San Diego RFP: AC Water Group 1019
San Diego RFP: AC Water Group 1019
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
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
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
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:
1.3. 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twelve month period may have their MACC contract rescinded and be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.
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).
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.
9.1. 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:
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:
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.
11.1. 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:
Notes:
11.4. The required subcontracting percentages apply to 1st tier Subcontractors only.
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.
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™.
2.1. 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
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.
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.
2.8. 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.
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
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.
5.1. 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:
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.
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).
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.
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
7.4.1. 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.
8.1. 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:
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
9.1.1. 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:
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.
9.1.4. 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.
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.
10.2. 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.
14.1.1. 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.
14.1.3. 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.
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.
15.1. 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
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.
17.1. 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.
17.4. 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. 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.
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.
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
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.
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.
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
Submittal No.
Contract No.
Project Name:
Name of Design Builder:
Printed Name:
By:
(Signature) I
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.
,.y,
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.
30.4. 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.
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:
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;
1. Sample City Checklists are available for review and use from
the Engineer.
40.1. Americans with Disabilities Act (ADA) I Americans with Disabilities Act
Accessibility Guidelines (ADAAG)
40.6. City of San Diego Computer Aided Design and Drafting (CADD),
http://www.sandiego.gov/publicworks/edocref/drawings.shtml
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
40.11. 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
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.
41.1. The following is a list of the Bridging Documents for this project available
at: ftp://ftp.sannet.gov/OUT /AC%20Water%201019 f
..... .. .......
~ ,, ................... .
····~···,.········
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.
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.
42.16. 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.
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.
Check one:
[;8'.I First Phased Funding Schedule Agreement
D Final Phased Funding Schedule Agreement
· ·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 . . ·~
Total $5,975,000.00
Notes:
PREVAILING WAGES
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.
1.1.1. 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.
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.
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").
1-2 TERMS AND DEFINITIONS. To the City Supplement, item 54, "Normal
Working Hours", ADD the following:
2-3.2 Self Performance. DELETE in its entirety and SUBSTITUTE with the
following:
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.
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:
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=
d) 30 Days for full depth asphalt final mill and resurfacing work
required per SDG-107.
7-3 LIABILITY INSURANCE. DELETE in its entirety and SUBSTITUTE with the
following:
1. You shall procure the insurance described below, at its sole cost and
expense, to provide coverage against claims for loss including
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.
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).
4. All costs of defense shall be outside the policy limits. Policy coverage
shall be in liability limits of not less than the following:
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.
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.
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).
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.
Additional Insured.
b) your products,
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.
2. Limits for this insurance shall be not less than the following:
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.
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:
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.
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.
a) Specified test pressure for Class 235 pipe shall be 150 psi.
b) Specified test pressure for Class 305 pipe shall be 200 psi.
601-2.1.2 Engineered Traffic Control Plans (TCP). To the City Supplement, ADD the
following:
NOTICE OF EXEMPTION
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).
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 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
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
2.6 State of California Water Code, Section 110, 500-6, and 520-23
Reference
2.9 American Water Works Association Manual M-14, Recommended Practice for
Back:flow Prevention
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.)
3.2 Temporary Water Use: Water provided to the customer for no longer than
twelve (12) months.
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:
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.
a. Fire hydrant meters shall only be used for the following purposes:
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.
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.
g. After the fees have been paid and an account has been created, the
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.
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
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.
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:
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:
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.
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.
8.1 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.
8.3 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.
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
APPENDIX
Company Name:
-
Mailing Address:
.,
Fire Hydrant Meter Removal Request
Requ,ested Removal Date:
I .
Provide Current Meter Lo.cation if Different from Above:
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
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.
Date
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:
Should you have any questions regarding this matter, please call the Fire Hydrant Hotline at (619)_ __
Sincerely,
Water Department
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
LOCATION MAP
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
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
Legend
__,AC Water Group 1019
a--
•
8
Bike Route Proposed
-
Pipeline Rehabilitation Z-1A
GB•Pipeline Rehabilition Z-1
Sewer Group Job 743
Sewer Group Job 743 Lateral
·•·'
No Scale
Date: 3/9/2015 a_
CITY OF SAN DIEGO
((";')
HAZARDOUS LABEL/FORMS
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).
2. Did anyone, other than employees in the immediate area of the release, D D
evacuate?
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.
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.
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
Date/Time Discovered
Incident Date I Time:
I
Date/Time Discharne I Discharge Stoooed D Yes 0No
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:
..
.;
. 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 ) · - - - - - - - - - - - - - - - - - - - - - - - +
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 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.
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
'AW;
MEMORANDUM
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.
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.
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.
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).
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. ·
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).
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.
Action: Check Box# 2 in Part E of Form DS-560. However, before final design the acreage
should be recalculated. Contact EPS for assistance.
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.
Action: A Traffic Control Plan is required for any construction activity that would impact City
right-of-way.
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.
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.
ENGINEERING/RIGHT-OF-WAY PERMIT
This project would not require a right-of entry/encroachment permit from another City
Department.
The following are ballpark figures to be used for Preliminary Engineering planning purposes.
ig11.Stagelf!f:
iii :in ' '!~
CEQA exemption issuance $5K 30%
MACC Request for Proposal (Rev. Feb 2016) Appendix I - Preliminary Environemtal Assessment Memo 119 I Page
AC Water Group 1019
If project plans or scope of work changes, this PEA would need to be reassessed for
enviromnental and pennitting requirements.
Please contact James Arnhart at (619) 533-5275 if you have any questions regarding the above
information.
MACC Request for Proposal (Rev. Feb 2016) Appendix I - Preliminary Environemtal Assessment Memo 120 I Page
AC Water Group 1019
GLOBAL ID FAC ID STATUS ADDRESS CITY
T0607303055 COMPLETED - CASE CLOSED 1755 EUCLID AV SAN DIEGO
T0607301657 COMPLETED- CASE CLOSED 1722 N EUCLID AV SAN DIEGO
T0608129242 COMPLETED- CASE CLOSED 1722 N EUCLID AV SAN DIEGO
H21107 1817 EUCUD AVE# 1016 SAN DIEGO
T0607364392 COMPLETED - CASE CLOSED 1817 EUCLID AV SAN DIEGO
T0608156491 COMPLETED- CASE CLOSED 1817 EUCLID AV SAN DIEGO
H13120 1561 EUCLID AVE SAN DIEGO
T0608159500 COMPLETED - CASE CLOSED 1561 EUCLID AV SAN DIEGO
T06019777827 COMPLETED - CASE CLOSED 1561 EUCLID AV SAN DIEGO
T0607301729 COMPLETED - CASE CLOSED 1561 EUCLID AV SAN DIEGO
T0607300626 COMPLETED - CASE CLOSED 5090 FEDERAL BL SAN DIEGO
L. . :7'-~--., ~1=:==~~=='=-----,~--~J
••
MACC Request for Proposal (Rev. Feb 2016) Appendix I - Preliminary Environemtal Assessment Memo
AC Water Group 1019
GEOTR;~~~,R ~f:t;;;~~~;~;~::;:·::~·~:~:~---m---
I
m-- -·m- ~-lBffili
----------~='"'''" __;
F 6Mi£ii$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
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
FROM: Tina Huang, Associate Engineer-Civil, CIP Preliminary Engineering and Program
Coordination
PROJECT DESCRIPTION
The project is located in the Mid-City: Eastern community area within Council District 4.
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
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
Will there be new appurtenances or access01y structures associated with the project? (Boring pits,
vaults, culverts, manholes, boxes, storm drain inlets, etc.) No
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
PueLlc CHEPAIHMl:Ni
Thlt infomiti!i!ln l~ availuhkt in altna!ivo formals upon rnq1mst
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.
2.1. 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.
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 ..
6.2.7 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.
6.2.12 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:
7 .1 Describe the proposed construction plan for this Project, including the
following, at a minimum:
7.2.1 The processes and procedures it will use to ensure that all Work is
properly coordinated.
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.
7.8 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?
8.1. Following the receipt of the Technical Proposal, the City anticipates
allotting 2 weeks for review of the Technical Proposals.
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.
Qualitative Score
Design-Builder (100 Maximum) Price Proposal Adjusted Price *
*The adjustment to the Proposal is for selection only. Firm "A" has
Adjusted Lowest Proposal. The Price Proposal is the actual Contract
amount.
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
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)-
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
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.
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.
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.
o--..-.---------·----~
PRICE PROPOSAL FORMS
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.
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
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.
~-"=,,..,~,,,_-ro..,r.=.,-~.,..,,--~-=-"'" -
PRICE PROPOSAL FORMS
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.
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.
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.
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
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).
Corporate Seal
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---·
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~~
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. ·
The Surety shall pay reasonable attorney's fees should suit be brought to enforce the
provisions of this bond.
By,~/*~
Richard Dowsing, President/ Fia Dowsing, President
Printed Name of Person Signing for
Principal
By ~~ . ------
Marfa Guise,Attorney--in-fact
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
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
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.
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
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
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.
Sig~ed;
't!-'·
~ 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
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.
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.
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.
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:
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)
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
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.
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
11
ADDENDUM 1"
FOR
MACC TASK NUMBER: 03
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
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.
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.
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.
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?
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.
JN/AR/egz
San Diego
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
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:
In accordance with Section 11 of the RFP, we have exceeded the mandatory minimum
subcontractor participation percentages for this RFP as shown below:
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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
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 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
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.
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.
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.
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.
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.
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.
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.
28
The proposed Geotechnical services will include:
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.
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.
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.
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.
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.
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:
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.
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.
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.
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.
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.
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.
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.
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.
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:
7.4 Challenges/Issues
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.
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.
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/.
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.
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:
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
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:
: : : : ' :
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
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:
''
:
:
'
.''
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
NOTE:
AIRX Utility Services, Inc. Gail McMorran (760) 480-2347 Fax: (760) 739-8034
NOTE: Subsurface utility engineering; locating, potholing and survey of existing underground utilities
Alcala Company Inc. Gerard J. Brown (858) 550-2011 Fax: (858) 550-2080
NOTE: Waterproofing, deck coating, traffic coating, caulking, expansion joints, concrete restoration, special coatings, liners
Alcatraz Innovations OBA Alcatraz Lockmith Tony Gudino (619) 426-1800 Fax: (619) 426-2400
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
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
Brummitt Energy Associates, Inc. Elizabeth I. Brummitt (619) 531-1126 Fax: (619) 531-1101
NOTE: Energy performance planning and modeling; daylighting performance modeling and analysis; title 24 calculations,
and LEED Documentation for new construction projects and existing buildings
BSE Engineering, Inc. Tamara Badkerhanian- (858) 800-6025 Fax: (858) 279-2626
Buescher Electric, Inc. OBA Service Electrical System Anthony Buescher (858) 748-8478 Fax: (619) 651-1392
NOTE: Technical writing, press releases, editing, writing services, communications consulting, Q & A's, ghostwriting, creative
writing, publicity and marketing support services
Page 21of130
NAICS NAICS_Description Contact Person
238390 Other Building Finishing Contractors
Fuentes Trucking, Inc Maria Fuentes (619) 520-5499 Fax: (619) 478-9594
G. Scott Asphalt, Inc. Daniel C. Wemple (619) 420-1854 Fax: (619) 420-1859
NOTE: Asphalt repair and maintenance, convetional and rubberized slurry seal, parking lot seal
Galaxie Defense Marketing Services, OBA Galaxie Vincent Lawrence (619) 299-9950 Fax: (619) 299-9955
Management, Inc.
NOTE: Broker - eligible for fees only. Industrial Supplier - Maintenance Repair & Operations (MRO)
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
NOTE: Landscape architectural design and construction documents, site administration services for landscape construction,
workshop facilitation, presentations, reports 30 simulations and other graphics
Page 45 of 130
NAICS NAICS_Description Contact Person
RMA Management Alliance, Inc. Cecile J. Bereal (619) 788-7937 Fax: (888) 368-7997
NOTE: HR Training, coaching, conduct investigations/mediations, recruitment, employee relations, safety programs, policies
procedural manual preparation, workers comp claims, HR audits
Robcar Corp OBA Hudson Safe-T-Lite Rentals Georgina A. Eichhorst (619) 441-3644 Fax: (619) 441-3652
NOTE: Set-up, maintenance, take down of traffic control devices for roadway construction
Rockland Builders, Inc. Frank De La Rosa (619) 215-4562 Fax: (619) 810-0810
NOTE: Construction
Page 96 of 130
NAICS NAICS_Description Contact Person
Hospitality Ink Cris Canning (619) 881-7400 Fax:
NOTE: Provide marketing consulting services including writing, social media and event planning
Humanability Communications Consulting Paula Roberts (619) 794-6406 Fax: (858) 384-2681
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
Hunter Pacific Group Richard Black (619) 232-2321 Fax: (619) 789-0007
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.
Icon Building Supplies, Inc. Kim Davong (760) 690-8584 Fax: (760) 690-2664
NOTE: Building products supplier, construction materials, lumber, roofing, tools, concrete accessories, drywall, fasteners,
windows, doors, countertops, flooring, electrical, safety supplies, etc.
423610 Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment 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
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.
Land Surveying Consultants OBA Land Surveying Consultants Keith Brewer (760) 738-8804 Fax:
Inc.
NOTE: Construction Staking, Topographic Surveys, Boundary Surveys, ALTA Surveys, GPS Construction Surveys
Leah Bissonette OBA The Energy Biss Leah Bissonette (760) 505-3086 Fax:
Leothacue Enterprises, Inc. Jodie Leothacue (619) 985-3994 Fax: (619) 756-7076
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
NOTE: Low voltage systems for commercial facilities- fire, security, access, sound, media, sprinklers, monitoring, testing
Luzaich Stripping Inc. OBA LSI Road Marking Rodney Luzaich (619) 443-7755 Fax: (619) 443-7781
NOTE: Labor, equipment, and materials used for striping, signage, and road markings
M & K General Contractors, Inc. OBA M&K Construction Karla M. Frese (619) 778-2360 Fax: (619) 271-0629
NOTE: General construction, new construction, remodel, tenant improvements, facilities maintenance, building repairs,
willing to do any job no matter how small.
M.H. Hoffman Trucking, Inc. Mark H. Hoffman (619) 559-4559 Fax: (619) 656-7913
NOTE: Internet hosting of servers and laaS cloud resources. Internet, Server, and Data Infrastructure.
Page 66 of 130
NAICS NAICS_Description Contact Person
JDS Plumbing & Mechanical Jeff Shaposhnick (760) 477-7967 Fax: (760) 512-1664
Jenal Engineering Corporation Jennifer Westermeyer (619) 697-2200 Fax: (619) 697-2400
NOTE: General construction and installation; removal & repair of above & below ground fuel & waste oil storage tanks-
piping and components. Testing and compliance.
Jerusalem Construction OBA Miramar Construction Ala Karaja (858) 663-4933 Fax: (858) 408-7191
Engineering
NOTE: Miramar General Engineering provides owners, public agencies and other clients with top tier services in flat work,
underground, and infrastructure 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:
NOTE: Interior design services with expertise in marketing and branding; fine art curatorial services, and custom furniture
design
Southern California Soil and Testing, Inc. Neal W. Clements, PE (619) 280-4321 Fax: (619) 280-4717
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.)
Southland Geotechnical Consultants Susan E. Tanges (619) 442-8022 Fax: (619) 444-8426
Southland Surveying, Inc. Scott Fitch (858) 792-5550 Fax: (858) 792-5576
Southwest Traffic Signal Service Vernor B. Cress (619) 448-3343 Fax: (619) 442-4708
Spears and Ernst, LLC OBA SPECS Amanda Ernst (858) 790-1445 Fax: (858) 724-1198
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
Speedway Constructors, Inc. William Forero (619) 819-7565 Fax: (619) 819-7565
NOTE:
Spurlock Poirier Landscape Architects Dana Sather (619) 681-0090 Fax: (619) 681-0096
NOTE: Provide Environmental Consulting Services; prepare EIRs/IS/MND's/EIS's in compliance with CEQA (State
Environmental) & Federal (Federal Environmental) Laws
Turbo CM, Inc. I Turbo CM Jesse G. Wood (619) 697-3149 Fax: (619) 697-3061
NOTE: Cost Estimating, CPM Scheduling, Value Engineering, Const Mgmt & Contract Administration on Public Works and
Private Construction Projects
Two Oaks Sweeping LLC OBA Day & Night Power Sweeping Warren Levy (619) 440-6193 Fax: (619) 440-5160
Underground Pipeline Solutions, Inc. Martin W. Cox (619) 964-2276 Fax: (619) 722-7363
NOTE: Site preparation, wet utilities, slope repair, grading, construction defect
Valley CM, Inc. OBA Valley Construction Management Galina R. Mochel (858) 444-5979 Fax: (858) 408-3414
NOTE: Value engineering support and services during design and construction
Supplier Profile
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 History ?
Return to Search
(http://www.dgs.ca.gov/) (http://www.fiscal.ca.gov/)
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
Service Areas:
Fresno, Imperial, Los Angeles, Orange, Riverside, Sacramento, San Bernardino, San Diego, San Francisco
View Keywords
View Classifications
Active Certifications ?
Certification History ?
Return to Search
(http://www.dgs.ca.gov/) (http://www.fiscal.ca.gov/)
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
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 History ?
Return to Search
(http://www.dgs.ca.gov/} (http://www.fiscal.ca.gov/)
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.
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.
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
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
[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~
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
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
~
<! (.) <!
____ _ _. 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
e _
D~lPN About Us Services Awards Contact
CONSTRUCTION
CORPORATION
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:
Orion Construction: