an
additional 90 days must be submitted in writing for consideration 30 days prior to the discontinuation
date. If you require an extension, please contact the Water Department, or mail your request for an
extension to:

City of San Diego


Water Department
Attention: Meter Services
2797 Can1inito Chollas
San Diego, CA 92105-5097

Should you have any questions regarding this matter, please call the Fire Hydrant Hotline at (619)_ __

Sincerely,

Water Department

MACC Request for Proposal (Rev. Feb 2016) 97 I Page


Appendix B - Fire Hydrant Meter Program AC Water Group 1019
APPENDIXC

MATERIALS TYPICALLY ACCEPTED BY CERTIFICATE OF COMPLIANCE

MACC Request for Proposal (Rev. Feb 2016)


Appendix C - Materials Typically Accepted by Certificate of Compliance
AC Water Group 1019
Materials Typically Accepted by Certificate of Compliance

1. Soil amendment
2. Fiber mulch
3. PVC or PE pipe up to 16 inch diameter
4. Stabilizing emulsion
5. Lime
6. Preformed elastomeric joint seal
7. Plain and fabric reinforced elastomeric bearing pads
8. Steel reinforced elastomeric bearing pads
9. Waterstops (Special Condition)
10. Epoxy coated bar reinforcement
11. Plain and reinforcing steel
12. Structural steel
13. Structural timber and lumber
14. Treated timber and lumber
15. Lumber and timber
16. Aluminum pipe and aluminum pipe arch
17. Corrugated steel pipe and corrugated steel pipe arch
18. Structural metal plate pipe arches and pipe arches
19. Perforated steel pipe
20. Aluminum underdrain pipe
21. Aluminum or steel entrance tapers, pipe downdrains, reducers, coupling bands and
slip joints
22. Metal target plates
23. Paint (traffic striping)
24. Conductors
25. Painting of electrical equipment
26. Electrical components
27. Engineering fabric
28. Portland Cement
29. PCC admixtures
30. Minor concrete, asphalt
31. Asphalt (oil)
32. Liquid asphalt emulsion
33. Epoxy

MACC Request Proposal (Rev. Feb 2016)


Appendix C - Materials Typically Accepted by Certificate of Compliance
AC Water Group 1019
APPENDIXD

SAMPLE CITY INVOICE

MACC Request for Proposal (Rev. Feb 2016)


Appendix D - Sample City Invoice
AC Water Group 1019
5 Aero Drive, SD CA 92123 Contractor's Name:
Contractor's Address:

Contractor's Phone #: Invoice No.


Contractor's fax #: Invoice Date:
IFax#: Contact Name: Billing Period: ( to

Contract Authorization Previous Totals To Date This Estimate Totals to Date


Unit 1-'rlCe UtV extension "!o/l.) I Y Amount "/o/l.,llY Amount "/o/l.)IY Amount
$ - $ - $ - 0.00% $ -
$ - $ - $ - 0.00% $ -
$ - $ - $ - 0.00% $ -
$ - $ - $ - 0.00% $ -
$ - $ - $ - 0.00% $ -
$ - $ - $ 0.00% $ -
$ - $ - $ - 0.00% $ -
$ - $ - $ - 0.00% $ -
$ - $ - $ - 0.00% $ -
$ - $ - $ - 0.00% $ -
$ - $ - $ - 0.00% $ -
$ - $ - $ - 0.00% $ -
$ - $ - $ 0.00% $ -
$ - $ - $ 0.00% $ -
$ - $ - $ 0.00% $ -
$ - $ - $ - 0.00% $ -
$ - $ - $ - 0.00% $ -
$ - $ - $ - 0.00% $ -
$ - $ - $ 0.00% $ -
$ - $ - $ 0.00% $ -
>rized Amount (including approved Change Order) $ - $ - $ Total Billed $ -

$ - I certify that the materials Retention and/or Escrow Payment Schedule


Thru #00 $ - have been received by me in Total Retention Required as of this billinq (Item E) $0.00
·B) $ - the quality and quantity specified Previous Retention Withheld in PO or in Escrow $0.00
$ - Add'I Amt to Withhold in PO/Transfer in Escrow: $0.00
D) $ - Resident Engineer Amt to Release to Contractor from PO/Escrow:
; $ -
ion $0.00 Construction Engineer
lt $0.00 Contractor Signature and Date:

Feb 2016) 101 I Page


APPENDIXE

LOCATION MAP

MACC Request Proposal (Rev. Feb 2016)


Appendix E - Location Map
AC Water Group 1019
PREDESIGN LOCATION MAP
CITY OF SAN DIEGO ~
(l<d)~
AC WATER GROUP 1019 PUBLiCWORKS
DEPARTMENT
PREDESIGN SENIOR ENGINEER PREDESIGN PROJECT MANAGER
ALEX GARCIA TINA HUANG PROJECT IMPLEMENTATION DIVISION
(619) 533-3634 (619) 533-3863

PREDESIGN PROJECT ENGINEER PREDESIGN DRAFTER


VIRGINIA OSKOU I TEDDY RAMOS
(619) 533-5152 (619) 533-3734

Legend
- A c Water Group 1019
Document Path: S:\PITS\PITS-CIP-Pro!imlnary.Englneefing-and-Program-Coordlnatlon\Drarung\Wa!Or & Sewer Projecls\AC Walllr ProjeclslAC Water Group 1010\CIP Trncklng\Loc:otlon Meps\Predeslgn Locution Map {1-26-2015).mXd
No Scale

Community Name: Mid-City: Eastern Area Council District: 4 SAP ID# 815112 (W)
~~&l~9~~920<11ifroposal (Rev. Feb 2016) A - Location Map AC Water Group 1019 103 I Page
APPENDIXF

HYDROSTATIC DISCHARGE FORM

MACC Request for Proposal (Rev. Feb 2016)


Appendix F - Hydrostatic Discharge Form
AC Water Group 1019
·ements Certification (Discharge Events 2': 325,850 gpd)

ect comply with the Regional Water Quality Control Board (RWQCB) Order No. R9-2010-0003, General Permit for Discharges of
· to Surface Water and Storm Drains as referenced by
'board_decisions/adopted_orders/2010/R9-2010-0003.pdf), and as follows:

:o below 0.1 (mg/I) level; and effluent has been maintained between 6 and 9

•te): SAPNo.(s):

Project Name:

ry that all of the statements and conditions for hydrostatic discharge events are con-ect.

)03, would this be a repo1inble discharge and must be rep01ied within 24 hours of the event? [Reportable discharge would include violation of maximum gallons per day, any upset which exceeds any

105 I Pag
APPENDIXG

ADJACENT PROJECTS

MACC Request Proposal (Rev. Feb 2016)


Appendix G - Adjacent Projects
AC Water Group 1019
PREDESIGN PROJECT COORDINATION MAP

AC WATER GROUP 1019

Legend
__,AC Water Group 1019

a--

8
Bike Route Proposed

Euclid WS Federal To Marilou Bond MS DS

Webster Neighborhood lndentification Sign


-

-
Pipeline Rehabilitation Z-1A
GB•Pipeline Rehabilition Z-1
Sewer Group Job 743
Sewer Group Job 743 Lateral
·•·'
No Scale

- Sewer and AC Water Group 776 (S)


- High Priority AC Water Mains - - Sewer and AC Water Group 776 (W)
- Pipeline Rehabilitation V-1 Ill Residential Project Block 4J1
{Document Pn!h: S:\PtTSIPITS-C/P-Prelimlnary-Englnaeling-nnd-Program-Coordinalion\Drorfing\Woter & Sewer Prl.ljects\AC Wolar ProJacis'AC Woler Group 1019\CIP Tracking\Projed Coordinnllon Mnp\Predaslgn Project Coord!nollon Map (2-23-2015) mxd)

Date: 3/9/2015 a_
CITY OF SAN DIEGO
((";')

MACC Request for Proposal (Re 016) PUBL!CWORKS


DEPARTMENT
107 I Page
APPENDIXH

HAZARDOUS LABEL/FORMS

.... ·······-······ ............................. ..


MACC Request for Proposal (Rev. Feb 2016)
Appendix H - Hazardous Label/Forms
AC Water Group 1019
MACC Request for Proposal (Rev. Feb 2016) 109 I Page
Appendix I-I - Hazardous Label/Forms
AC Water Group 1019
INCIDENT/RELEASE ASSESSMENT FORM 1
If you have an emergency, Call 911

Handlers of hazardous materials are required to report releases. The following is a tool to be used for
assessing ff a release is reportable. Additionally, a non-reportable release incident form is provided to
document why a release is not reported (see back).

Questions for Incident Assessment: YES NO


1. Was anyone killed or injured, or did they require medical care or admitted to a D D
hospital for observation?

2. Did anyone, other than employees in the immediate area of the release, D D
evacuate?

3. Did the release cause off-site damage to public or private property? D D


4. Is the release greater than or equal to a reportable quantity (RQ)? D D
5. Was there an uncontrolled or unpermitted release to the air? D D
6. Did an uncontrolled or unpermitted release escape secondary containment, or
extend into any sewers, storm water conveyance systems, utility vaults and D
conduits, wetlands, waterways, public roads, or off site?
7. Will control, containment, decontamination, and/or clean up require the
assistance of federal, state, county, or municipal response elements? D D
8. Was the release or threatened release involving an unknown material or
contains an unknown hazardous constituent? D D
9. Is the incident a threatened release (a condition creating a substantial
probability of harm that requires immediate action to prevent, reduce, or
D D
mitigate damages to persons, property, or the environment)?

10. Is there an increased potential for secondary effects including fire, explosion,
line rupture, equipment failure, or other outcomes that may endanger or cause
D D
exposure to employees, the general public, or the environment?

If the answer is YES to any of the above questions - report the release to the California Office of Emergency Services
at 800-852-7550 and the local CUPA daytime: (619) 338-2284, after hours: (858) 565-5255. Note: other state and
federal agencies may require notification depending on the circumstances.

*Call 911 in an emergency*

If all answers are NO, complete a Non Reportable Release Incident Form (page 2 of 2) and keep readily available.
Documenting why a "no" response was made to each question will serve useful in the event questions are asked in the
future, and to justify not reporting to an outside regulatory agency.

If in doubt, report the release.

1
This document is a guide for accessing when hazardous materials release reporting is required by Chapter
6.95 of the California Health and Safety Code. It does not replace good judgment, Chapter 6.95, or other
state or federal release reporting requirements.
5-02-08 Page 1 of2

MACC Request for Proposal (Rev. Feb 2016) Appendix H - Hazardous Label/Forms 110 I Page
NON REPORTABLE RELEASE INCIDENT FORM

1. RELEASE AND RESPONSE DESCRIPTION Incident#

Date/Time Discovered
Incident Date I Time:
I
Date/Time Discharne I Discharge Stoooed D Yes 0No

Incident Business I Site Name:


Incident Address:
Other Locators (Bldg, Room, Oil Field, Lease, Well#, GIS)
Please describe the incident and indicate specific causes and area affected. Photos Attached?: DYes LJNo

Indicate actions to be taken to prevent similar releases from occmTing in the futme.

2. ADMINISTRATIVE INFORMATION
Supervisor in charge at time of incident: Phone:
Contact Person: Phone:

3. CHEMICAL INFORMATION
Chemical
Quantitv
D GAL
D LBS D FT3
Chemical
Quantitv D GAL D LBS D FT3
Chemical
Quantitv D GAL D LBS D FT3
Clean-Up Procedures & Timeline:

Completed By: Phone:

Print Name: Title:

5-02-08 Page 2 of2


MACC Request for Proposal (Rev. Feb 2016) Appendix H - Hazardous Label/Forms 111 I Page
EMERGENCY RELEASE FOLLOW - UP NOTICE REPORTING FORM
-~--------------....,,....-------------------~
J BUSINESS NAME
I FACILITY EMERGENCY CONTACT & PHONE NUMBER
( ) -
E '·. INCIDENT MO DAY YR ~~ 1lME OES
.. DATE j I j I I I I,. ~,,,<;,~~r=nl I I I l(use24hrtime) l:l CONTROLNO. I I I I I I
c . INCIDENT ADDRESS LOCATION I CITY I COMMUNITY ·. COUNTY ZIP
f,:
::::·:.. ~===============================:'::==========:::::;1~~==================::::::
CHEMICAL OR TRADE NAME (print or type) ~ CAS Number

t CHECK IF CHEMICAL IS LISTED IN D ~ CHECK IF RELEASE REQUIRES N011FI - D


40 CFR 355, APPENDIX A ®.. CATION UNDER 42 U.S.C. Section 9603 (a)
c:i============================;:::::======~I~===============::;;;;::===============:
PHYSICAL STATE CONTAINED PHYSICAL STATE RELEASED . QUAN11TY RELEASED
., D SOLID D LIQUID OGAS D SOLID D LIQUID D GAS

ENVIRONMENTAL CONTAMINATION 11ME OF RELEASE DURATION OF RELEASE


DAIR OwATER 0GROUND0oTHER) if -DAYS -HOURS--MINUTE~
ACTIONS TAKEN

..
.;

. KNOWN OR ANTICIPATED HEALTH EFFECTS (Use the comments section for addition information)
D ACUTE OR IMMEDIATE (explain) _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _--1

F
D CHRONIC OR DELAYED ( e x p l a i n ) · - - - - - - - - - - - - - - - - - - - - - - - +

~·· D NOTKNOWN (explain)


'-E!=======================================================:::::
~™:~A-D-V-IC_E_R-EG_A_R_D_l-NG_M_E_D-IC_A_L_A_T_T_E-NT_l_O_N_N_E_C-ES_S_A_R_Y_F_O_R_E_X_P_O_S_E_D_IN-D-IV_l_D-UA_L_S---------1
- ·:~
COMMENTS (INDICATE SECTION (A- G)AND ITEM WITH COMMENTS ORADDITIONAL INFORMATION)

r :

~
. CERTIFICATION: I certify under penalty of law that I have personally examined and I am familiar with the information
submitted and believe the submitted information is true, accurate, and romplete.
REPORTING FACILITY REPRESENTATIVE (print or type)
SIGNATURE OF REPORTING FACILITY REPRESENTATIVE DATE:

MACC Request for Proposal (Rev. Feb 2016) Appendix H - Hazardous Label/Forms 112 I Page
EMERGENCY RELEASE FOLLOW-UP NOTICE
REPORTING FORM INSTRUCTIONS
GENERAL INFORMATION:
Chapter 6.95 of Division 20 of the California Health and Safety Code requires that written emergency release follow-up
notices prepared pursuant to 42 U.S.C. § 11004, be submitted using this reporting form. Non-permitted releases of
reportable quantities of Extremely Hazardous Substances (listed in 40 CFR 355, appendix A) or of chemicals that require
release reporting under section 103(a) of the Comprehensive Environmental Response, Compensation, and Liability Act
of 1980 [42 U.S.C. § 9603(a)] must be reported on the form, as soon as practicable, but no later than 30 days, following a
release. The written follow-up report is required in addition to the verbal notification.

BASIC INSTRUCTIONS:
• The fonn, when filled out, reports follow-up information required by 42 U.S.C § 11004. Ensure that all inforn1ation
requested by the form is provided as completely as possible.
• If the incident involves reportable releases of more than one chemical, prepare one report form for each chemical
released.
• If the incident involves a series of separate releases of chemical(s) at different times, the releases should be reported
on separate reporting forms.

SPECIFIC INSTRUCTIONS:
Block A: Enter the name of the business and the name and phone number of a contact person who can provide detailed
facility information concerning the release.

Block B: Enter the date of the incident and the time that verbal notification was made to OES. The OES control number is
provided to the caller by OES at the time verbal notification is made. Enter this control number in the space provided.

Block C: Provide infonnation pertaining to the location where the release occurred. Include the street address, the city or
community, the county and the zip code.

Block D: Provide information concerning the specific chemical that was released. Include the chemical or trade name and
the Chemical Abstract Service (CAS) number. Check all categories that apply. Provide best available information on
quantity, time and duration of the release.

Block E: Indicate all actions taken to respond to and contain the release as specified in 42 U.S.C. § 11004(c).

Block F: Check the categories that apply to the health effects that occurred or could result from the release. Provide an
explanation or description of the effects in the space provided. Use Block H for additional comments/information if
necessary to meet requirements specified in 42 U.S.C. § l 1004(c).

Block G: Include information on the type of medical attention required for exposure to the chemical released. Indicate
when and how this information was made available to individuals exposed and to medical personnel, if appropriate for the
incident, as specified in 42 U.S.C. § 11004(c).

Block H: List any additional pertinent information.

Block I: Print or type the name of the facility representative submitting the report. Include the official signature and the
date that the fonn was prepared.

MAIL THE COMPLETED REPORT TO:


State Emergency Response Commission (SERC)
Attn: Section 304 Reports
Hazardous Materials Unit
3650 Schriever Avenue
Mather, CA 95655

NOTE: Authority cited: Sections 25503, 25503.1 and 25507.1, Health and Safety Code. Reference: Sections 25503(b)(4),
25503.1, 25507.1, 25518 and 25520, Health and Safety Code.

MACC Request for Proposal (Rev. Feb 2016) Appendix H - Hazardous Label/Forms 113 I Page
APPENDIX I

PRELIMINARY ENVIRONMENTAL ASSESSMENT MEMO

'AW;

MACC Request for Proposal (Rev. Feb 2016)


Appendix I - Preliminary Enironmental Assessment Memo
AC Water Group 1019
THE CITY OF SAN DIEGO

MEMORANDUM

DATE: January 12, 2015

TO: Tina Huang, CIP Preliminary Engineering and Program Coordination, PI Division

FROM: Carrie Purcell, Principal Planner, via Environmental and Permitting Support, PI
Division

SUBJECT: Preliminary Environmental Assessment for AC Water Group 1019, Internal Order
No. 21002242

The Environmental Permitting Section (EPS) has reviewed the project information and prepared
the following preliminary environmental assessment (PEA) for the AC Water Group I 019
project. The PEA request form and location map have been provided for review (attached), and
this is a discussion about the issues involved, which may include some recommendations about
the need for additional information and possible steps necessary to move the project forward as it
relates to environmental items and permitting.

NOTE: This assessment is intended for use by Public Works staff only, and should not be
forwarded to other reviewing departments or agencies (e.g., Development Services).
Consult EPS staff directly for assistance with updating or converting the content of this
document into appropriate regulatory submittal documentation.

PROJECT DESCRIPTION
The project would replace-in-place approximately 6,628 linear feet (LF) of 8-inch asbestos
cement (AC) water main with 8-inch polyvinyl chloride (PVC) piping and 10, 181 LF of 6-inch
AC water main with 8-inch PVC piping via open trench method of construction. Replacement of
the water mains would require a trench width of three feet and trench depth of four feet (same
depth as the existing mains). Construction is targeted to start June 2016 and end February 2018,
and funding would come from annual allocations.

The project is located within the Mid-City: Eastern Area Community Plan area (Council District
4), and would affect portions of the following streets: Dafter Place, Drafter Drive, Deaton Drive,
Genesta Street, soth Street, Fir Street, Oakshire Court, Westover Place, Elm Street, Date Place,
MACC Request for Proposal (Rev. Feb 2016) Appendix I - Preliminary Environemtal Assessment Memo 115 I Page
AC Water Group 1019
Date Street, Marilou Road, 49th Street, Duval Street, 48 111 Street, Tilden Street, Brookline Street,
Federal Boulevard, Euclid A venue, and Altadena Avenue.

ENVIRONMENTALLY SENSITIVE LANDS


The following subsections contain analyses of potential project impacts to environmentally
sensitive lands (ESL), which could result in the need for City and/or Resource Agency permits.

Biological Resources
This project lies entirely within urban developed areas, is not adjacent to the City's Multi-Habitat
Planning Area (MHPA) or any natural resource/open space areas, and should not require any
biological studies or monitoring during construction.

Action: Any street tree work should be cleared through the General Services Urban Forestry
Section at 619-527-7500. Any landscaping will be subject to the City's Landscaping
requirements found at
http://docs.sandiego.gov/municode/MuniCodeChapter14/Ch14Art02Division04.pdf.

Steep Slopes, Coastal Bluffs or Beaches


This project does not involve impacts to Steep Hillsides, Coastal Bluffs or Beaches, as defined in
the Land Development Code's ESL Regulations.

Historical Resources
The project is not located within a historical sensitivity area, and all work is occurring within
previously disturbed soils (i.e. existing trenches). The project should not impact buried
archaeological resources. The City's standard specifications include provisions for discoveries
during construction.

Historic Districts and Landmarks


The project does not propose modification, reconstruction, and/or replacement of a structure over
45 years old.

Any improvements that would require the removal of sidewalks and/or curbs would need to
consider and/or avoid historic sidewalk stamps (45 years or older) should they exist. The
preservation of such stamps could be accomplished through careful removal and/or relocation, as
well as aesthetic integration (concrete scoring patterns, color, etc.) or other features as per City
standards (SDG-115).

Action: Standard specifications identified by the Greenbook specifications could satisfactorily


address the issue.

Paleontological Resources
Paleontological resources would not likely be impacted as excavation would not equal to or
exceed a depth of 10 feet in an undisturbed moderate or high sensitivity formation. All work is
also occurring within previously disturbed soils. However, further review by DSD will
detennine if there are documented paleontological discoveries near the project.

MACC Request for Proposal (Rev. Feb 2016) Appendix I - Preliminary Environemtal Assessment Memo 116 I Page
AC Water Group 1019
WATER QUALITY I STORM WATER
There are two potential permits: the Municipal Permit and the General Construction Pe1111it. The
pem1its have requirements for the design and construction phases based on the type, size,
duration, and location of your project. ·

Design Phase Requirements:


This project is exempt from pennanent storm water Best Management Practices (BMPs) per the
Sto1111 Water Requirements Applicability Checklist (Fo1111 DS-560).

Action: Check Box #2 in Part A and Box #1 in Part C of the DS-560 fom1. Please contact EPS
if you would like assistance filling out this fonn.

This project is not subject to the Hydromodification Management Plan (HMP) requirements
according to the decision tree in the Standard Urban Storm Water Mitigation Plan (SUSMP).

Construction Phase Requirements:


Since the project is considered maintenance of an existing linear utility project, it is not subject
to the General Construction Permit.

Action: Check Box #6 in Part D ofFonn DS-560. The contractor must prepare a Water
Pollution Control Plan (WPCP) compliant with the Municipal Stonn Water Permit prior to
construction and preferably prior to the pre-construction meeting.

Construction site priority:


Based on the land disturbance equations, this project's disturbance totals 1.16 acre. Therefore, it
will likely be a medium priority project.

Action: Check Box# 2 in Part E of Form DS-560. However, before final design the acreage
should be recalculated. Contact EPS for assistance.

GREENHOUSE GAS EMISSIONS


Since your project is likely to be exempt from CEQA, greenhouse gas (GHG) emissions levels
would not apply.

PUBLIC HEALTH AND HAZARDOUS SITES


The project does not occur within the hazardous areas identified by the Environmental Services
Department's (ESD) GIS map layer.

Within 1,000 ft of the project:


There is one burn site/landfill located adjacent to the project area identified as Webster
Elementary. Please see the attached Geotracker Site Listings Map for the exact location.

There are five leaking underground storage tank (LUST) cases documented within 1,000 feet of
the project, and four permitted underground storage tanks.

MACC Request for Proposal (Rev. Feb 2016) Appendix I - Preliminary Environemtal Assessment Memo 117 I Page
AC Water Group 1019
Action: A listing of these cases and the addresses is attached. All cases, including closed ones,
have the potential to contain contaminated soil or groundwater and could potentially be harmful
to human health and the environment if disturbed. Appropriate references to the potential to
encounter contaminated soil or groundwater or other regulated wastes should be included in
construction specifications in the case that contaminated materials are encountered. Although
not required, any boring or geotechnical reports done prior to construction would be helpful for
potential bidders to determine costs associated with dewatering and/or contaminated
soil/groundwater.

You are required to contact Joy Newman at Environmental Services Department (ESD), 858-
573-1204, during design to help determine the appropriate consultations, investigations, and
studies needed, if any. Phase I and Phase II studies are generally only required for property
acquisitions or certain special funding requirements. Although not required, if there are any pre-
construction soil tests or geotechnical work, this information should be shared with ESD and
potential bidders. She can also assist with identifying appropriate references to the potential to
encounter contaminated soil or groundwater or other regulated wastes in construction
specifications.

Hazardous Materials
The project may involve the removal or disturbance of hazardous or toxic substances (e.g.
contaminated soil). Therefore, a Community Health and Safety Plan may be required.

Action: The PM should coordinate with Joy Newman at ESD, 858-573-1204, regarding
inspection, handling and disposal of hazardous materials, and to detem1ine whether or not a
Community Health and Safety Plan would be required.

GEOLOGIC HAZARDS
The project area is located within geologic hazard category zone 52 (ALL OTHER
CONDITIONS: other level areas; gently sloping to steep terrain, favorable geologic structure
low risk). It is assun1ed that any geologic hazard issues will be adequately addressed through
appropriate engineering design.

FLOODPLAIN
The project area is not located within the 100-year floodplain.

TRANSPORTATION I CIRCULATION I PARKING


The project involves work that would impact the City right-of-way during construction.

Action: A Traffic Control Plan is required for any construction activity that would impact City
right-of-way.

COMMUNITY PLANNING/COORDINATION ISSUES


This project is consistent with the community plan guidelines for the Mid-City: Eastern Area
(Council District 4).

MACC Request for Proposal (Rev. Feb 2016) Appendix I - Preliminary Environemtal Assessment Memo 118 I Page
AC Water Group 1019
Moratoriums
There are no known moratoriums on the proposed project.

ENVIRONMENTAL DETERMINATION (this may change following the design group's


formal application submittal to DSD with more detailed project description information):

As proposed, the project would likely qualify for a categorical exemption pursuant to CEQA
State Guidelines, Sections 15301 (Existing Facilities), 15302 (Replacement or Reconstruction),
and 15304 (Minor Alterations to Land); and where the exceptions listed in Section 15300.2
would not apply.

POSSIBLE PERMITS NEEDED


This project would not require a City Site Development Permit (SDP) or Coastal Development
Permit (CDP).

ENGINEERING/RIGHT-OF-WAY PERMIT
This project would not require a right-of entry/encroachment permit from another City
Department.

RESOURCE AGENCY PERMITS


Based on the current project plans and scope of work, there would be no jurisdictional impacts to
water features, wetlands or endangered/threatened species. Therefore, no permits would be
required from the Am1y Corps of Engineers (404 permit), U.S. Fish and Wildlife Service (lOA),
California Department of Fish and Wildlife ( 1602 Streambed Alteration Agreement), nor
Regional Water Quality Control Board (401 Certification/Waiver).

BUDGET AND TIMELINES

The following are ballpark figures to be used for Preliminary Engineering planning purposes.

ig11.Stagelf!f:
iii :in ' '!~
CEQA exemption issuance $5K 30%

,consliifal1.fCostSf<· ·ll~gi 11 '"-'%


Desi 'fr <
Hazardous Material $2-10 K each Prior to 1-3 months
Plan/Community Health and construction
Safety Plan - Contractor hires
Hazardous material monitoring $10-SOK (varies by During Plan for entire
size and construction construction constrnction phase
days)
WPCP - Contractor hires $2K Prior to 1 week
construction

MACC Request for Proposal (Rev. Feb 2016) Appendix I - Preliminary Environemtal Assessment Memo 119 I Page
AC Water Group 1019
If project plans or scope of work changes, this PEA would need to be reassessed for
enviromnental and pennitting requirements.

Please contact James Arnhart at (619) 533-5275 if you have any questions regarding the above
information.

Attachment: Geotracker Site Listing Map


Geotracker Site Listings
PEA Request Fonn
Location Map

cc: Lori Takafugi, Assistant Civil Engineer, PI


Virginia Oskoui, Assistant Civil Engineer, PI
Joy Newman, Hazardous Materials Inspector III, ESD

MACC Request for Proposal (Rev. Feb 2016) Appendix I - Preliminary Environemtal Assessment Memo 120 I Page
AC Water Group 1019
GLOBAL ID FAC ID STATUS ADDRESS CITY
T0607303055 COMPLETED - CASE CLOSED 1755 EUCLID AV SAN DIEGO
T0607301657 COMPLETED- CASE CLOSED 1722 N EUCLID AV SAN DIEGO
T0608129242 COMPLETED- CASE CLOSED 1722 N EUCLID AV SAN DIEGO
H21107 1817 EUCUD AVE# 1016 SAN DIEGO
T0607364392 COMPLETED - CASE CLOSED 1817 EUCLID AV SAN DIEGO
T0608156491 COMPLETED- CASE CLOSED 1817 EUCLID AV SAN DIEGO
H13120 1561 EUCLID AVE SAN DIEGO
T0608159500 COMPLETED - CASE CLOSED 1561 EUCLID AV SAN DIEGO
T06019777827 COMPLETED - CASE CLOSED 1561 EUCLID AV SAN DIEGO
T0607301729 COMPLETED - CASE CLOSED 1561 EUCLID AV SAN DIEGO
T0607300626 COMPLETED - CASE CLOSED 5090 FEDERAL BL SAN DIEGO

> 2016) Appendix I - Preliminary Environemtal Assessment Memo 121 I Page


GLOBAL ID FACIO STATUS ADDRESS CITY
H04558 134847TH ST SAN DIEGO
T0608181710 COMPLETED - CASE CLOSED 1650 47TH ST SAN DIEGO
H26515 1650 47TH ST SAN DIEGO
T0607302541 COMPLETED- CASE CLOSED 4704 FEDERAL BL SAN DIEGO
T10000001564 COMPLETED- CASE CLOSED 5090 FEDERAL Bl SAN DIEGO
L10007467529 COMPLETED - CASE CLOSED 4801 ELM SAN DIEGO

> 2016) Appendix I - Preliminary Environemtal Assessment Memo 122 I Page


AC Water Group 1019 - Geotracker Map Listings

'166$ Euclid Ave, san


GEOTRACl<ER
Ii" ~~il!f.iJa~' 1
f¥J li!J Leaking Underground Tank
(LUST) Cleanup Sites
i'fl II Other Cleanup Sites
l L\il l2l Land Disposal Sttes Tah•rnacle
i DMililaiy shes Ctiristian Academf
~ [\\'.! rJilWDRSites
u
{!)
I!&] ti Irrigated Lands Ragu!atory
I. Program
,' NII II Perml!ted Underground
1 Storage Tank {UST)
·1' Fc1cilities
&'I o Field Points
·, fl'l IA DTSC Cleanup Sites
I &J 6. DTSC Haz Waste Permit ljSl
i El !:I OWR Groundwater Basins· H':![Q
,l !Bl EJ Public Water Systen:T~INEQ I ·.
arilou Acl
,

L. . :7'-~--., ~1=:==~~=='=-----,~--~J
••

Brighton Place Sim Diego


. ~.;_J

:-··-,_ __ ,-·. ._Pilgrim:


~!~~} \!~Y-~~ogreS~ive ~aRt~~f
'"4;,.:._-

MACC Request for Proposal (Rev. Feb 2016) Appendix I - Preliminary Environemtal Assessment Memo
AC Water Group 1019
GEOTR;~~~,R ~f:t;;;~~~;~;~::;:·::~·~:~:~---m---
I
m-- -·m- ~-lBffili
----------~='"'''" __;
F 6Mi£ii$i¥i --Pl
Wl Ill Leaking Underground Tank
(LUST) Cleanup Sites
f1! I Other Cleanup Sites
l*i I Land Disposal Sites
i~)Cl Military Sites
mJWDRSiles
I tnigaloo Lands Regulatory
Program
!m 1111 Permtttnd lJnderground
Storage Tank (UST)
Facilities
0 Field Points
IA DTSC Cleanup Sites
Wl A DTSC Haz Wasta Permit
K1 !J OWR Grou<Wwawr Basins • llifQ
Cl Public Water Systems · Ji\YQ
f=---~SiGN1Fre.SACiOSED . Siii-·····-··-·1
Da;.:St

~GTV(~)
Kgtv-10 Parking. Lot;±!

MACC Request for Proposal (Rev. Feb 2016) Appendix I - Preliminary Environemtal Assessment Memo
AC Water Group 1019
LIMITS OF LANDFILL/BURN ASH SITE

.....~~.~!.~ R~ .. ,

t'1 I
~
JM;.f:t:HSi
"''•""""""""""""""
O'ON&T
r-.. . .___J r

- ~ ~"'" ) . !
"~'"''"'""''"'"'·~~~.~!.'"' R4
.. ,..,.
·-~·,,.,......·····-~-

JJR.S4\,~,{B '''""•N•,,.._..,
,/
MACC R'.equesf for Pr-0,pQsal (Rev. beb 2o~:at:!ldix I - Prelimi ary Environemtal Assessmen,tAViemo
AC water Group 1019
PREDESIGN SENIOR ENGINEER PREDESIGN PROJECT MANAGER
ALEX GARCIA TINA HUANG PROJECT IMPLEMENTATION DIVISION
(619) 533-3634 (619) 533-3863

PREDESIGN PROJECT ENGINEER PREDESIGN DRAFTER


VIRGINIA OS KOU I TEDDY RAMOS
(619) 533-5152 (619) 533-3734

Legend
MACC Request for Proposal (Rev. Feb 2016) App~~JAfq\\fia:@®.W{r~fW~1tal Assessment Memo
AC Water Group 1019
Document Palh: S:\PlTS\PITS.C!P·Ptellmlnruy.£1'1g!ncerlng.a11d·Ptogram-CoordlnatJon\Draflirl9\Walor & Sewer ProJetts\AC Walat PrO}eds\AC Water and Sewer Group 1019\CIP Triicklng\Loc11tlon Maps\Predeslgn Locati011 Map {11·4-2014).mxd
126"1*"
No Scale

Community Name: Mid-City: Eastern Area Council District: 4 SAP ID# TBD (W)
Date: 11-5-2014 TBD (S)
THE CITY OF SAN DIEGO

MEMORANDUM

DATE: December 24, 2014

TO: Carrie Purcell, Senior Planner, Environmental and Permitting Support

FROM: Tina Huang, Associate Engineer-Civil, CIP Preliminary Engineering and Program
Coordination

SUBJECT: Preliminary Environmental Assessment Request for AC Water Group 1019,


WBS #Pending, Internal Order# 21003132

PROJECT DESCRIPTION

Project Manager: TBD (ROWD)

Senior Design Engineer: Luis Schaar (ROWD)

Actual, closest address or cross streets: (see attached location map)


• Dafter Place
• Dafter Drive
• Deaton Drive
• Genesta
1
Street
• 50 h Street
• Fir Street
• Oakshire Court
• Westover Place
• Elm Street
• Date Place
• Date Street
• Marilou
111
Road
• 49 Street
• Duval Street
• 48th Street
• Tilden Street
• Brookline Street
• Federal Boulevard
• Euclid Avenue
• Altadena Avenue
MACC Request for Proposal (Rev. Feb 2016) Appendix I - Preliminary Environemtal Assessment Memo 127 I Page
AC Water Group 1019
Attach Project Map. Are there GIS files associated with the project? If so attach to an email or
provide location of the GIS shape files on shared drive if available.
• Location map and shape files will be forwarded via email.

Please provide all details available on the project:


This project proposes to replace-in-place 6,628-LF of existing 8-inch asbestos cement (AC) water
main and 10,181 LF of existing 6-inch asbestos cement (AC) water main with new 8-inch
polyvinyl chloride (PVC) via open trench construction methods.

The project is located in the Mid-City: Eastern community area within Council District 4.

GROUND DISTURBANCE AREA


Staging areas (sq. ft): NIA
Landscaping area (sq. ft.): NIA
Excavation area (sq. ft.): NIA
Excavation depth (ft.): NIA
New impervious areas (parking lots, sidewalks, streets, buildings) (sq. ft): NIA

TARGETTED CONSTRUCTION DATES


Start date: June 2016 (NTP)
End date: February 2018 (NOC)

FUNDING
Is federal funding involved? No
Is this a CBDG funded project? No
Is this a Transnet funded project? No
State revolving funds are used? No
Local funding? No
Other not listed? Please specify: Funds from A1mual Allocations A-KB.00003 - Main Replacements.

PERMITS
Are there any previous CEQA documents, agency pennits obtained (if applicable) OR planning
documents associated with the improvements or projects? No

If yes, describe and please request from client and attach.

OWNERSHIP
Is the entire project in the City right-of-way or on City-owned land? Yes
Ifno, who owns the land (State, Federal, Private)?

HISTORICAL RESOURCES
Are you proposing to demolish or alter an existing building, facility or public improvement that is
considered historical or more than 45 years old? No

BIOLOGY/SENSITIVE AREAS
Are you proposing to remove or alter any vegetation? No.
MACC Request for Proposal (Rev. Feb 2016) Appendix I - Preliminary Environemtal Assessment Memo 128 I Page
AC Water Group 1019
TRENCHING FOR UTILITIES (water)
O New X Replace-In-Place
Existing Diameter of pipes: 8-inch
Existing Depth: 4 feet
Existing Length: 6,628 feet
Existing Width: 3 feet
Proposed Diameter of pipes: 8-inch
Proposed Depth: 4 feet
Proposed Length: 6,628 feet
Proposed Width: 3 feet
Abandonment Length: n/a

Existing Diameter of pipes: 6-inch


Existing Depth: 4 feet
Existing Length: 10, 181 feet
Existing Width: 3 feet
Proposed Diameter of pipes: 8-in
Proposed Depth: 4 feet
Proposed Length: 10, 181 feet
Proposed Width: 3 feet
Abandonment Length: n/a

Will there be new appurtenances or access01y structures associated with the project? (Boring pits,
vaults, culverts, manholes, boxes, storm drain inlets, etc.) No

Is there an existing access road? Alignment is within City ROW


If no, will one be created as part of the project?

CITY REAL ESTATE ACTIVITIES


Are there any real estate actions involved? (new lease, amended lease, property sale, right of entry
permit, easement vacations, easements, dedications, etc.)? No
If yes, describe:

Desired Date of PEA (2 week minimum turnaround): January 12, 2015.

Should you require further information or clarification about this request, please contact Project
Engineer Virginia Oskoui at 533-3020.

Tina Huang
Associate Civil Engineer

LT

Attachments: Maps and Shape files via email


MACC Request for Proposal (Rev. Feb 2016) Appendix I - Preliminary Environemtal Assessment Memo 129 I Page
AC Water Group 1019
APPENDIX]

SAMPLE OF PUBLIC NOTICES

MACC Request Proposal (Rev. Feb 2016) 130 Page


Appendix J - Sample of Public Notices
AC Water Group 1019
PROJECT NAME

Trenching on you:r street is


complete.
What you need to know:
• Pipe installation on your street is complete
and construction crews are now installing
new pipeline for this project at another
location.
• You may see temporary trench plates or
trench caps for some time -even after
construction activities have concluded on
your street.
Street resurfacing:
• Your Streets will be resurfaced once the
entire pipeline project is complete.
• Concrete streets will not be resurfaced curb
to curb; only the trench will be backfilled.
• Street resurfacing may be delayed due to
the City's slurry seal moratorium.

Estin1ated resurfad.ng completion on


your street:
(Insert Date-Month and Year)

""u'""'"'" to this work


can: (619) 533~4207
Email: engineering@sandiego.gov
Visit: sandiego.gov/CIP
C!TYOFSAN

PueLlc CHEPAIHMl:Ni
Thlt infomiti!i!ln l~ availuhkt in altna!ivo formals upon rnq1mst

MACC Request for Proposal (Rev. Feb 2016) 131 I Page


Attachment J - Sample of Public Notices
AC Water Group 1019
ATTACHMENT F

INTENTIONALLY LEFT BLANK

MACC Request for Proposal (Rev. Feb 2016) 132 Page


Attachment F - Intentionally Left Blank
AC Water Group 1019
ATTACHMENT G

PROPOSAL SUBMITTAL REQUIREMENTS AND SELECTION CRITERIA

MACC Request Proposal (Rev. Feb 133 Page


Attachment G - Proposal Submittal Requirements and Selection Criteria
AC Water Group 1019
ATTACHMENT G

PROPOSAL SUBMITTAL REQUIREMENTS AND SELECTION CRITERIA

PUBLIC WORKS DEPARTMENT

1. Addenda to the RFP (PASS/FAIL)

1.1. The Design-Builder shall confirm the receipt of all addenda issued to this
RFP. Failure to acknowledge all addenda issued, may result in the Proposal
being considered non-responsive and ineligible for further consideration.

1.2. The Design-Builders are not required to include copies of the actual
addenda in its Proposal.

2. Exceptions to the RFP (PASS/FAIL)

2.1. If the Design-Builder takes exception(s) to any portion of this RFP and its
attachments, the specific portion of this RFP or attachment to which
exception is taken shall be identified and explained to the City in writing a
minimum of 10 Days prior to the date established for submittal of the
Technical Proposal.

2.2. Exceptions taken after the stipulated period to this RFP may be cause for
rejection of the Proposal as being non-responsive. The City reserves the
right to waive exception(s) as it deems in the best interests of the City.

3. Subcontracting Participation Percentages (PASS/FAIL)

3.1. If the Design-Builder fails to meet the minimum subcontracting


participation percentages, the Proposal will be considered non-responsive
and rejected.

4. Executive Summary (10 Points Max)

4.1. Include a 1- to 2-page overview of the entire Proposal describing the


highlights of the Proposal.

5. Project Team (15 Points Max)

5.1. Describe any changes to the key personnel identified as part of the SOQ
Describe the strength of key proposed construction and technical
personnel, and Subcontractors assigned to the Project. Provide a list of
subcontractors which were given the opportunity to form your project
team ..

6. Technical Approach and Design Concept (35 Points Max)

6;1. Describe specifically how Attachment A, Section 43. Supplemental


Requirements will be implemented in particular item 43.2, work needed to
accomplish the scope of work generally in accordance with the
recommendations in the Planning Study and the Preliminary Engineering
MACC Request Proposal (Rev. Feb 2016)
Attachment G - Proposal Submittal Requirements and Selection Criteria
AC Water Group 1019
Report. NOTE -Generic proposals not specifically applicable to this project
and/or proposals which duplicate competitors' proposals verbatim may
result in score deductions.

6.2. The following elements shall be included in the Technical Proposal:

6.2.1 Pipeline alignment, sizes and locations of appurtenances.

6.2.2 Traffic Control Approach - The Design-Builder shall describe its


general approach to developing a traffic control and local access
management plan (Traffic Control Plan).

6.2.3 Quality Assurance/Quality Control Plan (QA/QC Plan) - The Design-


Builder shall submit a QA/QC Plan specifically developed for this Project.
The Design-Builder's QA/QC Plan shall comply with the City's Quality
Assurance/Quality Control Plan Guidelines (see attached Contract for
Guidelines). The QA/QC Plan shall describe the tools, process, and
resources the Design - Builder shall use to ensure that it provides
facilities that meet the requirements of the Contract.

6.2.4 Paving Restoration.

6.2.5 Water highlining plan for each site

6.2.6 Phasing of design and construction work of each site separately

6.2.7 Curb Ramp Design and Installation plan pursuant to the Access Law
Design Compliance Memorandum (part of the bridging documents)
and highlight any Modification, if any.

6.2.8 Phasing and Coordination with Adjacent Projects

6.2.9 Storm Water Pollution Control Best Management Practices.

6.2.10 Subsurface Investigation and Geotechnical Work.

6.2.11 Proposed Design Schedule: Outline the proposed design schedule,


including sequencing of each major design component (30% 1 60%,
100%, Final Design) and proposed durations.

6.2.12 Estimate the following quantities amounts need to complete our entire
project, per your proposed design and construction methods.
Quantities will only be used to evaluate the Technical Portion of the RFP.
The actual quantities will vary during the actual design and
construction of the project:

1) Additional Bedding - _CY

2) Imported Backfill - _TON

3) Asphalt Pavement Repair - _SF

MACC Request for Proposal (Rev. Feb 2016)


Attachment G - Proposal Submittal Requirements and Selection Criteria
AC Water Group 1019
4) Additional Curb & Gutter - _LF

5) Additional Sidewalk Removal & Replacement - _SF

6) Additional Pavement Removal & Disposal - _CY

7. Construction Plan (40 Points Max)

7 .1 Describe the proposed construction plan for this Project, including the
following, at a minimum:

7.1.1 Construction approach and methods

7.1.2 Plan for operation of facility during construction

7 .1.3 Plan for phasing of construction activities

7.1.4 General plan for functional testing and start-up.

7.1.5 Proposed safety program

7.1.6 Proposed emergency response plan

7.1.7 Water highlining plan for each site

7 .1.8 Phasing of design and construction work of each site separately

7.1.9 Proposed construction schedule

7 .1.10 Traffic Control Management

7.1.11 Community Impact

7.2 Project Coordination - The Design-Builder shall identify the following:

7.2.1 The processes and procedures it will use to ensure that all Work is
properly coordinated.

7 .2.2 The design and construction coordination requirements with


governmental entities and agencies, utilities, Underground Service
Alert, City forces, and all other persons or entities involved in
infrastructure improvements or otherwise affected by Project design
and construction requirements.

7 .2.3 The design coordination system between drawings and specifications


and disciplines.

7.2.4 The system for tracking questions and responses.

7.2.5 The system for coordinating work among subcontractors and


equipment manufacturers.

MACC Request for Proposal (Rev. Feb 2016) Page


Attachment G - Proposal Submittal Requirements and Selection Criteria
AC Water Group 1019
7.3 Critical Path Schedule - The RFP requires the Design-Builder to complete the
Project within a certain number of Working Days. The Design-Builder shall
include a summary level critical path method (CPM) schedule in the form of
a bar chart that identifies all Project milestones set forth in this RFP,
including its Attachments such as additional tasks or milestones, as well as
all critical activities the Design-Builder anticipates performing and
coordinating with others to complete the Project. The Design-Builder shall
include with the schedule a narrative explaining detailed procedures for
ensuring all Project milestones are met. Proposals that show valid means to
reduce the duration of the Project may be given favorable consideration if
they demonstrate realistic activity durations and no increase in Project cost.

7.4 Challenges/Issues - Identify what your team believes to be the largest


challenges associated with this Project. Describe how your team has
overcome similar challenges on a previous Project your team has participated
in. Proposals shall describe the Design- Builder's understanding of the design
and technical issues involved in the Project, including those related to design
review, value engineering, proposals, general contracting, schedule, site
mobilization, constructability, construction sequencing, quality control, code
compliance, and cost containment.

7.5 Describe any cost saving measures, not included in your proposal that the
City of San Diego Team should consider, and the Design-Builder is willing to
implement. For each recommendation, the percentage of your price proposal
or time would be saved.

7.6 Community Outreach and Public Relations Program - The Design-Builder


shall describe its general approach to building relations between the Design-
Builder and the community, including how the Design-Builder will provide
effective public information and respond to public concerns. The Design-
Builder shall work cooperatively with the City's team and creatively integrate
the needs of the community into the design of the Project.

7.7 Community Coordination - Due to the summer moratoriums, how do you


plan to phase the project and keep the community informed?

7.8 Staging Area and project cleanup - What is your plan for staging area and
project cleanup (during construction and moratorium phases) to minimize
residents and visitors concerns?

7.9 Residents and Visitors - how will traffic and bus stops be impacted? How
will you minimize the impacts?

7.10 Construction mitigation plan to minimize impacts to local businesses (i.e.


impacts the business access and parking)

Total Points: 100

MACC Request for Proposal (Rev.


Attachment G - Proposal Submittal Requirements and Selection Criteria
AC Water Group 1019
Proposals that do not contain the aforementioned components may be rejected as non-
responsive. The Design-Builder>s information and Proposal details provided during the
Q&A meeting will be part of the Proposal evaluation and failure to attend the meeting will
determine the proposal to be non-responsive.

8. Review of Technical Proposal

8.1. Following the receipt of the Technical Proposal, the City anticipates
allotting 2 weeks for review of the Technical Proposals.

8.2. Presentations will not be required.

9. Final Selection Based on Adjusted Low Proposal

9.1. The ranking of each Design-Builder during the Technical Proposal review
will serve as the divisor of the Price Proposal and determine the weighted
price.

9.2. Following review of the Technical Proposals, the resulting qualitative


evaluation scores will be totaled, averaged, and converted to a decimal. The
Proposal price will then be divided by the scores from the Technical
Proposals. This becomes the Adjusted Low Proposal. The lowest adjusted
proposal will be recommended for contract award. The adjustment to the
Price Proposal is for selection purposes only. The Price Proposal as submitted
is the actual Contract Price.

9.3. The following example illustrates the process:

Qualitative Score
Design-Builder (100 Maximum) Price Proposal Adjusted Price *

A 0.85 $1,000 ,000.00 $1,176,471

B 0.95 $1,300,000.00 $1,368,421

c 0.65 $900,000.00 $1,384,615

*The adjustment to the Proposal is for selection only. Firm "A" has
Adjusted Lowest Proposal. The Price Proposal is the actual Contract
amount.

MACC Request for Proposal (Rev. Feb 138 Page


Attachment G - Proposal Submittal Requirements and Selection Criteria
AC Water Group 1019
ATTACHMENT H

PRICE PROPOSAL FORMS

MACC Request Proposal (Rev. Feb 2016) 139 Page


Attachment H - Price Proposal Forms
AC Water Group 1019
Or 1
'"vi/(Ja..J bo~
PRICE.PROPOSAL FORMS

PROPOSAL

T'ne Design-Bidder agrees to the design and ronstruction of AC Water Group 1019, for the Ci:ty of San DiegD, in accordance with these
contract doeum~s for the p.rkes listed below.

Item I NAICS I -
No_ CQDE I Description Q.ua-qtity D* Unit Unit Price Extension

1.. • 541330

I
I
Engineering ;md Design Serv.ice5 1
I D IS
,><
!><
$~~0()c0-l
i . I
l

2.. 237110 Field Constrm::tkm


! 1 LS $? tfbS cm4
' i I
I 3. City Contingency I·
i
1
I AL $220,.000.00 .$22-0~000.oo

TOTAL FOR PROPOSAL (iTEMs NO 1 THROUGH 3 INCLUSIVE):· s~s-. ~7s.~·


* Design Element (For City Dse) .. +

TOT..A.L BID PR.I~ FOR BID (Items 1through.3 :inclusive} amount w.ri.tren in words~ ~ .
'Fr.Jc mn.UON
.
W~Nj ~ 'Se:'-'1~~--1I .. t.5~v~ '1"'HoU..""S~:;J'<{\) ~1...:5 f;..NOH ;;Qi)-

-~~~ . ~-~-----~---'- ---------~----uo fPag;;


.MAC£ Request for Propos-.J. {Rev~ Feb 2016)
At'"t.achment H - 'Proposal ro Be Included mfue Pric-e Proposal Only
AC Water Group 1019
PRICE PROPOSAL FORMS ~

DESIGN-BUILD LIST OF SUBCONTRACTORS TO BE INCLUDED IN THE PRICE PROPOSAL ONLY

ln accordance with the requirements of the "Subletting and Subcontracting Fair Practices Act", Section 4100, of the Public Contract Code (PCC), The Design~Builder is to Hst
below the name and address of each Subcontractor who will perform work, labor, render services or specialiy fabricates and installs a portion [type] of the work or improvement,
in an amount in excess ofQ.5% of the Design-Builder's total Bid. The Desigri~Builder is to list below the portion of the work which will be done by each Subcontractor. The
Design-Builder is to list only one Subcontractor for each portion of the Work. The DOLLAR VALUE of the total Bid to be performed by the Subcontractor is to be stated for all
Subcontractors listed. Faiiure to comply with the listing of the Subcontractors as specified may result in the Bid being rejected as non-responsive and ineligible for a\v:ard. The
Design-Builder .is to list all SLBE, ELBE, DBE, DVBE. MBE, V.'BE, OBE, WoSB, SDB, HUBZone, and SDVOSB Subcontractors that Design-Builder are seeking recognition
towards achieving any subcontracting participation percentages.

Name:GHD
Address: 3750 Convov Street. #220
City: San Diego State: ='----~ Designer NIA Civil Design Sl%,000.00 OBE NIA

Zip: 921 l l Phone: (858) 244-0440


Email:
Name: Robcar DBA Hudson Safe-T-Lite
Address: 777 Gable Wav, PO Box 117
City: El Cajon State: =C....,A'---- Designer NIA Traffic $8,750.00 SLBE
Control Plans
Zip: 92022--0117 Phone: (619)441-3644
Email:
© As appropriate, Design-Builder shaH identify Subcontractor as one of the following and shall include a valid proof of certification (except for OBE, SLBE and ELBE):
Certified Minority Business Enterprise MBE Certified Woman Business Enterprise WBE
Certified Disadvantaged Bµsiness Enterprise DBE Certified Disabled Veteran Business Enterprise DVBE
Other Business Enterprise OBE Certified Emerging Local Business Enterprise ELBE
Certified Small Local Business Enterprise SLBE Small Disadvantaged Business SDB
Woman-Owned Small Business · WoSB HUBZone Business HUBZone
Service-Disabled Veteran Owned Smail Business SDVOSB
@ As appropriate, Design-Builder shall indicate if Subcontractor is certified by:
City of San Diego CITY State of California Department of Transportation CALTRANS
California Puhlic Utilities Commission CPUC San Diego Regional Minority Supplier Diversity Council SR.i\1SDC
State of California's Department of General Services CADoGS City of Los Angeles LA
State of California CA U.S. Small Business Administration SBA
The Design-Builder will not receive any subcontracting participation percentages if the Design-Builder fails to submit the required proof of certification.

MACC Request fur Proposal (Rev. Feb. 2016)


Attachment H - Design-Build List of Subcontractors to Be Included in the Price Proposai Only 141 I Page
Form Number: AA05
AC Water Group 1019
PRICE PROPOSAL FOR.1\1S

DESIGN-BUILD LIST OF SUBCONTRACTORS TO BE INCLUDED IN THE PRICE PROPOSAL ONLY

In accordance with the requirements of the "Subletting and Subcontracting fair Practices Act", Section 4100, of the Public Contract Code (PCC}, The Design-Builder is to list
below the name and address of each Sul:icontractor who will perform work, labor, render services or speciaHy fabricates and installs a portion [type] of the work or improvement,
in an amount in excess of0.5% of the Design-Builder's total Bid. The Design-Buildeds to list below the p-0rtion of the work which v.'111 be done by each Subcontractor. The
Design-Builder is to list only one Subcontractor for each portion of the Work. The DOLLAR V AJ... UE ofthe total Bid to be performed by the Subcontractor is to be stated for all
Subcontractors listed, Failure to comply with the listing of the Subcontractors as specified may result in the Bid being rejected as non-responsive and ineligible fur award. The
Design-Builder is to list ail SLBE, ELBE, DBE, DVBE, MBE,. WBE, OBE, WoSB, SDB, HUBZone, and SDVOSB Subcontractors that Design-Builder are seeking recognition
towards achieving any subcontracting participation percentages.

NAME,ADDRE$$·~.TEL~PiJQ~ENb~~
•o:F·SUooONTit.ACIOR · . .·
;; rsi.ftvAI:;Uifj , . ii nvniifon:E '. ·.·1 · · . 'WH··.·
. . ,~~LJ~·",J "~!~~~~~~;; .~.~~!~~·.
.. ·. E.·.:R.E··..•...
CHECK.IF
JOINT
•··. .VENTURE
: ..ORSDVOSB¢~:;·
. . '
PARTNERSH~.
Name: Land Surveying Consultants
Address: 318 State. Place
City: Escondido State: =='---- Designer NIA Survey SZl,600.00 SLBE
Zip: 92029 Phone: (760) 738-8804
Email:
Name: AIRX Utility Surveyors
Address: 2534 E El Norte Parkway
City: Escondido State: -=CA'-"--- Designer NIA Design $35,000.00 SLBE City
Potholing
Zip: 92027 Phone: (760) 480-2347
Email:
© As appropriate, Design-Builder shall identify Subcontractor as ooe of the following and shall include a valid proof of certification (except for OBE, SLBE and ELBE):
Certified Minority Business Enterprise MBE Certified Woman Business Enterprise WBE
Certified Disadvantaged Business Enterprise DBE Certified Disabled Veteran Business Enterprise DVBE
Other Business Enterprise OBE Certified Emerging Local Business Enterprise ELBE
Certified Small Local Business Enterprise SLBE Small Disadvantaged Business SDB
Woman-Owned Small Business WoSB HUBZone Business HUBZone
Service-Disabled Veteran Owned Small Business SDVOSB
@ As appropriate, Design-Builder shall indicate if Subcontractor is certified by:
City of San .Diego C!iY State of California Department ofTransportation CALTRANS
California Public Utiltties Commission CPUC San Diego Regional Minority Supplier Diversity Council SRMSDC
State of California's Department of General Services CADoGS City of Los Angeles LA
State of California · CA U.S. Small Business Administration SBA
The Design-Builder wm not receive any subcontracting participation percentages if the Design~Builder fails to submit the required proof of certification.

MACC Request for Proposal (Rev. Feb. 2016)


Attachment H - Design~Build List ofSubcqntractors to Be Included in the Price Proposal Only 141 jPage
Form Number: AA05
AC Water Group 1019 ..
..,...,..,-.-..----~--~-~-----,-,-·---'"
PRICE PROPOSAL FORMS

DESIGN-BUILD LIST OF StJBCONTRACTORS TO BE INCLUDED IN THE PRICE PROPOSAL ONLY

ln accordance with the requirements of the "Subletting and Subcontracting Fair Practices Act'', Section 4100, of the Public Contract Code (PCC), The Design-Buiider is to Hst
below the name and address of each Subcontractor who will perform work, labor, .tender services or specially fabricates and installs a portion [typeJ of the work or improvement,
in an amount in excess of 0.5%, of the Design-Builder's total Bid. The Design-Buflder is to iist below the portion of the work which will be done by each Subcontractor. The
Design-Builder is to list only one Subcontractor for each portion of the Work. The DOLLAR VALUE of the total Bld to be performed by the Subcontractor is to be stated for all
Subcontractors listed. Failure to comply with the listing of the Subcontractors as. specified may result in the Bid being rejected as oon,.responsive and ineligible for award. The
Design-Builder is to list aH SLBE, EIBE,.DBE, DVBE, MBE, WBE, OBE, WoSB, SDB, HUBZone, and SDVOSB Subcontractors that Design-Buiider are seeking recognition
towards achieving any subcontracting participation percentages.

.NAME,ADr~~~gg~~~~~
~~'1t:> -~i~~f~~. ;~: '( ~~~~-t GµEGK IF
... ·c<·.v>l)• , , '.· •:X\ J·.·.E..'\VoS,~!fiUBLi'neJ
. . ·.·. . •.·.E;
. . . LB ······s····
.. ·.:s. . . D. .~· · :.' ·.· · 'CE
.... t:;B. . . . E; :'·. R. ···•·Q:l···lED
·.m·.·
...• JOINT
VENTURE
·. ·· OR'SDVOSBID .. .. . PARTNERSHIP

Name: Humanability
Address: 1025 Birch Avenue
Designer NIA Community S3,00CLOO ELBE City
City: Esc-0ndido State: -=C=A~-­ Relations
Zip: 92027 Pltone: (760) 580-4630 Plan
Email:
Name: Southern California Soil & Testing
Address: 6280 Riverdale Street
City: San Diego State: ~C~A~-....., Designer NIA Geotechrtical DVBE CADoGs
Investigation
Zip: 92120 Phone: (619) 280-4321
Email:
© As appropriate, Design-Builder shall identify Subcontractor as one of the following and shall include a valid proof of certification (except for OBE, SLBE and ELBE):
u>rtified Minority Business Enterprise MBE Certified Woman Business Enterprise WBE
Certified Disadvantaged Business Enterprise DBE C',erhfied Disabled Veteran Business Enterprise DVBE
Other Business Enterprise OBE Certified Emerging Local Business Enterprise ELBE
Certified Small Local Business Enterprise SLBE Small Disadvantaged Business SDB
Woman-Owned Small Business WoSB HUBZone Business HUBZone
Service-Disabled Veteran Owned Small Business SDVOSB
@ As appropriate, Design-Builder shall indicate if Subcontractor is certified by:
City of San Diego CITY State of California Department of Transportation CALTRANS
California Public Utilities Commission CPUC San Diego Regional Minority Supplier Diversity Councll SRM'.SDC
State of California's Department of General Services CADOGS City of Los Angeles LA
State ofCalifornia CA US. Smail Business Administration SBA
The Design-Builder wm not receive any subcontracting participation percentages if the Design~Builder fails ro submit the required proof of certification.

:N1ACC Request for Proposal (Rev. Feb. 2016)


Attachment H - Design-Build List of Subcontractors to Be Included in the Price Proposal Only 141 I Page
Form Number: AA05
ACWaterGmup HH9
PRICE PROPOSAL FORMS

DESIGN-BUILD LIST OF SUBCONTRACTORS TO BE INCLUDED IN THE PRICE PROPOSAL ONLY

In accordance with the requirements of the "Subletting and Subcontracting Fair Practices Act", Section 4100, of the Public Contract Code {PCC), The Design-Builder is to list
below the name and address of each Subcontractor who will perform work, labor, render services or specially fabricates and installs a portion [typeJof the work or improvement,
in an amount in excess of 0.5% of the Design-Builder's total Bid. The Design-Builder is to list below the portion of the work which "viU be done by each Subcontractor. The
Design-Builder is to list only one Subcontractor fur each portion of the Work The DOLLAR VALUE of the total Bid to be. performed by the Subcontractor is to be stated for an
Subcontractors listed. Failure to comply with the listing of the Subcontractors as specified may result in the Bid being rejected as non-responsive and ineligible for award. The
Design-Builder is to list all SLBE, ELBE, DBE, DVBE, MBE, WBE, OBE, WoSB, SDB, HUBZone, and SDVOSB Subcontractors that Design-Builder are seeking recognition
towards achieving any subcontracting participation percentages.

.... .. ··1 ... (:;p~(;l{IF.


N~ ADD:~=~~~i~(~~ER vi .~8;~~i::. ' .... ;~.x:· ...:.
,:/&.~@W'!m
PA!tTNERSHIP

Name: Miramar General Engineering


Address: 8400 Miramar Road. Ste. 222A
City: San Diego State: CA -- I Constructor
I W09541
I Pedestrian
Ramps
I $279,000.00 I ELBE I City

Zip: 2_2126 Phone: (619)271-6122


Email:
Name: G. Scott Asphalt
Address: 358 Trousdale Drive
City: Chula Vista State: I Constructor I 751836 I Slurry Seal I $80,000.00 I SLBE ! City

Zip: 919W.:l045 . Phone: (.6121420-1854


Email:
Q) As appropriate, Design-Builder shall identify Subcontractor as one of the following and shall include a valid proof of certification (except for OBE. SLBE and ELBE):
Certified Minority Business Enterprise MBE Certified Woman Business Enterprise WBE
Certified Disadvantaged Business Enterprise DBE Certified Disabled Veteran Business Enterprise DVBE
Other Business Enterprise OBE Certified Emerging Local Business Enterprise ELBE
Certified Small Local Business Enterprise SLBE Small Disadvantaged Business SDB
Woman-Owned Small Business WoSB HUBZone Business HUBZone
Service-Disabled Veteran Owned Small Business SDVOSB
@ As appropriate, Design-Builder shall indicate if Subcontractor is certified by:
City of San Diego CITY State of California Department of Transportation CALTRANS
California Public Utilities Commission CPUC San Diego Regional Minority Supplier Diversity Council SRivfSDC
State of California's Department of General Services CADoGS City of Los Angeles LA
State of California CA U.S. Small BusinessAdministra.tion SBA
The Design-Builder will not receive any subcontracting participation percentages if the Design-Builder fails to submit the required proof of certification.

MACC Request fur Proposal (Rev. Feb. 2016)


Attachment H - Design-Build List of Subcontractors to Be Included in the Price Proposal Only 141 i Page
Form Number: AA05
AC Water Group 1019

o--..-.---------·----~
PRICE PROPOSAL FORMS

DESIGN-BUILD LIST OF SUBCONTRA.CTORS TO BE INCLUDED IN THE PRICE PROPOSAL ONLY

In accordance •vith the requirements of the "Subletting and Subcontracting Fair Practices Act", Section 4100, of the Public Contract Code (PCC), The Design-Builder is to list
beiow the name and address of each Subcontractor who \vill perform work, labor, render services or specially fabricates and instaiis a portion [typeJ of the work or improvemen~
in an amount in excess of0.5% ofthe Design"'Builder's total Bid. The Design-Builder is to list below the portion offhe. \Vork which wiH be done by each Subcontractor. The
Design-Builder is to list ()ruy-one Subcontractor for each portion of the \Vork. The DOLLAR VALUE of the total Bid to be performed by the Subcontractor is to be stated for aU
Subcontractors listed. Failure to compiy with the listing ofthe Subcontractors as specified may result in the Bid being rejected as non-responsive and ineligible for award. The
Design-Builder is to iistaU SLBE, ELBE, DBE, DVBE, 'MBE, WBE, OBE, WoSB, SDB, HUBZone, and SDVOSB Subcontractors that Design-BuHder are seeking recognition
towards achieving any subcontracting participation percentages.

. J:?cs'!,.<. ·· CBECKIF
>j . wf1El£E ': .·. . .JOINT
./ :<:;£~~~~(· '.~lt.=~iP.
Name: South·west Signal Service
Address:. 397 Raleigh Avenue
Constructor 45UI5 Traffic Loops SLBE City
City: El Cajon State: = " - " ' - - and Signals
Zip:92020 Phone: (619) 442-3343
Emaii:
Name: LSI Road Marking
Address: PO Box 2426
Cil:y: El Cajon State: """C"-'A,___ _ Constructor 775886 Pavement $34,000.00 SLBE City
Markings
Zip:.92021 Phone: (619)443-7755
Email:
© As appropriate, Design~Buiider shall identify Subcootractor as one of the following and shall include a valid proof of certification (except fur OBE, SLBE and ELBE):
Certified Minority Business Enterprise MBE Certified Woman Business Enterprise WBE
Certified Disadvantaged Business Enterprise DBE Certified Disabled Veteran Business Enterprise DVBE
Other BuSiness Enterprise OBE Certified Emerging Locai Business Enterprise ELBE
Certified Small Local Business Enterprise SLBE Small Disadvantaged Business SDB
Woman-Owned Small Business WoSB HUBZone Business HUBZone
Service-Disabled Veteran Owned Small Business SDVOSB
@ A.sappropriate, Design-Builder shall indicate if Subcontractor is certified
CityofSan Diego CITY State of California Department of Transportation CALTRANS
California Pubiic Utlllties Commission CPUC San Diego Regional Minority Supplier Diversity Council SRMSOC
State of California's Department of General Services CADoGS City of Los Angeles LA
State of California CA US. Small Business Administration SBA
The Design-Builder will not receive any subcontracting participation percentages if the Design-Buifder faUs to submit the required proof of certification.

MACC Request for Proposal (Rev. Feb. 2016)


Attachment H - Design-Build List of Subc-0ntractors to Be Included in the Price Proposal Only 141 I Page
Form Number: AA05
AC Water Group 1019
PRICE PROPOSAL FORMS

DESIGN-BUILD LIST OF SUBCONTRACTORS TO BE INCLUDED IN THE PRICE PROPOSAL ONLY

In accordance with the requirements of the "Subletting and Subcontracting Fair Practices Act", Section 4100, of the Public Contract Code (PCC), The Design-Builder is to list
below the name and address of each Subcontractor who will perform work, labor, render Sel"'\ices or specially fabricates and installs a portion [type] of the work or improvement,
in an amount in excess of 0.5% of the Design-Builder's total Bid. The Design-Builder is to list below the portion of the work which will be done by each Subcontractor. The
Design-Builder is to list only one Subcontractor for each portion of the Work, The DOLLAR VALUE of the total Bid to be performed by the Subcontractor is to be stated for aH
Subcontractors listed. Failure to comply with the listing of the Subcontractors as specified may result in the Bid being rejected as non-responsive and ineligible for award. The
Design-Builder is to list all SLBE, ELBE, DBE, DVBE, MBE, WBE, OBE, WoSB, SDB, HLTBZone, and SDVOSB Subcontractors that Design-Builder are seeking recognition
towards achieving any subcontracting participation percentages.
. ,; ...
·. ·. ''.. :. ; '. "•· .·· .. :..,.... ···.·.:'·:·:: , ··,-·<··>.::, ..:,·, ::; ·::~- ·>>,,,.,.,.··.·. . ·.·: Gili:CK IF
NAME,ADJ)RESS AND TELJJ:PH,QN,]l:.NU~ER >':io~
. :qF:SUBCONTJU.(;1:'.9~ ·•·• •
1
VE~
PARTNERSHIP

Name: Humanability
Address: 1025 Birch Avenue
City: Escondido State: CA
I Constructor
I NIA I Community
Outreach
I $20,000.00 I ELBE I City

Zip:9202I Phone: (760) 580-4630


Email:
Name: Underground Pipeline Solutions, Inc.
Address: P.O. Box 145
City: Algine I
Zip: 91903
State: CA
Phone: (619) 964-2276
I Constructor
l 956807
! Portions of
Water
$1)!8,000.00 I ELBE I City

Email:
© As appropriate, Design-Builder shall identify Subcontractor as one of the following and shall include a valid proof of certification (except for OBE. SLBE and ELBE):
Certified Minority Business Enterprise MBE Certified Woman Business Enterprise WBE
Certified Disadvantaged Business Enterprise DBE Certified Disabled Veteran Business Enterprise DVBE
Other Business Enterprise OBE Certified Emerging Local Business Enterprise ELBE
Certified Small Local Business Enterprise SLBE Small Disadvantaged Business SDB
Woma11-0v.m.ed Small Business \Vo SB HUBZone Business HUBZone
Service-Disabled Veteran Owned Small Business SDVOSB
@ As appropriate, Design-Builder shall indicate if Subcontractor is certified by:
City of San Diego CITY State of California Department of Transportation CALTRANS
California Public Utilities Commission CPUC San Diego Regional Minority Supplier Diversity Council SruYISDC
State of California's Department of General Services CADoGS City of Los Angeles LA
State of California CA U.S. Small Business Administration SBA
The Design-Builder wm not receive any subcontracting participation percentages if the Design-.Builder fails to submit the required proof of certification.

MACC Request for Proposal (Rev. Feb. 2016)


Attachment H - Design-Build Llst of Subcontractors to Be Included in the Price Proposal Only 141 !Page
Fonn Number: AA05
AC Water Gn:~up 1019

~-"=,,..,~,,,_-ro..,r.=.,-~.,..,,--~-=-"'" -
PRICE PROPOSAL FORMS

DESIGN-BUILD LIST OF SUBCONTRACTORS TO BE INCLUDED IN THE PRICE PROPOSAi, 01\"LY

In accordance with the requirements of the "Subletting and Subcontracting Fair Practices Act'', Section 4100; of the Public Contract Code (PCC), The Design-Buiider is to list
befow the name and address of each Subcontractor who vl"ill perlom1 ;vork, labor, render services or specialiy fabricates and installs a portion [type] of the work or improvement,
in an amount in excess of0.5% of the Design-Builder's total Bid. The Design.:.Builder is to list below the portion of the work 1.vhich will be done by each Subcontractor. The
Design-Builder is to list only one Subcontractor for each portion of the Work The DOLLAR V •.<\.L{JE of the total Bid to be performed by the Subcontractor is to be stated for.an
Subcontractors listed. Failure to comply with the iisting of the Subcontractors as specified may result in the Bid being rejected as non-responsive and ineligible fur award. The
Design-Builder is to list all SLBE, ELBE,.DBE, DVBE, MBE, WBE, OBE, WoSB, SDB, HlJBZone, and SDVOSB Subcontractors that Design-Builder are seeking recognition
towards achieving any subcontracting participation percentages.

Name: Brownlow Enterprises


¥tG,~i•~~~~~A
Address: PO Box 34
City: Lakeside State: .,.C"'"'A,____ Constructor 'NIA Portions of $105,000.00 ELBE City
Trucking
Zip: 92040 Phone:(619) 561-9693
Email:
Name: Valor Constructors, Inc.
Address: 270-N E Camino Real, #385
City: Encinitas State: ~C~A~-- Constructor 99!120 Portions of $89,000.00 SLBE City
Site Repairs
Zip; 92024 Phone: (866) 496-1959
Emaii:
© As appropriate, Design-Builder shall identify Subcontractor as one of the following and shall inc!ude a valid proof of certification (except for OBE. SLBE and ELBE):
Certified Minority Business Enterprise MBE Certified Woman Business Enterprise WBE
Certified Disadvantaged Business Enterprise DBE Certified Disabied Veteran Business Enterprise DVBE
Other Business Enterprise OBE Certified Emerging Local Business Enterprise ELBE
Certified Smail Local Business Enterprise SLBE Small Disadvantaged Business SDB
Woman-Owned Small Business WoSB HUBZone Business HUBZone
Service-Disabled Veteran Owned. SmaH Business SDVOSB
@ As appropriate, Design-Builder shall indicate ffSubcontracror is certified by:
City of San Diego CITY State ofCalifurnia Department of Transportation CALTRANS
California Public Utilities Commission CPUC San Diego Regional Minority Supplier Diversity Council SRMSDC
State ofCalifornia's Department of General Services CADoGS City ofLos AngeleS LA
State of California CA U.S. Small Business Administration SBA
The Design-Builder will not receive any subcontracting participation percentages if the Design.,BU.ilder failsttl submit the required proof of certification.

MACC Request for Proposal (Rev. Feb- 2016)


Attachment H - Design-Build List of Subcontractors to Be Included in the Price Proposal Only 141 j Page
Form Number; AA05
AC Water Group HH9
PRICE PROPOSAL FORMS

DESIGN-BUILD LIST OF SUBCONTRACTORS TO BE INCLUDED IN THE PRICE PROPOSAL ONLY

In accordance with the requirements of the "Subletting and Subcontracting Fair Practices Act", Section 4100, of the Public Contract Code (PCC), The Design-Builder is to list
below the name and address of each Subcontractor who wm
perform work, labor, render services or specially fabricates and installs a portion [type] of the work or improvement,
in an amount in excess of 05% of the Design-Builder's total Bid. The Design-Builder is to list below the portion of the •vork which will be done by each Subcontractor. The
Design-Builder is to list only one Subcontractor for each portion of the Work. The DOLLAR V.ALUE ofthe total Bid to be performed by the Subcontractor is to be stated for all
Subcontractors listed. Failure to comply with the listing of the Subcontractors as specified may result in the Bid being rejected as non-responsive and ineligible for award. The
Design-Builder is to list all SLBE, ELBE, DBE, DVBE, MBE, WBE, OBE, WoSB, SDB, HUBZone, and SDVOSB Subcontractors that Design-Builder are seeking recognition
towards achieving any subcontracting participation percentages.

N~~D~~~~~;[!~~~~e~vK
Name: Sealright Paving
Address: 9053 Olive Drive
City: Spring Vallev State: =C=A=---- Constructor 364!13 Portions of $150.000.\)0 OBE NIA
A.C. Paving
Zip: 91977 Phone: (619)465-7411
Email:
Name:
Address:._ _ _ _ _ _ _ _ _ _ __
City: State:._ _ __
Zip: Phone:._ _ _ _ __
Email:
(i) As appropriate, Design-Builder shall identify Subcontractor as one of the following and shall include a vafof proof of certification {except for OBE, SLBE and ELBE):
Certified Minority Business Enterprise MBE Certified Woman Business Enterprise WBE
Certified Disadvantaged Business Enterprise DBE Certified Disabled Vcteran Business Enterprise DVBE
Other Business Enterprise OBE Certified Emerging Local Business Enterprise ELBE
Certified Small Local Business Enterprise SLBE Small Disadvantaged. Business SDB
Woman-Owned Small Business WoSB HUBZone Business HUBZone
Service-Disabled Veteran Owned Small Business SDVOSB
@ As appropriate, Design-Builder shall indicate if Subcontractor is certified. by:
City of San Diego CITY State of California Department of Transportation CALTRANS
California Public Utilities Commission CPUC San Diego Regional Minority Supplier Diversity Council SRMSDC
State of California's Department of General Services CADoGS City of Los Angeles LA
State ofCalifornia CA U,S. Small Business Administration SBA
TI1e Design-.Builder will not receive any subcontracting participation percentages if the Design-.Builder fails to submit the required proof of certification.

MACC Request for Proposal (Rev. Feb. 2016}


Attachment H- Design-Build List of Subcontractors to Be Included in the Price Proposal Only 141 I Page
Form Number: AA05
AC Water Group 1019
ATTACHMENT I

CERTIFICATIONS AND FORMS

The Proposer, by submitting its electronic proposal, agrees to and certifies under penalty
of perjury under the laws of the State of California, that the certifications, forms and
affidavits submitted as part of this bid are true and correct.

MACC Request Proposal Feb 2016) 143 Page


Attachment I - Certifications And Forms
AC Water Group 1019
1. rhe undersigned. 7.'he J:>esign~BuUder proposes and agrees, if this Proposal is
1

accepted, to enter into a:h agreement with the City in the form included in the
Contract Documents to perform the Work as specified or indkated in said
Contract Documents entitled AG Water Group 1019.

2.. rhe Design-Builder acc¢ipts all of the terms and condi.tions of the Contract
1

Documents1 including. without limitation those in the RFP.

3. Thi.s Proposal will remain open for the period stated in the RFP unless otherwise
requirecl by law. The Design-Builder wm enter into an agreement within the
time and in the manner required in the RFP and will furnish the insurance
certificates, Payment Bom:l 1 and Performance Bond requi.red by the contract
Documents1 ·

4. The Desigt1 .. Builder has familfarized itself with the nature and extent of the
Contract Documents 1 Work, site, locality where the Work is.to be performed, the
legal requirements (federa:l 1 state and local laws, ordinances, rules, and
regulations), and the conditions affecting cost> progress. or performance of the
Work and has made ~mch independent investigations as 'The Design-Builder
dee.ms necessary.

'l'o all th~ fox:egoing, and b1duding a11 l?roposal schedule(s) and information required
of the Desi.gn-BuUdercontained in this Proposal Form, sajd The Design-Builder further
agrees to complete the Work and Servic~s requir~d under the C<>ntract Documents
withinthe Contract Time stipulated il) saiq Ctmtract Docu.ments1 and to (!ccept in fuU
payment therefore tne Contract.Price based on tbe Total Proposal Prlce(s) narried in the
aforementioned Proposal schedule(s).

MACC Request for Propos4J(R,ev. Feb 2016) 144 J .Page


Attachment I - Deslgn·Huild Proposal
AC Water Group 1019
PROPOSAL
Design ... Builder's General lnformal:ion
To the City pf San Diego:
Pursuant to the «Request for Proposa.P1, $pec1fkations, and requirements on file with the
City Clerk, and subject to all p1·ovislons of the Charter and Ordi.nances of the City .of San
Diego and applicable laws and regulations of the United States and the St;ate of California,
the uildersigned hereby proposes to furnish to th<:! City of $an Diego, cotnplete at the. prices
stated herein; the items or servkes hereinafter menti<med. ·rhe undersigned furthei
warrants th~t this proposal is not maqe in: the tnt(:n:est of, or 011 behalf of1 any undisclosed
person, partnership 1 company, association, organization, or corporation; that the proposal
i$ g~nuine and not collusive or sham; that the pr er has not directly or fµdtrectly
induced or solicited any other proposer to put .in a e or sham proposal, and has not
ditectly o:r indi:rectly colluded, co:nspired 1 <:!Onntvedi or agreed With any proposer or anym1e
else to put in a sharn proposal~ <>r that anyone shall refrain from proposing; that the
proposer has not in any manner, directly or indirectly, sought by agreement,
communicadon 1 or conference with anyort.e to fix the proposal price of the proposer or any
other proposer, or to fix any overhead) profit, or cost element of the proposal prfoe, or, of
that of any other proposer, or t,o secure an:y advantage against the public body awarding
the contract of anyone intere$ted in the prqposed contract; that an.statements contained
in the proposal· are true; and,. further, that the proposer has not, directly or indirectly1
submitted his or. her proposal price .or any breakdown thereof1 or the contents thereof, or
divulged information or data relative thereto, or patdr and wm not pay, i:iny fee to any
corporation, partnership,. company, association, organization 1 proposal. depository, or to
any member or agent thereof to effectuate ?J.. collusive or sham ·proposal. 1.'h~ undersigned
proposer(s) further warrants that proposer(s) has. thoroughly .~xamined and understands
th,e entire Contract Documents (pla1'is and spedfkatiOns} .and. the Proposal Documents
the:refore1 and that by submitting said Proposal Documents as its proposal, proposer(s)
admowledges and ls bound. by the entire Contract Documents, indqding any addepda
issued thereto, as such Contract Doc11ments inco.rporated by referenc:e. in the P;roposal
Document$.
IiA.SOL.E 0031'.l.'fl:;~RACXQB SIGN I1ERE:
{1) Name ui1der which business is conducted,._----·
(2). Signature (Given a.nd surname) of proprietor _____. ,., . . . .,________
(3) J?lace of Business (Street & Numbet) --~~"""""·--·-------
(4) City and State _ _ _,_ _ _ _ _ _ _ _ _ _ _ _ _ _ Zip Code _ __

(5) Telephone No.--"-~---~--­ :Facsimile No.,_ _ _ _ _ _...___

(6) Email Address-----------.,...·-·-·_

MACC Request for Proposal (Rev. Feb 2016) 145 !Page


Attachment l - Design~ Builder's. Genel'al Information
AC Water Group 101<1
(1) Name underwhlch business is conducted _ _ _ _ _ _ _·--~·
(2) Name of each member of partnership, indicate character of each partner., general
or special (limited):

(3) Signature (Note: Signature must be made by a general partner)

Full Name and Chara<;ter of partn.er

(4) Place of Business (Street & Number)~~----·


(5) City and State _ _,_ _ _ _ _ _ _ _ _ _ _ Zip Code __
, , _ __

(6) Telephone No.-·--~--· ---·· Facsimile No~ _ _,_______


(7) Email Address---~~-~

(1) Name under which busi.ness is conducted 1/J:;(Jifl..,lid~


(2) Signature.., with official tid~ of of k~f r,uthorlz.. ed.:· to s. ig.1~ f~r the corpo,radon:
-·- ~~~~~v:>~~- '
re) ···

Corporate Seal

(3) Incorporated under the laws ofthe State of_...,,......~........__.,_...,__ _ _ _ _.


(4.) Plac:e of Business (Street & Number) -~......_.."---

MACC Request for Proposal (Rev, Feb 2016) 146 J Page


Attachment l -DC'.slgn ··- Bullder's Oeneral lnformation
AC Water Group 1019
-~Jilt:"'"'.·~~------~Zip Code CJ:l-PBJ_
(5) City and State
(6) Telephone No.. Facsimile No. ,,,, (7ttfJ)S"q_7.. tj1;,~)
(7) Email Address On'()n t()ntfrut'ffl)tl. tt1rn

ln accordance with the ((Request fox ProposaP', the proposer holds .a California. State
Contractor's license for the following dassification(s) to perform the work described in
these spedfkations:
LICENSE GLASSIFICATION._ _~..f---·

UCENSE NO. .1---


DEPAffrMENT OF INDUSTRIAL RELNrIONS (DlR) REGisrrRATION NUMBER:
. fl . :l.6
This li.cense dasslftcation must l41so be shown on the .front of the proposal envelope~
Failure to show license classifkatior.1 on the pr.oposa1 envelope may cause return of the
proposal unopened.
TAX IDEN'l1IFICA1rION NUMBER (TIN}: ------
E~Mail Address.: ·pn CQncfrwCfif)n · ()orn

THJS PROPOSAL MUS'.£ BE NOTARIZED BEtcml;

I certify 1 under penalty ofperju1yi that the representations made her~inregarding my State i
Contractor's license number1 classifkation and expi.ratlon date are true and correct. ·~
Signature_. .§~ . Title _}r-tt. ·pn · t2t:-1.£i&afbua...
J
SUBSCRIBED AND SWORN TO BEFORE MB 1 THIS DAY OF
- - - ._fL{~ . j~~

MACC Request fol' Proposal {Rev. Feb 2016) 1471 Page


Attachment 1~Design·- Builde!''s Oenernl Information
. AC Water Group 1019
EXECUTED IN THREE (3) ORIGINAL COUNTERPARTS

PERFORMANCE BOND AND LABOR AND MATERIAL MEN'S BOND

FAITHFUL PERFORMANCE BS)ND AND LABOR AND MATERIALME...N'SJlOND:

Orion Construction Corp./Balboa Construction, Inc. I.V. , a corporation, as principal, and


Western Surety Comp~~Y , a corporation authorized to do
business in the State of California, as Surety, hereby obligate themselves, their successors
and assigns, jointly and severally, to The City of San Diego a municipal corporation in the
sum of Five Million Nine Hundred Seventy-Five Thousand DQllars and .ooj100
($5 1975 1000._Q_o__t for the faithful performance of the annexed contract, and in the sum of
Five Million Nine Hundred Seire_nty-Five Thousand Pollars and .00/100 ($5,975 1000.00),
for the benefit of laborers and materialmen designated below.

If the Principal shall faithfully perform the annexed contract AC Water Group 1019,
RFP Number K-16-1400-MAC-3, San Diego, California then the obligation herein with
respect to a faithful performance shall be void; otherwise it shall remain in full force.

If the Principal shall promptly pay all persons, firms and corporations furnishing
materials for or performing labor in the execution of this contract, and shall pay all
amounts due under the California Unemployment Insurance Act then the obligation herein
with respect to laborers and materialmen shall be void; otherwise it shall remain in full
force.

The obligation herein with respect to laborers and materialmen shall inure to the
benefit of all persons, firms and corporations entitled to file claims under the provisions
of Article 2. Claimants, (iii) public ·works of improvement commencing with Civil Code
Section 9100 of the Civil Code of the State of California. ·

Changes in the terms of the annexed contract or specifications accompanying same


or referred to therein shall not affect the Surety's obligation on this bond, and the Surety
hereby waives notice of same.

MACC Request for Proposal (Rev. Feb 2016) 148 I Page


Attachment I - Performance Bond and Labor and Material Men's Bond
AC Water Group 1019
PERFORMANCE BOND AND LABOR AND MATERIALMEN'S BOND (Cont.)

The Surety shall pay reasonable attorney's fees should suit be brought to enforce the
provisions of this bond.

Dated June 6, 2016

Approved as to Form Orion Construction/Balboa Construction JV


---
Principal~o ,.

By,~/*~
Richard Dowsing, President/ Fia Dowsing, President
Printed Name of Person Signing for
Principal

Western Surety Company


·-----
Surety

By ~~ . ------
Marfa Guise,Attorney--in-fact

Approved: 1455 Frazee Road, Suite 300 ,_______ _


Local Address of Surety

San CA 92108
Albert P. Rechan Local Address (City, State) of Surety
Deputy Director, Publi1 Works
Contracts f

(619) 682-3510
Local Telephone No. of Surety

Premium $44 100.00 _


Premium is for contract term and subject to adjustment based on
final contract price.
Bond No.58737193

MACC Request for Proposal (Rev. Feb 2016) 1491 Page


Attachment I - Performance Bond and Labor and Material Men's Bond
AC Water Group 1019
CALIFORNIA ALL..PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
~f.'fill!nli1~~~~~~~~~~~-~~~m.m~~m&~l.mil~~~~~~

A notary public or other officer completing this certificate verifies only the identity of the Individual who
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

State of California
County of Orange
On _ _J_U_N, 0 6 _2_01_6__ before me, ~~~lie____,
Date Here Insert Name and Title of the Officer
Maria Guise
personally appeared - - " - ··-··-·-~---· ·~~~~~----~~-·--·~.,,,__~~~~~~·

Nsme(s) of Sfgner(s)

who proved to me on the basis of satisfactory evidence to be the person(~ whose name(sq is/H»X
subscribed to the within instrument and acknowledged to me that "~/she/1be9<executed the same in
~lat'her/bbei1<:authorized capacity(~ and that by l:ids~er/tbim signature(aj on the Instrument the person($),
or the entity upon behalf of which the person(aj acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.

Slgnature_.____ ~·-·-~-··---·-----
Signature of Notaty Public

Place Notaty Seal Above


~~~~~--~~~~--~~~~OPTIONAL--~~~--~~~--~~~~~~

Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: - - - · - - · - Document Date: --~---­
Number of Pages: . • .. . Signer(s) Other Than Named Above: - - - - - - - - - - - -
Capaclty(ies) Claimed by Slgner(s)
Signer's Name: -... .. · - Signer's Name:-------
. '1 Corporate Officer - Tltle(s): --··--·-·-·- . Corporate Officer - Title(s): - · - - - - -
..i Partner - 0 Limited I] General Partner - Cl Limited :J General
: Individual ~l Attorney in Fact - ' Individual Attorney in Fact
1· 'Trustee CJ Guardian or Conservator Trustee ~] Guardian or Conservator
rJ O t h e r : - - - - - - - - - - - '. t Other: - - - - - - - - - - · - - - - - - - -
Signer Is Representing:-------- Signer Is Representing: ---~-----

~~~~"gt,~"r;;t;,~

©2014 National Notary Association• www.NationalNotary.org • 1-SOO·US NOTARY (1-800-876·6827) Item #5907
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT

Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by vittue of the signature and seal herein affixed hereby
make, constitute and appoint

Michael D Parizino, Rhonda C Abel, James A Schaller, Jeri Apodaca, Maria Guise, Rachelle
Rheault, Kim Luu, Individually

of Newport Beach, CA, its tme and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf
bonds, undertakings and other obligatory instmments of similar nature

- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instnunents were signed by a duly auth01ized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirn1ed.

This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.

In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be
hereto affixed on this 7th day of January, 2016.

WESTERN SURETY COMPANY

State of South Dakota


County of Minnehaha

On this 7th day of January, 2016, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he
resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed
the above instmment; that he knows the seal of said c01poration; that the seal affixed to the said instmment is such cotporate seal; that it was so affixed
pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges
same to be the act and deed of said co1poration.

My commission expil'es

June 23, 2021


__Cl7Y)#vU J, Mohr, Notary Public
CERTIFICATE

I, L. Nelson, Assistant Secretaty of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set fotth is still in
force, and futther cettify that the By-Law of the corporation ptinted on the reverse hereof i~ still fo fo1:ce. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said co1poration this day of _-JijW_Q_6_1.0_1fL__,____
WESTERN SURETY COMPANY

Form F4280-7-2012
Authorizing By-Law

ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY

This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders
of the Company.

Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
NON-COLLUSION AFFIDAVIT 1fO BE EXECUTED BY PROPOSER AND SUBMITTED
WITH PROPOSAL UNDER 23 UNrrED STATES CO])E 112 AND PUBLIC CONTRACT
CODE7106

State of California )
County of, , J}ln . b#) D _J ss.

I(J . ard 1..'»1».fin and M , b emg


· f':·it$·t .au i y· sworn,
deposes and. says that he or she is _ ·i ·. . ,. of the. party .ma.king the
foregoing proposal that the proi;msal is not made in the Interest of, or on behalf of,
any undisclosed person, partne~ship, company, as$odation, organization, or
corporation; that the proposal is genuin~.r and not collusive or sham; that the
proposer h~s not directly or indirectly induced or solicited any other proposer to
put in a false or .sham p:roposal, and has not directly or indirectly colluded,
. conspired, .connived, or agreed With any proposer or anyone else .to put in a sham
proposal 1 or that any011€ shall refrtiin .fJ:orn, proposing; that th~ proposer has not
in. any manner, directly or indirectlyt sought by agreement, communication; or
conference with anyone to fix the proposal price of the ptoposer Qr any other
proposer, or to fix any overhead, profit, or cost element of the proposal prke 1 o.r
of that of any other proposer 1 or to secure. any adyap.tage against th~ public body
?tWa:tding the CQfitra~t rif (:H1YQne intere~ted in the propo~ed contract; that all
stateinents contained in the proposal are true; and further~ that the proposer has
not, directly or indirectly, submitted his :or he:t: p:ropos~l pdce or any .breakdow11
thereof 1. or the contents thereof 1 or divulged infotmation ox data relative theret();
·or paid, and will not. pay, any fee to any corporation} partnership1. company
assodati.on 1 organization, p~oposal depository1 or to any ti1erpber or agent thereof
tb effectuate a collusive Ol'. sham proposal. . . . .

Sig~ed;

't!-'·

MACC Request for Proppsal(Rev. Feb.2016)


Attachment I - Non.Collusion Affidavit
. AC Water Group io19
CONTRACTORS CERTIFICATION OF PENDING ACTIONS
As part of its bid or proposal (Non-Price Proposal in the case of Design-Build contracts) 1
the Bidder shall provide to the City a list of all instances within the past 10 years where a
complaint was filed or pending against the Bidder in a legal or administrative proceeding
alleging that Bidder discriminated against its employees, subcontractors, vendors or
suppUen:;, and a description of the status or resolution of that complaint, including any
remedial action taken.
~E.aQXONLY,

~ The undersigned certifies that within the past 10 years the Bidder has NOT
been the subject of a complaint or pending action in a legal administrative
proceeding. alleging that Bidder discriminated against its employees,
subcontractors, vendors or suppliers.
O The undersigned certifies that within the past 10 years the Bidder has been
the subject of a complaint or pending action in a legal administrative
proceeding alleging that Bidder discriminated against its employees,
subcontractors, vendors or suppliers. A description of the status or
resolution of that complaint, including any remedial action taken and the
applicable dates is as follows:

Contractor Na1
Certified By

USE ADDITIONAL FORMS AS NECESSARY

MACC ltequest for Proposal (Rev. Feb 20:16) 151 I Page


Attachment I - Contractors Certification of Pending Actions
AC Water Group 1019
CONTRACTOR CERTIFICATION

DRUG-FREE WORKPLACE

I hereby certify that I am familiar with the requirements of San Diego City Council Policy
No. 100-17 regarding Drug-Free Workplace as outlined in the WHITEBOOK, Section 7-13.3,
"Drug-Free Workplace", of the project specifications, and that;

This company_has in place a drug-free workplace program that complies with said policy.
I further certify that each subcontract agreement for this project contains language which
indicates the subcontractor's agreement to abide by the provisions of subdivisions a)
through c) of the policy as outlined.

MACC Request for Proposal (Rev. Feb 2016) 152 I Page


Attachment I - Drug-Free Workplace
AC Water Group 1019
CONTRACTOR CERTIFICATION

AMERICAN WITH DISABILITIES ACT (ADA) COMPLIANCE CERTIFICATION

I hereby certify that I am familiar with the requirements of San Diego City Council Policy
No. 100-4 regarding the American With Disabilities Act (ADA) outlined in the WHITEBOOK,
Section 7-13.2, "California Building Code, California Code of Regulations Title 24 and
Americans with Disabilities Act", of the project specifications, and that;

This company has in place workplace program that complies with said policy. I further
certify that each subcontract agreement for this project contains language which indicates
the subcontractor's agreement to abide by the provisions of the policy as outlined.

MACC Request Proposal (Rev. Feb 2016) 153 Page


Attachment I -ADA Compliance Certification
AC Water Group 1019
CONTRACTOR CERTIFICATION

CONTRACTOR STANDARDS - PLEDGE OF COMPLIANCE

I declare und~r penalty of perjury that I am authorized to make this certification on behalf
of the company submitting this bid/proposal, that as Contractor, I am familiar with the
requirements of City of San Diego Municipal Code § 22.3004 regarding Contractor
Standards as outlined in the WHITEBOOK, Section 7-13.4, ("Contractor Standards and
Pledge of Compliance 11 ), of the project specifications, and that Contractor has complied
with those requirements.

I further certify that each of the Contractor's subcontractors whose subcontracts are
greater than $50,000 in value has completed a Pledge of Compliance attesting under
penalty of perjury of having complied with City of San Diego Municipal Code § 22.3004.

MACC Request for Proposal Feb 2016) 154 Page


Attachment I -Contractor Standards - Pledge of Compliance
AC Water Group 1019
AFFIDAVIT OF DISPOSAL

(To be submitted upon completion of Construction pursuant to the contracts Certificate


of completion)

WHEREAS, on the DAY OF , 2 _ _ _ _ _ __


the undersigned entered into and executed a contract with the City of San Diego, a
municipal corporation, for:

AC Water Group 1019


(Name of Project)

as particularly described in said contract and identified as Bid No. K-16-1400-MAC-3; SAP
No. (WBS/IO/CC) B-15112; and WHEREAS, the specification of said contract requires the
Contractor to affirm that "all brush, trash, debris, and surplus materials resulting from
this project have been disposed of in a legal manner"; and WHEREAS, said contract has
been completed and all surplus materials disposed of:

NOW, THEREFORE, in consideration of the final payment by the City of San Diego to said
Contractor under the terms of said contract, the undersigned Contractor, does hereby
affirm that all surplus materials as described in said contract have been disposed of at the
following location(s)

and that they have been disposed of according to all applicable laws and regulations.
Dated this _ _ _ _ DAY OF _____________

______________ Contractor
by

ATTEST:

State of ___________ County of _ _ _ _ _ _ _ __

On this DAY OF _ _ _ ______,. 2 _ _ , before the undersigned, a Notary


Public in and for said County and State, duly commissioned and sworn, personally
appeared known to me to be the _ _ _ _ _ __
_ _ _ _ _ _ _ _ Contractor named in the foregoing Release, and whose name is
subscribed thereto, and acknowledged to me that said Contractor executed the said Release.

Notary Public in and for said County and State


MACC Request Proposal Feb 2016)
Attachment I - Affidavit of Disposal
AC Water Group 1019
EQUAL BENEFITS ORDINANCE For additional information, contact:
CERTIFICATION OF COMPLIANCE CITY OF SAN DIEGO
EQVAL BEN!~FITS PROGltAM
202 C Street, MS 9A, San Diego, CA 92 l 0 l
Phone (619) 533-3948 Fax {619) 533-3220

The Equal Benefits Ordinance [EBOJ requires the City to enter Into contracts only with contractors who certify they will provide and
maintain equal benefits as defined in SOMC §22.4302 for the duration of the contract. To comply:
!!11 Contractor shall offor equal benefits to employees with spouses and employees with domestic partners.
~ Benefits include health, dental, vision insurance; pension/40l(k) plans; bereavement, family, parent~1l leave; discounts, child care;
travel/relocation expenses; employee assis!nnce pmgrams~ credit union membership; or any other benefit.
• Any benefit not offor an employee with a spouse, is not required to he o!Yered to an employee with a domestic partner.
ml Contractor shall post notice of firm's equal benefits policy in the workplace and notify employees at time of hire and during open
enrollment periods.
ml Conlrac!or shall allow City access to records, when requested, to confirm compliance with EBO requirements.
ml Contrnetor shall submit EBO Certification qf Compliance, signed under penalty of pe1:iury, prior to award of contract.
NOTE.: Thi& summary is provided for convenience. Full text of the EBO and Hules lmp!ementJng the EBO are available at
w11•w"sm1dlego.gov/(ld111i11istraffon,

Please fodic~e your firm's compllam:e status with the EBO. The Ci!y may request suppmting documentation.
fi!l' l affirm compliance with the EBO because my firm (contractor must ~ct one reason):
~Provides equal benefits to spouses and domestic partners.
Cl Provides no benefits to spouses or domestic pu11ners.
Cl Has no employees.
Cl Has collective bargaining ugrcement(s) in place prior to January I, 20! l, that has not been renewed or
expired.
I request the City's approval lo pay affected employees u cash equiva!ent in Heu of equal benefits and verify my firm made a
reasonable effort hut is not able to provide equal benefits upon contract award. J agree.to notify employees of the availability of a
cash equivalent for bei1efils available to spouses but not domestic partners and to continue to make every reasonable effort to extend
alf available benefits to domestic partners.
lt is uillawfol fol' any contractor to knowingly submit any fo!se information to the City regarding equal benefits or cash equivalent associated
with the execution, award, amendment, or administration of any contract. [San Diego Municipal Code §22.4307(a}]
Under penalty ofpeijury under laws of the Stale of California, J certify the above lnfotmation is true and cofJ'ect. l furthel' certify that my
firm understands the requirements of the Equal Benefits Ordinance and will provide and · tain equal benefits for the duration of the
contract or pa) cash equivalent if au ..ed by the City,

l)

MACC Request for Proposal (Rev. Feb :;1016) 156 I Page


Attachment I - Equal Benefl.ts Ordinance Certificato of Compliance
AC Water Group 1019
ATTACHMENT J

MACC TASK ORDER: DESIGN-BUILD AGREEMENT

MACC Request for Proposal Feb.


Attachment J - MACC Task Order Design-Build Agreement
AC Water Group 1019
MACC TASK ORDER AGREEMENT
This Design-Build agreement [Contract] is made and entered into this _ _ day of_,
2016, by and between The City of San Diego [City], a municipal corporation, and Orion
Construction Corp./Balboa Construction N [Design-Builder], for the purpose of designing
and constructing the AC Water Group 1019 (Project) in the amount of Five Million Nine
Hundred Seventy-Five Thousand Dollars and .00/100 ($5,975,000.00). The City and
Design-Builder are referred to herein as the "Parties".

RECITALS
A. The City desires to construct the Project located in the City of San Diego, California.
B. The City desires to contract with a single entity for design and construction of the
Project, as set forth in this Agreement.
C. The City has issued Request for Proposal (RFP) number K-16-1400-MAC-3 for AC
Water Group 1019, pursuant to which the City solicited Proposals from design-build
teams to design, rehabilitate, and build the Project.
D. In accordance with City's RFP, Design-Builder submitted a Proposal for the Project
and is prepared to enter into this Agreement.
E. The City has selected the Design-Builder to perform, either directly or pursuant to
Subcontracts, hereinafter defined, the design, engineering, and construction
services set forth in this Agreement and the Contract Documents, hereinafter
defined.
F. The Design-Builder is ready, willing, and able to perform the services required in
accordance with the terms and conditions of this Agreement.
G. Execution of this Agreement by the Design-Builder is a representation that the
Design-Builder has visited the Site, become familiar with the local conditions under
which the Work is to be performed and correlated personal observations with
requirements of the Contract Documents.
In consideration of the above recitals and the mutual covenants and conditions set forth
herein, and for good and valuable consideration, the receipt and sufficiency of which are
hereby acknowledged, the Parties hereby set forth their mutual covenants and
understandings as follows.
AGREEMENT
A. Recitals and Attachments. The above referenced recitals are true and correct and
are incorporated into this Agreement by this reference. All attachments referenced
in this Agreement section are incorporated into the Contract by this reference.
B. Contract Performance. The Design-Builder shall design and construct the Project
in a good and workmanlike manner to the satisfaction of the City, lien free and in
compliance with the Contract Documents and within the time specified, in return
for timely payment by the City in accordance with the Contract.
C. Attachments. All attachments e.g., Reference Standards in the RFP, Supplementary
Special Provisions (SSP), the attached Faithful Performance and Payment Bonds,
Agreement and Supplemental Agreements, and the attached Proposal included in

MACC Request Proposal (Rev. Feb. 2016) 158 Page


Attachment J - MACC Task Order Design-Build Agreement
AC Water Group 1019
the Proposal documents by the Contractor are incorporated into the Contract by this
reference.
D. Contract Documents. This Contract incorporates the 2015 Edition of the Standard
Specifications for Public Works Construction [The GREENBOOK], including
amendments set forth in the 2015 edition of the San Diego Specifications for Public
Works Construction [The WHITEBOOK]. The Contract Documents shall include the
items mentioned in General Provisions (C) section 2-5.2 of The WHITEBOOK and
shall follow that order of precedence.

IN WITNESS WHEREOF, this Agreement is signed by the City of San Diego, acting by and
through its Mayor or designee, pursuant to Resolution No. R - or
Municipal 'code authorizing such execution.

THE CITY OF SAN DIEGO APPROVED AS TO FORM

Jan I. Goldsmith, City Attorney

B~-~
Print Name: Albert P. Re n Print Name: {bf l~
(( f;l!, ,k&vU~
Director, P\ublic Works Contracts Deputy City Attorney

Date:__..v"--+-/---'--"ta"-+-J-'----'-~----
1 J_~_ _
Date:---'--J[/i,___f:;:-+---I--;
1 I { 7h
CONTRACTOR

By_-"-~--'---~____._____,-_ _
Print Name: lfZ;d;cud DOWfi119
Title:_~Pr._;t_{;dff,
__ t_,_/_O_ri_on_ _
I

Date: __v-+/__,1,/,_1_1,,_ _ _ _ __
Orion: 8 tqq:;.ooJ.t/70
City of San Diego License No.: aa/boa; BlttqS {)O~/.lB

State Contractor's License No.: 1B'IJ/'3:i.


MACC Request for Proposal (Rev. Feb. 159 Page
Attachment J - MACC Task Order Design-Build Agreement
AC Water Group 1019
City of San Diego
CITY CONTACT: Clementina Giordano. Contract Specialist. Email: Cgiordano@sandiego.gov
Phone No. (619) 533-3481. Fax No. (619) 533-3633

11
ADDENDUM 1"

REQUEST FOR PROPOSAL


(RFP)

FOR
MACC TASK NUMBER: 03

AC Water Group 1019


RFQ N0.: ___________1~29~3'-----------
RFP NO.: _ _ _ _ _ _ _ _----=-K·----1-=-6·_....1-=-40..=.....0....._-M~A'-=-C--=3_ _ _ _ __
SAP N 0. (WBS/I 01 CC): _______B""-·-=--15'"'-1. . .1_.. . __2_ _ _ _ _ _ _ __
CLIENT DEPARTM ENT: _ _ _ _-"'2=0'--"-1=-3_ _ _ _ _ _ _ _ __
COUNCIL DISTRICT: _ _ _ _ _-=-4_ _ _ _ _ _____,....._ _ __
PROJECT TYPE: _ _ _ _ _ _--"'-'K=--A.__ _ _ _ _ _ _ _ __

PROPOSAL DUE:

12:00 NOON
MAY 12, 2016
CITY OF SAN DIEGO
PUBLIC WORKS CONTRACTS
1010 SECOND AVENUE, 14th FLOOR, MS 614C
SAN DIEGO, CA 92101

May 2, 2016 ADDENDUM "1" Page 1 of3


AC Water Group 1019
\

A. CHANGES TO CONTRACT DOCUMENTS (i

The following changes to the RFP are hereby made effective as though originally
issued with the RFP. The Design-Builders are reminded that all previous
requirements to this solicitation remain in full force and effect.

THE SUBMITTAL DATE FOR THIS PROJECT HAS BEEN EXTENDED AS STATED ON
THE COVER PAGE.

B. BIDDER's QUESTIONS

Q1. Current Bid date is Monday May 9, 2016. Monday's are difficult to submit a
bid. Please move bid day to any other day than Monday.

A1. Has been answered.

Q2. Page 21, Section 2.7.9 states that the Design Builder is responsible for "AC
Overlay for all streets''. However, the preliminary engineering report included in
the Bridging Documents (Section 3.2.1) states that "if the street is rated fair or
acceptable, slurry seal will be applied.: It further states that if a street is rated
poor and only impacts the street with one trench, the street is to be paved later
by the Street Division and not by this contract. The OCI Index Map shows most
streets as fair or acceptable, and a few streets rated as poor. Therefore, we
assume that those rated as fair or acceptable will receive slurry seal and those
rated poor will receive an overlay later outside of this contract.

A.2. Correct. Also we are providing an updated Supplemental Information to


existing OCI Index as part of Bridging Documents. The Bridging Documents
can be found at the link below:

ftp: /I ftp .sannet. gov /OUT /AC%20Water%201019/

Q3. There are some streets on the OCI Index Map that are not rated. Please
provide rating for these streets so that we can determine the type of street
resurfacing necessary.

A3. An updated Supplemental Information to existing OCI Index has been


provided as part of the Bridging Documents.

Q4. Section 21-City Services. In the previous projects, the City has been
responsible for construction survey. Section 3 (City Services) does not list
construction survey as one of the City's responsibilities. Please confirm the
City will not provide construction survey for this project.

A4. Confirmed. The City will only perform Monument Preservation. The letter
will be included in the Bridging Documents.
Q5. The photos in the ADA Compliance Memorandum show driveways
highlighted in red at several locations. Is it the intent to install new
driveways at these locations or is this just provided for information?

A5. Just for information.


3
Q6. Page 11 ! of the ADA Compliance Memo states that "UUP4J1 Project
(Undergrounding Utilities program) is scheduled to remove power poles and
install curb ramps in certain locations within the AC Water Group 1019 Project
area." Please identify the quantity and locations of the ramps that will be
constructed under the UUP4J1 project.

A6. The curb ramp installation and street resurfacing for UUP4J1 Project is
scheduled end of 2018. Based on their note, AC Water Group 1019 will do the
paving which means it is behind UUP4Jl Project. Since AC Water 1019 is going
ahead of the plan, then within the overlapping area, we need to do the ramps
(unless wooden pole is in conflict) and leave the paving for UUP4J1 to finish.

OJ. Has the City collected any record drawings? If yes, will these record drawings
be provided to the Design-Builder?

. A7. We do have some and it is set on the FTP site. One thing for the SDG&E areas,
the existing record drawings are for the above ground utilities and since now
it is underground then those records are not valid.

Q8. Fire Services are located at Webster Elementary School. Please clarify limits of
work (Property Line, Replacement of Backflow, or Reconnect at Tee) and any
upsizing that may needed to take place.

AS. Refer to City Standard Drawing Number SDW-105. This is for Fire Services 4 11
and larger. A Backflow Preventer (RPDA) should be installed on the private
property side.

James Nagelvoort, Director


Public Works Department

Dated: May 2, 2016


San Diego, California

JN/AR/egz

May2, 2016 Page 3 of 3


AC Water Group 1019
The City of

San Diego

REQUEST FOR PROPOSAL FOR MACC TASK NUMBER: 03

AC Water Group 1019


Proposal No: K-16-1400-MAC-3 May 12, 2016
Proposal
Prime Contractor Design Partner
Orion Construction Corp./Balboa GHD Inc.
Construction, Inc. J.V. 3750 Convoy St, Suite 200
Legal Form: Joint Venture San Diego, CA 92111
Parent Company: N/A Contact: David Holman PE
2185 La Mirada Drive Project Manager
Vista, CA 92081 Email: david.holman@ghd.com
Contact: Rob Wilson, Vice President Phone: (858) 244-0440
Email: Rob@orionconstruction.com California RCE #80164
Phone: (760) 597-9660 Expires: 09/30/2016
Contractor License: #788132, Class A, B Office in San Diego County 15 Years
Expires: 11/30/2016 10 employees in SD County
Licensed Since: 11/30/2000 City License #B2012013164
85 employees in SD County

Joint Venture Contractor


Orion Construction Corporation
2185 La Mirada Drive
Vista, CA 92081
29 years in SD County
64 employees in SD County
Contact: Richard Dowsing, President
Email: Richard@orionconstruction.com
Phone: (760) 597-9660
Contractor License: #549309, Class A, B, C-
27, HAZMAT, Asbestos
Expires: 11/30/2016
City Business License #B1992002970

Joint Venture Contractor


Balboa Construction, Inc.
2647 Gateway Road Suite 105, #395
Carlsbad, CA 92009
Contact: Fia Dowsing
Email: fia@balboaconstruction.com
Phone: (760) 598-2160
Contractor License: #731286, Class A, B
Expires: 7/31/2015
City License #B1998008128
Office in San Diego County for 19 years
16 employees in SD County

1
Section 1: Addenda to the RFP
 Orion Construction Corporation / Balboa Construction Inc. (hereafter referred to as Orion)
and our Design Partner GHD, acknowledge receipt of the following Addendums:
 Addendum 1 – May 2, 2016

Section 2: Exceptions to the RFP


Orion Construction Corporation and our Design Partner GHD take no exceptions to this RFP.

2
Section 3: Subcontracting Participation Percentages
Please see Appendix A for a listing of subcontractors, design professionals, and vendors that we
propose to use for this project. Orion has a long history of exceeding SLBE/ELBE requirements
for projects with the City, demonstrating the firm’s commitment to partnering with SLBE/ELBE’s.

As a result of our outreach for this project we have selected the following firms to perform work
on this project:

DESIGN PHASE CONSTRUCTION PHASE


GHD (OBE) Underground Pipeline Solutions, Inc.
Hudson Safe T Lite G. Scott Asphalt, Inc.
Land Surveying Consultants Southwest Signal Service
AIR‐X Utility Potholing Miramar General Engineering
Humanability Sealright Paving
Southern California Soils Testing (SCST) Valor Construction
Drave’s Pipeline
LSI Roadmarking
Brownlow Enterprises

In accordance with Section 11 of the RFP, we have exceeded the mandatory minimum
subcontractor participation percentages for this RFP as shown below:

MANDATORY MINIMUM SLBE/ELBE DVBE TOTAL


Design Services 13.1% 1.60% 14.70%
Construction Services 22.3% 4.00% 26.30%

The dollar amounts for each SLBE/ELBE and DVBE subcontractors are listed on the subcontractor
listing forms included with our price proposal. Additional documentation can be found in
Appendix A.

During the proposal preparation, our estimating team analyzes the overall scope of the project and
identifies the portions that are most suitable for small business subcontractors. Certain categories
of work, such as AC Paving and Pedestrian Ramps, are small enough that SLBE/ELBE/DVBE
contractors can bid the entire scope of work. For larger components of work, such as pipeline
installation, the estimating team breaks the work into smaller pieces so that SLBE/ELBE/DVBE
subcontractors are still able to bid. Once we create our subcontractor solicitation list, we send faxes
to all contractors notifying them of the bid and providing them a link to download information that
pertains to their scope of work.

As part of our subcontractor outreach efforts for Group Job 1019, we solicited forty-six
subcontractors, with more than thirty of whom are SLBE/ELBE/DVBE businesses. Below is a
complete list of the subcontractors given an opportunity to submit bids for this project:

3
ADA Ramps Geotechnical Slurry Seal
YBS Concrete Allied Geotechnical G. Scott Asphalt
Olympic Engineering SCST American Asphalt South
Construction
MJC Construction
Vara Contractors Paving Striping
Carolino Construction Frank and Son Paving Linear Striping
Kirk Paving LSI
Aggregates Rap Engineering Payco
Hanson Anthony’s Grading and Paving Mallard Construction
Vulcan Sealright Paving
Robertsons Survey
Brownlow Piping Bergrenn and Associates
K Company Drave’s Pipeline Alta Land Survey
Superior Ready Mix Western Water Works Rancho Coastal Engineering
Ferguson Land Surveying Consultants
Chlorination HD Supply
Prolink Chlorination Traffic Control
Matt-Chlor Portions of Pipeline ACME
Transtar Hudson Safe T Lite
Community Liaison Valor Constructors
Humanability Underground Pipeline Solution Traffic Loops
Cook & Schmidt Sutherlin Contracting
Potholing Perry Electric
AirX CTE Inc
Southwest Traffic Signal

4
Section 4: Executive Summary
Orion Construction Corporation has teamed with our affiliate company Balboa Construction, Inc.
in a Joint Venture. The Orion/Balboa J.V. was licensed by the State of California in 1997. For this
project, Balboa will be providing labor, equipment, onsite trucking, and haulage services. Orion
will be the single point of contact with the City, and for the purposes of this RFP, the J.V.
Contractor will be referred to as “Orion”. Orion recognizes that the project will require in-depth
local construction knowledge and specific engineering design expertise to meet the City’s project
requirements. Orion believes that a Contractor led, fully integrated design-build engineering and
construction team, is the best approach to provide the City with the desired result. Our team
members were selected not only for their personal talents, but their proven ability to work together
as team players, incorporating City staff and future stakeholders into the D/B process. This puts
the right people in authoritative control, empowered by Orion ownership to implement all the
previous successes from past City D/B collaborations. The team has incorporated the latest City
design standards, defined the construction phases, and developed sound traffic management in
preparation of this proposal. Orion offers a well-rounded approach incorporating the philosophy
that the Orion team is an extension of City staff, representing the city, to the local community.
Project Team
Orion has selected Mark Dowsing to serve as the project manager, based upon his past experience
and recent work constructing large design build utility infrastructure projects in excess of $30
million in scope. Mark has worked on some of the City’s first Design Build Group Jobs, such as
Group Job 790. Mark’s team will consist of Ryan Danielson, a seasoned specialist in large utility
water pipeline projects, and Scott Vargas, the superintendent who completed numerous City of
San Diego Group Jobs and Utility Infrastructure projects. They will bring their lessons learned and
relationships from the past projects helping mitigate construction impacts to the community and
ensure a successful project.

Orion has selected GHD as the design engineer consultant


for this task order. Orion has a long history with GHD Orion and GHD together have
completing 9 Design Build projects with them valued at over
completed over $66 million in
$66 million in the recent past. Orion and GHD also recognize
the importance of proactive communication with the Design Build Projects.
community and have selected ELBE firm Humanability as
the community outreach partner for this project.

Design Approach
Orion’s approach will integrate the construction phasing, service connections, and other elements
of the construction into the conceptual design early in the process. Orion will identify and
incorporate permit requirements and coordinate with local service agencies such as: fire, police,
and waste disposal for access impacts. Orion will collaborate both through the design and
construction phases to minimize overall impacts to the project and surrounding residents; Orion
has already conducted field investigations and community outreach to incorporate stakeholder
input into this proposal. Orion will take additional care to coordinate with adjacent City projects.
Project UUP-4J1 and Group Job 1019 will require additional coordination of final scopes for
paving and curb ramp limits pursuant to addendum 1.

5
Construction Approach
Orion will minimize the impact to the residents, neighborhood schools, and churches while
completing our work in safe, clean, and efficient manner. Public safety is the foremost concern
when working in the public right-of-way. As such, an aggressive public outreach and a project
specific safety plan will be developed. The safety plan will identify safe passage for the public
during construction activities and place special attention to the safety of pedestrians and special
needs residents. The project will be broken into 2 distinct construction phases each with a final
clean up and hand over to Water Operations at the end of the phase.

Challenges/Cost Saving Measures


Group Job 1019 has several unique challenges, and some opportunities for cost saving measures
for the City. The Orion team has reviewed the RFP documents, additional engineering resources,
and conducted field studies of the existing conditions for the purpose of proposing on this project.
The field investigation was completed with the key team members from the design and
construction disciplines. The investigation included walking the entire alignment multiple times
to review possible design and construction alternatives, while meeting with local residents to
incorporate their concerns into our design and construction plans such as the missing sidewalks
forcing disabled residents to travel in vehicular traffic via wheel chair or the blind spots created by
the RFP for vehicles making left turns on 49th street. This proposal includes the best combination
of design and construction ideas to solve each potential issue while satisfying the ultimate end
users, the residents.

Public Outreach
Orion has identified and met with numerous community stakeholders to get a solid understanding
the project’s impact on the community. Orion has incorporated these findings into the construction
phasing and traffic control approaches. Orion conducted direct outreach to the residents like Myra
Wilson and Dairie Bowden to engage the community as early as the proposal phase. This outreach
helped Orion incorporate disabled access, site lines, and traffic approaches that benefit the
community into this proposal, well before the typical project outreach.

Small Business
Orion’s long standing project history with the City has
“I recognize Orion Construction
facilitated an understanding, appreciation, and commitment
to meeting or exceeding the City’s goals for supporting for consistently meeting and/or
SLBE/ELBE and disabled veteran business enterprises exceeding subcontracting goals”
(DVBE). We received the 2012 Prime Contractor of the
Year Commendation from the previous City of San Diego – Jerry Sanders
Mayor, Jerry Sanders, for consistently meeting and/or
exceeding subcontracting goals and serving in the AGC Mentor Protégé Program. Orion continues
to this day to Mentor contractor’s both formally and informally, helping the overall construction
community within San Diego achieve greater diversity. For this project, we have selected City of
San Diego Approved SLBE/ELBE/DVBE’s to support our work on this project and have exceeded
the mandated minimum.

6
Richard Dowsing, President
Orion Construction Corporation

7
Section 5: Project Team
Changes to Key Personnel Identified in SOQ

The Project team has been updated from the Initial Statement of Qualifications submitted to the
City for the MACC. The following changes and personnel are submitted for City approval:

 Design Build Project Manager: Mark Dowsing, P.E. will be Orion’s D/B Project Manager
responsible for the entire project. Mark’s resume is included in the appendices.
 Design Manager: Patrick Garner, P.E. will be Orion’s Design Manager responsible for the
integration and coordination of work with our design firm, GHD. Patrick’s resume is
included in the appendices.
 Design Project Manager: David Holman, P.E. is GHD’s Design Project Manager. David’s
resume is included in the appendices.

Project Team Overview


Orion and City staff are both actively involved in the quarterly Industry Liaison committees held
by the Association of General Contractor’s San Diego Chapter (AGCSD). This involvement has
allowed City staff to effectively communicate the quantity, schedule, and scope of projects
envisaged by the City as part of its overall Capital Improvement Program to Orion in a meaningful
way. This collaboration has allowed Orion to align our long term company resource planning with
anticipated City goals for the number, size, and scope of upcoming D/B procurements.
Anticipating increased numbers of requests for proposals in the near-term, we are continuing to
foster our relationships with our design partners and actively mentoring new and up and coming
small business partners, both in the design and construction phases. Orion structured its teaming
partners for this City project such that the project load is shared between GHD, and City Approved
SLBE and ELBE businesses; resulting in the ability to deliver the most efficient schedules for this
City project.

This team brings to the City of San Diego local, highly reputable, and experienced design-builders
that are able to provide the same quality design, construction, and attention to client service that
has been a goal and hallmark of Orion’s past city projects. Orion has worked with GHD for 9
years, building together 9 D/B water and wastewater projects, valued at over $66 million dollars
in San Diego County. The core group of design and construction professionals that worked on
these past collaborations are proposed on this project.

This team has extensive and direct local experience that is ideally suited to water and wastewater
pipeline, design, and construction in metropolitan San Diego. Orion has completed City Design
Build Pipeline Group Jobs 790, 921, 922, and 926; totaling nearly $16 million in project value.
Orion also has the following ongoing D/B projects in various stages of construction: Group 743,
Group 1010/1005, Catalina Cast Iron Main Replacement, and Meadowlark Water Main
Replacement all told totaling $31 million. As shown in the table below, Orion’s current City
projects align well with the projected schedule for Group Job 1019. The design phases of these
projects will be completed shortly and do not substantially overlap workloads needed for GJ 1019,
especially when two design engineers are used. Orion’s current construction phases will be

8
substantially complete before Group Job 1019 is scheduled to proceed to construction with the
exception of the Catalina Cast Iron Main Replacement, which will have a separate and dedicated
crew throughout its construction phase.

Orion City of San Diego D/B Project Progress


Project Phase Start End
Group Job 743 Construction 1/1/2016 7/31/2016
Group Job 1010 & 1005 Construction 4/1/2016 5/1/2017
Catalina Cast Iron Main Replacement Design 6/16/2015 5/31/2017
Catalina Cast Iron Main Replacement Construction 5/31/2017 1/14/2018
Meadowlark Water-Main Replacement Design 1/14/2016 12/15/2016
Meadowlark Water-Main Replacement Construction 9/26/2016 10/11/2017
Proposed Group Job 1019 Design 5/31/16 3/7/17
Proposed Group Job 1019 Construction 3/7/17 3/1/18

The following summarizes our key personnel to be assigned to the project, including relevant
design and construction experience of each member. Key personnel available for assignment to
this project are immediately available and committed to fulfilling their respective assignments for
the full term duration of the project.

9
Key Personnel
Project Manager – Mark Dowsing P.E.
The successful design and construction of this project centers on
Orion’s Project Manager (PM), Mark Dowsing. Mark will serve
as the day-to-day point of contact for the City of San Diego’s
Project Manager. Mark is a registered Civil Engineer with a
Bachelor's and Master’s degree in Civil Engineering from
UCLA. He has over 10 years of experience with Orion managing
wet utility design build projects up to $30 million in project value
such as the recently completed Design-Build P-1044 Water
Conveyance Project, which consisted of 17 miles of new water
and waste water pipelines installed at Camp Pendleton, or the
2014 DBIA Award Winning La Bonita Park Water Facilities
Project. In addition to managing design build contracts, Mark has
Certifications/Registrations also served as the principal engineer (Designer of Record) on a
 CA Civil Engineer #76514 number of utility infrastructure upgrades throughout San Diego
 LEED AP County, including the City of San Diego. His experience in both
 QSD #20494 the design and the construction fields has allowed Mark to gain a
 NAVFAC Quality Control
Management Certified
unique perspective into all facets of the project delivery process,
 NAVFAC Site Health and ensuring D/B projects run seamlessly between phases. Mark is
Safety Officer Certified on the City Liaison Committee hosted by the AGCSD and is an
 OHSA 30 Hour integral participant in Orion’s long range planning and its
 HAZWOPER 40 Hour development of the capacity to provide continued service for all
Education
 BS Civil Engineering ‐ UCLA
future City needs. Mark has an in depth knowledge and
 MS Civil Engineering ‐ UCLA understanding of the Group Job 1019 Project as he and his
aforementioned team personally prepared this proposal.

From the City Notice to Proceed through project completion,


Mark will deliver a high quality design with safe and prompt
construction, while integrating City Staff comments, community
feedback and providing coordination with other City projects and
impacted public entities. Mark will be complemented by a fully
integrated design and construction team that has consistently
delivered successful projects on time and to the complete
satisfaction of the City. Mark’s team members have been
specifically selected for their personal attributes of being
collaborative, adaptable, and proactive in dealing with all the
challenges that are typically faced in a D/B project; especially
using specific construction sequence phasing to minimize
construction related community disruptions. Well planned
phasing maximizes the speed of completing whole sections of the
pipeline installation all the way to final testing and paving, while
simultaneously minimizing or duplicating public impacts from
multiple mobilizations. The net result is that the community sees
the section of work that is directly impacting them prosecuted to
final completion quickly and efficiently in a logical sequence.

10
Project Director – Rob Wilson
Rob Wilson will serve as the Project Director. Rob is the Vice
President of Orion and has over 30 years of local experience in
Certifications/Registrations the construction industry, almost 20 of these with Orion. He will
 DBIA Certified Professional
provide senior corporate-level management to the project. Rob is
 NAVFAC Quality Control
Management Certified fully versed in the Design Build delivery method and is an active
 NAVFAC Site Health and member of the DBIA community. Rob will monitor the design
Safety Officer Certified and construction teams, ensuring that Mark Dowsing has all the
 OHSA 30 Hour available resources needed to complete this project successfully.
 HAZWOPER 40 Hour
Education
Rob fulfills this role on all our City D/B projects, ensuring the
 BS – Civil Engineering ‐ continuity of quality service every time. Orion Construction, and
Union College Administrative Management Staff, participate in a
comprehensive region wide weekly progress meeting that
discusses and addresses: project status, issues, staffing, and
potential challenges on active projects. At these meetings, Mark
will update Rob and the rest of Orion’s management team on the
progress. Together, Rob and the rest of Orion’s management
team, will collaborate to identify potential internal and external
issues that could affect the project and resolve or develop
strategies for their resolution.

Design Build Project Engineer – Patrick Garner P.E.


Patrick Garner will serve as the Design-Build Project Engineer.
Patrick is a registered Civil Engineer with a Bachelor’s degree in
Civil Engineering from USC. Patrick has over 5 years of
experience in all facets of the design build utility infrastructure
field with Orion. During his 5-year tenure with Orion, he has
Certifications/Registrations successfully taken on management roles with increasing levels of
 CA Civil Engineer #84903 responsibility on numerous D/B projects. He served as Project
 NAVFAC Quality Control
Management Certified
Engineer with Mark at the $11.0 million dollar La Bonita Park
 NAVFAC Site Health and Water Facilities Project, which won the 2014 California DBIA
Safety Officer Certified Distinction Water Project Award. He recently completed the City
 OHSA 30 Hour of San Diego Design Build Recycled Water Systems Upgrade,
Education
coordinating the project from inception to final startup. The
 BS Civil Engineering – USC
project was selected for an APWA Honor Award for 2015. As a
licensed professional engineer, he has served as an in-house
Orion designer for the delivery of complete designs for two Navy
Wet Utility upgrade projects, totaling $2.7 million dollars. He
primarily utilized our head office staff resources, and select
geotechnical and survey sub-consultants to complete these
projects. His working relationship with GHD will allow him to
seamlessly integrate construction input and design drawings into
a single product, and provide engineering support to Mark as the
PM throughout the whole D/B process.

11
QA/QC Manager – Heidi Andrews
Heidi will serve as the overall Project QA/QC Manager and
Permitting Engineer. With a Bachelor’s degree in Civil
Engineering from McGill University in Montreal, she will ensure
that all design QA/QC from GHD’s internal program is
Certifications/Registrations incorporated into the final design. She is responsible for the
 NAVFAC Quality Control follow on QC from design on into the construction phase. Heidi
Management Certified has over 20 years of experience in water/wastewater
 NAVFAC Site Health and
Safety Officer Certified
infrastructure construction, 15 of them with Orion. She is a well-
 OHSA 30 Hour rounded professional construction executive versed in all aspects
 HAZWOPER 40 Hour of D/B project delivery. She is the project manager currently
Education constructing the D/B Sodium Hypochlorite Upgrades at the
 BS Civil Engineering – McGill
University
City’s Otay Filtration Plant, having already managed the project
through the design process with GHD as the design engineer. She
is a NAVFAC trained and certified quality control manager. She
was the quality control manager and permitting engineer for the
DBIA Award Winning Orion Design-Build La Bonita Park
Water Facilities Project and this year’s APWA Water Utility
Project of the Year completed at the San Diego Airport by Orion.
Heidi will develop the project’s comprehensive Quality Control
Plan (QC Plan), oversee its execution, and adherence contract
requirements. Heidi will also provide project-wide Quality
Assurance to the designer’s own internal quality control program,
and work closely with Orion’s Design and Construction team
members to provide additional oversight, to ensure the overall
plan is being appropriately implemented. Reporting directly to
Mark as PM, she will utilize all the company resources at her
disposal, including periodic construction site audits and regular
documented QC meetings.

Construction Manager- Ryan Danielson


Certifications/Registrations Ryan will serve as the Construction Manager (CM). Ryan has
 NAVFAC Quality Control over 10 years of construction experience in water and waste
Management Certified water infrastructure, 6 of these with Orion. As construction
 NAVFAC Site Health and
Safety Officer Certified
manager, Ryan’s latest experience includes the Design Build
 OHSA 30 Hour P1044 and P1046 Water and Reclaimed Water Infrastructure
Education Projects on Camp Pendleton with Mark Dowsing (PM) and GHD
 Bachelor of Science ‐ SDSU (Designer), projects totaling over $50.0 million. His wet utility
experience includes: treated water, raw water, sewer, storm drain,
and brine line conveyance lines. The breadth of his D/B utility
experience will assist him in managing the day-to-day
construction of Group Job 1019. During the construction phase,
Ryan will prepare and update the three week look-ahead
schedule, review and address community impacts and concerns,
review day-to-day crew planning with the site superintendent,
and address potential public and worker safety concerns. He will

12
report directly to Mark, Orion’s Design Build Project Manager.
In preparation of this proposal, Ryan Danielson personally
reviewed the project site conditions extensively and validated the
existing as-built information. He was an integral member of the
team that came up with the proposal design concept. As a final
check, he performed a number of constructability reviews of the
proposed design concept with Orion’s experienced field
superintendents, incorporating their comments and ideas into
preparing this response to the RFP.

Superintendent – Scott Vargas


Scott has over 25 years of experience in utility construction in
San Diego, 19 of which with Orion. Scott is a senior
Superintendent with Orion and, among his many talents, he is
responsible for training the next generation of Orion field
Certifications/Registrations
 NAVFAC Quality Control
management staff in how to effectively build D/B wet utility
Management Certified pipelines to City standards. During his long tenure at Orion, Scott
 NAVFAC Site Health and has constructed numerous water and sewer pipeline replacements
Safety Officer Certified in the City of San Diego. He has been integral in Orion’s
 OHSA 30 Hour
 Competent Person: fall
transition from the traditional hard dollar bid utility projects into
protection, scaffolding, the Design-Build delivery method over the last decade, bringing
trench shoring and valuable real world construction experience into the design
excavation, confined space phase. Utilizing his experience and field craft, he has been able
 First Aid and CPR
to provide valuable insights assisting the D/B team to eliminate
the avoidable pitfalls in bringing designs to life from a concept,
through design, and into a finished functioning system. As
superintendent Scott recently completed the City of San Diego
Design Build Scripps Ranch Pump Station, which won the 2014
APWA Outstanding Project Award, and the APWA 2016 Project
of the Year: NSU Storm Drain Trunk. Scott was actively
involved in the preparation of this Proposal from the beginning
conducting numerous site visits and validating the design
concepts by GHD.

Design Project Manager – David Holman, PE


Certifications/Registrations David Holman, PE, will serve as GHD’s Design Project Manager
 CA Civil Engineer #80164 for the east portion of the project. David has 13 years of
 AZ Civil Engineer #47544 professional experience in project management, planning,
 Member of ASCE, ACEC, design, permitting, and construction oversight of capital projects
APWA
Education
focusing on water & wastewater infrastructure. David is
 BS – Civil Engineering experienced with City of San Diego Design-Build projects. His
work includes GJ 3012 and GJ 814. David is also the project
manager for the Otay 1st & 2nd Pipelines West of Highland
Avenue project for the City of San Diego. David will manage
GHD’s in-house design team and coordinate with all members of
the Orion team throughout the project.

13
Civil Engineer – Phil Slagel P.E.
Certifications/Registrations Phil Slagel, PE, will serve as GHD’s Design Project Engineer.
 Professional Engineer Guam Phil has over 25 years of professional engineering management
#1647, Montana #12640,
experience including water & sewer pipelines, storm drain
Washington #34105,
Nevada #13898, CNMI #416 systems, and construction support services. Phil is currently the
 ASCE and SAME Member project engineer for the Camp Pendleton design-build project P-
Education 1044 Conveyance Facilities with Mark Dowsing and Ryan
 BS – Civil Engineering Danielson which consists of over 17 miles of new 16-inch
Oregon Institute of
Technology pipeline. Phil is also currently the engineer for 4 projects with the
City of San Diego, including Group Job 827. Phil’s knowledge
of the City’s current design standards and relevant pipeline
design experience will be applied to this project. Phil will oversee
GHD’s design and development of the construction plans and
specifications.

Design Quality Control – Greg Watanabe


Certifications/Registrations Greg will serve as GHD’s Design QC Manager. Greg has over
 CA Civil Engineer #67618 18 years of technical experience in engineering and capital
 NAVFAC Quality Control improvement programs and project management. His emphasis
Management Certified has been in the assessment, rehabilitation, design and
 Member of APWA, ASCE,
and AWWA
constructability of over 100 miles of water and sewer pipeline
Education systems up to 96-inches in diameter for public utility
 BS – Civil Engineering Cal systems. Greg has performed the role as QA/QC Manager on
Poly San Luis Obisbo multiple City of San Diego projects and complies with GHD’s
ISO 90001 compliance requirements. Greg is currently serving
as Design QA/QC Manager for the Camp Pendleton D/B projects
P-1044 and P-1046B Conveyance Facilities with Orion and has
been certified as a Quality Manager by the U.S. Army and Navy.

Community Outreach - Humanability


Orion has a long continuous history of successful community
outreach with SLBE public-relations firm Humanibility. This
history includes over 8 past City water group jobs. Based on this
relationship, we have recruited Humanability again as our
Community Liaison partner. Humanability will be responsible
for creating and implementing our Community Outreach Plan.
Orion and Humanability will together develop a one-on-one
relationship with impacted residents in the project area as
construction crew’s work through their neighborhoods, ensuring
all community concerns are addressed.

14
Geotechnical Engineering and Testing – Southern California
Soils and Testing (SCST)
SCST was established in 1959 and serves both the public and
private sectors. Orion and its design partner, GHD, have a long
standing relationship with SCST. The firms have collaborated on
all types of design build construction including municipal and
federal institutions and utility infrastructure.

Underground Pipeline Solutions, Inc.


Underground Pipeline Solutions, Inc. (UPSI) is a locally owned
general engineering contractor specializing in water, sewer, and
storm drain construction. Established in 2010, UPSI is certified
as an Emerging Local Business Enterprise (ELBE), with the City
of San Diego, a Small Business (SB), with the State of California,
and a Women Owned Small Business (WOSB), with the federal
government. Marty Cox, President of USPI, runs field operations
and has more than 35 years of experience in underground wet
utilities construction. Valli Cox is the co-owner of UPSI, and is
responsible for the administrative and financial operations of the
firm. UPSI has completed numerous wet utility infrastructure
projects for local public agencies, including the City of San
Diego, Lakeside Water District, and the Port of San Diego. For
this project, UPSI will install a complete segment of the new
water infrastructure, including the high-lining, water mains,
services, fire hydrants, and trench patching on Deaton Drive,
Dafter Drive and Place, and Genesta Street. Orion will mentor
and assist UPSI in all facets of the work, helping bring them into
the design-build arena.

Valor Constructors Inc.


Valor Constructors Inc. is a locally owned general engineering
and building contractor. Established in 2013, Valor has
established a reputation as a competent and reliable
subcontractor performing building and engineering construction
for larger general contractors on military bases throughout
Southern California. Valor is a federally certified Service-
Disabled Veteran Owned Small Business (SDVOSB) and a State
certified Disabled Veteran Business Enterprise (DVBE). In
addition, with the assistance of Orion Construction, Valor
recently became certified as a Small Local Business Enterprise
(SLBE) with the City of San Diego, and completed its first project
for the City as a subcontractor to Orion on the Langmuir Street
and Acheson Street Emergency Storm Drain Replacement
Project. This project entailed replacement of failed CMP storm
drain piping located in the back yard of a private residence. Valor
performed approximately $80,000 of work on this project

15
including site demolition, hand excavation, storm drain pipe
repair, sidewalk and masonry replacement, and landscape
restoration. Valor performed the work in an expedient and
efficient manner to the complete satisfaction of the City Resident
Engineer. Valor’s Owner, Bryce Brown, is a veteran of the U.S
Army, serving as a Captain with the Corps of Engineers. During
his military service Bryce directed the construction of major
portions of the infrastructure and fencing along the US-Mexico
border, with a staff of over 200 construction workers. For this
project, Valor will perform replacement of sidewalks and
restoration of other site work impacted by the pipeline
installation. Orion will continue to mentor and assist Valor to
ensure his success in the City SLBE program.

16
Figure 1 – Org Chart

17
Section 6: Technical Approach and Design Concept
6.1 Design Concept Overview
The Orion team’s design approach to the Group Job 1019 design-build project is based on a review
of the following documents and is in compliance with Attachment A: Section 43 Supplemental
Requirements.

 Bridging documents and the RFP with all addenda.


 City water, sewer, right-of-way, and GIS data from SANGIS and SPLASH databases.
 Water and sewer GATE Book Infrastructure Atlas Maps.
 Aerial orthophotography.
 Multiple site visits by the design and construction teams, including measurements,
photographs and discussions with community members and leaders.
 Utility company record drawings.
 Planning studies from related CIP projects for potential impacts to this project.

Orion has produced an accurate concept of Group Job 1019’s work scope utilizing the above and
publicly available documents. The GIS maps were reviewed in conjunction with the field walks to
produce the detailed counts of the water services, fire hydrants, blow offs, air-vacuum valves,
fittings, valve clusters, and points of connection.

The project will replace aging Asbestos Cement (AC) water pipelines to improve system
reliability, hydraulics, and compliance with current City standards. 16,809 feet of 6-inch and 8-
inch AC pipeline will be replaced with 8-inch PVC water pipe. The replacement water pipelines
will generally follow existing horizontal and vertical alignments and will replace the existing water
mains in place. Special attention will be paid to Brookline St., Date Pl., Denton Dr., Drafter Pl.,
Drafter Dr., Duval St., Elm St., and Fir St., for the separation of the existing sewer to the proposed
water main for potential Department of Health permission. The work will be replace-in-place
pipeline utilizing open trench construction. Orion will utilize the following proven design process
to successfully complete the Group Job 1019 Project.

 Kickoff Meeting – Orion will use the City kickoff meeting to reaffirm our understanding of
the City’s expectations, review the schedule, discuss questions, and identify action items.
 Data Gathering – Following the Kickoff Meeting, Orion will identify information that was
not included in the RFP and request additional information and as-built drawings from
appropriate utility agencies such as SDG&E, ATT, CATV, etc.
 Design Survey – During the Data Gathering, Orion’s will develop the design survey with its
selected sub-consultant. The surveyor will pick up, and incorporate into the survey, additional
surface and subsurface information requested by the Design Team.
 Base Mapping – Using the Design Survey and information obtained during the Data
Gathering, the Team will develop the project Base Mapping which includes all existing
facilities pertinent to the project design and construction.
 Field Investigation and Potholing – The Construction Team will use the RFP provided Base
Map to evaluate the construction corridor, identify utilities to pothole during the design phase,
and identify and address construction challenges, and provide feedback to the Design Team.

18
 Design Concept – Based on the Field Investigations, Orion’s Construction Team will
coordinate with the Design Team to develop a conceptual design that will minimize public,
traffic, and the environmental impact during construction.
 Community Relations – The Community Relations Plan will be developed during the design
phase. It will identify stakeholders, include a schedule for holding community meetings, and
milestones preparing/distributing door hangers.
 Basis of Design – The Design Team will develop a Basis of Design Report (BODR). The
BODR will include the current project description, design calculations, requested deviations
from City Standards, ADA curb ramp compliance, permit requirements, and project schedule.
 Geotechnical Investigation – using the Design Concept the Design Team will coordinate with
the Geotechnical Engineer to perform the Geotechnical Investigation and prepare the
Geotechnical Report with recommendations.
 Design Submittal – Utilizing the Geotechnical Report recommendations, Design Concept,
and BODR the Design Team will prepare the design submittal. Each design submittal will
include all of the information required for the level of submittal (30%, 60%, 100%).
 Internal QA/QC Team – Prior to all Design Submittals, Orion’s Design Build QA/QC
Manager Heidi will oversee the review of the design submittals with the appropriate parties.
 Preconstruction – Once the appropriate Design Submittal level is approved for construction
(60% or 100%) by the City, Orion will submit the project Safety Plan, SWPPP, SWQMP,
traffic control plan, and request a Preconstruction meeting.
 Construction – Following the Preconstruction meeting, Orion will coordinate with our
Community Relations sub consultant to prepare and distribute door hangers, meet with
appropriate residents and businesses, re-call for USA mark outs for the entire project,
coordinate construction surveying with City, obtain appropriate permits (traffic, noise), and
initiate additional potholing and utility locating as appropriate. Throughout construction, Orion
will hold weekly construction meetings and coordinate with adjacent projects.
 Post Construction / Startup – Orion will address all of the City’s punch list items, implement
appropriate startup measures and training, and prepare as-built drawings.

19
6.2 Technical Design Approach

6.2.1 Pipeline Alignment, Sizes, and Locations of Appurtenances


Water and Sewer Alignments and Separation Requirements
The project team will design the alignments to be in compliance
with the California Title 22 Code of Regulations, Division 4
Environmental Health, Chapter 16, Article 4, Section 64572. The
regulations require a minimum 10 feet of horizontal separation
(outside pipe to outside pipe) and one foot of vertical separation.
For pipe separations between four and ten feet (Zone B – see Figure
2), an exception can be made with the use of pipe material upgrade
and joints in compliance with AWWA PVC C900 minimum Class
305 (DR 14). If the four-foot separation cannot be met (Zone A),
special permission is required from the State Water Resources
Control Board (SWRCB).

Water Pipeline Alignments


Generally, the water pipelines will be replaced in place similar to
the locations shown within the RFP and bridging documents.
However, in some locations additional permission may be required
from the Department of Health. There are conflicts within the
existing alignment. The replacement water mains in this area will
be reviewed with the available zone, material classification, and
permissions required for installation. Figure 2 – Water/Sewer

Water Pipeline Appurtenances Separation Requirements

Air Vacuum/Release Valves


All high points on pipelines 12” and smaller will have a fire hydrant or 1-inch air vacuum/release
valve as shown in Appendix C.

Blow-offs
All low points will have a fire hydrant or 2-inch blow off assembly for pipeline sizes 12-inches
and smaller. The potential 2-inch blow off locations are shown in Appendix C.

Water Services
Water services will be replaced in place and in like kind. All services will be connected to the new
distribution main.

Valves
Valves on piping 12-inch diameter and smaller will be gate valves. The valves will meet AWWA
C500 or C509 standards and will be selected from the City’s Approved Materials List.

20
Fire Hydrants
The project area consists of single-family residential (RS-1) and includes one school. In the
residential areas, the hydrants will include 2 ports; one 4-inch port and one 2 ½-inch port. The
hydrants adjacent to the Webster Elementary School will be upgraded with 3 ports; two 4-inch
ports and one 2 ½-inch port. The City design standards require that hydrants in single family
residential areas shall be located at street intersections but not more than 450 feet of separation
between hydrants (Water CIP Guidelines and Standards, Book 2, Chapter 3). Figure 3 has been
prepared to show the anticipated quantity and locations of the fire hydrants. These proposed
locations include additional hydrants required to comply with current City standards.

Sewer Pipeline Alignments


Sewer main replacement and realignment will be performed in accordance with: Section 500
Technical Specifications, City’s 2015 Whitebook, 2015 Greenbook, and City’s 2015 Sewer Design
Guide. The materials will conform to the City of San Diego approved materials list. Bypassing
will be required for the sewer replacements and bypass volumes and methods will be coordinated
with the City. This coordination will be memorialized as part of the Basis of Design (BOD) which
is prepared at the 30-percent design. The BOD will outline all aspects of the project with key
decisions and recommendations from the project team.

Sewer mains for this project will include 8-inch, 10-inch, and 12-inch PVC. The maximum depth
of cover is less than 25 feet. Based on the maximum depth of cover, an assumed 1000psf modulus
of soil reaction, and a 5% maximum pipe deflection, the sewer pipe will meet the requirements of
SDR 35. This will be confirmed during the design with additional calculations and data from the
geotechnical report.

Manhole Design
Sewer pipeline depths will be minimized to the greatest extent possible within the City design
guidelines. All proposed manholes are less than 25 feet deep so a structural permit or two access
manholes will not be required. The proposed manholes do not require lining, but the ground water
depths will be confirmed with the geotechnical borings for conformance with the Sewer Design
Guide Section 2.3.5.3. The manholes will be per the City’s standard 4 feet diameter with heavy
duty 36-inch covers. The manhole, covers, and sewer pipe will be from the City’s Approved
Materials list.
Figure 3: Proposed Fire Hydrant Map

6.2.2 Traffic Control Approach


The overall traffic control approach will be to prepare traffic control plans which minimize
disruptions to the residents, businesses, schools, and commuters. The streets were studied during
the field inspections for traffic flow patterns, allowing a comprehensive approach to be included
with this proposal.

By analyzing the work in all areas, reviewing the ADT traffic counts in the Bridging Documents,
and examining traffic conditions during our site visit, we divided the traffic control requirements
into four categories:

21
1. Engineered Traffic Plan Areas: Federal Blvd. and Euclid Avenue have traffic volumes in
excess of 10,000 ADT. Fully engineered D-Sheet drawings will be used in these areas. A
California Professional Engineer will sign and stamp the D Sheet traffic control drawings
and submit them to City of San Diego Traffic Division for review.
2. Street Closure and Detour Areas: For the two-lane, neighborhood streets, the work area
will be closed to through traffic. Detours will be implemented utilizing the neighborhood
grid pattern. Detours will be short and cause minimal impact to drivers in the area.
3. Lane Closure and Flagger Areas: Elm Street between Euclid Ave and 49th Street will have
the southern lane closed; traffic will be routed through the northern lane. 49th Street
between Elm Street and Federal Blvd. will have the eastern lane closed; traffic will be
routed through the western lane. Full time flaggers will be used to direct traffic during the
work hours.
4. School Area times: These areas will remain completely open during the pickup and drop
off times. Elm Street and Brookline Street will be work free during Webster Elementary
School’s pick up and drop off hours.

Figure 4 – Traffic Control Master Plan

6.2.3 Design QA/QC Approach


As noted in our Project Team above, Heidi Andrews will serve as the Team’s overall Project
QA/QC Manager and Construction Quality Control. Heidi will coordinate with Gary Watanabe
and Patrick Garner to integrate the design review process into a project-wide quality control
plan. As Orion’s project QA/QC Manager, Heidi will report directly to Mark Dowsing and will be

22
responsible for the oversight of the entire design and construction process and its conformity to
the contract documents.

Gary will be responsible for the oversight of the design process and its conformity to the contract
documents. The review process will require discipline experts to review the design package.
Through each stage of the design process, he will coordinate with the discipline reviewers ensuring
that each discipline and cross discipline has been reviewed and signed off. He will coordinate with
the design discipline leaders to ensure that they included all of the items that are listed in
“Attachment A”, Section 29, Design Submittals, of the RFP. They will be responsible for
identifying any variances or changes as the design proceeds from design concept and bring these
variances to the City’s attention at the time of submittal.

A project specific QA/QC checklist will be developed with City staff. The checklist will provide
the City and Orion Team reviewers with clear and complete responses to review comments
keeping the design process and design schedule on track. The QA/QC Checklist will be completed
and submitted to the City within two weeks of receiving City design submittal comments. A
meeting or conference call will be set up to go over the responses to comments to confirm that the
comments have been addressed satisfactorily to the City and to resolve any discrepancies between
the reviewers and designers. All of the comments will be tracked and logged through each
individual submittal phase and a complied, to date, record will be provided to the City at each
submittal phase.

Once the design packages are ready for delivery to the City, Heidi will independently review the
packages to certify that the entire submittal package is in conformance with the contract
documents. During the Construction Phase, Heidi will confirm that construction submittals are
being received, reviewed and approved, prior to moving forward. Heidi will submit and track RFIs
and responses, manage permits, and confirm construction is in conformance with the contract
documents.

6.2.4 Paving Restoration


The project team reviewed the bridging documents to determine the necessary paving
requirements. Section 2.7.9 of the RFP stated that all streets in fair or acceptable condition will be
slurry sealed and all poor or dual trench streets will be paved by the streets division. Therefore,
Group Job 1019 will include only the slurry seal required for the street resurfacing. Further
clarification was provided in Addendum 1 Q/A#6 which states that the follow on neighborhood
underground electrical project UUP-4J1 will perform all street resurfacing in the overlapping
project areas. Utilizing the City of San Diego SANGIS, Orion identified neighborhood 4J1 as
shown in Figure 5. Streets in the 4J1 neighborhood, which will be coordinated for paving by the
UUP-4J1 are colored in blue and the streets to be paved as part of Group Job 1019 are shown in
orange. As the design-builder of the first new project into this neighborhood Orion will take the
lead in ensuring a close collaboration between these project scopes, to avoid any duplication or
redundant paving. This will make for coherent approach to a total neighborhood upgrade project
of all the utilities and surface improvements that the community deserves.

23
Figure 5 – Paving Restoration Map
All trenches will be restored in accordance with the City Standard Detail SDG 107. Upon
completion of base paving in a defined area, the finish asphalt “T” cut trench patch with slurry seal
or full width asphalt street overlay is placed. This allows individual streets to be completed earlier
so that the residents are not impacted by multiple remobilizations of construction crews through
the same street to complete the varying work tasks: main line utility installations, lateral
installations, base paving, finish paving, hardscape improvements, and slurry seal. Our crews
explain this process to residents and businesses while passing out the work notices in order to
diffuse any complaints to the City before they begin. Orion crews can complete streets or blocks
of pipeline installation as a unit, keeping public perception positive.

6.2.5 Water High‐lining Plan


The waterlines that will be replaced in their existing location will require a temporary high-line in
order to maintain water services to the residents. In order to adequately serve the City's customers
Orion has identified 2 project phases. See Appendix D for Phasing map. The map identifies the
feed hydrants and cut/ plug locations. As part of the high lining process, Orion will perform the
following services:

24
 High-lining Plan
o Request copies of the City of San Diego’s most recent updated field gate book
drawings.
o Coordinate the City’s original design concepts.
o Field investigate to identify actual locations of feed hydrants.
o Identify water mains that will need to be cut and plugged in order to complete the
new work.
o Develop a high-line plan and cut and plug plan.
o Phase the high-line and cut and plug work in proper accordance with approved
project schedule.
o Meet with City Forces to verify their acceptance of high-line and cut and plug plan.
• High-lining Preparation
o Call for USA Mark Out to verify actual location of existing mains.
o Final confirmation of high-line and cut and plug plan.
o Notify community of areas affected by water outages during cut and plug
operations.
o Verify there are no conflicts with other water line replacement projects in the area.
• High-lining Execution
o Install 2” high-line pipe and water service jumpers ready for transfer.
o Flush, chlorinate and Bac T test high-line.
o Transfer all existing private water services to temporary high-line.
o Performs cut and plug work.
o Begin water main replacement.

When the new pipe has passed the required chlorination and bacteriological testing, the new water
main will be tied into the existing water main. This connection will be witnessed by a certified
City employee in compliance with Health Department and City of San Diego mandates.

Upon completion of the tie in work, the existing private property water services will be transferred
off of the temporary high-line and on to the new water service that was installed during the water
main replacement phase. The high-line will then be removed from service and the temporary cold
mix will be cleaned up.

6.2.6 Phasing of Design and Construction


The Project Design phases will be completed simultaneously. The Construction Team will assist
with field services during the design to incorporate the necessary field input into the design plans.
The construction team will be integrated into the review process to incorporate real world field
experience and past lessons learned into the project. The project will be constructed in a linear
fashion utilizing the proposed phasing map in Appendix D. Orion will use its experience gained
from the successful completion of many water group jobs in similar neighborhoods for the best
practices to manage staging equipment and materials in the Public Right of Way. We will
efficiently complete the phases of construction with minimal disturbance to the residents prior to
moving onto subsequent phases. Each phase will be restored or paved during the mobilization into
the next phase. Orion will team with the City resident engineer in order to develop a punch-list for
individual phases prior to the completion of the project. This allows the City to take beneficial use
of the new facilities and allow the Community to see closure in work areas.

25
6.2.7 Curb Ramp Installation and Modifications
The level of curb ramp design will vary with in-field conditions. Areas with significant constraints
will require additional detail compared to the standard curb ramp replacements. Recommendations
were developed in this proposal which will be discussed at the kick-off meeting. They will be
incorporated in the BOD at the 30 percent design stage. It will include recommendations for ramp
placement with justifications. Impediments preventing the installation of a ramp will be
documented and depicted with annotated pictures, maps identifying constraints, historic stamps
locations, and ADA compliant paths of travel.

An Access Law Design Compliance Memorandum was provided with the RFP. The project team
performed field investigations to determine the existing conditions and ramp placement. The
findings of the field investigations are shown in Figure 6. The RFP stated that Group Job 1019 and
UUP-4J1 would need to coordinate the ADA ramp construction, however, Addendum 1 clarified
this and included all curb ramps as part of the Group Job 1019 project. The project will install curb
ramps as needed throughout the project in accordance with the City’s curb ramp policy. Existing
curb ramps will be removed and replaced to comply with current City standards. Existing curb
ramps in compliance with current City’s standards will be protected in place. New curb ramps will
be installed in locations that are missing existing curb ramps.

Figure 6 – Curb Ramp Locations

26
The City has prepared a preliminary assessment of the existing curb ramps within the project area
as summarized in bridging document 41.1.1.j, Access Law Design Compliance Memorandum.
This memo evaluates all of the existing curbs for compliance or replacement and identifies
locations where new curb ramps are required. This memo assumed that the Undergrounding
Utilities Program project, UPP 4J1, would replace many of the curb ramps with the project area.
However, the City has later confirmed in Addendum No. 1 that the schedule for UPP 4J1 has been
changed and the undergrounding project will now follow GJ 1019. As a result, Orion proposes to
install all curb ramps identified in the memo where feasible and in accordance with current City
standards.
There are no existing curb ramps at the intersection of Westover Place and Euclid Avenue. The
memo identifies this intersection as requiring further evaluation. The Orion Design Team
preformed a preliminary mid-block crosswalk warrant assessment for this intersection and
concluded that a pedestrian crossing across Euclid Avenue is not warranted per the City of San
Diego Pedestrian Design Manual. Euclid Avenue is a 4-lane arterial road without a raised median
and a posted speed limit of 35 mph. The average daily trips (ADT) for Euclid Avenue is over
26,000 per day, which far exceeds the uncontrolled mid-block crossing threshold of less than
12,000 ADT. This intersection is uncontrolled and within 200 feet of a controlled intersection at
Euclid Avenue and Elm Street. The proposed crossing distance is 70 feet in length, which exceeds
a desired crossing distance of less than 52 feet. Therefore, the Orion Design Team is proposing to
install new curb ramps to allow pedestrians to cross Westover Place in the north-south direction
and pedestrian barricades to prohibit pedestrian crossing Euclid Avenue in the east-west direction.

Uncontrolled Mid-Block Crosswalk Preliminary Assessment @ Westover Pl. & Euclid


Ave.
Criteria Requirement Existing Warranted
Condition
Post Speed Limit < 30 mph 35 mph No
Average Daily Trips < 12,000 > 26,000 No
(ADT)
Distance to Nearest >250 feet < 200 feet No
Controlled Crossing
Crossing Distance < 40 – 52 feet ~ 70 feet No

6.2.8. Phasing and Coordination with Adjacent Projects


Orion has identified several projects in the area that will need coordination throughout design and
construction of the Group Job 1019 Project. In RFP Attachment E Section 2-14.3, and in further
research on the City’s CIP Project Map Viewer, we have planned at a minimum to coordinate with
the following list of projects:

27
Project Name City Contact Contact Number
Pipeline Rehabilitation Z-1 Meryl Jimenez 619-235-1977
Pipeline Rehabilitation Z-1A Meryl Jimenez 619-235-1977
Sewer and AC Water Group 776 Sheila Gamueda 619-533-4244
Sewer Group 743 Daniel Tittle 619-533-7468
Sewer Lateral Rehab J-2 Maryam Liaghat 619-533-5192
Euclid WS Federal to Marliou Bond MS Daniel Nutter 619-533-7492
Webster Neighborhood Identification Daniel Nutter 619-533-7492
Residential Project Block 4J1 Jie Xiao 619-533-5496
UUP-4J1 Dayue Zhang 619-533-7409

These projects will be monitored closely for potential impacts throughout the project life. Orion
will request the schedules from each of these projects so that field work can be coordinated before
there is a conflict. During the construction process, there will be additional coordination with the
adjacent projects and City staff to ensure there are no conflicts with Construction Schedules,
Traffic Control Impacts, and Community Impacts.

Orion will pay special attention to engaging the local community early in our design phase to
ensure that all the residents understand the project phasing within 1019 and how it will relate to
the City’s follow on surface upgrade project UUP-4J1 and the streets divisions paving contracts
for the poor OCI indexed areas. Group Job 1019 will construct all curb ramps, UUP-4J1 will
construct the pavement resurfacing in the overlapping areas per addendum 1, and the City’s street
division will pave all areas with poor OCI Indexes. Given the substantial impact to the
neighborhood during the water main construction, specific door hangers and large project boards
will be prepared for the affected residents explaining the sequence of construction and
responsibilities of each of the follow on contracts. This will alleviate concerns regarding the
coordination of the contracts from the publics point of view. Contingency work will be planned
and available should any two projects need to be in the same area at the same time, allowing field
operations to be relocated efficiently to a new area. This proactive coordination by the Orion field
staff will keep the impacts to the residents to a minimum.

6.2.9 Storm Water Pollution Control Best Management Practices


The best management practices that have been selected for use on this project will be incorporated
into the Water Pollution Control Plan (WPCP). It will be prepared specifically for the site. The
project is constructed entirely within existing impervious areas. Typical BMP’s in the WPCP
include: storm drain inlet protection devices, silt fences, gravel bag check Dams, straw wattles,
concrete wash outs, secondary containment for our sanitary facilities, solid waste management,
equipment main and fueling protection, wind protection, stock pile covers, and any other items
required by the specific weather conditions.

6.2.10 Subsurface Investigation and Geotechnical Work


The project is a replace in place project. The geotechnical needs will be minimized using this
approach. Orion will also enlist the sub-consultant SCST to provide additional geotechnical
investigation as needed. Orion will also maximize the use of in-house geologic and geotechnical
data from existing reports in the nearby area.

28
The proposed Geotechnical services will include:

 Reviewing readily available published and in-house geotechnical literature, groundwater


data, topographic, geologic and fault maps, aerial photographs, and the City of San Diego’s
Seismic Safety Study.
 Obtaining City of San Diego encroachment permits, traffic permits, and approval of traffic
control plans for field investigations.
 Coordinating and mobilizing for the subsurface exploration as needed. Mark-out of
existing underground utilities will be conducted through Underground Service Alert.
 Perform subsurface exploration to consist of drilling, logging, and sampling of borings
with a truck-mounted drill rig with hollow-stem augers as needed. The borings will be
drilled to adequate depths (or refusal). In-place and bulk samples will be returned to the
laboratory for testing. The borings will be backfilled with in accordance with County of
San Diego DEH requirements.
 Laboratory testing of selected samples to evaluate geotechnical design parameters will be
performed. Laboratory testing will include in-place moisture content and dry density,
particle gradation (sieve analysis), shear strength, and corrositivity (pH, electrical
resistivity, chloride content, and sulfate content).
 A geotechnical report will incorporate our findings, conclusions, and recommendations for
the project.

6.2.11 Proposed Design Schedule


See Overall Project Design and Construction Schedule in Appendix E.

6.2.12 Quantity Estimates


We estimate the following quantities needed to complete the project:

1. Additional Bedding 10 CY
2. Imported Backfill 20 TONS
3. Asphalt Pavement Repair 1500 SF
4. Additional Curb and Gutter 400 LF
5. Additional Sidewalk Removal and Replacement 1600 SF
6. Additional Pavement Removal and Disposal 10 CY

29
Section 7: Construction Plan
7.1 Proposed Construction Plan
The construction plan for the Group Job 1019 design-build project is based on the Orion team’s
complete understanding of the project goals, as well as, our knowledge and neighborhood-specific
experience executing design-build projects involving waterline replacement. To address the level
of effort involved in the design-build process for this project, the Orion team will complete a
detailed Design and Construction Schedule along with 3-week look ahead schedules to monitor
and keep the project on track.

Orion will operate as the Design Builder, accepting full responsibility for the overall design,
construction, quality, cost, and schedule. The single point of contact for the city staff will be our
Project Manager, Mark Dowsing. To properly manage this design-build project, Orion will
maintain control of the schedule and procurement as described in this document. Orion will
implement an aggressive quality assurance/quality control program for all phases of design,
construction, permitting, and commissioning, led by Heidi Andrews.

All major correspondence between team members will be routed through Mark Dowsing. This
communication structure allows Mark to monitor the progress of each construction task within the
project scope and keep the project on task while taking the necessary steps to stay on schedule.
Our full time Construction Manager, Ryan Danielson, will be onsite daily and will be responsible
for the overall construction and safety of the project. Our experienced full time superintendent,
Scott Vargas, who has previously completed numerous City group sewer and water main
replacements, will lead the project craft workers.

7.1.1 Construction Approach and Methods


The construction approach follows the guidelines set forth in the RFP and provides enhancement
where applicable to minimize the impact to the surrounding neighborhood while constructing in a
safe, clean, and efficient manner. Two major construction phases have been identified for the
project.

The following crew types will be on site during this project:

 Design Pothole Crew


 High-line Crew
 Water Installation Crew(s)
 Sewer Installation Crew(s)
 Asphalt Paving Crew
 Concrete Placing Crew
 Cleanup/De-Mob Crew

30
The equipment has been selected for the range of construction activities and constraints on the
project. A listing is as follow for the project:

 Vacuum excavator truck (for potholing operations and sewer bypass emergencies).
 Asphalt zipper (asphalt demolition).
 Concrete saw cutting equipment (concrete removal).
 Zero clearance excavators: Caterpillar 321, 314, 307, and 305 (excavation and backfill).
 Rubber tire loaders: Caterpillar 950, 938, 930, and 914 (spoil and material handling).
 Compact skid steers loaders (tight material handling/street sweeping).
 Rubber tire backhoes: Caterpillar 416 and 446 (excavation, backfill, demolition, and
material handling).
 APCD compliant sweepers w/PM10 filters (street sweeping).
 Water trucks 500-4000 gallon (dust control, backfill moisture content, temporary holding
tanks).
 Heavy trucks: 10 wheelers, super 10's, boosters, end dumps, side dumps, equipment
haulers.
 Compaction equipment – Smooth and Sheeps foot compactors, wacker tampers, vibratory
plate.

Prior to starting field work, the pre-existing conditions will be professionally videoed, fully
documented, and the video will include the mark outs from Underground Service Alert USA, the
later for record purposes. Base mapping and potholing will occur in this phase to obtain the
horizontal alignments for the 30% design. The Community Relations plan is prepared prior to
submission of the 30% design. A Project and Plan presentation will be made to the community to
engage stakeholders and obtain input early in the process all before the 30% is finalized. Material
submittals and the WPCP will be completed during the 60% design. 100% and final designs will
be in accordance with the RFP including Attachment A Section 42 Supplemental Requirements.

Orion will utilize its local experience by fully implementing the latest Greenbook and Whitebook
standards in the project. Orion’s long working history with both the City and the designers will
allow it to incorporate any requirements and nuances of the City Water System into the design
early in its concept. Orion intends to follow the requisite codes, standards, and details outlined
below:

Water Systems
 Pipe Bedding and Trench Backfill for Potable Water Mains, per SDW-110.
 Thrust Blocks and Anchor Installations, per SDW-151.
 Gate Wells and Valves, per SDW-152 through SDW-154.
 Fire Hydrants, per SDW-104.
 Air Valves, per SDW-158 through SDW-160 (as appropriate).
 Blow Offs, per SDW-143 through SDW-146 (as appropriate).
 Water Services, per SDW-149 through SDW-150.
 Meter Boxes, per SDW-134 through SDW-137.

31
7.1.2 Plan for Operation of Facility during Construction
Orion is experienced in all of the utility types prescribed in the RFP. Orion has a large inventory
of owned high-line pipe and fittings, temporary pipe, and equipment available that will ensure the
full time operation of each individual City facility or pipeline throughout the course of
construction. Orion will take all precautions necessary to ensure that no damage or unscheduled
shutdowns occur to any adjacent facilities including: piping, utilities, traffic signals, and roads.
Underground Service Alert will be contacted for verification and location of all utilities and will
maintain notification current throughout the project. Construction operations will be coordinated
to ensure efficient and orderly installation of each phase of the work in a sequence that will obtain
the best results and the earliest completion each phase and that of the overall project. We will have
the correct sizes of repair couplings and pipe on hand for fast repairs resulting from unintended
emergency utility strikes. They will be stocked onsite, the final quantity and selection is based on
a review of the as built drawings and input from City field operations staff.

A closely coordinated high-line and cut/plug plan will be crucial to the success of this project.
Prior to the transferring of water services or shutting down water mains, Orion will provide notices
to all affected businesses and residences. 24-48 hours before the shutdown, Orion crews will go
door-to-door through the affected areas and provide final notices. Fire protection will be
coordinated with the fire marshal, as required.

7.1.3 Plan for Phasing of Construction Activities


The project consists of 2 major phases of work as shown in the Phasing Map Figure 7. Once the
water is completed, the work crews will move onto the next sequence of work: site upgrade,
pedestrian ramps, slurry seal/ AC overlay, and general project close out activities, leaving a
completed in-use phase for the public. The phases will consist of the following items:

Mobilization
Local yards will be set up to support group job 1019. Equipment as listed in 7.1.1 will be mobilized
to the yard. Additional BMP materials will be staged in the event of an unplanned storm. Orion’s
fleet of heavy haul trucks can accommodate the resident and commercial business concerns
throughout the project when mobilizing to each of the phases.

Watermain Replacement
Specially trained crews will excavate and replace in place the existing AC water mains. They will
select the proper sized equipment and carefully select haul routes to minimize impact to the
community. Crews will excavate, install, and backfill each day to minimize the use of long runs
of trench plate. The AC pipe removed will be handled by certified tradesmen and carefully
packaged for disposal. Some of the waterline replacement may be handled by the SLBE/ELBE
firms selected. These firms will be in direct control of their work with Orion providing additional
resources and supervision needed for a safe and successful project.

Service Appurtenance Installation


Once the mainline has been completed, appurtenance crews will install the fire hydrants, air
vacuum valves, blow offs, and water services. These services will be installed utilizing open trench
construction and trenchless construction such as; directional drilling, displacement moles, and
hand tunneling.

32
Street Resurfacing
Street resurfacing will be in conformance with the latest City Standard SDG107. Asphalt
placement will be by Orion and SLBE/ELBE firms. These work items will be coordinated with
our SLBE/ELBE curb ramps firms such the sequence minimizes downtown and re-establishes the
public right of way for the residents.

Final Close Out


Once the surface improvements have been completed, Orion will remove the pavement USA mark-
outs and perform a detailed site cleanup. The as-built process will document all known and
unknown utilities as well as any changes from the drawings during the construction phase. As built
information will be updated in real time and provided in micro-station to the City at the end of the
project.

Figure 7 – Phasing Map


The phasing is also described in the design and construction schedule located in Appendix E.

7.1.4 General Plan for Functional Testing and Start Up


Orion will test each section of replaced water main to the city standards included in the White
Book Section 306-1.4.5 Water Pressure Test. Flushing and chlorination will proceed in accordance

33
with AWWA C651 and State Health Department Requirements. We will exercise special care in
flushing chlorinated water, so that all flushing water is de-chlorinated prior to discharge utilizing
de-chlorination devices and tablets. The discharge water will be compliant with the Regional
Water Quality Control Board Order No. R9-2013-0001, R9-2015-0001, and R9-2015-0100. Orion
will coordinate and schedule final laboratory testing of the pipeline with City Staff. Once the City
certifies all bacteriological tests (bac-t) have passed, each section of water main will be tied back
into service within 15 days.

Repairs during the one-year warranty period will be Orion’s responsibility. As in the past, Orion
will support City staff in their investigations of potential defects and provide assistance to identify
their causation and apportionment of liability. With over 25 years and numerous successful
projects with the City, warranty repairs in or out of the contract warranty period have always been
dealt with to the City’s satisfaction with prompt attention to minimize liability from third parties.

7.1.5 Proposed Safety Program


The Orion team will prepare a written site-specific Safety Plan/Illness and Injury Prevention
Program for submission to the City prior to start of construction. Our Safety Plan will include all
applicable requirements of CAL/OSHA. Our Safety Manager will consult with our Superintendent
to define the scope and sequence of work, and will develop specific Job Task Analyses (JTA’s) to
identify the sequence of events, associated hazards, and implement control measures. These are
then used as training tools to educate the field team in onsite safety as it relates to them.

Along with the JTA's that guide safety of the construction crews, the safety of the public is a key
factor in planning a safe job site for this project. Public safety will start with the community
outreach process so the project team understands safety concerns coming from the neighborhood.
Important safety items that we have planned for in our proposed construction:

 Clearly identify pedestrian traffic and walkways around work zones.


 Bicycle Safety and alternative safe passages around the work zones for cyclists.
 Resident safety and safe travel to and from driveways.
 Traffic safety around the work zone through residential neighborhoods – including access
for home deliveries and trash pickup.
 Special attention will be taken in addressing continued access for special needs residents.
 Coordination with adjacent projects so conflicts do not impact the public safety.

During our site visits, we were able to reach out to interested neighborhood residents and begin
the process of community involvement. What was very evident was the lack of existing paved
sidewalks and pedestrian ramps in some areas was forcing wheel chair bound people on to the
street to get around their neighborhood. This was a real concern to residents and poses the project
with some specific construction access challenges that we will address in our site-specific safety
plan.

Orion will utilize planning/scheduling meetings with field staff and subcontractors to review the
safety strategies, review JTAs, identify possible hazards, and coordinate work activities. Informal

34
meetings are used at the beginning of each day for supervisors to emphasize safety topics relative
to the days scheduled work, using the JTAs as a training tool.

Personal protective equipment is provided to all workers in compliance with all OSHA regulations.
The use of high visibility safety vests, ANSI approved hard hats, safety glasses, gloves, and work
boots are the minimum PPE required for construction activity.

New employees receive a safety orientation and training prior to starting work. Apprentices receive
special attention because of their relative unfamiliarity with the overall construction process. We
have found that utilizing these practices encourages long-term employees to assist new employees
in the safety practices of the company. We also designate a key craft worker on the job as a “safety
monitor” responsible for assuring safe working conditions. This individual is empowered to correct
any deficiencies in safe work practices.

Additionally, all of our project managers, engineers, superintendents, foremen, and crew leaders
receive regular training in all aspects of safety such as fall prevention, scaffolding, hazardous
material, traffic safety, rigger training, trench protection, and confined space.

7.1.6 Proposed Emergency Response Plan


Prior to the start of construction, Orion will
develop and submit to the City, for review and
approval, a project specific written Emergency
Response Plan. Orion will observe and comply
with the City’s policy of zero hazardous
material spills. The Emergency Response Plan
shall be developed to respond to any
construction related spill(s). This plan will
include identification of all nearby
environmentally-sensitive areas such as
waterways, channels, catch basins and
entrances to existing underground storm drains
that could be impacted.

An emergency response unit will be stationed Figure 8 – High-lining on a Residential Street


near the job site. It is comprised of equipment
and trained personnel to be immediately
dispatched in the event of a spill.

The emergency response unit can be dispatched to the site 24 hours a day 7 days a week including
weekends and holidays. Orion will designate primary and secondary representatives with their
respective phone numbers, and mobile phone numbers. Orion’s representatives will be accessible
and available at all times to respond immediately to any spill event.

35
In the event of a utility strike, Orion will:
 Secure the area, block access to all unauthorized people.
 Notify the utility.
 Provide a support role to the utility company repair people upon arrival.
 Note: Orion Construction has personnel available 24/7 in the event of emergency utility
issues. Orion will keep an on-site assortment of various size pipe repair couplings in
case of such an issue.

Pre-planning:
 Perform a JHA (Job Hazard Analysis) for each expected utility emergency.
 Know where shut-off valves (if applicable) are for each utility.
 Locate utility as best as possible before digging.

Orion is also a listed Emergency contractor for the City of San Diego and our crews will stay and
assist at the City's request during any utility type emergency where our services can be useful or
we can prevent further damage to the surrounding areas.

7.1.7 Water High‐lining Plan for Each Site


Prior to construction, Orion will develop a high lining plan based on the available as-builts and
site investigations. Orion will execute the high lining plan, Cut and Plugs, and Tie-ins in
accordance with the City guidelines. The final location of the new waterlines will determine the
total affected services requiring high-line.

Orion has prepared a preliminary phasing and cut/plug plan. It shows the fire hydrants used as the
feed locations for the high-line as the water lines are replaced. See Appendix D for the Cut and
Plug Map.

A 2” high-line will be placed along the curb and gutter typically down both sides of the street to
feed the existing water meters. Driveway crossings are covered with AC cold mix ramps so that
cars can pass over the high-line safely. At locations where the high-line crosses the street, it will
be placed in a shallow trench. Pressure rated hoses are used to turn around tight corners or radius
turns. Orion designates an on call person after hours with a repair truck for quick response in the
event of a break or emergency repair.

7.1.8 Phasing of Design and Construction Work of Each Site Separately


Through the 30%, 60%, and 100% submittals, the team will closely coordinate with the City to
confirm that each phase is functional as designed. The phases will later be constructed separately
according to the phasing plan as outlined above. At the option of the project, specific sections may
be eligible for construction during the 60% phase in accordance with the white book. These
sections will be noted as Early Start Packages (ESP’s) in the design submittals. Upon acceptance
of either the ESP or 100% design packages, coordination will be held between the City, Agencies,
and Community Stakeholders prior to moving into the Construction Phase.

During the construction phases, Orion will utilize experience and judgement in staging and storing
of equipment and material in the Public Right of Way. Orion will be mindful, so that no area of

36
the community is impacted more than the others. Each area will be restored or paved during same
phase so that areas can be completed quickly, minimizing public impacts. This is in accordance
with the RFP documents.

7.1.9 Proposed Construction Schedule


Please see Appendix E for Project Schedule.

7.1.10 Traffic Control Management


See Section 6.2.2 for Traffic Control Management Plan.

7.1.11 Community Impact


Orion is the City’s liaison to the public. We take a proactive approach to community outreach in
reaching out and soliciting feedback during the bid and design phase. Additionally, Orion provides
ample notification prior to construction activities resulting in fewer impacts to the residents,
businesses, and commuters. During construction, Orion will notify the community of all
construction related events by way of mailers/flyers passed out to individual homes and businesses.
The community will be further updated by regular updates to the City website. Orion and our
exclusive community liaison firm, Humanability, will participate in all local community planning
groups and associations. Individual calls and complaints will be resolved in real time with updates
to all City council area representatives.

Homeowners will have driveway access at any time throughout the day. In the past, Orion has had
crews individually place trash cans on the street during trash pick-up day and move steel plates in
order to facilitate special access to business and residential driveways. These are examples of how
Orion works to keep community impacts to a minimum and have a solutions based approach to
impacts arising during the course of the project. This approach keeps the community informed and
works well to mitigate questions and complaints.

7.2 Project Coordination


Project coordination will remain consistent throughout the design and construction phases, both of
which benefit from the Design-Build approach since the designer and contractor project staff are
actively involved in both phases. With the construction personnel involved from the very outset of
the design, Orion ensures the maximum level of coordination between the design and field
construction teams.

7.2.1 Coordination Process


The first step to efficient and effective coordination is to focus the line of communication on as
few people as possible and hold these people accountable for the vertical communication
throughout the team. This system allows each team member to know: exactly to whom they report,
what level of decision making authority they possess, and what information is to be included in
their reports. The second key element of this system is redundancy at each team level so critical
communication or coordination items are not delayed due to the unavailability of the primary
contact at a given moment.

37
The Orion management team for this project has been assembled to function in this manner. All
communication between the City and the Orion team will be through Mark Dowsing who will
serve as the primary contact. Once the project is awarded, Orion will hold a Design-Build
partnering/kick-off meeting. The goal of this meeting is to ensure that each team member from the
City and Orion is personally acquainted with each other and that all expectations are clearly
understood. During this meeting, the goals of each team will be discussed and the critical aspects
of the project will be outlined. Minutes of this meeting will be prepared and distributed to all
attendees for review and comment. Follow-up sessions may be scheduled as well, on an as-needed
basis. The Construction Manager, Ryan Danielson, will be responsible for all daily construction
activities and coordination on the project. He will be utilizing a three week look ahead to plan each
activity and coordinate with residents, subcontractors and craftsman to sequence the work to
minimized impacts to residents.

7.2.2 Coordination with Government Agencies and Other Entities


Prior to the start of construction, Mark Dowsing and Ryan Danielson will personally coordinate
early start activities with appropriate government agencies and entities such as transit, fire, police
and waste disposal. They will share the project schedule and three week look ahead with these
agencies to identify potential impacts and determine any project specific requirements not
previously identified. During the preparatory phase, the work zones are delineated. Underground
Service Alert is used to coordinate with the other utility owners while Orion’s local community
knowledge is used to identify neighborhood conflicts. This preparatory phase allows the City and
Orion adequate time to respond to any site nuances. Once all affected parties have been notified
and concerns resolved, the initial phase work begins. During this initial phase, Orion will be
working closely with Water Operations to ensure the community’s water needs are met in an
efficient manner. Follow-ups to the identified stakeholders will be used throughout the
construction to ensure all parties are satisfied.

7.2.3 Design Coordination System


Heidi Andrews, as Project QA/QC Manager, and Ryan Danielson, as the Construction Manager,
will coordinate with Mark Dowsing to develop the project design and construction management
plan. It will include the: Project Quality Control Plan, Basis of Design Report and Design Criteria,
Communication Protocols, Permitting Plan, Construction Submittal Registry, and Design
Submittal Review Process. The submittal registry will be used to confirm that the construction
material submittals are in conformance with the construction documents. During the design phase,
Orion will call for utility mark outs and perform potholing to minimize potential conflicts during
construction. At the start of construction, Ryan will call for a second utility mark out to ensure that
no new utilities have been installed during the design phase. During construction, Ryan will keep
accurate records to confirm conformance with the design drawings and provide accurate as-built
drawings.

7.2.4 Q&A Tracking System


Orion will keep a detailed account of all field changes in a redline markup set of drawings and
specifications. Questions and Answers through the Construction process will be managed by Heidi
Andrews and documented and tracked as RFI’s as a continuation to the Design development
process in order to have a complete record through the life of the project. The RFI tracking and

38
response log will be reviewed with the City at the weekly construction meetings. All design
changes will be incorporated into the as-built redline construction set.

Any questions resulting in design changes or a change in specifications will be drafted by the Field
Team and reviewed by the DOR for submittal to the City. Once RFI’s have been submitted to the
City, they will be tracked on the project log. All responses will also be tracked on the project's
redline markup as-built set. This red-line set, along with final as-built drawings, will be submitted
to the City at the completion of construction.

7.2.5 Subcontractor Coordination System


The approach to executing the Group Job 1019 project will be divided between the preconstruction
phase and the construction phase. The project team and subcontractors presented in this document
will be responsible for performing in both phases of design build services for this project. In
compliance with the City ECOP program and in an effort to continue to partner with local small
and emerging local subcontractors, our coordination system begins at the time of bid preparation.
This process pairs the best suited subcontractors with work that they can perform to or above City
Standards within the project timelines.

Prior to construction, Orion will issue subcontracts, verify that insurance and bonds meet
specification and provide work schedules to the different subcontractors that provide proper notice
as to when each of the individual trades will be scheduled to be on site. Prior to mobilization, and
during construction, we will require the subcontractors to participate in our weekly production
meetings.

As construction proceeds we will work closely with our small business/ sub-contractor partners,
to ensure that they can stay current with all of the City administrative reporting requirements. This
relationship helps our sub-contractors avoid any payment delays ensuring a smooth project from
start to completion.

7.3 Critical Path Schedule


The Orion team will use Primavera Project Planner (P6) to develop and manage the Project CPM
Schedule. The project CPM schedule will serve as a base line schedule from which work progress
will be measured. Included in the CPM schedule, all Project Milestones set forth in this RFP will
be identified, this includes critical activities that Orion anticipates performing and coordinating
with others to complete the Project prior to the Final Completion Date. The schedule has a final
completion date 900 working days from NTP. The 30%, 60%, 100%, and Final design phases are
shown as well as the City review and approval times of 20 working days for each phase. Included
in the 100% design phase is the City plan check review.

Orion will conduct weekly progress meetings and utilize a three-week look ahead schedule as the
primary planning tool. These schedules will identify areas of immediate schedule concern and their
critical path impact. If the critical path is impacted, Orion management staff will immediately
evaluate the situation and all resources (labor, equipment, material, productions, etc.), to determine
the underlying issue. If acceleration is required, resources can be mobilized to get the project back
on schedule.

39
Our overall Phasing and Schedule philosophy is one that minimizes impact to the community and
the project in the following ways:

 Shorter time durations for major traffic control closures or detours.


 Shorter time durations for heavy equipment in ROW exposure (in front of residences).
 Minimize time required on Site by City Forces Personnel (possible availability of multiple
contractor crews performing multiple tie ins to maximize City crew supervision time).

Appendix E provides a summary level critical path schedule.

7.4 Challenges/Issues

Webster Community Mural: Intersection of 49th/Date Street


A community mural was painted by the students of Webster
Elementary at the intersection of 49th and Date Street during
the One San Diego event held last Thanksgiving by the Mayor
Kevin Falconer. The new water line will be constructed under
the mural with the AC pavement replaced using the standard
SDG107 resulting in the removal of the mural. Therefore,
Orion documented the mural for future replacement. Orion
understands the importance the mural to the community and
following construction, another event will be held to restore
the mural to its pre-construction state. Orion will be on hand
to provide the necessary materials and guidance to the
residents and students in the restoration of this community Figure 9 – Webster Mural
landmark.

Intersection of 49th and Elm Street


The Access Law Design Compliance Memorandum
Figure 18 (Elm Street and 49th Street) proposes moving
the stop limit from its current spot approximately 15’ back
to accommodate the construction of a new ADA ramp and
crosswalk. Orion reviewed the sight lines in the field and
found the Memo would create a blind spot for traffic
heading south on 49th through the intersection. Orion
proposes to keep the current stop limit and provide an
additional limit per Figure 10. This allows ADA access
and sight lines for vehicles at all points on the intersection. Figure 10 – Intersection of 49th & Elm St.

Follow On Contracts for Surface Improvements


With the surface improvements spread over three contracts; Group Job 1019, UUP-4J1, and the
Street Division’s future paving contracts; coordination and community outreach will be critical.
Group Job 1019 will complete all curb ramps, UUP-4J1 will complete all street improvements in
OCI Index areas rated Good (70-100) and Fair (40-70), and the Streets Division will overlay all
poor OCI Index areas (0-40). A substantial community outreach will be conducted by Orion to
educate the residents on the responsibilities of each of these contracts. Large project map boards

40
will be prepared, clearly identifying the sequences and showing the community that the City staff
has achieved the maximum value to its end users by proactively splitting up the work without
overlapping the scopes. During this process, Orion will remain flexible in both the design and
construction phases, to ensure that no scope is missed between the City’s follow on projects.

7.5 Cost Savings Measures


Orion has reviewed the RFP, bridging documents, and City
guidelines and found cost saving measures which have been
included as part of this proposal. Orion met with local
residents during our site visits. During one of the visits two
residents were interviewed for their concerns on the
neighborhood. Mr. Dairie Bowden and Ms. Myra Wilson,
both expressed concern with the existing condition of the
sidewalks and pedestrian access in the neighborhood. Mr.
Bowden showed Orion’s team the eastern portion of 50th
Street near the Fir intersection which lacked sidewalk for the
residents. This forces disabled residents to use the street for
wheel travel paths of travel. This occurs with such frequency
that it was witnessed multiple times during Orion’s pre-bid
field walks. An example of the lack of access impacting
disabled neighbors is shown in Figure 11, where the wheel
Figure 11 – Pedestrian Access: 50th St.
chair is required to travel in portions of street. As a
betterment to the project Orion could install sidewalk, curb,
and gutter. This would provide an immediate benefit to residents, giving them safe paths of travel,
while simultaneously reducing the cost of future ADA enhancement projects by completing it in
sequence with the Group Job 1019 work.

7.6 Community Outreach and Public Relations Program


The Orion/Humanability team will implement a multi-faceted approach to community relations for
the project, built upon the foundation established by the City of San Diego WHITEBOOK, 2015
Edition 7-16. We will develop a community relations plan to specify targeted stakeholders, key
messages, deliverables, and timetables. It will incorporate materials for the City's website, public
notices, tracking of inquiries, comments and concerns, presentations to the Community Planning
Group, preparation of media items, participation in project team meetings, and regular project
updates via newsletter, website or Email to key stakeholders. Orion/Humanability will identify
community events that will be analyzed with the team to determine whether a presence at the
events will help increase community awareness of the project or facilitate completion of the
project. The team will contact project managers for concurrent public construction projects and
organizers for events occurring during the construction window, to facilitate coordination and
minimize impacts.

AC Water Group Job 1019 is located in City Council District 4, in the Webster Neighborhood of
the Eastern Communities Planning Area. The project area is characterized by a mix of commercial,
industrial, and residential properties, and is home to the Webster Elementary School and the
Tabernacle Christian Academy. Project impacts include noise, dust, traffic delays, and lack of
parking. Activities will most impact properties within a 300-foot radius of project alignments.

41
The team has conducted an exhaustive survey of location specific data for the project, thoroughly
documenting all potentially impacted community resources. The most likely areas for high impacts
to traffic are along and at intersections with Federal Boulevard, as the Boulevard is the primary
route in and out of a high traffic industrial area. This area has no other access except by a circuitous
route using the frontage road to Highway 94.
Orion and Humanability are prepared to address the community’s needs from day one. We will
work closely with City staff to determine whether materials need to be translated from English into
other languages, and where to target in-person and small group outreach. This coordination with
the neighborhood will ensure a successful project for the City and the residents of Webster.

7.7 Community Coordination


The team evaluated the project and will honor the moratorium listed in Section 6 of the RFP. This
moratorium will be completed by August of 2016 and will not impact the construction of Group
Job 1019.

Outreach materials to the community will reflect the project schedule and door hangers will be
used to keep the community informed when work resumes. The team intends to explore summer
work near the impacted school: Webster Elementary. This would allow Orion to reduce both traffic
and operational impacts by completing work while the school is not in session.

Our crews and office staff will communicate with the residents and businesses in the area in order
to incorporate their needs into our Community Relations plan. All concerns will be tracked and
logged to ensure coordination is consistent throughout the course of the project. This log will be
updated on the Project Website and dedicated Project Facebook page.

The project specific web page can be seen in Appendix F or at: http://orionconstruction.com/the-
city-of-san-diego-ac-water-group-1019/.

7.8 Staging Area and Project Clean Up


During construction in residential neighborhoods, Orion locates staging areas that cause the
minimum amount of disruption and are the least visible to the community. Staging areas are kept
clean and only include the necessities for the given area. Once completed, the staging area is
thoroughly cleaned and moved to another location in the neighborhood so that one community
member does not have the staging area near their home for the whole duration of the project. Orion
will coordinate with the city resident engineer to make sure that the proper permits for trailers and
stationary equipment are in place.

42
Laydown Yard
During the initial site investigations, a
laydown yard was identified on
Marilou Road between 48th and 49th
Street (see Figure 12). The unpaved
area is large enough to accommodate
a laydown yard, while still allowing
sufficient room for traffic safety. This
area will be used for construction
staging on both phases of the project.

Figure 12 - Laydown Yard


Project Clean-up
Once the work is completed in a given phase, we will perform a complete cleanup of that phase
consisting of:

 Clean up and removal of all stockpiles.


 Clean up and removal of all trash (construction and lunch), daily.
 Relocation of equipment to subsequent phase.
 Removal of USA mark outs.
 Final asphalt and pavement restorations.
 Removal of all traffic control, cones, and signs.

7.9 Residents and Visitors


The Orion/Humanability team conducted an extensive survey of location data for the project and
thoroughly documented residential districts, business locations, sensitive environmental and
recreation areas, schools, parks, and other potentially impacted resources.

Traffic is likely to be impacted at Webster Elementary and the nearby FedEx Shipping Center. The
project will also impact a number of small businesses, single family, and multi-family residential
properties. The greatest impacts will occur at the industrial facilities West of the project.
Civic Leaders with interest in the project include Mayor Kevin Faulconer and Katherine Johnston
of the Mayor’s Office, and District 4 City Council Member Myrtle Cole, as well as her Eastern
Area Community Representative Matthew Gordon, and Marc Meyer at the District 4 Office at
Tubman Chavez Community Center. The team will also present project information to the Eastern
Area Community Planning Group, chaired by Laura Riebau.
Key stakeholders within a half mile of the alignment include Webster Elementary School,
Tabernacle Christian Academy, Holly Drive Leadership Academy, Bethel Baptist Church,
Pilgrims Progressive Baptist, People’s Church San Diego, and The Anchor San Diego Church.
The project will directly impact Sunshine Park and Metro Transit Routes 13, 916, 916 and 955.
Yasuda Tree Nursery, Groundworks San Diego, and Anderson-Ragsdale Mortuary are directly on
the alignment, and the team has identified 15 large stakeholders in the area likely to be impacted
by access to Federal Boulevard.

43
As part of our proposal preparation, the Orion/Humanability team has identified the following
schools, religious centers, and public buildings that will be affected by the project and will required
continued coordination throughout the construction of the project:

Schools Public Facilities


Webster Elementary School Tubman Chavez Community Center
Tabernacle Christian Academy Yasuda Tree Nursery
Holly Drive Leadership Academy Extra Space Storage

Religious Centers Public Spaces


Bethel Baptist Church Sunshine Park
Pilgrims Progressive Baptist Anderson-Ragsdale Mortuary
People's Church San Diego
The Anchor San Diego Church Transit Routes
New Harvest Christian Fellowship Bus Routes: 13, 916, 917 & 955

7.10 Construction Mitigation Plan


Our Construction Mitigation Plan begins with hearing the concerns and needs of the community
as outlined in the Community Outreach and Coordination plans. Unobstructed access to the
surrounding businesses and residents is the priority concern. This can be accomplished by the use
of trench plates across driveways or carefully planned excavations that only shut down half of a
driveway at one time, always leaving access in and out. While working in these areas, only
minimum necessary equipment and staging will be used. All other equipment will be staged out
of other yards in San Diego County. This will keep the reduction to street parking to minimum.
With parking at a premium, we plan to post our “No Park” notices on schedule and keep them
updated daily as necessary. Workers park up to two blocks away in order to keep their vehicles
away from the construction area and free up available parking for residents. Stockpiles will be kept
to what is necessary for the work shift that day and all demolished material or excavated dirt will
be hauled off the street the same day. This keeps parking free and the community clean during
construction.

As noted in the Construction plan section, Orion will use “Zero Clearance” Excavators that do not
have conventional counterweights. This will keep the traffic control lane closures as tight as
possible. Other size appropriate equipment from the Orion fleet will ensure that the site impact
will be minimized. This is another Orion advantage, Orion’s fleet of company owned equipment
ensures that we can always select exactly the right piece of equipment for the job. Another key to
our Construction Mitigation plan is our employees. We train our employees in customer service
and ask that they treat every community that they work in as if it was their own. This training
coupled with rewards for good behavior and crew letters of recommendations from the community
or residents provides a path to success on project after project for the Orion teams.

44
Appendix A -ECOP
THE CITY OF SAN DIEGO
EQUAL OPPORTUNITY CONTRACTING
J OJ 0 SECOND A VENUE, SUITE 500
SAN DIEGO, CA 92101
PHONE (619) 533-4464 •FAX (619) 533-447.f

WORK FORCE REPORT


The objective of the Equal Employment Opportunity is to ensure that contractors doing business with the City, or receiving funds
from the City, will not engage in unlawful discriminatory employment practices prohibited by State and Federal law. Such
employment practices include, but are not limited to the following: employment, promotion or upgrading, demotion or transfer,
recruitment or recruitment advertising, layoff or termination, rate of pay or other forms of compensation and selection for training,
including apprenticeship.

NO OTHER FORMS WILL BE ACCEPTED


CONTRACTOR IDENTIFICATION

Type of Contractor: X Construction o Vendor/Supplier o Financial Institution o Lessee/Lessor


o Consultant o Grant Recipient o Insurance Company o Other
Name of Company: Orion Construction Com./Balboa Construction Inc. J.V.
ADAIDBA:
Address (Corporate Headquarters, where applicable): =-2"'18"""'5'-La=-=M=ir=a=d=a~D=n~·v""'e=----------------'
City Vista County San Diego State CA Zip 92081
Telephone Number: (760) 597-9660 Fax Number: (760) 597-9661
Name of Company CEO: Richard Dowsing/Fia Dowsing
Address(es), phone and fax number(s) of company facilities located in San Diego County (if different from above):
Address:
City _ __ _ _ _ _ __ County _ _ _ _ _ __ __ State _ _ _ _ __ Zip _ _ _ __

Telephone Number: ( ) _ _-_ __ Fax Number: ( ) -- - -


Type of Business: General Contractor Type of License: A&B
The Company has appointed: Richard Dowsing
As its Equal Employment Opportunity Officer (EEOO). The EEOO has been given authority to establish, disseminate and enforce
equal employment and affirmative action policies of th.is company. The EEOO may be contacted at:
Address: --=2~18=5'-La==-=M=ir=a=da=D~n'""'"
·v-=-e~V~1=
·s=ta~
C~A~9=-20
=8~1~--------------------
Telephone Number: (760) 597-9660 Fax Number: (760) 597-9661

For Finn's San Diego Work Force and/or Managing Office Work Force
I, The undersigned representative of ------~on~·=o~n~C=o=ns=tru=ct=io=n~Co=rpo-='-ra=11=
·o=n~----~
(Finn Name)
San Djego California
(County) (State)
h rein is true and correcl. This document was executed on this day of March 31. 2016.

LYDIA MELLO
(Print Authorized Signature Name)

Equal Opportunity Contracting (EOC) Work Force Report [rev. 05102] Attachment AA
WORK FORCE REPORT - Page 2

NAME OF FIRM: Orion Construction Corp./Balboa Construction Inc. J.V DATE: ~_M'-'=a~rc~
h~3~1~,2=0~1~
6~.

INSTRUCTIONS: For each occupational category, indicate number of males and females in every ethnic group. Total columns in
row provided. Sum of all totals should be equal to your total work force. Include all those employed by your company on either a
full or part-time basis. The following groups are to be included in ethnic categories listed in columns below:

(I) African-American, Black (S) Filipino


(2) Latino, Hispanic, Mexican-American, Puerto Rican (6) Caucasian
(3) Asian, Pacific Islander (7) Other ethnicity; not falling into other groups
(4) American Indian, Eskimo

( I} (2) (3) (4) (5) (6) (7)


OCCU PATIONAL CATEGORY African· Latino Asian American Filipino Caucasian Other
American Indian Ethnicities
'
(M) '' (Fl (M) '' (Fl '
fM) ' ff) (Ml ' <Fl (Ml ' IF) (Ml '' ff) (Ml ' (Fl
:
Executive, Administrative, Managerial
''
''
''
'
' '
'
I
'
' :
2
.
'
'
'
''
'
'' ' '
' ' 3
Profess ional Specialty '
:
'
: : :'
: : :I '
'
' 6 ' I '
Engineers/Architects ' '
' '
' ' ' '' '' '' '
Technicians and Related Sunnnrt
' ' : : '
Sales '' '
' '' : : '
: : ' : ' :3
Administrative Suooort/Clcrical : : 3 :'
: I : ''

: : : : ' :
Services : : : : :
: ' :
Precision Production, Craft and Repair : :
:
Machine Operators, Assemblers, : '
Inspectors : : : :
'' I ' '' : 3 I ''
Transoortation and Material Moving ' ' ' '
'
2 : ' I :
Handlers, Equipment Cleaners, Helpers : ' '
and Non-construction Laborers• ' '' ' ' ' '' :'
*Construction laborers and other field em lo ees are not to be included on this

TOTALS EACH COLUMN


3 3 :2 16 5

GRAND TOTAL ALL EMPLOYEES 29

INDICATE BY GENDER AND ETHNICITY THE NUMBER OF ABOVE EMPLOYEES WHO ARE DISABLED:

I DI SABLED I ! I l I l I i I
NON-PROFIT ORGANIZATIONS ONLY:

BOARD OF DIRECTORS

VOLUNTEERS

ARTI STS

Equal Opportunity Comracting (EOC) Work Force Report [rev. 05/02) Attachment AA
WORK FORCE REPORT - Page 3

NAME OF FIRM: Orion Construction Corp./Balboa Construction Inc. J.V. DATE: March 31 2016

INSTR UCTIONS: For each occupational category, indicate number of males and females in every ethnic group. Total columns in
row provided. Sum of all totals should be equal to your total work fo rce. Include all those employed by your company on either a
full or part-time basis. The following groups are to be included in ethnic categories listed in columns below:

(I) African-American, Black (5) Filipino


(2) Latino, Hispanic, Mexican-American, Puerto Rican (6) Caucasian
(3) Asian, Pacific Islander (7) Other ethnicity; not falling into other groups
(4) American Indian, Eskimo

OCCUPATIONAL CATEGORY (I) (2) (3) (4) (5) (6) (7)


African- Latino Asian American Filipino Caucasian Other
American
' '
' . ..
Indian
. '' :
Ethnicities
''
(M) '' (F) (Ml '' (Fl (Ml ' (F) (Ml ' (F) (M) ' (Fl (M) : (F) (M} (F)
: : : I : :
Carpenter : : : : :
'
Drywall Installer
: :
Electrician : : '
' ' : ' ' '
Elevator Installers :
:
Finishers, Concrete or Terrazzo '' : ' ''
: : :
Glaziers : : : '

Helpers, Construction Trade


. ' ' :
:
' '' ' '
'' : ' '
lronworkcrs, Structural Metal Workers :' ''
'
'' : :' ''
2 ' 21 : '
'
'' I .' I '
Laborers ' : ' ' ' ''
'' '
'
'' ' ' '
'''
Millwrights
'
' . ' ''
Masons, Bricklavers '' '' '
' ''

''
:
:
'
.''
Tile setters

'' 7
.
'
'

''
''

''
''

''
' 14
'

''
'
''
Ooerators '
' ' : '
Painters ' ' :
: : :
Pipe fitter, Plumbers : : :
: :
Plasterers ' : :
: : : : '
Roofers : : : : '
: ' : : : ''
Securitv, Protective Services : ' : : :
'
' ' '
Sheet Metal, Duct Installers
'' : '
'
'
Welders, Cutters : '

2 15
ITOTALS EACH COLUMN
I GRAND TOTAL ALL EMPLOYEES I 46
INDICATE BY GENDER AND ETHNICITY THE NUMBER OF ABOVE EMPLOYEES WHO ARE DISABLED.

I DISABLED I I I I I
Equal Opportunity Contracting (EOC) Work Force Report [rev. 05/02] Attachment AA
NAICS NAICS_Description Contact Person
Ahrens Mechanical Greg Ahrens (619) 487-9036 Fax: (619) 487-9195

Ahrensmechanical@gmail.com License Type Business Status


A Small
B Small
C-10 Small
C-16 Small
C-20 Small
C-34 Small
C-46 Small
C-04 Small
C-36 Small
Goods/Services Small

NOTE:

238210 Electrical Contractors

236210 Industrial Building Construction

237990 Other Heavy and Civil Engineering Construction

238220 Plumbing, Heating, and Air-Conditioning Contractors

AIRX Utility Services, Inc. Gail McMorran (760) 480-2347 Fax: (760) 739-8034

Gmcmorra n@airxus.com License Type Business Status


A Small

NOTE: Subsurface utility engineering; locating, potholing and survey of existing underground utilities

541690 Other Scientific and Technical Consulting Services

Alcala Company Inc. Gerard J. Brown (858) 550-2011 Fax: (858) 550-2080

Estimating@alcala.com License Type Business Status


B Small
C-39 Small
D-51 Small

NOTE: Waterproofing, deck coating, traffic coating, caulking, expansion joints, concrete restoration, special coatings, liners

238390 Other Building Finishing Contractors

Alcatraz Innovations OBA Alcatraz Lockmith Tony Gudino (619) 426-1800 Fax: (619) 426-2400

admin@alcatrazinc.com License Type Business Status


Goods/Services Emerging
ARC Small

NOTE: Full service locksmith: Commercial, industrial, automotive, residential and safe work

Page 7of130
NAICS NAICS_Description Contact Person
Brownlow Enterprises, Inc. William (Bill) Brownlow (619) 561-9693 Fax: (619) 390-9397

Salibrownlow@yahoo.com License Type Business Status


Goods/Services Emerging

NOTE: We own and operate and broker many types of aggregate material hauling vehices and provide imported materials
resources as well as export dump site resources for construction and demolition industries

484110 General Freight Trucking, Local

484220 Specialized Freight (except Used Goods) Trucking, Local

Brummitt Energy Associates, Inc. Elizabeth I. Brummitt (619) 531-1126 Fax: (619) 531-1101

jshirey@bru mm itt.com License Type Business Status


M Small

NOTE: Energy performance planning and modeling; daylighting performance modeling and analysis; title 24 calculations,
and LEED Documentation for new construction projects and existing buildings

541330 Engineering Services

541490 Other Specialized Design Services

BSE Engineering, Inc. Tamara Badkerhanian- (858) 800-6025 Fax: (858) 279-2626

tganev@BSEengi neeri ng.com License Type Business Status


E Small

NOTE: Mechanical, Electrical and Energy Engineering Services

541330 Engineering Services

Buescher Electric, Inc. OBA Service Electrical System Anthony Buescher (858) 748-8478 Fax: (619) 651-1392

Buescherelectrlc@gmall.com License Type Business Status


C-10 Emerging

NOTE: Electrical contracting

238210 Electrical Contractors

Burge Communications Michael Burge (760) 807-6841 Fax:

mcburge@burgecommunications.com License Type Business Status


Goods/Services Emerging

NOTE: Technical writing, press releases, editing, writing services, communications consulting, Q & A's, ghostwriting, creative
writing, publicity and marketing support services

561410 Document Preparation Services

711510 Independent Artists, Writers, and Performers

541613 Marketing Consulting Services

541820 Public Relations Agencies

Page 21of130
NAICS NAICS_Description Contact Person
238390 Other Building Finishing Contractors

Fuentes Trucking, Inc Maria Fuentes (619) 520-5499 Fax: (619) 478-9594

jesus@fuentestrucklng.com License Type Business Status


Goods/Services Small

NOTE: Local Dump Truck & Lowbed Sevices

484220 Specialized Freight (except Used Goods) Trucking, Local

G. Scott Asphalt, Inc. Daniel C. Wemple (619) 420-1854 Fax: (619) 420-1859

Danc@asphaltrepairs.com License Type Business Status


C-12 Small

NOTE: Asphalt repair and maintenance, convetional and rubberized slurry seal, parking lot seal

238990 All Other Specialty Trade Contractors

237310 Highway, Street, and Bridge Construction

Galaxie Defense Marketing Services, OBA Galaxie Vincent Lawrence (619) 299-9950 Fax: (619) 299-9955
Management, Inc.

Vlawrence@galaxiemgmt.com License Type Business Status


Supplier Small

NOTE: Broker - eligible for fees only. Industrial Supplier - Maintenance Repair & Operations (MRO)

423710 Hardware Merchant Wholesalers

444130 Hardware Stores

811411 Home and Garden Equipment Repair and Maintenance

423840 Industrial Supplies Merchant Wholesalers

423390 Other Construction Material Merchant Wholesalers

423720 Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers

423730 Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers

Garbini & Garbini Landscape Architecture, Inc. Gail Decker Garbini (619) 232-4747 Fax: (619) 232-4510

Ggarbini@garbinlandgarblnl.com License Type Business Status


ARC Emerging
ARC Emerging

NOTE: Landscape architectural design and construction documents, site administration services for landscape construction,
workshop facilitation, presentations, reports 30 simulations and other graphics

541320 Landscape Architectural Services

Page 45 of 130
NAICS NAICS_Description Contact Person
RMA Management Alliance, Inc. Cecile J. Bereal (619) 788-7937 Fax: (888) 368-7997

cecile.bereal@rmahr.com License Type Business Status


Goods/Services Emerging

NOTE: HR Training, coaching, conduct investigations/mediations, recruitment, employee relations, safety programs, policies
procedural manual preparation, workers comp claims, HR audits

541612 Human Resources and Executive Search Consulting Services

Robcar Corp OBA Hudson Safe-T-Lite Rentals Georgina A. Eichhorst (619) 441-3644 Fax: (619) 441-3652

Georgina@hudsonsafetlite.com License Type Business Status


0-42 Small
C-31 Small
C-61 Small

NOTE: Set-up, maintenance, take down of traffic control devices for roadway construction

332999 All Other Miscellaneous Fabricated Metal Product Manufacturing

561990 All Other Support Services

237310 Highway, Street, and Bridge Construction

423990 Other Miscellaneous Durable Goods Merchant Wholesalers

339950 Sign Manufacturing

Rock Solid Scheduling, Inc. Johanna Taylor (619) 670-8780 Fax:

jtaylor@rocksolidscheduling.com License Type Business Status


Goods/Services
Goods/Services Emerging
No License
No License Emerging
No License Emerging

NOTE: Develop and update construction CPM schedules

541611 Administrative Management and General Management Consulting Services

Rockland Builders, Inc. Frank De La Rosa (619) 215-4562 Fax: (619) 810-0810

fra nk@rocklandsd.com License Type Business Status


B
C-08

NOTE: Construction

238190 Other Foundation, Structure, and Building Exterior Contractors

238110 Poured Concrete Foundation and Structure Contractors

Page 96 of 130
NAICS NAICS_Description Contact Person
Hospitality Ink Cris Canning (619) 881-7400 Fax:

cris@hospita Iityink.com License Type Business Status


Goods/Services Emerging

NOTE: Provide marketing consulting services including writing, social media and event planning

541613 Marketing Consulting Services

Humanability Communications Consulting Paula Roberts (619) 794-6406 Fax: (858) 384-2681

paula@humanability.biz License Type Business Status


Goods/Services Emerging

NOTE: Public involvement, public outreach, community relations, construction outreach, communications services, special
events planning and coordination/management, writing, editing, photography, video photography and production,
media relations, SLBE outreach

541820 Public Relations Agencies

Hunter Pacific Group Richard Black (619) 232-2321 Fax: (619) 789-0007

rblack@hunterpaclflcgroup.com License Type Business Status


B Emerging

NOTE: Professional services firm offering program management services, construction management, project estimating,
value engineering, constructability review services along with facilities support services, facility maintenance and
grounds maintenance.

541611 Administrative Management and General Management Consulting Services

541990 All Other Professional, Scientific, and Technical Services

541350 Building Inspection Services

541330 Engineering Services

561210 Facilities Support Services

561110 Office Administrative Services

Icon Building Supplies, Inc. Kim Davong (760) 690-8584 Fax: (760) 690-2664

sales@iconbuildingsupplies.com License Type Business Status


Supplier Small

NOTE: Building products supplier, construction materials, lumber, roofing, tools, concrete accessories, drywall, fasteners,
windows, doors, countertops, flooring, electrical, safety supplies, etc.

423320 Brick, Stone, and Related Construction Material Merchant Wholesalers

423610 Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers

423710 Hardware Merchant Wholesalers

423390 Other Construction Material Merchant Wholesalers

423720 Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers

Page 51of130
NAICS NAICS_Description Contact Person
Laguna Mountain Environmental, Inc. Andrew R. Pigniolo (858) 505-8164 Fax: (858) 505-9658

Andrew@laguna Env.com License Type Business Status


Goods/Services Small

NOTE: Conducts cultural and biological studies for a variety of commercial and government clients and Native American
tribes. Laguna Mountain provides a full range of cultural resource services in addition to speciality biological services.

541990 All Other Professional, Scientific, and Technical Services

541620 Environmental Consulting Services

541690 Other Scientific and Technical Consulting Services

541720 Research and Development in the Social Sciences and Humanities

115310 Support Activities for Forestry

Land Surveying Consultants OBA Land Surveying Consultants Keith Brewer (760) 738-8804 Fax:
Inc.

kbrewer@41scinc.com License Type Business Status


LS Emerging

NOTE: Construction Staking, Topographic Surveys, Boundary Surveys, ALTA Surveys, GPS Construction Surveys

541370 Surveying and Mapping (except Geophysical) Services

Leah Bissonette OBA The Energy Biss Leah Bissonette (760) 505-3086 Fax:

lebissonette@cox.net License Type Business Status


Goods/Services Emerging

NOTE: Energy Consulting

541690 Other Scientific and Technical Consulting Services

Leothacue Enterprises, Inc. Jodie Leothacue (619) 985-3994 Fax: (619) 756-7076

leothacue@gmail.com License Type Business Status


Goods/Services Emerging

NOTE: Engineering consulting, construction management, systems integration, drafting, inspection

541611 Administrative Management and General Management Consulting Services

541350 Building Inspection Services

541340 Drafting Services

LeSar Development Consultants Jennifer LeSar (619) 236-0612 Fax:

ops@lesardevelopment.com License Type Business Status


Goods/Services Small

NOTE: Professional Consulting Services: LeSar Development Consultants helps clients create physically, economically, and
environmentally sustainable communities.

Page 62 of 130
NAICS NAICS_Description Contact Person
115310 Support Activities for Forestry

Low Voltage Integrated Systems, Inc. Michael Arguijo (760) 598-4110 Fax: (760) 598-4107

lnfo@sdlvls.com License Type Business Status


C-10 Small
C-16 Small

NOTE: Low voltage systems for commercial facilities- fire, security, access, sound, media, sprinklers, monitoring, testing

238200 Building Equipment Contractors

238210 Electrical Contractors

561621 Security Systems Services (except Locksmiths)

Luzaich Stripping Inc. OBA LSI Road Marking Rodney Luzaich (619) 443-7755 Fax: (619) 443-7781

Rodney@L.siroadmarking.com License Type Business Status


D-38 Small
0-42 Small
C-31 Small
C-32 Small

NOTE: Labor, equipment, and materials used for striping, signage, and road markings

237310 Highway, Street, and Bridge Construction

M & K General Contractors, Inc. OBA M&K Construction Karla M. Frese (619) 778-2360 Fax: (619) 271-0629

karla@mkgencontractors.com License Type Business Status


B Emerging

NOTE: General construction, new construction, remodel, tenant improvements, facilities maintenance, building repairs,
willing to do any job no matter how small.

236220 Commercial and Institutional Building Construction

M.H. Hoffman Trucking, Inc. Mark H. Hoffman (619) 559-4559 Fax: (619) 656-7913

Mhhoffmantrucking@gmail.com License Type Business Status


Goods/Services Emerging

NOTE: Dump Truck Service with Operator

484220 Specialized Freight (except Used Goods) Trucking, Local

MS Hosting Inc Michael Mccafferty (877) 344-4678 Fax:

mike@mShosting.com License Type Business Status


Goods/Services Small

NOTE: Internet hosting of servers and laaS cloud resources. Internet, Server, and Data Infrastructure.

518210 Data Processing, Hosting, and Related Services

Page 66 of 130
NAICS NAICS_Description Contact Person
JDS Plumbing & Mechanical Jeff Shaposhnick (760) 477-7967 Fax: (760) 512-1664

jeffsha posh n ick@cox.net License Type Business Status


A Emerging
B Emerging
C-20 Emerging
C-36 Emerging
C-46 Emerging

NOTE: Plumbing, Mechanical, Site Utilities

238220 Plumbing, Heating, and Air-Conditioning Contractors

Jenal Engineering Corporation Jennifer Westermeyer (619) 697-2200 Fax: (619) 697-2400

Jenalinc@cox.net License Type Business Status


A Small
HAZ Small

NOTE: General construction and installation; removal & repair of above & below ground fuel & waste oil storage tanks-
piping and components. Testing and compliance.

237120 Oil and Gas Pipeline and Related Structures Construction

238290 Other Building Equipment Contractors

Jennette Company, Inc Brian Jennette (858) 583-2893 Fax:

brianjennette@yahoo.com License Type Business Status


A Emerging
B Emerging

NOTE: Water Wastewater Contracting/Supplier/Consulting

541330 Engineering Services

Jerusalem Construction OBA Miramar Construction Ala Karaja (858) 663-4933 Fax: (858) 408-7191
Engineering

Alex@MiramarGeneral.com License Type Business Status


A Emerging

NOTE: Miramar General Engineering provides owners, public agencies and other clients with top tier services in flat work,
underground, and infrastructure construction.

237310 Highway, Street, and Bridge Construction

Page SS of 130
NAICS NAICS_Description Contact Person
Southcoast Design Group, Inc. OBA San Diego Office Design Tamara C. Romeo (858) 880-7202 Fax:

info@sdofficedesign.com License Type Business Status


Goods/Services Emerging

NOTE: Interior design services with expertise in marketing and branding; fine art curatorial services, and custom furniture
design

541410 Interior Design Services

Southern California Soil and Testing, Inc. Neal W. Clements, PE (619) 280-4321 Fax: (619) 280-4717

nclements@scst.com License Type Business Status


LS Small

NOTE: SCST provides geotechnical engineering, engineering geology, environmental site assessments, soils and materials
laboratory testing, special inspection and QA/QC services.
(FORMERLY KNOW AS - Southern California Soil Testing, Inc.)

541350 Building Inspection Services

541330 Engineering Services

541620 Environmental Consulting Services

562910 Remediation Services

541380 Testing Laboratories

Southland Geotechnical Consultants Susan E. Tanges (619) 442-8022 Fax: (619) 444-8426

Sgc.geo@att.net License Type Business Status


GEO Emerging

NOTE: Engineering geology and geotechnical consulting services

541330 Engineering Services

541690 Other Scientific and Technical Consulting Services

541490 Other Specialized Design Services

Southland Surveying, Inc. Scott Fitch (858) 792-5550 Fax: (858) 792-5576

company@southlandsurveylng.com License Type Business Status


LS Small

NOTE: Land surveying, construction staking, topographic and aerial mapping

541370 Surveying and Mapping (except Geophysical) Services

Page 106 of 130


NAICS NAICS_Description Contact Person
Southwest Geophysics, Inc. Hans Van De Vrugt (858) 527-0849 Fax: (858) 225-0114

info@southwestgeophysics.com License Type Business Status


LS Small
LS Small

NOTE: Geologist - Professional Geophysical Services

541360 Geophysical Surveying and Mapping Services

Southwest Traffic Signal Service Vernor B. Cress (619) 448-3343 Fax: (619) 442-4708

Vcress@southwestsignal.com License Type Business Status


A Emerging
C-10 Small
B Emerging

NOTE: Installation and maintenance of traffic signals and street lights

238210 Electrical Contractors

Spears and Ernst, LLC OBA SPECS Amanda Ernst (858) 790-1445 Fax: (858) 724-1198

aernst@specsclvllsolutlons.com License Type Business Status


Supplier Small

NOTE: SPECS is a supplier of civil construction materials including such material as precast arch culverts, precast box
culverts, metal, plastic, and pvc pipe, earth stabilization, and hard armor

423510 Metal Service Centers and Other Metal Merchant Wholesalers

423990 Other Miscellaneous Durable Goods Merchant Wholesalers

Speedway Constructors, Inc. William Forero (619) 819-7565 Fax: (619) 819-7565

Wllllamf@speedwaycl.com License Type Business Status


B Emerging
A Emerging

NOTE:

236210 Industrial Building Construction

237990 Other Heavy and Civil Engineering Construction

Spurlock Poirier Landscape Architects Dana Sather (619) 681-0090 Fax: (619) 681-0096

Dsather@sp-la nd .com License Type Business Status


ARC Small

NOTE: Landscape architecture and planning

541320 Landscape Architectural Services

Page 107 of 130


NAICS NAICS_Description Contact Person
TIG Environmental Teresa Wilkinson (619) 200-1577 Fax: (619) 265-7995

ttgenvi ron mental@gmail.com License Type Business Status


Goods/Services Emerging

NOTE: Provide Environmental Consulting Services; prepare EIRs/IS/MND's/EIS's in compliance with CEQA (State
Environmental) & Federal (Federal Environmental) Laws

541620 Environmental Consulting Services

nos GLOBAL LLC Cezar L. Cruel (858) 365-7329 Fax:

jake.cruel@ttosglobal.com License Type Business Status


Goods/Services Emerging

NOTE: Database design, programming and maintenance

541512 Computer Systems Design Services

541511 Custom Computer Programming Services

Turbo CM, Inc. I Turbo CM Jesse G. Wood (619) 697-3149 Fax: (619) 697-3061

Jgwood@turbocm.com License Type Business Status


Goods/Services Emerging

NOTE: Cost Estimating, CPM Scheduling, Value Engineering, Const Mgmt & Contract Administration on Public Works and
Private Construction Projects

541611 Administrative Management and General Management Consulting Services

541618 Other Management Consulting Services

541690 Other Scientific and Technical Consulting Services

Two Oaks Sweeping LLC OBA Day & Night Power Sweeping Warren Levy (619) 440-6193 Fax: (619) 440-5160

warren@sandiegosweeper.com License Type Business Status


No License Emerging
Goods/Services Emerging

NOTE: Street Sweeping and Pressure Washing

561790 Other Services to Buildings and Dwellings

488490 Other Support Activities for Road Transportation

Underground Pipeline Solutions, Inc. Martin W. Cox (619) 964-2276 Fax: (619) 722-7363

upsimarty@gmail.com License Type Business Status


A Emerging
HAZ Emerging

NOTE: Underground wet utilities, water, sewer, storm drain

221310 Water Supply and Irrigation Systems

Page 120 of 130


NAICS NAICS_Description Contact Person
Vailston Company, Inc. Nate Johnston (760) 757-3857 Fax: (760) 757-3848

contact@vailstoncompany.com License Type Business Status


A Emerging

NOTE: Site preparation, wet utilities, slope repair, grading, construction defect

238910 Site Preparation Contractors

237110 Water and Sewer Line and Related Structures Construction

Valley CM, Inc. OBA Valley Construction Management Galina R. Mochel (858) 444-5979 Fax: (858) 408-3414

Galina.mochel@valleycm.com License Type Business Status


Goods/Services Emerging

NOTE: Construction Management/Goods and Material Services

237110 Water and Sewer Line and Related Structures Construction

Valor Constructors Inc. Bryce Brown (866) 496-1959 Fax:

bbrown@valorconstructors.com License Type Business Status


A Small
B Small

NOTE: General Contracting and General Engineering Services

236220 Commercial and Institutional Building Construction

238310 Drywall and Insulation Contractors

237310 Highway, Street, and Bridge Construction

236210 Industrial Building Construction

237120 Oil and Gas Pipeline and Related Structures Construction

238320 Painting and Wall Covering Contractors

238220 Plumbing, Heating, and Air-Conditioning Contractors

237130 Power and Communication Line and Related Structures Construction

238120 Structural Steel and Precast Concrete Contractors

237110 Water and Sewer Line and Related Structures Construction

Value Management Institute George J. Bartolomei (858) 271-8035 Fax:

gbartolomei@sbcglobal.net License Type Business Status


Goods/Services Small

NOTE: Value engineering support and services during design and construction

541990 All Other Professional, Scientific, and Technical Services

541330 Engineering Services

541618 Other Management Consulting Services

Page 122 of 130


Ct'12J2016 Sl4)plier Pralile

Supplier Profile

Certification ID: 50000

Legal Business Name: Address:


DRAVES PIPELINE INC PO BOX 1051
BONSALL
Doing Business As {OBA) Name1:
CA92003
DRAVES PIPELINE INC
Email:
Doing Business As (OBA) Name2:
dale@dravespipeline.com (mailto:dale@dravespipeline.com)

Total No. of Employees:


Office Phone Number:
6
760/728-7094
Business Types:
Business Fax Number:
Construction
760/728-0086
Notification Preference:
Business Web Address:
Email
http://www.dravespipeline.com (http://www.dravespipeline.com)

Service Areas:
Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Imperial,
Inyo Kern Kings Lake Lassen' Los Angeles Madera Marin. Mariposa r Mendocino' Merced. Modoc. Mono. Monterey r Napa
J J I I I I

, Nevada , Orange , Placer , Plumas , Riverside • Sacramento , San Benito , San Bernardino , San Diego , San Joaquin , San Luis
Obispo, San Mateo, Santa Barbara, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter,
Tehama , Trinity , Tulare , Tuolumne , Ventura , Yolo , Yuba

View Keywords

View Classifications

Active Certifications ?

Certification Type Status From To


DVBE Approved 06/1712013 0613012017

SB(Micro) Approved 06/1712013 06/3012017

Certification History ?

Return to Search

(http://www.dgs.ca.gov/) (http://www.fiscal.ca.gov/)

© 2015-2016 Cal eProcure Search (search.aspx) I Privacy Policy


(http://fiscal.ca.gov/Privacy_Policy/index. html)

IJ (https://www.facebook.com/CalDGS) rJ
(https ://twitter.com/CslifDGS)

....,.Jkaleprocure.c:agov/pages/SupplierProfile/si.4)plier-prdile.aspc 1/1
Ct'12J2016 Sl4)plier Pralile

Supplier Profile

Certification ID : 49756

Legal Business Name: Address:


SCST INC 6280 RIVERDALE ST
SAN DIEGO
Doing Business As {OBA) Name1:
CA92120
SCST INC
Email:
Doing Business As (OBA) Name2:
kfregoe@scst.com (mailto:kfregoe@scst.com)

Total No. of Employees:


Office Phone Number:
73
619/280-4321
Business Types:
Business Fax Number:
Service
619/280-4717
Notification Preference:
Business Web Address:
Email
http://www.scst.com (http://www.scst.com)

Service Areas:
Fresno, Imperial, Los Angeles, Orange, Riverside, Sacramento, San Bernardino, San Diego, San Francisco

View Keywords

View Classifications

Active Certifications ?

Certification Type Status From To

DVBE Approved 12127/2013 12/31/2016

SB Approved 07/1812013 12/3112016

Certification History ?

Return to Search

(http://www.dgs.ca.gov/) (http://www.fiscal.ca.gov/)

© 2015-2016 Cal eProcure Search (search.aspx) I Privacy Policy


(http://fiscal.ca.gov/Privacy_Policy/index. html)

II (https://www.facebook.com/CalDGS) r.J
(https ://twitter.com/CalifDGS)

....,.Jkaleprocure.c:agov/pages/SupplierProfile/si.4)plier-prdile.aspc 1/1
~2/2016 S14lPler Prollle

Supplier Profile

Certification ID: 1786167

Legal Business Name: Address:


VALOR CONSTRUCTORS INC 1647 GLEN HOLLOW CT
ENCINITAS
Doing Business As (OBA) Name1:
CA92024
VALOR CONSTRUCTORS INC
Email:
Doing Business As (OBA) Name2:
bbrown@valorconstructors.com
(mailto:bbrown@valorconstructors.com)
Office Phone Number:
Total No. of Employees:
619/550-7036

Business Fax Number:


Business Types:
619/550-7036
Construction
Business Web Address:
Notification Preference:
Email

Service Areas:
Alameda , Alpine , Amador , Butte , Calaveras , Colusa , Contra Costa , Del Norte , El Dorado , Fresno , Glenn , Humboldt , Imperial ,
Inyo , Kem , Kings , Lake , Lassen , Los Angeles , Madera , Marin , Mariposa , Mendocino , Merced , Modoc , Mono , Monterey , Napa
, Nevada , Orange , Placer , Plumas , Riverside , Sacramento , San Benito , San Bernardino , San Diego , San Francisco , San Joaquin
, San Luis Obispo , San Mateo , Santa Barbara , Santa Clara , Santa Cruz , Shasta , Sierra , Siskiyou , Solano , Sonoma , Stanislaus ,
Sutter , Tehama , Trinity , Tulare , Tuolumne , Ventura , Yolo , Yuba

View Keywords

View Classifications

Active Certifications ?

Certification 1Jpe Status From To

DVBE Approved 06/17/2014 06130/2017

SB(Micro) Approved 06/17/2014 06130/2017

Certification History ?

Return to Search

(http://www.dgs.ca.gov/} (http://www.fiscal.ca.gov/)

© 2015-2016 Cal eProcure Search (search.aspx) I Privacy Policy


(http://fiscal.ca.gov/Privacy_Policy/index.htm I)

II (https://www.facebook.com/CalDGS) a
(https://twitter.com/CalifDGS)

https://caleprocue.ca.!JJYlpages/S14lPierPrcfilelsupplier-pdile.aspx 1/1
Appendix B –
Changed Personnel Resumes
3KLOOLS'6ODJHO3(_6U3URMHFW0DQDJHU

4XDOLILHG%6&LYLO(QJLQHHULQJ7HFKQRORJ\2UHJRQ,QVWLWXWHRI
7HFKQRORJ\3URIHVVLRQDO5HJLVWUDWLRQV*XDP0RQWDQD
:DVKLQJWRQ1HYDGD&10,
&RQQHFWHG$PHULFDQ6RFLHW\RI&LYLO(QJLQHHUV6RFLHW\RI$PHULFDQ0LOLWDU\
(QJLQHHUV
5HOHYDQFH([SHULHQFH3KLOOLSKDVRYHU\HDUVRIH[SHULHQFHLQSURMHFWDQG
HQJLQHHULQJPDQDJHPHQWWRLQFOXGHZDWHUUHVRXUFHVURDGZD\VWRUPGUDLQZDWHU
TXDOLW\K\GURORJ\FRQVWUXFWLRQPDQDJHPHQWFRQVWUXFWDELOLW\UHYLHZVLWH
GHYHORSPHQWDQGSDYHPHQWVWUXFWXUHDQDO\VLVDQGGHVLJQ&RRUGLQDWLRQRI
WHFKQLFDO UHJXODWRU\SURMHFWUHTXLUHPHQWVDQGFULWHULDZLWK)HGHUDO6WDWH7ULEDO
DQG/RFDODSSURYDODQGUHJXODWRU\DXWKRULWLHVDVZHOODV%XVLQHVVOHDGHUVFLWL]HQV
JURXSVDQGRWKHUVWDNHKROGHUV

LQVXUHWKDWDOOSURMHFWVPHHWWKHUHTXLUHPHQWVRI
'HVLJQ0DQDJHU WKH)HGHUDO$LG+LJKZD\SURJUDPDQGDOORIWKH
3$GYDQFHG:DWHU7UHDWPHQW3ODQW H[DFWLQJVWDQGDUGVRIWKHFXUUHQW6WHZDUGVKLS
DQG&RQYH\DQFH_&DPS3HQGOHWRQ&$ DJUHHPHQWDVVHWIRUWKE\WKH)HGHUDO+LJKZD\
$GPLQLVWUDWLRQ )+:$ DQGWKH*RYHUQPHQWRI
'HVLJQ0DQDJHUIRUWKHDERYHJURXQGSRUWLRQRI *XDP$OVRDFWHGDV*XDP¶V7HFKQLFDO([SHUW
WKHSLSHOLQHGHVLJQRIWKLVZDWHUDQGZDVWHZDWHU :LWQHVVLQVHYHUDO)HGHUDOFRXUWSURFHHGLQJV
FRQYH\DQFHIDFLOLWLHVSURMHFW3URYLGHGWKHLQLWLDO SHUWDLQLQJWR)HGHUDO&RQVHQW'HFUHHSURMHFWV
DERYHJURXQGGHVLJQZLWKPLQLPDODOWHUDWLRQRIWKH LQYROYLQJWKHGHYHORSPHQWFRQVWUXFWLRQRIWKHQHZ
SLSHOLQHDOLJQPHQWDQGVHYHUDOVXEVHTXHQW ODQGILOORQWKH,VODQG
DOWHUQDWLYHVWRWKHSLSHOLQHGHVLJQDQG
FRQILJXUDWLRQ6DIHW\IHDWXUHVLQFOXGHGVHLVPLF
GHVLJQRIWKHSLSHOLQHVXSSRUWVDQGURDGZD\ 3URMHFW0DQDJHU
JXDUGUDLOLQDFFRUGDQFHZLWKVWDWHDQGIHGHUDO *UDQG&HQWUDO3DUNZD\%XV5DSLG
UHTXLUHPHQWV 7UDQVLW %57 3URMHFW_/DV9HJDV1HYDGD
3URMHFW0DQDJHUIRUWKH*UDQG&HQWUDO3DUNZD\
4&&RVW(VWLPDWH0DQDJHU :LGHQLQJ3URMHFWZKLFKZLGHQHGDQGLPSURYHG
2WD\VW QG3LSHOLQHV:HVWRI+LJKODQG *UDQG&HQWUDO3DUNZD\LQWKH8UEDQ&RUHRIWKH
&LW\RI/DV9HJDV7KHSUHOLPLQDU\HQJLQHHULQJ
$YHQXH_6DQ'LHJR&DOLIRUQLD
SKDVHRIWKHSURMHFWLQFOXGHGH[WHQVLYH
4XDOLW\0DQDJHUIRUWKLVZDWHUWUDQVPLVVLRQ
DOWHUQDWLYHVDQDO\VHV7KHSURMHFWLQFOXGHGDYHU\
SLSHOLQHUHSODFHPHQWSURMHFWIRUWKH&LW\RI6DQ
DJJUHVVLYHSURMHFWVFKHGXOHWKDWZDVVXFFHVVIXOO\
'LHJR7KLVSURMHFWFRQVLVWVRIWKHUHSODFHPHQWRI
PHWLQFOXGLQJWKHDGGLWLRQRID´ZDWHUPDLQWKDW
PLOHVRI´´ZDWHUWUDQVPLVVLRQSLSHOLQHV
UDQWKHHQWLUHOHQJWKRIWKHSURMHFWRQO\WKUHH
DQGDSSUR[LPDWHO\PLOHVRI´´ZDWHU
PRQWKVSULRUWRSURMHFWDGYHUWLVHPHQW
GLVWULEXWLRQPDLQVLQWKH1RUWK3DUNQHLJKERUKRRG
RI6DQ'LHJR7KHSURMHFWLQFOXGHVDQHZ359
VWDWLRQDQGDQHZFRQWUROYDOYHVWDWLRQDWWKH 6U3URMHFW0DQDJHU'HVLJQ/HDG
8QLYHUVLW\+HLJKWV5HVHUYRLU7KHSURMHFWDOVR *+',QF_6DQ'LHJR&$
LQFOXGHV&DOWUDQVSHUPLWWLQJIRU  WUHQFKOHVV´
6XFFHVVIXOO\PDQDJHGWKHGHVLJQGHYHORSPHQWRI
WXQQHOFURVVLQJVRIWKH,IUHHZD\7KHSURMHFW
VHYHUDOWUDQVSRUWDWLRQSURMHFWVIRUWKH&LW\RI6DQ
ZLOORYHUOD\VWUHHWVZLWKQHZ$&SDYHPHQWDQG 'LHJRLQFOXGLQJ3KDVH,,RIWKH3DOP$YHQXH
UHSODFHDSSUR[LPDWHO\$'$FXUEUDPSVWR ,PSURYHPHQWVWKDWFRQVLVWHGRILQWHUVHFWLRQ
FRPSO\ZLWKFXUUHQWVWDQGDUGV
ZLGHQLQJQHZVLJQDOGHVLJQGUDLQDJHGHVLJQ
&KLHI(QJLQHHU JHRPHWULFGHVLJQ$'$DFFHVVDQG
ELNHSHGHVWULDQDFFHVVGHVLJQ$OVRWKH7HDP
*XDP'HSDUWPHQWRI3XEOLF:RUNV_
/HDGIRUWKHILQDOGHVLJQRIDSHGHVWULDQVDIHW\
7DPXQLQJ*XDP WK
HQKDQFHPHQW2UDQJH$YHQXHDW DQG
WK
$V&KLHI(QJLQHHUZDVWKHDSSURYDODXWKRULW\IRU 8QLYHUVLW\DQG 6WUHHW&XUE([WHQVLRQSURMHFWV
DOOURDGZD\HQJLQHHULQJGHVLJQVRQ*XDP WKDWLQFOXGHGHQKDQFHGFURVVZDONGHVLJQVDW
:RUNHGLQWDQGHPZLWKWKH$GPLQLVWUDWRURIWKH PXOWLSOHORFDWLRQVLQFOXGLQJWKH+HUEHUW,EDUUD
*XDP'HSDUWPHQWRI3XEOLF:RUNV '3: WR (OHPHQWDU\6FKRROGURSRIIDUHD


Greg Watanabe, PE, PACP, MACP
QA/QC Manager
Qualified. California State Polytechnic University, Pomona. BS Civil Engineering- Emphasis
in Environmental Engineering.
Connected. American Public Works Association, American Society of Civil Engineers,
American Water Works Association, Environmental & Water Resources Institute of the
American Society of Civil Engineers, North American Society for Trenchless Technology.
Relevance to project.
Greg has over 18 years of technical experience in engineering and capital improvement
program and project management. His emphasis has been in the assessment, rehabilitation,
design and constructability of over 100 miles of water and sewer pipeline systems up to 96-
inches in diameter for public utility systems. His extensive pipeline experience primarily
consists of standard cut and cover construction, but also includes rehabilitation and alternative
construction methods such as jack and bore, burst and insert, horizontal directional drilling
(HDD), point repairs, joint replacements, cured-in-place pipe (CIPP) and microtunneling.

Project Manager Quality Manager


Rose Canyon Trunk Sewer Joint Repair P-1044 AWTP Conveyance Facilities |
Project | City of San Diego, San Diego, CA, Orion Construction, MCB Camp
USA Pendleton, CA, USA
Managed the design of 4.5 miles of 60-inch 360- Mr. Watanabe served as the project Design
degree T-Lock lined RCP piping located in an Quality Control Manager (DQCM) for the design-
environmentally sensitive rural canyon within a well- build of conveyance facilities including over
established and highly vegetated area along a flood 70,000 lineal feet of 16-inch diameter piping,
plain. Other design elements included coordination treated water piping connections, emergency
with Caltrans and the local rail authority to mitigate interconnection and pressure reducing station,
multiple crossings, environmental surveys and CEQA well pump and motor replacements, assessment
supporting documentation, community outreach, and replacement of distribution lines, 9,000
permitting, encroachment agreements, and a 30 lineal feet of brine disposal piping, 5,000 lineal
MGD bypass pumping system. feet of force main, horizontal directional drill
crossings, and appurtenances.
Quality Manager
Tecolote Canyon 8" Sewer Main Quality Manager
Replacement | City of San Diego, CA, USA Programmatic Sewer condition
Quality Manger for an 8-inch sewer pipeline project Assessment | City of San Diego, San
for the City of San Diego that crossed a 300 foot
wide canyon via a truss-type pipe bridge. The 8-inch Diego, CA, USA
sewer line was fully-restrained epoxy-lined ductile Quality Manager for the condition assessment
iron pipe and was supported across the canyon by a services of over 732,000 lineal feet of
series of pipe supports and rollers fixed to the pipe wastewater pipelines including eighteen (18)
bridge. Beyond the bridge abutments included steep large diameter trunk sewer segments (up to
slopes making for difficult construction and the 108-inches in diameter) and seven (7) force
requirement for slope stabilizers along the trench. mains (up to 48-inches in diameter). Specific
Other challenging project elements included working work included the preparation of twenty-five (25)
within an environmentally sensitive area that included individual condition assessment reports to
a highly vegetated Gnatcatcher habitat, over a identify, evaluate and document the structural
USACOE drainage course. integrity, liner integrity, and other localized
defects which affect the serviceability of the
pipeline segments.

1
David Holman, PE
Project Manager
Qualified. B.S.Civil Engineering, Arizona State University, 2004
Professional Engineer/CA/#80164, Professional Engineer/AZ/#47544
Connected. ASCE, ACEC, APWA
Relevance to project. Mr. Holman has 13 years of professional experience in project
management, planning, design, permitting, and construction oversight of capital projects
focusing on water & wastewater infrastructure. His experience has encompasses water
supply facilities, regional transmission pipelines, pump stations, and groundwater wells. Mr.
Holman has extensive experience designing and constructing over 45 miles of replacement
waterlines within existing communities. He knows how to manage projects, design the
improvements and develop the construction documents. Mr. Holman will provide his
knowledge for each phase in the project as the Design Project Manager.

Project Manager
Otay 1st & 2nd Pipelines West of Highland Project Engineer
Avenue | San Diego, California Water Group 3012 | San Diego, California
Mr. Holman is the project manager for this water Mr. Holman was the project engineer for this design-
transmission pipeline replacement project for the build water line replacement project for the City of
City of San Diego. This project consists of the San Diego. The project consisted of replacing over 8
replacement of 5 miles of 42”-16” water miles of 12” – 8” water main in the Pacific Beach
transmission pipelines and approximately 2.3 miles area. The project included new water service
of 12”-8” water distribution mains. The project connections, new fire hydrants, and over 100 new
includes a new PRV station and a new control valve ADA compliant curb ramps. The project was
station at the University Heights Reservoir. The designed and constructed in phases to account for
project also includes Caltrans permitting for (3) summer moratoriums.
trenchless 60” tunnel crossings of the I-805 freeway.
The project will overlay streets with new AC Project Engineer
pavement, replace approximately 140 new ADA 30th Street Pipeline | City of San Diego, CA
curb ramps and upgrade accessible parking along This project includes the replacement over 5.8 miles
several neighborhood streets. The construction is of 24”-42” transmission mains and 8”-16” distribution
scheduled to begin in 2018. mains. Mr. Holman’s tasks for the project included
an overall QA/QC of the construction plans,
Project Engineer/Manager development of technical specifications and pipe
Sewer & Water Group 814, Design-Build | design calculations.
San Diego, California
Mr. Holman was the project engineer & manager for Project Engineer
this water and sewer replacement project consisting Scottsdale, Arizona
of over 3.5 miles of 8”-12” water and sewer mains. Mr. Holman was the project engineer for water
The project included new water and sewer service distribution replacement projects consisting of 15.5
connections, trenchless pipe replacement and miles of 4” – 20” diameter pipelines for the City of
rehabilitation, and 44 sewer lateral replumbs. The Scottsdale. These projects replaced undersized,
project included AC overlaid and 101 new ADA aged and deteriorating water lines with PVC pipe.
compliant curb ramps. The construction schedule New water services, fire services and fire hydrants
was developed to account for two summer were designed in accordance with current City
moratoriums. standards.

1
Patrick B. Garner, PE
2185 La Mirada Drive, Vista, CA 92081
(760) 596‐9660

PROFESSIONAL EXPERIENCE
ORION COSTRUCTION 2011‐PRESENT
DESIGN BUILD PROJECT ENGINEER
Responsible as an in‐house Orion designer for the delivery of complete designs for two Navy Wet Utility upgrade
projects totalling $2.7 million dollars, primarily utilizing head office staff resources, and select geotechnical and
survey sub consultants. Further experience in construction oversight on various design build projects throughout
Southern California including preparing and reviewing submittals, ensuring all work conforms with project plans
and specs, procuring materials and equipment, and coordinating with subcontractors and material suppliers.

KEY RELATED EXPERIENCE


City of La Habra – Design Build La Bonita Park Water Facilities
 The project included the design and construction of a new underground 250,000 gallon DN Tank
reservoir, new water well, booster pump station, and support infrastructure at La Bonita Park.
 2013 Winner of a Design‐Build Institute of America Award for Water/Wastewater Projects
 Provided construction oversight and enforcement for adherence to the plans and specs
 Coordinated excavation and off site hauling effort
 Ensured all trades and subcontractors comply with approved plans and specifications
 Performed daily inspections of all construction activity
 Developed and maintained material submittal log
 Inspected all material to ensure conformance with plans and specs.
 Reviewed all submittals to ensure conformance with plans and specs
 Procured materials for booster pump station
 Oversaw start up and testing of pump station facilities
City of San Diego Design/Build Recycled Water Systems Upgrade
 2015 APWA Award Winning project
 Managed project from design development to project completion
 Developed Water Pollution Control Plan
 Responsible for implementation of storm water BMPs and erosion control
 Responsible for storm water inspections, sampling and laboratory coordination
 Reviewed all design submittals to ensure conformance with RFP
 Reviewed subcontractor contracts to ensure proper scope of work
NAVFAC Point Loma Storm Drain Outfall
 Developed quality control plan
 Provided construction oversight and enforcement for adherence to quality control plan
 Completed quality control reports
 Developed Safety Plan

ACADEMIC QUALIFICATIONS
University Southern California, Los Angeles, CA. B. S. in Civil Engineering 2011

PROFESSIONAL CERTIFICATIONS
 QCM Quality Control Management USACE – NAVFAC #784
 OSHA 30 Hour Construction Safety
 Registered Professional Engineer, State of California C84903
1
Mark Dowsing, PE
2185 La Mirada Drive, Vista, CA 92081
(760) 596‐9660

PROFESSIONAL EXPERIENCE

KEY RELATED EXPERIENCE


Mark has a proven track record of success in all types of civil design and construction. Mark manages all aspects of
design build projects from design thru construction completion. He provides management and direction for design
build projects involving civil site works, mechanical, landscaping, hardscape and buried pipe systems, installation
and operation of water and sewer treatment plants, and distribution pipelines. Mark is a California Registered
Engineer with experience in both Municipal and Federal Design guidelines.

ORION COSTRUCTION 2007‐ PRESENT


DESIGN MANAGER / DESIGN QUALITY CONTROL MANAGER

Projects Included:
 City of San Diego Design Build Recycled Water Vaults
 Mark was the Engineer of Record for the rehabilitation of the existing Recycled Water Vaults
 The 13 vaults required the installation of new drain lines and tide flex duckbill and inline check
valves for code compliance. Vault hatches were modified with hydraulic assist mechanism to reduce
lift requirements. Vault upgrades included new scada hardware, radio transmitters, and radio
surveys for wireless connectivity to the Chollas Operations Center.
 City of Laguna Beach
 Re‐design of the Rockledge pump station due to unforeseen conditions. The pump station re‐design
included new mechanical layout of the pump station to fit a much smaller footprint, re‐design of the
gravity and forcemain lines through a heavily congested corridor, and the addition of slip line pipe
installation through existing gravity mains for additional sewage conveyance optimization.
 City of Vista Brengle Terrace Park
 Design Quality Management of a Design Build restoration project including site grading, permanent
BMP installation, pedestrian bridges, and native habitat restoration
 Review of design calculations for bridge structural abutments and multi‐year storm flows through
existing creeks and planned BMP’s
 City of La Habra – Design Build La Bonita Park Water Facilities – Design Build Project Manager
 2013 Winner of a Design‐Build Institute of America Award for Water/Wastewater Projects
 The project included the design and construction of a new water well, booster pump station, water
reservoir, and support infrastructure at La Bonita Park. In addition, demolition and reconstruction.
Major phase of the project was the underground reservoir and potable water booster pump station
construction. Mark provided design Quality Control Management of Civil Source (DOR) during the
design phases and project management during construction.
 NAVFAC Southwest – P1044 D/B Offsite Conveyance Pipelines at Camp Pendleton
 Mark provided project management from the design through the construction phases
 Turnkey Design and Construction Services for the Offsite Conveyance Package
 Approximately 90,000lf of HDPE pipe installed in North Base
 NAVFAC Southwest – P1045 D/B Potable Water Conveyance at Camp Pendleton
 Mark provided design quality control reviews throughout from the Concept Design thru Design
Development phases.
 Approximately 125,000lf of HDPE pipe installed from Area 51 to Area 20 at Camp Pendleton
LOS ANGELES COUNTY SANITATION DISTRICTS 2006‐2007
RESIDENT ENGINEER
 Design and Construction management for LACSD projects within the East Los Angeles County
 Engineering design of treatment plant modifications including preliminary engineering and
investigation of the pilot plant at the Whittier Narrows Water Reclamation Facility
 Quality Management of the in‐house design staff for waste water conveyance pipelines.
1
 Quality Assurance of installation of waste water conveyance pipelines throughout the Los Angeles
Area
ORION CONSTRUCTION CORPORATION 2004– 2005
PROJECT ENGINEER
 Submittal and RFI preparation on water waste water infrastructure
 Subcontractor solicitation and management

ACADEMIC QUALIFICATIONS
University of California Los Angeles, Los Angeles, CA. M.S. in Civil & Environmental Engineering,
University of California Los Angeles, Los Angeles, CA. B.S. in Civil & Environmental Engineering
Registered Professional Engineer, State of California C76514

CERTIFICATIONS
▪ NAVFAC Contractor Quality Management (CQM) ▪ NAVFAC EM385‐1‐1 10 Hour Safety Training
▪ Qualified Storm water Developer Certified ▪ Adult/Pediatric CPR & First Aid
▪ OSHA Hazwoper 40 Hr. Safety Training ▪ LEED Accredited Professional
▪ NAVFAC EM385‐1‐1 40 Hour Safety Training ▪ OSHA 30 Construction Course

2
Appendix C – Alignment & Appurtenances Maps
ALLEY ALLEY

0 f-----+--~ l-1 1---1----la:


l- Vl
Vl I
oz l- !-----+--~

[7
w
D
"'
<r I J-- - - + - ---lo
od J---- - + ---J, <>- - - + - ----<.
l-

l!-----+-~ o o
l-
ELM ST </) >--------< a a a EloM ~T a 0 0 0 0
>------+--~ 1--~ ELM ST
'i= >----~
J------+---l ~

l-
4' _.>---t----t---+-+-+-+-- Vl f---'r--~~----."------'--­
I
l- 2'
o
Lf)

z
:::i1m--- r --
"
0
~or--~-_,
ID

MARILOU RD
0 1-- 0
r-----t-----------1 V> J - - - - - - + - ----l
" :r
r------,~-,--1v 1 1--~'----r----l 1--
m 1--
0 '" 0
:::J Vl
0 :r r - --
;;: 1--

~ ~ r-----
'----'--'----" L '---------'--'------"

FEDERAL BLVD

I I~

0 150' 300' 450'


LEGEND

..A.. AR/VAC
BL OW OFF <S>
m
@
Cf)
2" WATER SERVICE <3>
"4" FIRE SERVICE m
....
Gl!lll
CITY OF SAN DIEGO
AC WATER GROUP 1019
WATER SYSTEM MAP
JOB NUMBER
REVISION
DATE
11121597
0
05/2016

I I I I I I
SCALE r"•300' AT ORIGfllll. SIZE
' SAMPLE STATION
D I" WATER SERVICE (421)
(419>
m - 8" WATER MAIN, PVC
lliilllilliilll FIGURE 01
Appendix D - Cut & Plug,
Highlining, and Phasing Plan
,.
,,
,, B"AC
,' 8"AC
//
,,
,•
,.
,•
,'/
, ..
LYLE DR

Phasing - Cut & Plug - 6"AC

High Lining Map


- Phase1
- Phase2
• • Cut & Plugs
Q High Line F.H.
4800

0
<!
io
c
D

PENTECOS1

21it

6" FS
.3112
8 " FS 1-
1711 Cll
:c
~
N "
....
MARILOU RD

u
0 <! FEDER~l
U) io

040
12"AC

12"CICL 12 "CICL 4&1


FEDERAL BL
""'' ui..,
'.'-~
~ io-

FED FROM CUT & ~ Q

FED FROM CUT & 0 t; :J ()

~
<! (.) <!
____ _ _. PLUG OR F.H. 363 PLUG OR F.H. 312 io %
I-
'6,I U
Q <l'.
::::>
w 0
BEECH ST ~ C '
1- IXl
6 "AC
;..i
c LYON ST 8 "AC 2"

/
"AC

u .. 0
<!
io
BE:ECH ST
= 5030 ,,.
<!
<-J
0
<!
io
()
<!
io

"C::l\I\
Appendix E - Schedule
Page 1 of 2
Activity ID Activity Name Orig Start Finish 2016 2017 2018
Dur
J J A S O N D J F M A M J J A S O N D J F
0
DESIGN BUILD AC WATER GROUP 1019
DES
440 31-May-16 01-Mar-18
PROJECT TIMELINE
PRO
PT-010 LIMITED NOTICE TO PROCEED 0 31-May-16
PT-020 BONDS 1 31-May-16 31-May-16
PT-030 CONTRACT COMPLETION 0 01-Mar-18
192 31-May-16 07-Mar-17
DESIGN AND ENGINEERING
DES
D-010 PROJECT DESIGN PRECON MEETING 1 31-May-16 31-May-16
D-020 DATA GATHERING 10 01-Jun-16 14-Jun-16
D-030 UTILITY COORDINATION 10 01-Jun-16 14-Jun-16
D-040 30% DESIGN SUBMITTAL - PREPARE DESIGN PACKAGE 30 15-Jun-16 27-Jul-16
D-050 30% DESIGN SUBMITTAL - QC DESIGN PACKAGE/SUBMIT 7 28-Jul-16 05-Aug-16
D-055 DESIGN POTHOLING 15 08-Aug-16 26-Aug-16
D-060 30% DESIGN SUBMITTAL - CITY REVIEW PERIOD 20 08-Aug-16 02-Sep-16
D-070 60% DESIGN SUBMITTAL - PREPARE DESIGN PACKAGE 20 06-Sep-16 03-Oct-16
D-080 60% DESIGN SUBMITTAL - QC DESIGN PACKAGE/SUBMIT 7 04-Oct-16 12-Oct-16
D-090 60% DESIGN SUBMITTAL - CITY REVIEW PERIOD 20 13-Oct-16 09-Nov-16
D-100 100% DESIGN SUBMITTAL - PREPARE DESIGN PACKAGE 20 10-Nov-16 09-Dec-16
D-110 100% DESIGN SUBMITTAL - QC DESIGN PACKAGE/SUBMIT 7 12-Dec-16 20-Dec-16
D-120 100% DESIGN SUBMITTAL - CITY REVIEW PERIOD 20 21-Dec-16 20-Jan-17
D-130 FINAL DESIGN SUBMITTAL - INCORPORATE CITY 100% COMMENTS 10 23-Jan-17 03-Feb-17
D-140 FINAL DESIGN SUBMITTAL - QC DESIGN PACKAGE/SUBMIT 5 06-Feb-17 10-Feb-17
D-150 FINAL DESIGN SUBMITTAL - CITY REVIEW PERIOD 10 13-Feb-17 27-Feb-17
D-160 FINAL DESIGN SUBMITTAL - ISSUE TO CONSTRUCTION DRAWINGS 5 28-Feb-17 06-Mar-17
D-170 NOTICE TO CONSTRUCT 0 07-Mar-17
0
CONSTRUCTION WORK
CON
10 07-Mar-17 20-Mar-17
MOBILIZATION
MOB
1000 MOBILIZATION 10 07-Mar-17 20-Mar-17
123 07-Mar-17 29-Aug-17
PHASE 1 - 48TH STREET TO 49 STREET
PHA
RUN DATE: 09-May-16 Actual Work
DATA DATE: 31-May-16
CITY OF SAN DIEGO
Remaining Work
PROJECT START DATE: 31-May-16 DESIGN BUILD AC WATER GROUP 1019 Critical Remaining Work
PROJECT FINISH DATE: 01-Mar-18
Page 2 of 2
Activity ID Activity Name Orig Start Finish 2016 2017 2018
Dur
J J A S O N D J F M A M J J A S O N D J F
1030 HIGHLINE INSTALLATION 5 07-Mar-17 13-Mar-17
1040 FLUSH/TEST/BAC T HIGHLINE 10 14-Mar-17 27-Mar-17
1050 TRANSFER WATER SERVICE TO HIGHLINE 5 28-Mar-17 04-Apr-17
1070 CUT AND PLUGS 10 05-Apr-17 18-Apr-17
1080 AC WATERLINE REMOVAL AND REPLACEMENT W/ NEW PVC 40 19-Apr-17 14-Jun-17
1085 TEES, CROSSES, FITTING INSTALLATION 40 19-Apr-17 14-Jun-17
1090 WATER SERVICE INSTALLATION 20 01-Jun-17 28-Jun-17
1100 FIRE HYDRANT INSTALLATION 10 24-May-17 07-Jun-17
1120 FLUSH/TEST/BAC T WATERMAIN AND APPURTENANCES 10 29-Jun-17 13-Jul-17
1180 TRANSFER SERVICES TO NEW MAIN 10 14-Jul-17 27-Jul-17
1190 REMOVE HIGHLINE SYSTEM 3 28-Jul-17 01-Aug-17
1200 TRENCH RESURFACING, SLURRY SEAL, PEDESTRIAN RAMPS 20 02-Aug-17 29-Aug-17
133 02-Aug-17 12-Feb-18
PHASE 2 - 5OTH STREET TO EUCLID STRE
PHA
2000 HIGHLINE INSTALLATION 5 02-Aug-17 08-Aug-17
2010 FLUSH/TEST/BAC T HIGHLINE 10 09-Aug-17 22-Aug-17
2020 TRANSFER WATER SERVICE TO HIGHLINE 5 23-Aug-17 29-Aug-17
2030 CUT AND PLUGS 5 30-Aug-17 06-Sep-17
2040 AC WATERLINE REMOVAL AND REPLACEMENT W/ NEW PVC 60 07-Sep-17 01-Dec-17
2050 TEE, CROSSES, FITTING INSTALLATION 60 07-Sep-17 01-Dec-17
2060 WATER SERVICE INSTALLATION 30 26-Oct-17 08-Dec-17
2070 FIRE HYDRANT INSTALLATION 10 27-Nov-17 08-Dec-17
2080 FLUSH/TEST/BAC T NEW WATERMAIN AND APPURTENANCES 10 11-Dec-17 22-Dec-17
2090 TRANSFER SERVICES TO NEW MAIN 10 26-Dec-17 09-Jan-18
2100 REMOVE HIGHLINE SYSTEM 3 10-Jan-18 12-Jan-18
2110 TRENCH RESURFACING, SLURRY SEAL, PEDESTRIAN RAMPS 20 16-Jan-18 12-Feb-18
45 26-Dec-17 01-Mar-18
PROJECT CLOSE OUT
PRO
9000 PUNCH LIST WALK 7 13-Feb-18 22-Feb-18
9010 SUBMIT AS BUILTS 5 26-Dec-17 02-Jan-18
9020 OPERATIONAL WALKTHROUGH 5 23-Feb-18 01-Mar-18
9030 PROJECT COMPLETION 0 01-Mar-18

RUN DATE: 09-May-16 Actual Work


DATA DATE: 31-May-16
CITY OF SAN DIEGO
Remaining Work
PROJECT START DATE: 31-May-16 DESIGN BUILD AC WATER GROUP 1019 Critical Remaining Work
PROJECT FINISH DATE: 01-Mar-18
Appendix F –
Project Specific Web Page Example
Ct'11/2016 Orion Caistructicn - The City ct San Diego AC Water Group 1019

e _
D~lPN About Us Services Awards Contact
CONSTRUCTION
CORPORATION

The City of San Diego AC Water Group 1019

Project Description:

Replacement of 16,809 LF (3.18 miles) of existing, 6-inch and 8-inch asbestos cement (AC) water mains
with 16,809 LF (3.18 miles) of 8-inch polyvinyl chloride (PVC) pipe.Also included associated water
services, fire hydrants, curb ramps, traffic control. etc. This project is located in Council District 4, within
the Mid-City, Eastern Area.

Project Update:

The City of San Diego AC Water Group 1019 is currently in the bidding phase and will be awarded by the
City of San Diego in the following months.

Contacts:

City of San Diego:

• By Phone: (619) 533-4207


• By Email: engineering@sandiego.gov

Orion Construction:

• By Phone: (760) 597-9660


• By Email: info@orionconstruction.com

Copyright 2013 Orion Construction I All Rights Reserved

~/crionccnstructicn.ccrnllhe-city-ci-sa:i-diego.ac-water"9"Q.4)- 1019/ 1/1

You might also like