Loading...
HomeMy WebLinkAboutFordyce Construction Inc; 2025-04-15; PWS25-3614UTIL Revised 6/12/18 Contract No. 5024-6 Page 1 of 129 CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR WATER RESERVOIR IMPROVEMENT PROGRAM B-TAP RESERVOIR SITE IMPROVEMENTS PROJECT NO. 5024-6 BID NO. PWS25-3614UTIL Signed: 9/16/2024 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 2 of 129 TABLE OF CONTENTS Item Page Notice Inviting Bids ..................................................................................................................... 6 Contractor's Proposal ................................................................................................................ 13 Bid Security Form ..................................................................................................................... 18 Bidder’s Bond to Accompany Proposal ..................................................................................... 19 Guide for Completing the “Designation of Subcontractors” Form .............................................. 20 Designation of Subcontractor and Amount of Subcontractor’s Bid Items .................................. 22 Bidder's Statement of Technical Ability and Experience ............................................................ 23 Bidder’s Certificate of Insurance for General Liability, Employers’ Liability, Automotive Liability and Workers’ Compensation ........................................................................................ 24 Bidder’s Statement Re Debarment ............................................................................................ 25 Bidder's Disclosure of Discipline Record …………………………………………… ...................... 26 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ............................. 28 Contract Public Works ............................................................................................................... 29 Labor and Materials Bond ......................................................................................................... 36 Faithful Performance/Warranty Bond ........................................................................................ 38 Optional Escrow Agreement for Surety Deposits in Lieu of Retention ....................................... 40 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 3 of 129 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms .......................................................... ..................................................... 43 1-2 Definitions .................................................... ..................................................... 43 1-3 Abbreviations ............................................... ..................................................... 49 1-4 Units of Measure .......................................... ..................................................... 52 1-5 Symbols ....................................................... ..................................................... 53 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract ................. ..................................................... 54 2-2 Assignment .................................................. ..................................................... 54 2-3 Subcontracts ................................................ ..................................................... 54 2-4 Contract Bonds ............................................ ..................................................... 55 2-5 Plans and Specifications .............................. ..................................................... 56 2-6 Work to be Done .......................................... ..................................................... 61 2-7 Subsurface Data .......................................... ..................................................... 61 2-8 Right-of-Way ................................................ ..................................................... 61 2-9 Surveying ..................................................... ..................................................... 62 2-10 Authority of Board and Engineer .................. ..................................................... 63 2-11 Inspection .................................................... ..................................................... 64 Section 3 Changes in Work 3-1 Changes Requested by the Contractor ........ ..................................................... 65 3-2 Changes Initiated by the Agency .................. ..................................................... 65 3-3 Extra Work ................................................... ..................................................... 66 3-4 Changed Conditions .................................... ..................................................... 69 3-5 Disputed Work ............................................. ..................................................... 70 Section 4 Control of Materials 4-1 Materials and Workmanship ......................... ..................................................... 76 4-2 Materials Transportation, Handling and Storage ................................................ 80 Section 5 Utilities 5-1 Location ....................................................... ..................................................... 81 5-2 Protection .................................................... ..................................................... 81 5-3 Removal ...................................................... ..................................................... 82 5-4 Relocation .................................................... ..................................................... 82 5-5 Delays .......................................................... ..................................................... 83 5-6 Cooperation ................................................. ..................................................... 83 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work ........................................ 84 6-2 Prosecution of Work ..................................... ..................................................... 86 6-3 Suspension of Work ..................................... ..................................................... 87 6-4 Default by Contractor ................................... ..................................................... 88 6-5 Termination of Contract................................ ..................................................... 88 6-6 Delays and Extensions of Time .................... ..................................................... 88 6-7 Time of Completion ...................................... ..................................................... 89 6-8 Completion, Acceptance, and Warranty ....... ..................................................... 90 6-9 Liquidated Damages .................................... ..................................................... 92 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 4 of 129 6-10 Use of Improvement During Construction .... ..................................................... 92 Section 7 Responsibilities of the Contractor 7-1 Contractor’s Equipment and Facilities .......... ..................................................... 93 7-2 Labor ........................................................... ..................................................... 93 7-3 Liability Insurance ........................................ ..................................................... 93 7-4 Workers' Compensation Insurance .............. ..................................................... 93 7-5 Permits ........................................................ ..................................................... 94 7-6 The Contractor’s Representative .................. ..................................................... 95 7-7 Cooperation and Collateral Work ................. ..................................................... 96 7-8 Project Site Maintenance ............................. ..................................................... 96 7-9 Protection and Restoration of Existing Improvements ........................................ 99 7-10 Public Convenience and Safety ................... ................................................... 100 7-11 Patent Fees or Royalties .............................. ................................................... 107 7-12 Advertising ................................................... ................................................... 108 7-13 Laws to be Observed ................................... ................................................... 108 7-14 Antitrust Claims ............................................ ................................................... 108 Section 8 Facilities for Agency Personnel 8-1 General ........................................................ ................................................... 109 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work ............................................... 110 9-2 Lump Sum Work .......................................... ................................................... 110 9-3 Payment ...................................................... ................................................... 110 9-4 Bid Items ...................................................... ................................................... 114 SUPPLEMENTAL PROVISIONS TO PART 2, 3, AND 4 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-2 Untreated Base Materials ............................. ................................................... 118 Section 201 Concrete, Mortar and Related Materials 201-1 Portland Cement Concrete .......................... ................................................... 119 201-3 Expansion Joint Filler and Joint Sealants ..... ................................................... 120 Section 203 Bituminous Materials 203-6 Asphalt Concrete ......................................... ................................................... 121 203-17 Asphalt Pavement Crack Sealants ............... ................................................... 122 Part 3 Construction Methods Section 300 Earthwork 300-2 Unclassified Excavation ................................................................................... 123 300-12 Storm Water Pollution Prevention Plan ............................................................ 123 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301-1 Subgrade Preparation ...................................................................................... 126 Section 302 Roadway Surfacing 302-8 Seal Coat for Miscellaneous Areas .................................................................. 126 302-17 Asphalt Pavement Repairs and Remediation ................................................... 126 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 5 of 129 Section 303 Concrete and Masonry Construction. 303-1 Concrete Structures ......................................................................................... 128 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways ....................................................................... 128 Section 306 Underground Conduit Construction 306-3 Open Trench Operations .................................................................................. 129 306-12 Backfill ............................................................................................................. 130 306-13 Trench Resurfacing .......................................................................................... 130 Part 4 Existing Improvements Section 400 Protection and Restoration 400-1 General ............................................................................................................ 131 400-2 Permanent Survey Markers ............................................................................. 131 400-3 Payment .......................................................................................................... 131 Section 401 Removal 401-3 Concrete and Masonry Improvements ............................................................. 131 APPENDICES Appendix A CARB Fleet Compliance Certification Appendix B Site Access Map Appendix C As-built Drawings Appendix D Tier 1 SWPPP Template Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 6 of 129 CARLSBAD MUNICIPAL WATER DISTRICT, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on January 8, 2025, the Carlsbad Municipal Water District shall accept bids via electronic format via the City of Carlsbad Electronic Bidding Site, PlanetBids, which may be accessed at https://www.carlsbadca.gov/departments/finance/contracting-purchasing, for performing the work as follows: Provide all labor, materials, tools, equipment, and services to construct a new storm drain and associated catch basins; earthwork and grading; pervious and conventional asphalt concrete paving; adjust valve boxes and electrical boxes to final grade; pavement seal coat; and remove and replace asphalt berms, manhole frame and covers, sidewalk, curb and gutter, street light conduit and electrical junction box. WATER RESERVOIR IMPROVEMENT PROGAM B-TAP RESERVOIR SITE IMPROVEMENTS PROJECT NO. 5024-6 PWS25-3614UTIL ELECTRONIC FORMAT RECEIPT AND OPENING OF BIDS: Bids will be received in electronic format (eBids) EXCLUSIVELY at the City of Carlsbad’s electronic bidding (eBidding) site, at: Contracting & Purchasing | Carlsbad, CA (carlsbadca.gov) and are due by the date and time shown on the cover of this solicitation. BIDDERS MUST BE PRE-REGISTERED with the City’s bidding system and possess a system-assigned Digital ID in order to submit an electronic bid. The City’s electronic bidding (eBidding) system will automatically track information submitted to the site including IP addresses, browsers being used and the URLs from which information was submitted. In addition, the City’s bidding system will keep a history of every 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, Bidders who disable their browsers’ cookies will not be able to log in and use the City’s bidding system. The City’s electronic bidding system is responsible for bid tabulations. Upon the bidder’s or proposer’s entry of their bid, the system will ensure that all required fields are entered. The system will not accept a bid 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. BIDS REMAIN SEALED UNTIL DUE DATE AND TIME eBids are transmitted into the City’s bidding system via hypertext transfer protocol secure (https) mechanism using SSL 128-256-bit security certificates issued from Verisign/Thawte which encrypts data being transferred from client to server. Bids submitted prior to the Due Date and Time are not available for review by anyone other than the submitter, who will have until the Due Date and Time to change, rescind or retrieve its bid should they desire to do so. BIDS 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 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 7 of 129 to immediately see the results online. City staff may then begin reviewing the submissions for responsiveness, compliance and other issues. RECAPITULATION OF THE WORK Bids shall not contain any recapitulation of the Work. Conditional Bids may be rejected as being non-responsive. Alternative proposals will not be considered unless called for. BIDS MAY BE WITHDRAWN by the Bidder prior to, but not after, the time set as Due Date and Time. Important Note: Submission of the electronic bid into the system may not be instantaneous. Due to the speed and capabilities of the user’s internet service provider (ISP), bandwidth, computer hardware and other variables, it may take time for the bidder’s submission to upload and be received by the City’s eBidding system. It is the bidder’s sole responsibility to ensure their bids are received on time by the City’s eBidding system. The City of Carlsbad is not responsible for bids that do not arrive by the Due Date and Time. ELECTRONIC SUBMISSIONS CARRY FULL FORCE AND EFFECT The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this proposal are true and correct. The bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the bidder certifies that the bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting the eBid as its bid proposal, the bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents. BIDS ARE PUBLIC RECORDS Upon receipt by the City, bids shall become public records subject to public disclosure. It is the responsibility of the Bidder to clearly identify any confidential, proprietary, 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 Bidder 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 Bidder agrees to hold the City harmless for any such release of this information. INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS There are multiple bid schedules for the Work of this Contract and the Bidder shall complete all Bid Schedules for the bid to be deemed responsive. The Agency shall determine the low Bid as described in the Contractor’s Proposal form. This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the Carlsbad Municipal Water District and the Bidder. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 8 of 129 This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by Carlsbad Municipal Water District and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the City Clerk’s Office. The specifications for the work include City of Carlsbad Engineering Standards and the Standard Specifications for Public Works Construction all hereinafter designated “SSPWC”, as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The Carlsbad Municipal Water District encourages the participation of minority and women- owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond (at time of Bid submit PDF copy via PlanetBids / All Bidders). Bid Bond (Original) within two (2) business days of bid Opening / three (3) Apparent Low Bidders. 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor’s Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder’s Statement Re Debarment Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 9 of 129 9. Bidder's Disclosure of Discipline Record 10. CARB Fleet Compliance Certification (Appendix A) 11. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) BIDDER’S GUARANTEE OF GOOD FAITH (BID SECURITY) At the time of bid submission, bidders must upload d submit an electronic PDF copy of the aforementioned bid security. Whether in the form of a cashier's check, a properly certified check or an approved corporate surety bond payable to the City of Carlsbad, the bid security must be uploaded to the Carlsbad Municipal Water District’s eBidding system. Within two (2) business days after the bid opening date, the first three (3) apparent low bidders must provide CMWD with the original bid security. Failure to submit the electronic version of the bid security at time of bid submission shall cause the bid to be rejected and deemed non-responsive. Only the three (3) apparent low bidders are required to submit original bid security to CMWD within two (2) business days after bid opening date. Failure to provide the original within two (2) business days may deem the bidder non- responsive. ENGINEER’S ESTIMATE All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $210,000. TIME OF COMPLETION The Contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not use federal funds. The following classifications are acceptable for this contract: A - General Engineering. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained from the City of Carlsbad website at https://www.carlsbadca.gov/departments/finance/contracting- purchasing Paper copies will not be sold. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 10 of 129 INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the Carlsbad Municipal Water District as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. BIDDER’S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via the eBidding website. Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. The deadline to submit questions is December 27, 2024, at 5 p.m. No questions will be entertained after that date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project no later than January 3, 2025. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City’s "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 11 of 129 pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please see Appendix A and visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our- work/programs/advanced-clean-fleets. MANDATORY PRE-BID MEETING A mandatory pre-bid meeting will be held on December 18, 2024, at 10 a.m. The project site is located within a secured area that is not publicly accessible. The pre-bid meeting will be the only opportunity for prospective bidders to visit the site. Attendees will assemble at the cul-de-sac of Bluff Court as shown in Appendix B. Attendees will be required to sign-in on the meeting attendance log upon arriving at the water reservoir property. A signature from at least one staff member representing the bidder’s company is required to provide proof of attendance. Bids will not be accepted from any bidder who does not have a company representative in attendance at the mandatory pre-bid meeting. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. ADDENDA Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project and shall extend in full force and effect and be retained by CMWD until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 12 of 129 November 20, 2024 1. An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2. A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, CMWD may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1. Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2. Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1. Meet the conditions stated above for all insurance companies. 2. Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. CMWD does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by CMWD is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, CMWD may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the by the Board of Directors of the Carlsbad Municipal Water District, California, by Resolution No. 1752, adopted on the 19th day of November 2024. Date Graham Jordan, Deputy Clerk Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 18 of 129 BID SECURITY FORM (Check to Accompany Bid) WATER RESERVOIR IMPROVEMENT PROGAM B-TAP RESERVOIR SITE IMPROVEMENTS PROJECT NO. 5024-6 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashier’s check payable to the order of CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of _______________________________________ dollars ($________________), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the District provided this proposal shall be accepted by the District through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the District if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. _______________________________________ _______________________________________ BIDDER _________________ *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 20 of 129 GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTORS” FORM REFERENCES Prior to preparation of the following “Subcontractor Disclosure Form” Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, “Own Organization”, “Subcontractor”, and “Work”. Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder’s own organization will be rejected as non- responsive. Specialty items of work that may be so designated by the Engineer on the “Contractor’s Proposal” are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter “NONE” in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the District of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 21 of 129 Determination of the subcontract amounts for purposes of award of the contract shall be determined by the Board of Directors in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the Board of Directors shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 3/1/2025 Alliant Insurance Services,Inc.701 B St 6th FlSanDiegoCA92101 619-238-1828 619-699-2100 License#:0C36861 Travelers Indemnity Company of 25682 FORDCON-03 Travelers Property Casualty Co 25674FordyceConstructionInc.9932 Prospect Avenue #138SanteeCA92071 1995912790 A X 1,000,000 X 300,000 5,000 1,000,000 2,000,000 X Y Y CO2T520769 3/1/2025 3/1/2026 2,000,000 B 1,000,000 X X X Y Y BA2T520721 3/1/2025 3/1/2026 B X X 4,000,000YCUP2T5223573/1/2025Y 3/1/2026 4,000,000 X 10,000 B Y Y UB3T414750 3/1/2025 3/1/2026 1,000,000 1,000,000 1,000,000 RE:All Projects City of Carlsbad/CMWD is named as Additional Insured as respects to the General Liability.Waiver of Subrogation applies to the WorkersCompensation.GL and Auto are scheduled as underlying.30 Days’Notice of Cancellation applies. City of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O.Box 947MurrietaCA92564 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 2/,&;?80%(5?   ?? #? !? ?ººººº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s required by written contract As required by written contract Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 '&#"/N%,$ (N&*N &$$ ("#N! % (#N#""#"*/N ")), N* NNNNºººººº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s required by written contract As required by written contract Docusign Envelope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ocusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (Includes Products-Completed Operations If Required By Contract) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROVISIONS (1)Any "bodily injury", "property damage" or "personal injury" arising out of the providing,The following is added to SECTION II – WHO IS AN or failure to provide, any professionalINSURED:architectural, engineering or surveyingAny person or organization that you agree in a services, including:written contract or agreement to include as an additional insured on this Coverage Part is an (a)The preparing, approving, or failing to insured, but only:prepare or approve, maps, shop drawings, opinions, reports, surveys,a.With respect to liability for "bodily injury" or field orders or change orders, or the"property damage" that occurs, or for "personal preparing, approving, or failing toinjury" caused by an offense that is committed, prepare or approve, drawings andsubsequent to the signing of that contract or agreement and while that part of the contract or specifications; and agreement is in effect; and (b)Supervisory, inspection, architectural orb.If, and only to the extent that, such injury or engineering activities.damage is caused by acts or omissions of you or (2)Any "bodily injury" or "property damage"your subcontractor in the performance of "your caused by "your work" and included in thework" to which the written contract or agreement "products-completed operations hazard"applies. Such person or organization does not unless the written contract or agreementqualify as an additional insured with respect to the independent acts or omissions of such specifically requires you to provide such person or organization.coverage for that additional insured during the policy period.The insurance provided to such additional insured is subject to the following provisions:c.The additional insured must comply with the a.If the Limits of Insurance of this Coverage Part following duties: shown in the Declarations exceed the minimum (1)Give us written notice as soon as practicablelimits required by the written contract or of an "occurrence" or an offense which mayagreement, the insurance provided to the result in a claim. To the extent possible, suchadditional insured will be limited to such notice should include:minimum required limits. For the purposes of determining whether this limitation applies, the (a)How, when and where the "occurrence"minimum limits required by the written contract or or offense took place;agreement will be considered to include the (b)The names and addresses of any injuredminimum limits of any Umbrella or Excess persons and witnesses; andliability coverage required for the additional insured by that written contract or agreement.(c)The nature and location of any injury orThis provision will not increase the limits of damage arising out of the "occurrence"insurance described in Section III – Limits Of or offense.Insurance. (2)If a claim is made or "suit" is brought againstb.The insurance provided to such additional the additional insured:insured does not apply to: CG D2 46 04 19 ú 2018 The Travelers Indemnity Company. All rights reserved.Page 1 of 2 Policy Number: CO2T520769 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY (a)Immediately record the specifics of the (4)Tender the defense and indemnity of any claim or "suit" and the date received; and claim or "suit" to any provider of other insurance which would cover such additional(b)Notify us as soon as practicable and see insured for a loss we cover. However, thisto it that we receive written notice of the condition does not affect whether theclaim or "suit" as soon as practicable.insurance provided to such additional(3)Immediately send us copies of all legal insured is primary to other insurancepapers received in connection with the claim available to such additional insured whichor "suit", cooperate with us in the covers that person or organization as ainvestigation or settlement of the claim or named insured as described in Paragraph 4.,defense against the "suit", and otherwise Other Insurance, of Section IV – Commercialcomply with all policy conditions.General Liability Conditions. Page 2 of 2 ú 2018 The Travelers Indemnity Company. All rights reserved.CG D2 46 04 19 Policy Number: CO2T520769Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 � TRAVELERSJ WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ONE TOWER SQUARE HARTFORD CT 06183 ENDORSEMENT WC 99 06 R3 (00) -001 POLICY NUMBER: UB-3T414750-24-26-G NOTICE OF CANCELLATION TO DESIGNATED PERSONS OR ORGANIZATIONS The following is added to PART SIX -CONDITIONS : Notice Of Cancellation To Designated Persons Or Organizations If we cancel this policy for any reason other than non-payment of premium by you, we will provide notice of such cancellation to each person or organization designated in the Schedule below. We will mail or deliver such notice to each person or organization at its listed address at least the number of days shown for that person or organiza­tion before the cancellation is to take effect. You are responsible for providing us with the information necessary to accurately complete the Schedule below. If we cannot mail or deliver a notice of cancellation to a designated person or organization because the name or address of such designated person or organization provided to us is not accurate or complete, we have no responsibility to mail, deliver or otherwise notify such designated person or organization of the cancellation. SCHEDULE Name and Address of Designated Persons or Organizations: "ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1.YOU SEE TO IT THAT WE RECEIVE A WRITTEN REQUEST TOPROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OFSUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSUREDRECEIVES NOTICE FROM US OF THE CANCELLATION OF THISPOLICY; AND2.WE RECEIVE SUCH A WRITTEN REQUEST AT LEAST 14 DAYSBEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYSSHOWN IN THIS ENDORSEMENT.""THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED INSUCH WRITTEN REQUEST FROM YOU TO US." All other terms and conditions of this policy remain unchanged. Number of Days Notice 30 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy No. Endorsement No. Premium$ Countersigned by ______________ _ Endorsement Effective Insured Insurance Company DATE OF ISSUE: 03-11-25 ST ASSIGN: Page 1 of 1 © 2013 The Travelers Indemnity Company. All rights reserved. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 UB-3T414750 UB-3T41475003/1/2025 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL AUTO POLICY NUMBER:ISSUE DATE: This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Insurance Company: Policy Number:Effective Date: Expiration Date: Named Insured: Address: Additional Insured (Lessor): Address: Coverages Limit Of Insurance Covered Autos Liability $ Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Comprehensive $ Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Collision $ Actual Cash Value Or Cost Of Repair, Whichever Is Less, MinusSpecified$Causes Of Loss CA 20 01 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR – ADDITIONAL INSURED AND LOSS PAYEE © Insurance Services Office, Inc., 2011 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Deductible For Each Covered "Leased Auto" Deductible For Each Covered "Leased Auto" Deductible For Each Covered "Leased Auto" Each "Accident" Designation Or Description Of "Leased Autos": Page of ANY AUTO LEASED FOR A PERIOD OF SIX MONTHS OR MORE UNDER A LEASING CONTRACT OR AGREEMENT THAT REQUIRES YOU TO PROVIDE DIRECT PRIMARY INSURANCE FOR THE LESSOR With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. SEE SCHEDULE 1,000,000 1 3 9932 Prospect Avenue #138 Santee, CA 92071 TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA BA-2T520721 03/1/2025 03/1/2026 Fordyce Construction Inc. BA-2T520721 03-01-24 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL AUTO CA 20 01 10 13© Insurance Services Office, Inc., 2011Page of A.Coverage 1.Any "leased auto" designated or described in the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow. 2.For a "leased auto" designated or described in the Schedule, the Who Is An Insured pro- vision under Covered Autos Liability Cov- erage is changed to include as an "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for "bodily in- jury" or "property damage" resulting from the acts or omissions by: a.You; b.Any of your "employees" or agents; or c.Any person, except the lessor or any "employee" or agent of the lessor, operat- ing a "leased auto" with the permission of any of the above. 3.The coverages provided under this endorse- ment apply to any "leased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B.Loss Payable Clause 1.We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a "leased auto". 2.The insurance covers the interest of the les- sor unless the "loss" results from fraudulent acts or omissions on your part. 3.If we make any payment to the lessor, we will obtain his or her rights against any other party. C.Cancellation 1.If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2.If you cancel the policy, we will mail notice to the lessor. 3.Cancellation ends this agreement. D.The lessor is not liable for payment of your pre- miums. E.Additional Definition As used in this endorsement: "Leased auto" means an "auto" leased or rented to you, including any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor. 2 3 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 CA 20 01 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Schedule Extension LESSOR – ADDITIONAL INSURED AND LOSS PAYEE Additional Insured (Lessor): ANY LESSOR UNDER A LEASING CONTRACT OR AGREEMENT OF SIX MONTHS OR MORE THAT REQUIRES YOU TO PROVIDE DIRECT PRIMARY INSURANCE FOR THE LESSOR of© Insurance Services Office, Inc., 2011 PageCA 20 01 10 13 33 COMMERCIAL AUTOPOLICY NUMBER:BA-2T520721 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMM RCI L AUTOEA T IS ENDORSEMENT CHANGES T E POLICY.PL ASE READ IT CAREFULLY.H H E BLANKET ADDITIONAL INSURED PRIMA Y ANDR NON-CONTRIBUTORY WITH OTHE INSURANCER CONTRACTORS Thi e dorseme t m dfie i surance prov ded under he f l o ing:s n n o i s n i t o l w BUS NE S A TO OV RAGE F RMISUCEO P O ISION 2.R V S The fol o ing i added to Paragraphlws B 5..,O hetr In u ancesr of SE TION IV BU IN S AUTCSESO1.The fol owing is a ded to Pa agrapldrh c.in A.1.,COND T ONIIS:Wh Is An Insuredo,of SE TION Il COVEREDC AU OS LIAB LIT CO E AGETIYVR:Re ardle s o the provsions o pa ag aphgsfifrr a.and pa ag aphrr d.of this part 5.O her Insurancet,thisThiicludesanypesonororganizationwhoyosnruisuraneiprimrytoandnon-contri utory witncsabharerequiedunderawritencotratortncrapplcableotheinuranceunderwhichanirsageeent,that is signed by y u be o e thermofr addi ional insured person o organiza ion is atrt"bodi y inju y or "property dam ge o curs andlr"a "c name i sured when a writ en co tra t odntncrthatiiefetduringthepoliyperiod,to namsnfcce ag ee ent with you,tha i signed by you be orermtsfaanadditonalisuredfoCovredAutosinresthe"bodily inj ry or "property dama e"o cursu"g cLiailtyCovrage,but only fo dam ges to whi hbierac and that i in e fe t duri g the poli y perio ,s f c n c dthsinsuraneapplieandonlytotheexentoicstfreuiethiinsuranetobeprimryandnon-q r s s c athatpersonsoroganizaio's l abi i y fo the'r t n i l t r cont ibutoryr.conduct o anothe "in ured".f r s CA 4 99 2 16T0 ©2016 The T avelers Indemnit Company.All rightsry reserved.Pa e 1 of 1g Includes copyrighted material of nsurance Services Of iceIf,Inc.with its permis ion.s Policy Number: BA2T520721 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 THIS ENDORSEMENT CHA OLICY. PLEASE READ I EFULLYNGES THE P T CAR DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement i ies insurance pro ided under t folmod f v he lowing: COMMERC GENERAL L ITY VERA AIALIABIL CO GE P RT SCHEDULE Designated jectPro Designated Pro General Aggregate(s):ject(s): A.3.COVERAGE A.For al sums which the insured becomes legal Any payments made underl ly obligated to pay as damages caused by "occur-for da or under formages COVERAGE C. rences" under , and med e shall reduce the DesiCOVERAGE A. (SECT IION )ical xpenses g- for al med e s caused by accidents un-nated Projec General Aggregate L m forl ical xpense t i it der , which can be that designated "project". Such paymentsCOVERAGE C (SEC I I)T ON attr only to operations at a single desig-shall not reduce the General Aggregate Limibuted it nated "project shown in the Schedule abo e:"v shown in the Declarat nor shall they re-ions duce any other Designated Pro Generalject 1.A separate Designated Project General Ag-Aggregate Li it fo any other designatedm r gregate Li it app designated "pro-m lies to each "project" n in the dule abo e.show Sche vject" and that l m is equal to the amount of, i it the General Aggregate Li t shown in the The l m shown in the Declarations formii its 4.Each Declarat unless separateions, Designated Occurrence, Damage T Premises Reonted Project General Ag T Yo and Me Expegregate(s)o u dical nseare sche continue tod- uled abo .ve apply. Howe instead o be subject tover, f ing the General Aggregate Li t shown in themi2.The Designated Project General Aggregate Declarat such li its will be subject to theions, mLi it is the most we will pay for the sum o almf l applicab Designated Project General Ag-le damages under , exceptCOVERAGE A.gregate Li itm .damages because of "bodil in " or "prop-y jury erty damage inc in the "products- For al sums which the insured becomes legal" luded l lyB. comp operations hazard , and for med obligated to pay as damages caused by "occur-leted "i- cal expenses under , regar rences" under , andCOVERAGE C COVERAGE A. (SECT Id-ION ) less of the onumber f:for al med e s caused by accidents un-l ical xpense der , which cannotCOVERAGE C. (SEC ON I)TIa.Insureds;be attribu only to operations at a sing desited le g-b.Clai made or "suits" brought; orms nated "project shown in the Schedule abo e:"v c.Persons or organizations m ing cla msak i or bringing "suits". CG D2 11 01 04 Copyright, Tra elers Inde ity mpany, 2004 Page 1 oThe v mn Co f 2 POLICY NUMBER: CO2T520769 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 03-01-2025 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERC GENERAL L ITYIAL IABIL 1.COVERAGE A.Any payments made under v ded, any pa ments for da because ofiymages for da or under for "bodily injury or "property damage" inmages "COVERAGE C. med e shall reduce the amount the "products-comp o erat hazard" willical xpenses leted p ions a ilab under the General Aggregate Lim reduce the Products Comp Operat Ag-va le it - leted ions or the Products Completed Operat Ag- gregate Li t, and not reduce the General Aggre--ions mi gregate Li it ver is applic bm , whiche a le; and gate Li it nor the Designated Pro Generalmject Aggregate Li itm .2.Such payments shall not reduce any Desig- nated Projec General Aggregate L m .t i it E.Defi i-For the purposes of this endorsement the n tio Sections n is amended by the addit of theion C. 2. SEC ION I – LI T OFPart of T II MI S INSURANCE fo lowing def itl in ion:is deleted and rep folaced by the llowing: "Projec " means an area away fro pre isestm m2.The General Aggregate Li i is the most wemt owned by or rented to you at which you are per-will for o :pay the sum f for ing oper t pursuant to a contract orm a ions a.Coverage BDamages under ; and agreement. For the purposes of deter ing themin b.Damages f m "occurrences" under applicab aggregate li t o insurance, eachrole mi f COVERAGE A (SECT I)ION and for al "project" that includes prem in l i thelises vo v ng med e caused by accidents same or connecting lots, or prem whose con-ical xpenses ises under which nection is interrupted only by a street, roadway,COVERAGE C ( T I)SEC ION cannot be attr buted only to operat at waterway or right of way of a railroad shall beiions - - considered a single "projec ".ta single designated "project" shown in the SCHEDULE abo e.v F.SEC ION I – LIM T OFThe pro ons ofvisi T II I S D.INSURANCEW co erage for liab li arising out o the not otherwise modi ied by this en-hen v i ty f f dorsement shall to applycontinue as stipulated."products-comple operations hazard is pro-ted " Page 2 o Copyright, Tra elers Inde ity mpany, 2004f 2 The v mn Co CG D2 11 01 04 included Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY COVERAGE FORM Various provisions in this policy restrict coverage. Read (1)The "bodily injury" or "property damage" is the entire policy carefully to determine rights, duties and caused by an "occurrence" that takes place what is and is not covered.in the"coverage territory"; Throughout this policy the words "you" and "your" refer (2)The "bodily injury" or "property damage" to the Named Insured shown in the Declarations, and occurs during the policy period; and any other person or organization qualifying as a Named (3)Prior to the policy period, no insured listedInsured under this policy. The words "we", "us" and under Paragraph 1.of Section II – Who Is"our" refer to the company providing this insurance.An Insured and no "employee" authorized The word "insured" means any person or organization by you to give or receive notice of an qualifying as such under Section II – Who Is An "occurrence" or claim knew that the "bodily Insured.injury" or "property damage" had occurred, in whole or in part. If such a listed insuredOther words and phrases that appear in quotation or authorized "employee" knew, prior to themarks have special meaning. Refer to Section V –policy period, that the "bodily injury" orDefinitions."property damage" occurred, then any SECTION I – COVERAGES continuation, change or resumption of such "bodily injury" or "property damage" duringCOVERAGE A – BODILY INJURY AND PROPERTY or after the policy period will be deemed toDAMAGE LIABILITY have been known prior to the policy period.1. Insuring Agreement c."Bodily injury" or "property damage" whicha.We will pay those sums that the insured occurs during the policy period and was not,becomes legally obligated to pay as damages prior to the policy period, known to havebecause of "bodily injury" or "property damage"occurred by any insured listed under Paragraphto which this insurance applies. We will have 1.of Section II – Who Is An Insured or anythe right and duty to defend the insured against "employee" authorized by you to give or receiveany "suit" seeking those damages. However,notice of an "occurrence" or claim, includes anywe will have no duty to defend the insured continuation, change or resumption of thatagainst any "suit" seeking damages for "bodily "bodily injury" or "property damage" after theinjury" or "property damage" to which this end of the policy period.insurance does not apply. We may, at our discretion, investigate any "occurrence" and d."Bodily injury" or "property damage" will be settle any claim or "suit" that may result. But:deemed to have been known to have occurred at the earliest time when any insured listed(1)The amount we will pay for damages is under Paragraph 1.of Section II – Who Is Anlimited as described in Section III – Limits Insured or any "employee" authorized by you toOf Insurance; and give or receive notice of an "occurrence" or (2)Our right and duty to defend end when we claim: have used up the applicable limit of (1)Reports all, or any part, of the "bodilyinsurance in the payment of judgments or injury" or "property damage" to us or anysettlements under Coverages A or B or other insurer;medical expenses under CoverageC. (2)Receives a written or verbal demand orNo other obligation or liability to pay sums or claim for damages because of the "bodilyperform acts or services is covered unless injury" or "property damage"; orexplicitly provided for under Supplementary Payments.(3)Becomes aware by any other means that "bodily injury" or "property damage" hasb.This insurance applies to "bodily injury" and occurred or has begun to occur."property damage" only if: CG T1 00 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page1 of 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy Number: CO2T520769 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY e.Damages because of "bodily injury" include (3)Any statute, ordinance or regulation relating damages claimed by any person or organization to the sale, gift, distribution or use of for care, loss of services or death resulting at alcoholic beverages. any time from the"bodily injury".This exclusion applies only if you are in the 2. Exclusions business of manufacturing, distributing, selling, serving or furnishing alcoholic beverages. ForThis insurance does not apply to:the purposes of this exclusion, permitting aa. Expected Or Intended Injury person to bring alcoholic beverages on your "Bodily injury" or "property damage" expected or premises, for consumption on your premises, intended from the standpoint of the insured.whether or not a fee is charged or a license is This exclusion does not apply to "bodily injury"required for such activity, is not by itself or "property damage" resulting from the use of considered the business of selling, serving or reasonable force to protect persons or property.furnishing alcoholic beverages. b. Contractual Liability d. Workers' Compensation And Similar Laws "Bodily injury" or "property damage" for which Any obligation of the insured under a workers' the insured is obligated to pay damages by compensation, disability benefits or reason of the assumption of liability in a unemployment compensation law or any similar contract or agreement. This exclusion does not law. apply to liability for damages:e. Employer's Liability (1)That the insured would have in the absence "Bodily injury" to:of the contract or agreement; or (1)An "employee" of the insured arising out of(2)Assumed in a contract or agreement that is and in the course of:an "insured contract", provided that the (a)Employment by the insured; or"bodily injury" or "property damage" occurs subsequent to the execution of the contract (b)Performing duties related to the or agreement. Solely for the purposes of conduct of the insured's business; or liability assumed in an "insured contract",(2)The spouse, child, parent, brother or sisterreasonable attorneys' fees and necessary of that "employee" as a consequence oflitigation expenses incurred by or for a party Paragraph (1)above.other than an insured will be deemed to be This exclusion applies whether the insured maydamages because of "bodily injury" or be liable as an employer or in any other capacity"property damage", provided that:and to any obligation to share damages with or(a)Liability to such party for, or for the repay someone else who must pay damagescost of, that party's defense has also because of the injury.been assumed in the same "insured This exclusion does not apply to liabilitycontract"; and assumed by the insured under an "insured(b)Such attorneys' fees and litigation contract".expenses are for defense of that party f. Pollutionagainst a civil or alternative dispute (1)"Bodily injury" or "property damage" arisingresolution proceeding in which out of the actual, alleged or threateneddamages to which this insurance discharge, dispersal, seepage, migration,applies are alleged. release or escape of "pollutants":c. Liquor Liability (a)At or from any premises, site or"Bodily injury" or "property damage" for which location which is or was at any timeany insured may be held liable by reason of:owned or occupied by, or rented or (1)Causing or contributing to the intoxication loaned to, any insured. However, thisof any person;subparagraph does not apply to: (2)The furnishing of alcoholic beverages to a (i)"Bodily injury" if sustained within aperson under the legal drinking age or building and caused by smoke,under the influence of alcohol; or fumes, vapor or soot produced by or originating from equipment that Page2 of 21 ú 2017 The Travelers Indemnity Company. All rights reserved.CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy Number: CO2T520769Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY is used to heat, cool or dehumidify to perform the normal electrical, the building, or produced by or hydraulic or mechanical functions originating from equipment that is necessary for the operation of used to heat water for personal "mobile equipment" or its parts, if use by the building's occupants or such fuels, lubricants or other their guests;operating fluids escape from a vehicle part designed to hold, store(ii)"Bodily injury" or "property or receive them. This exceptiondamage" for which you may be does not apply if the "bodily injury"held liable, if you are a contractor or "property damage" arises out ofand the owner or lessee of such the intentional discharge, dispersalpremises, site or location has been or release of the fuels, lubricantsadded to your policy as an or other operating fluids, or if suchadditional insured with respect to your ongoing operations performed fuels, lubricants or other operating for that additional insured at that fluids are brought on or to the premises, site or location and such premises, site or location with the premises, site or location is not intent that they be discharged, and never was owned or occupied dispersed or released as part of by, or rented or loaned to, any the operations being performed byinsured, other than that additional such insured, contractor orinsured; or subcontractor; (iii)"Bodily injury" or "property (ii)"Bodily injury" or "propertydamage" arising out of heat,damage" sustained within asmoke or fumes from a "hostile building and caused by the releasefire";of gases, fumes or vapors from (b)At or from any premises, site or materials brought into that buildinglocation which is or was at any time in connection with operations beingused by or for any insured or others for performed by you or on your behalfthe handling, storage, disposal,by a contractor or subcontractor; orprocessing or treatment of waste;(iii)"Bodily injury" or "property(c)If such "pollutants" are or were at any damage" arising out of heat,time transported, handled, stored,smoke or fumes from a "hostiletreated, disposed of, or processed as fire"; orwaste by or for: (e)At or from any premises, site or(i)Any insured; or location on which any insured or any(ii)Any person or organization for contractors or subcontractors workingwhom you may be legally directly or indirectly on any insured'sresponsible;behalf are or were at any time (d)At or from any premises, site or performing operations to test for, location on which any insured or any monitor, clean up, remove, contain,contractors or subcontractors working treat, detoxify or neutralize, or in anydirectly or indirectly on any insured's way respond to, or assess the effectsbehalf are performing operations if the of, "pollutants"."pollutants" are brought on or to the (2)Any loss, cost or expense arising out ofpremises, site or location in connection any:with such operations by such insured, contractor or subcontractor. However,(a)Request, demand, order or statutory orthis subparagraph does not apply to:regulatory requirement that any insured (i)"Bodily injury" or "property or others test for, monitor, clean up, damage" arising out of the escape remove, contain, treat, detoxify or of fuels, lubricants or other neutralize, or in any way respond to, or operating fluids which are needed assess the effects of,"pollutants"; or CG T1 00 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page3 of 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY (b)Claim or suit by or on behalf of any (b)The operation of any of the machinery governmental authority or any other or equipment listed in Paragraph f.(2) person or organization because of or f.(3)of the definition of "mobile testing for, monitoring, cleaning up,equipment"; or removing, containing, treating,(6)An aircraft that is:detoxifying or neutralizing, or in any (a)Chartered with a pilot to any insured;way responding to, or assessing the effects of, "pollutants".(b)Not owned by any insured; and g. Aircraft, Auto Or Watercraft (c)Not being used to carry any person or property for a charge."Bodily injury" or "property damage" arising out of the ownership, maintenance, use or h. Mobile Equipment entrustment to others of any aircraft, "auto" or "Bodily injury" or "property damage" arising outwatercraft owned or operated by or rented or of:loaned to any insured. Use includes operation (1)The transportation of "mobile equipment"and "loading or unloading".by an "auto" owned or operated by orThis exclusion applies even if the claims rented or loaned to any insured; oragainst any insured allege negligence or other (2)The use of "mobile equipment" in, or whilewrongdoing in the supervision, hiring,in practice for, or while being prepared for,employment, training or monitoring of others by any prearranged racing, speed, demolition,that insured, if the "occurrence" which caused or stunting activity.the "bodily injury" or "property damage" involved the ownership, maintenance, use or i. War entrustment to others of any aircraft, "auto" or "Bodily injury" or "property damage" arising outwatercraft that is owned or operated by or of:rented or loaned to any insured.(1)War, including undeclared or civil war;This exclusion does not apply to:(2)Warlike action by a military force, including(1)A watercraft while ashore on premises you action in hindering or defending against anown or rent;actual or expected attack, by any (2)A watercraft you do not own that is:government, sovereign or other authority using military personnel or other agents; or(a)50 feet long or less; and (3)Insurrection, rebellion, revolution, usurped(b)Not being used to carry any person or power, or action taken by governmentalproperty for a charge;authority in hindering or defending against(3)Parking an "auto" on, or on the ways next any of these.to, premises you own or rent, provided the j. Damage To Property"auto" is not owned by or rented or loaned to you or the insured;"Property damage" to: (4)Liability assumed under any "insured (1)Property you own, rent, or occupy, contract" for the ownership, maintenance or including any costs or expenses incurred use of aircraft or watercraft;by you, or any other person, organization or entity, for repair, replacement,(5)"Bodily injury" or "property damage" arising enhancement, restoration or maintenanceout of:of such property for any reason, including(a)The operation of machinery or prevention of injury to a person or damageequipment that is attached to, or part to another's property;of, a land vehicle that would qualify as (2)Premises you sell, give away or abandon, if"mobile equipment" under the definition the "property damage" arises out of anyof "mobile equipment" if such land part of those premises;vehicle were not subject to a compulsory or financial responsibility (3)Property loaned to you; law, or other motor vehicle insurance (4)Personal property in the care, custody orlaw, where it is licensed or principally control of the insured;garaged; or Page4 of 21 ú 2017 The Travelers Indemnity Company. All rights reserved.CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY (5)That particular part of real property on accidental physical injury to "your product" or which you or any contractors or "your work" after it has been put to its intended subcontractors working directly or indirectly use. on your behalf are performing operations, if n. Recall Of Products, Work Or Impairedthe "property damage" arises out of those Propertyoperations; or Damages claimed for any loss, cost or expense (6)That particular part of any property that incurred by you or others for the loss of use,must be restored, repaired or replaced withdrawal, recall, inspection, repair,because "your work" was incorrectly replacement, adjustment, removal or disposalperformed on it.of: (1)"Your product";Paragraphs (1),(3)and (4)of this exclusion do not apply to "premises damage". A separate (2)"Your work"; orlimit of insurance applies to "premises damage"(3)"Impaired property";as described in Paragraph 6.of Section III – if such product, work, or property is withdrawnLimits Of Insurance. or recalled from the market or from use by anyParagraph(2)of this exclusion does not apply if person or organization because of a known orthe premises are "your work" and were never suspected defect, deficiency, inadequacy oroccupied, rented or held for rental by you.dangerous condition in it.Paragraphs (3),(4),(5)and (6)of this o. Personal And Advertising Injuryexclusion do not apply to liability assumed "Bodily injury" arising out of "personal andunder a sidetrack agreement. advertising injury".Paragraph (6)of this exclusion does not apply p. Electronic Datato "property damage" included in the "products- completed operations hazard".Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access,k. Damage To Your Product or inability to manipulate "electronic data"."Property damage" to "your product" arising out of it or any part of it.However, this exclusion does not apply to liability for damages because of "bodily injury".l. Damage To Your Work q. Unsolicited Communication"Property damage" to "your work" arising out of it or any part of it and included in the"products-"Bodily injury" or "property damage" arising outcompleted operations hazard".of any actual or alleged violation of any law thatThis exclusion does not apply if the damaged restricts or prohibits the sending, transmittingwork or the work out of which the damage or distributing of "unsolicited communication".arises was performed on your behalf by a r. Access Or Disclosure Of Confidential Orsubcontractor.Personal Informationm. Damage To Impaired Property Or Property "Bodily injury" or "property damage" arising outNot Physically Injured of any access to or disclosure of any person's"Property damage" to "impaired property" or or organization's confidential or personalproperty that has not been physically injured,information.arising out of: s. Asbestos(1)A defect, deficiency, inadequacy or (1)"Bodily injury" or "property damage" arisingdangerous condition in "your product" or out of the actual or alleged presence or"your work"; or actual, alleged or threatened dispersal of(2)A delay or failure by you or anyone acting asbestos, asbestos fibers or productson your behalf to perform a contract or containing asbestos, provided that theagreement in accordance with its terms."bodily injury" or "property damage" isThis exclusion does not apply to the loss of use caused or contributed to by the hazardousof other property arising out of sudden and properties of asbestos. CG T1 00 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page5 of 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY (2)"Bodily injury" or "property damage" arising employment-related practices described in out of the actual or alleged presence or Paragraph (a),(b), or (c)above is directed. actual, alleged or threatened dispersal of This exclusion applies whether the insured mayany solid, liquid, gaseous or thermal irritant be liable as an employer or in any other capacityor contaminant, including smoke, vapors,and to any obligation to share damages with orsoot, fumes, acids, alkalis, chemicals and repay someone else who must pay damageswaste, and that are part of any claim or because of the"bodily injury"."suit" which also alleges any "bodily injury"Exclusions c.through n.do not apply to "premisesor "property damage" described in damage". A separate limit of insurance applies toParagraph(1)above."premises damage" as described in Paragraph 6.of Section III – Limits Of Insurance.(3)Any loss, cost or expense arising out of any:COVERAGE B – PERSONAL AND ADVERTISING INJURY LIABILITY(a)Request, demand, order or statutory or 1. Insuring Agreementregulatory requirement that any insured or others test for, monitor, clean up,a.We will pay those sums that the insured remove, contain, treat, detoxify or becomes legally obligated to pay as damages neutralize, or in any way respond to, or because of "personal and advertising injury" to assess the effects of, asbestos,which this insurance applies. We will have the asbestos fibers or products containing right and duty to defend the insured against any asbestos; or "suit" seeking those damages. However, we will have no duty to defend the insured against any(b)Claim or suit by or on behalf of any "suit" seeking damages for "personal andgovernmental authority or any other advertising injury" to which this insurance doesperson or organization because of not apply. We may, at our discretion,testing for, monitoring, cleaning up,investigate any offense and settle any claim orremoving, containing, treating,"suit" that may result. But:detoxifying or neutralizing, or in any way responding to, or assessing the (1)The amount we will pay for damages is effects of, asbestos, asbestos fibers or limited as described in Section III – Limits products containing asbestos.Of Insurance; and t. Employment-Related Practices (2)Our right and duty to defend end when we have used up the applicable limit of"Bodily injury" to: insurance in the payment of judgments or(1)A person arising out of any:settlements under Coverages A or B or(a)Refusal to employ that person;medical expenses under Coverage C.(b)Termination of that person's No other obligation or liability to pay sums oremployment; or perform acts or services is covered unless(c)Employment-related practice, policy,explicitly provided for under Supplementaryact or omission, such as coercion,Payments.demotion, evaluation, reassignment, b.This insurance applies to "personal anddiscipline, failure to promote or advertising injury" caused by an offense arisingadvance, harassment, humiliation, out of your business but only if the offense wasdiscrimination, libel, slander, violation committed in the "coverage territory" during theof the person's right of privacy, policy period.malicious prosecution or false arrest, detention or imprisonment applied to or 2. Exclusionsdirected at that person, regardless of This insurance does not apply to:whether such practice, policy, act or a. Knowing Violation Of Rights Of Anotheromission occurs, is applied or is committed before, during or after the "Personal and advertising injury" caused by ortime of that person's employment; or at the direction of the insured with the (2)The spouse, child, parent, brother or sister knowledge that the act would violate the rights of that person as a consequence of "bodily of another and would inflict "personal and injury" to that person at whom any of the advertising injury". Page6 of 21 ú 2017 The Travelers Indemnity Company. All rights reserved.CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY This exclusion does not apply to "personal against a civil or alternative dispute injury" caused by malicious prosecution.resolution proceeding in which damages to which this insuranceb. Material Published With Knowledge Of applies are alleged.Falsity f. Breach Of Contract"Personal and advertising injury" arising out of oral or written publication, including publication "Advertising injury" arising out of a breach of by electronic means, of material, if done by or at contract. the direction of the insured with knowledge of g. Quality Or Performance Of Goods – Failureits falsity.To Conform To Statements c. Material Published Or Used Prior To Policy "Advertising injury" arising out of the failure ofPeriodgoods, products or services to conform with (1)"Personal and advertising injury" arising out any statement of quality or performance made of oral or written publication, including in your "advertisement". publication by electronic means, of material h. Wrong Description Of Priceswhose first publication took place before "Advertising injury" arising out of the wrongthe beginning of the policy period; or description of the price of goods, products or(2)"Advertising injury" arising out of services stated in your "advertisement".infringement of copyright, "title" or "slogan"i. Intellectual Propertyin your "advertisement" whose first infringement in your "advertisement" was "Personal and advertising injury" arising out of committed before the beginning of the any actual or alleged infringement or violation of policy period.any of the following rights or laws, or any other "personal and advertising injury" alleged in anyd. Criminal Acts claim or "suit" that also alleges any such"Personal and advertising injury" arising out of a infringement or violation:criminal act committed by or at the direction of (1)Copyright;the insured. (2)Patent;e. Contractual Liability (3)Trade dress;"Personal and advertising injury" for which the insured has assumed liability in a contract or (4)Trade name; agreement. This exclusion does not apply to (5)Trademark;liability for damages:(6)Trade secret; or(1)That the insured would have in the absence (7)Other intellectual property rights or laws.of the contract or agreement; or This exclusion does not apply to:(2)Because of "personal injury" assumed by you in a contract or agreement that is an (1)"Advertising injury" arising out of any actual"insured contract", provided that the or alleged infringement or violation of"personal injury" is caused by an offense another's copyright, "title" or "slogan" incommitted subsequent to the execution of your "advertisement"; orthe contract or agreement. Solely for the (2)Any other "personal and advertising injury"purposes of liability assumed by you in an alleged in any claim or "suit" that also"insured contract", reasonable attorneys'alleges any such infringement or violationfees and necessary litigation expenses of another's copyright, "title" or "slogan" inincurred by or for a party other than an your "advertisement".insured will be deemed to be damages because of "personal injury", provided that:j. Insureds In Media And Internet Type Businesses(a)Liability to such party for, or for the cost of, that party's defense has also "Personal and advertising injury" caused by anbeen assumed by you in the same offense committed by an insured whose"insured contract"; and business is: (b)Such attorneys' fees and litigation (1)Advertising, "broadcasting" or publishing;expenses are for defense of that party CG T1 00 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page7 of 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY (2)Designing or determining content of neutralizing, or in any way responding to, or websites for others; or assessing the effects of, "pollutants". (3)An Internet search, access, content or o. War service provider."Personal and advertising injury" arising out of: However, this exclusion does not apply to (1)War, including undeclared or civil war;Paragraphs a.(1),(2)and (3)of the definition of (2)Warlike action by a military force, including"personal injury".action in hindering or defending against anFor the purposes of this exclusion:actual or expected attack, by any (1)Creating and producing correspondence government, sovereign or other authority written in the conduct of your business,using military personnel or other agents; or bulletins, financial or annual reports, or (3)Insurrection, rebellion, revolution, usurpednewsletters about your goods, products or power, or action taken by governmentalservices will not be considered the authority in hindering or defending againstbusiness of publishing; and any of these. (2)The placing of frames, borders or links, or p. Unsolicited Communicationadvertising, for you or others anywhere on "Personal and advertising injury" arising out ofthe Internet will not, by itself, beconsidered any actual or alleged violation of any law thatthe business of advertising, "broadcasting"restricts or prohibits the sending, transmittingor publishing.or distributing of "unsolicited communication". k. Electronic Chatrooms Or Bulletin Boards q. Access Or Disclosure Of Confidential Or "Personal and advertising injury" arising out of Personal Information an electronic chatroom or bulletin board the "Personal and advertising injury" arising out ofinsured hosts or owns, or over which the any access to or disclosure of any person's orinsured exercises control.organization's confidential or personal l. Unauthorized Use Of Another's Name Or information. Product r. Asbestos "Personal and advertising injury" arising out of (1)"Personal and advertising injury" arising outthe unauthorized use of another's name or of the actual or alleged presence or actual,product in your e-mail address, domain name or alleged or threatened dispersal of asbestos,metatag, or any other similar tactics to mislead asbestos fibers or products containinganother's potential customers.asbestos, provided that the "personal and m. Pollution advertising injury" is caused or contributed to by the hazardous properties of asbestos."Personal and advertising injury" arising out of (2)"Personal and advertising injury" arising outthe actual, alleged or threatened discharge, of the actual or alleged presence or actual,dispersal, seepage, migration, release or alleged or threatened dispersal of any solid,escape of "pollutants" at any time. liquid, gaseous or thermal irritant orn. Pollution-Related contaminant, including smoke, vapors, Any loss, cost or expense arising out of any:soot, fumes, acids, alkalis, chemicals and waste, and that are part of any claim or(1)Request, demand, order or statutory or "suit" which also alleges any "personal andregulatory requirement that any insured or advertising injury" described in Paragraphothers test for, monitor, clean up, remove,(1)above.contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects (3)Any loss, cost or expense arising out of of, "pollutants"; or any: (2)Claim or suit by or on behalf of any (a)Request, demand, order or statutory or governmental authority or any other person regulatory requirement that any insured or organization because of testing for,or others test for, monitor, clean up, monitoring, cleaning up, removing,remove, contain, treat, detoxify or containing, treating, detoxifying or neutralize, or in any way respond to, or Page8 of 21 ú 2017 The Travelers Indemnity Company. All rights reserved.CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY assess the effects of, asbestos,(3)Because of your operations; asbestos fibers or products containing provided that:asbestos; or (a)The accident takes place in the "coverage(b)Claim or suit by or on behalf of any territory" and during the policy period;governmental authority or any other (b)The expenses are incurred and reported toperson or organization because of us within one year of the date of thetesting for, monitoring, cleaning up,accident; andremoving, containing, treating, detoxifying or neutralizing, or in any (c)The injured person submits to examination, way responding to, or assessing the at our expense, by physicians of our choice effects of, asbestos, asbestos fibers or as often as we reasonably require. products containing asbestos.b.We will make these payments regardless of s. Employment-Related Practices fault. These payments will not exceed the applicable limit of insurance. We will pay"Personal injury" to:reasonable expenses for:(1)A person arising out of any:(1)First aid administered at the time of an(a)Refusal to employ that person;accident; (b)Termination of that person's (2)Necessary medical, surgical, X-ray andemployment; or dental services, including prosthetic (c)Employment-related practice, policy,devices; and act or omission, such as coercion,(3)Necessary ambulance, hospital,demotion, evaluation, reassignment,professional nursing and funeral services.discipline, failure to promote or 2. Exclusionsadvance, harassment, humiliation, We will not pay expenses for "bodily injury":discrimination, libel, slander, violation of the person's right of privacy,a. Any Insuredmalicious prosecution or false arrest,To any insured, except "volunteer workers".detention or imprisonment applied to or b. Hired Persondirected at that person, regardless of whether such practice, policy, act or To a person hired to do work for or on behalf of omission occurs, is applied or is any insured or a tenant of any insured. committed before, during or after the c. Injury On Normally Occupied Premisestime of that person's employment; or To a person injured on that part of premises(2)The spouse, child, parent, brother or sister you own or rent that the person normallyof that person as a consequence of occupies."personal injury" to that person at whom d. Workers' Compensation And Similar Lawsany of the employment-related practices To a person, whether or not an "employee" ofdescribed in Paragraph (a),(b), or (c) any insured, if benefits for the "bodily injury" areabove is directed. payable or must be provided under a workers'This exclusion applies whether the insured may compensation or disability benefits law or abe liable as an employer or in any other capacity similar law.and to any obligation to share damages with or e. Athletics Activitiesrepay someone else who must pay damages because of the"personal injury".To a person injured while practicing, instructing or participating in any physical exercises orCOVERAGE C – MEDICAL PAYMENTS games, sports, or athletic contests.1. Insuring Agreement f. Products-Completed Operations Hazarda.We will pay medical expenses as described Included within the "products-completedbelow for "bodily injury" caused by an accident: operations hazard".(1)On premises you own or rent; g. Coverage A Exclusions(2)On ways next to premises you own or rent; or Excluded under Coverage A. CG T1 00 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page9 of 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY SUPPLEMENTARY PAYMENTS assumed by the insured in the same "insured contract";1.We will pay, with respect to any claim we d.The allegations in the "suit" and the informationinvestigate or settle, or any "suit" against an insured we know about the "occurrence" or offense arewe defend:such that no conflict appears to exist betweena.All expenses we incur.the interests of the insured and the interests of the indemnitee;b.Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations e.The indemnitee and the insured ask us toarising out of the use of any vehicle to which conduct and control the defense of thatthe Bodily Injury Liability Coverage applies. We indemnitee against such "suit" and agree thatdo not have to furnish these bonds.we can assign the same counsel to defend the insured and the indemnitee; andc.The cost of bonds to release attachments, but f.The indemnitee:only for bond amounts within the applicable limit of insurance. We do not have to furnish these (1)Agrees in writing to:bonds.(a)Cooperate with us in the investigation, d.All reasonable expenses incurred by the settlement or defense of the"suit"; insured at our request to assist us in the (b)Immediately send us copies of anyinvestigation or defense of the claim or "suit",demands, notices, summonses or legalincluding actual loss of earnings up to $500 a papers received in connection with theday because of time off from work."suit"; e.All court costs taxed against the insured in the (c)Notify any other insurer whose"suit". However, these payments do not include coverage is available to the indemnitee;attorneys' fees or attorneys' expenses taxed andagainst the insured.(d)Cooperate with us with respect to f.Prejudgment interest awarded against the coordinating other applicable insurance insured on that part of the judgment we pay. If available to the indemnitee; and we make an offer to pay the applicable limit of (2)Provides us with written authorization to:insurance, we will not pay any prejudgment (a)Obtain records and other informationinterest based on that period of time after the related to the"suit"; andoffer. (b)Conduct and control the defense of theg.All interest on the full amount of any judgment indemnitee in such "suit".that accrues after entry of the judgment and So long as the above conditions are met, attorneys'before we have paid, offered to pay, or fees incurred by us in the defense of thatdeposited in court the part of the judgment that indemnitee, necessary litigation expenses incurredis within the applicable limit of insurance. by us and necessary litigation expenses incurred byThese payments will not reduce the limits of the indemnitee at our request will be paid asinsurance.Supplementary Payments. Notwithstanding the2.If we defend an insured against a "suit" and an provisions of Paragraph 2.b.(2)of Section I –indemnitee of the insured is also named as a party Coverages – Coverage A – Bodily Injury Andto the "suit", we will defend that indemnitee if all of Property Damage Liability or Paragraph 2.e.ofthe following conditions are met:Section I – Coverages – Coverage B – Personal And Advertising Injury Liability, such payments willa.The "suit" against the indemnitee seeks not be deemed to be damages for "bodily injury",damages for which the insured has assumed "property damage" or "personal injury", and will notthe liability of the indemnitee in a contract or reduce the limits of insurance.agreement that is an "insured contract"; b.This insurance applies to such liability assumed Our obligation to defend an insured's indemnitee by the insured;and to pay for attorneys' fees and necessary litigation expenses as Supplementary Paymentsc.The obligation to defend, or the cost of the ends when:defense of, that indemnitee, has also been Page10 of 21 ú 2017 The Travelers Indemnity Company. All rights reserved.CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY a.We have used up the applicable limit of workers" while performing duties insurance in the payment of judgments,related to the conduct of your settlements or medical expenses; or business; (b)To the spouse, child, parent, brother orb.The conditions set forth above, or the terms of sister of that co-"employee" orthe agreement described in Paragraph f.above,"volunteer worker" as a consequenceare no longer met. of Paragraph (1)(a)above;SECTION II – WHO IS AN INSURED (c)For which there is any obligation to1.If you are designated in the Declarations as:share damages with or repay someonea.An individual, you and your spouse are else who must pay damages becauseinsureds, but only with respect to the conduct of the injury described in Paragraphof a business of which you are the sole owner.(1)(a)or (b)above; orb.A partnership or joint venture, you are an (d)Arising out of his or her providing orinsured. Your members, your partners, and failing to provide professional healththeir spouses are also insureds, but only with care services.respect to the conduct of your business.Unless you are in the business orc.A limited liability company, you are an insured.occupation of providing professional healthYour members are also insureds, but only with care services, Paragraphs (1)(a),(b),(c)respect to the conduct of your business. Your and (d)above do not apply to "bodily injury"managers are insureds, but only with respect to arising out of providing or failing to providetheir duties as your managers.first aid or "Good Samaritan services" by d.An organization other than a partnership, joint any of your "employees" or "volunteerventure or limited liability company, you are an workers", other than an employed or insured. Your "executive officers" and directors volunteer doctor. Any such "employees" orare insureds, but only with respect to their "volunteer workers" providing or failing toduties as your officers or directors. Your provide first aid or "Good Samaritanstockholders are also insureds, but only with services" during their work hours for yourespect to their liability as stockholders.will be deemed to be acting within the scope of their employment by you ore.A trust, you are an insured. Your trustees are performing duties related to the conduct ofalso insureds, but only with respect to their your business.duties as trustees. (2)"Property damage" to property:2.Each of the following is also an insured: (a)Owned, occupied or used by;a.Your "volunteer workers" only while performing (b)Rented to, in the care, custody orduties related to the conduct of your business, control of, or over which physicalor your "employees", other than either your control is being exercised for any"executive officers" (if you are an organization purpose by;other than a partnership, joint venture or limited liability company) or your managers (if you are a you, any of your "employees", "volunteerlimited liability company), but only for acts workers", any partner or member (if you arewithin the scope of their employment by you or a partnership or joint venture), or anywhile performing duties related to the conduct member (if you are a limited liabilityof your business. However, none of these company)."employees" or "volunteer workers" are b.Any person (other than your "employee" orinsureds for:"volunteer worker"), or any organization, while (1)"Bodily injury" or "personal injury":acting as your real estate manager. (a)To you, to your partners or members (if c.Any person or organization having properyou are a partnership or joint venture),temporary custody of your property if you die,to your members (if you are a limited but only:liability company), to a co-"employee"(1)With respect to liability arising out of thewhile in the course of his or her maintenance or use of that property; andemployment or performing duties related to the conduct of your (2)Until your legal representative has been business, or to your other "volunteer appointed. CG T1 00 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page11 of 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY d.Your legal representative if you die, but only b.Arises out of the ownership, maintenance or with respect to duties as such. That use of that part of anypremises leased to you. representative will have all your rights and The insurance provided to such premises owner,duties under this Coverage Part.manager or lessor is subject to the following e.Any person or organization that, with your provisions: express or implied consent, either uses or is a.The limits of insurance provided to suchresponsible for the use of a watercraft that you premises owner, manager or lessor will be thedo not own that is:minimum limits that you agreed to provide in the (1)50 feet long or less; and written contract or agreement, or the limits shown in the Declarations, whichever are less.(2)Not being used to carry any person or property for a charge.b.The insurance provided to such premises owner, manager or lessor does not apply to:3.Any organization you newly acquire or form, other than a partnership, joint venture or limited liability (1)Any "bodily injury" or "property damage" company, and of which you are the sole owner or in that occurs, or "personal and advertising which you maintain an ownership interest of more injury" caused by an offense that is than 50%, will qualify as a Named Insured if there is committed, after you cease to be a tenant in no other similar insurance available to that that premises; or organization. However:(2)Structural alterations, new construction or a.Coverage under this provision is afforded only demolition operations performed by or on until the 180th day after you acquire or form the behalf of such premises owner, manager or organization or the end of the policy period,lessor. whichever is earlier;5.Any person or organization that is an equipment b.Coverage A does not apply to "bodily injury" or lessor and that you have agreed in a written contract "property damage" that occurred before you or agreement to include as an additional insured on acquired or formed the organization; and this Coverage Part is an insured, but only with respect to liability for "bodily injury", "propertyc.Coverage B does not apply to "personal and damage", or "personal and advertising injury" that:advertising injury" arising out of an offense committed before you acquired or formed the a.Is "bodily injury" or "property damage" that organization.occurs, or is "personal and advertising injury" caused by an offense that is committed,For the purposes of Paragraph 1.of Section II –subsequent to the signing of that contract orWho Is An Insured, each such organization will be agreement; anddeemed to be designated in the Declarations as: b.Is caused, in whole or in part, by your acts ora.An organization, other than a partnership, joint omissions in the maintenance, operation or useventure or limited liability company; or of equipment leased to you by such equipment lessor.b.A trust; The insurance provided to such equipment lessor isas indicated in its name or the documents that subject to the following provisions:govern its structure. a.The limits of insurance provided to such4.Any person or organization that is a premises equipment lessor will be the minimum limits thatowner, manager or lessor and that you have agreed you agreed to provide in the written contract orin a written contract or agreement to include as an agreement, or the limits shown in theadditional insured on this Coverage Part is an Declarations, whichever are less.insured, but only with respect to liability for "bodily b.The insurance provided to such equipmentinjury", "property damage" or "personal and lessor does not apply to any "bodily injury" oradvertising injury" that:"property damage" that occurs, or "personal a.Is "bodily injury" or "property damage" that and advertising injury" caused by an offense that is committed, after the equipment leaseoccurs, or is "personal and advertising injury" expires.caused by an offense that is committed, subsequent to the signing of that contract or No person or organization is an insured with respect toagreement; and the conduct of any current or past partnership, joint Page12 of 21 ú 2017 The Travelers Indemnity Company. All rights reserved.CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY venture or limited liability company that is not shown as a.The amount shown for the Damage To a Named Insured in the Declarations. This paragraph Premises Rented To You Limit in the does not apply to any such partnership, joint venture or Declarations of this Coverage Part; or limited liability company that otherwise qualifies as an b.$300,000 if no amount is shown for theinsured under Section II – Who Is An Insured.Damage To Premises Rented To You Limit in the Declarations of this Coverage Part.SECTION III – LIMITS OF INSURANCE 7.Subject to Paragraph 5.above, the Medical1.The Limits of Insurance shown in the Declarations Expense Limit is the most we will pay underand the rules below fix the most we will pay Coverage C for all medical expenses because ofregardless of the number of:"bodily injury" sustained by any one person.a.Insureds;The Limits of Insurance of this Coverage Part apply b.Claims made or "suits" brought; or separately to each consecutive annual period and to any remaining period of less than 12 months, starting withc.Persons or organizations making claims or the beginning of the policy period shown in thebringing "suits".Declarations, unless the policy period is extended after2.The General Aggregate Limit is the most we will pay issuance for an additional period of less than 12for the sum of:months. In that case, the additional period will be a.Medical expenses under CoverageC;deemed part of the last preceding period for purposes of determining the Limits of Insurance.b.Damages under Coverage A, except damages because of "bodily injury" or "property damage"SECTION IV – COMMERCIAL GENERAL LIABILITYincluded in the "products-completed operations CONDITIONShazard"; and 1. Bankruptcyc.Damages under Coverage B.Bankruptcy or insolvency of the insured or of the 3.The Products-Completed Operations Aggregate insured's estate will not relieve us of our obligationsLimit is the most we will pay under Coverage A for under this Coverage Part.damages because of "bodily injury" and "property 2. Duties In The Event Of Occurrence, Offense,damage" included in the "products-completed Claim Or Suitoperations hazard". a.You must see to it that we are notified as soon4.Subject to Paragraph 2.above, the Personal And as practicable of an "occurrence" or an offenseAdvertising Injury Limit is the most we will pay which may result in a claim. To the extentunder Coverage B for the sum of all damages possible, notice should include:because of all "personal injury" and "advertising (1)How, when and where the "occurrence" orinjury" sustained by any one person or organization. offense took place;5.Subject to Paragraph 2.or 3.above, whichever (2)The names and addresses of any injuredapplies, the Each Occurrence Limit is the most we persons and witnesses; andwill pay for the sum of: (3)The nature and location of any injury ora.Damages under Coverage A; and damage arising out of the "occurrence" orb.Medical expenses under CoverageC;offense.because of all "bodily injury" and "property damage"b.If a claim is made or "suit" is brought againstarising out of any one"occurrence".any insured, you must:For the purposes of determining the applicable (1)Immediately record the specifics of theEach Occurrence Limit, all related acts or claim or "suit" and the date received; andomissions committed in providing or failing to (2)Notify us as soon as practicable.provide first aid or "Good Samaritan services" to any one person will be deemed to be one You must see to it that we receive written notice"occurrence".of the claim or "suit" as soon as practicable. 6.Subject to Paragraph 5.above, the Damage To c.You and any other involved insured must:Premises Rented To You Limit is the most we will (1)Immediately send us copies of anypay under Coverage A for damages because of demands, notices, summonses or legal"premises damage" to any one premises. The papers received in connection with theDamage To Premises Rented To You Limit will be:claim or "suit"; CG T1 00 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page13 of 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY (2)Authorize us to obtain records and other (iii)An executive officer or director of information;any other organization; or (3)Cooperate with us in the investigation or (iv)A trustee of any trust; settlement of the claim or defense against that is your partner, joint venturethe"suit"; and member, manager or trustee; or (4)Assist us, upon our request, in the (b)Any employee authorized by suchenforcement of any right against any partnership, joint venture, limitedperson or organization which may be liable liability company, trust or otherto the insured because of injury or damage organization to give notice of anto which this insurance may also apply."occurrence" or offense. d.No insured will, except at that insured's own (3)Notice to us of such "occurrence" orcost, voluntarily make a payment, assume any offense will be deemed to be given as soonobligation, or incur any expense, other than for as practicable if it is given in good faith asfirst aid, without our consent.soon as practicable to your workers' compensation insurer. This applies only ife.The following provisions apply to Paragraph a. you subsequently give notice to us of theabove, but only for purposes of the insurance "occurrence" or offense as soon asprovided under this Coverage Part to you or any practicable after any of the personsinsured listed in Paragraph 1.or 2.of Section II described in Paragraph e.(1)or (2)above– Who Is An Insured:discovers that the "occurrence" or offense(1)Notice to us of such "occurrence" or may result in sums to which the insuranceoffense must be given as soon as provided under this Coverage Part maypracticable only after the "occurrence" or apply.offense is known to you (if you are an However, if this policy includes an endorsementindividual), any of your partners or that provides limited coverage for "bodily injury"members who is an individual (if you are a or "property damage" or pollution costs arisingpartnership or joint venture), any of your out of a discharge, release or escape ofmanagers who is an individual (if you are a "pollutants" which contains a requirement thatlimited liability company), any of your the discharge, release or escape of "pollutants""executive officers" or directors (if you are must be reported to us within a specific numberan organization other than a partnership,of days after its abrupt commencement, thisjoint venture, or limited liability company),Paragraph e.does not affect that requirement.any of your trustees who is an individual (if 3. Legal Action Against Usyou are a trust) or any "employee" No person or organization has a right under thisauthorized by you to give notice of an Coverage Part:"occurrence" or offense. a.To join us as a party or otherwise bring us into(2)If you are a partnership, joint venture,a "suit" asking for damages from an insured; orlimited liability company or trust, and none b.To sue us on this Coverage Part unless all ofof your partners, joint venture members, its terms have been fully complied with.managers or trustees are individuals, notice to us of such "occurrence" or offense must A person or organization may sue us to recover onbe given as soon as practicable only after an agreed settlement or on a final judgment againstthe"occurrence" or offense is known by:an insured; but we will not be liable for damages that are not payable under the terms of this(a)Any individual who is:Coverage Part or that are in excess of the (i)A partner or member of any applicable limit of insurance. An agreed settlement partnership or joint venture;means a settlement and release of liability signed by us, the insured, and the claimant or the claimant's(ii)A manager of any limited liability legal representative.company; Page14 of 21 ú 2017 The Travelers Indemnity Company. All rights reserved.CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY 4. Other Insurance (ii)That is insurance for "premises damage";If valid and collectible other insurance is available to (iii)If the loss arises out of thethe insured for a loss we cover under Coverages A maintenance or use of aircraft,or B of this Coverage Part, our obligations are "autos" or watercraft to the extentlimited as described in Paragraphs a.and b.below. not subject to any exclusion in thisAs used anywhere in this Coverage Part, other Coverage Part that applies toinsurance means insurance, or the funding of aircraft, "autos" or watercraft;losses, that is provided by, through or on behalf of: (iv)That is insurance available to a(i)Another insurance company;premises owner, manager or (ii)Us or any of our affiliated insurance companies,lessor that qualifies as an insuredexcept when the Non cumulation of Each under Paragraph 4.of Section II –Occurrence Limit provision of Paragraph 5.of Who Is An Insured, except whenSectionIII– Limits Of Insurance or the Non Paragraph d.below applies; orcumulation of Personal and Advertising Injury (v)That is insurance available to anLimit provision of Paragraph 4.of Section III –equipment lessor that qualifies asLimits of Insurance applies because the an insured under Paragraph 5.ofAmendment – Non Cumulation Of Each Section II – Who Is An Insured,Occurrence Limit Of Liability And Non except when Paragraph d.belowCumulation Of Personal And Advertising Injury applies.Limit endorsement is included in this policy;(b)Any of the other insurance, whether(iii)Any risk retention group; or primary, excess, contingent or on any (iv)Any self-insurance method or program, in other basis, that is available to the which case the insured will be deemed to be insured when the insured is an the provider of other insurance.additional insured, or is any other insured that does not qualify as aOther insurance does not include umbrella named insured, under such otherinsurance, or excess insurance, that was bought insurance.specifically to apply in excess of the Limits of (2)When this insurance is excess, we willInsurance shown in the Declarations of this have no duty under Coverages A or B toCoverage Part. defend the insured against any "suit" if anyAs used anywhere in this Coverage Part, other other insurer has a duty to defend theinsurer means a provider of other insurance. As insured against that "suit". If no otherused in Paragraph c.below, insurer means a insurer defends, we will undertake to do so,provider of insurance.but we will be entitled to the insured's rights against all those other insurers.a. Primary Insurance (3)When this insurance is excess over otherThis insurance is primary except when insurance, we will pay only our share of theParagraphb.below applies. If this insurance is amount of the loss, if any, that exceeds theprimary, our obligations are not affected unless sumof:any of the other insurance is also primary. (a)The total amount that all such otherThen, we will share with all that other insurance insurance would pay for the loss in theby the method described in Paragraph c.below, absence of this insurance; andexcept when Paragraph d.below applies. (b)The total of all deductible and self-b. Excess Insurance insured amounts under all that other (1)This insurance is excess over:insurance. (4)We will share the remaining loss, if any,(a)Any of the other insurance, whether with any other insurance that is notprimary, excess, contingent or on any described in this Excess Insuranceother basis: provision and was not bought specifically to(i)That is Fire, Extended Coverage,apply in excess of the Limits of InsuranceBuilder's Risk, Installation Risk or shown in the Declarations of this Coveragesimilar coverage for "your work";Part. CG T1 00 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page15 of 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY c. Method Of Sharing a.The statements in the Declarations are accurate and complete;If all of the other insurance permits contribution by equal shares, we will follow this method also.b.Those statements are based upon Under this approach each insurer contributes representations you made to us; and equal amounts until it has paid its applicable c.We have issued this policy in reliance uponlimit of insurance or none of the loss remains,your representations.whichever comes first.The unintentional omission of, or unintentional errorIf any of the other insurance does not permit in, any information provided by you which we reliedcontribution by equal shares, we will contribute upon in issuing this policy will not prejudice yourby limits. Under this method, each insurer's rights under this insurance. However, this provisionshare is based on the ratio of its applicable limit does not affect our right to collect additionalof insurance to the total applicable limits of premium or to exercise our rights of cancellation orinsurance of all insurers.nonrenewalin accordance with applicable insurance d. Primary And Non-Contributory Insurance If laws or regulations. Required By Written Contract 7. Separation Of Insureds If you specifically agree in a written contract or Except with respect to the Limits of Insurance, andagreement that the insurance afforded to an any rights or duties specifically assigned in thisinsured under this Coverage Part must apply on Coverage Part to the first Named Insured, thisa primary basis, or a primary and non-insurance applies:contributory basis, this insurance is primary to a.As if each Named Insured were the onlyother insurance that is available to such insured Named Insured; andwhich covers such insured as a named insured, b.Separately to each insured against whom claimand we will not share with that other insurance,is made or "suit" is brought.provided that: 8. Transfer Of Rights Of Recovery Against Others(1)The "bodily injury" or "property damage" for To Uswhich coverage is sought occurs; and If the insured has rights to recover all or part of any(2)The "personal and advertising injury" for payment we have made under this Coverage Part,which coverage is sought is caused by an those rights are transferred to us. The insured mustoffense that is committed;do nothing after loss to impair them. At our request,subsequent to the signing of that contract or the insured will bring "suit" or transfer those rightsagreement by you.to us and help us enforce them. 5. Premium Audit 9. When We Do Not Renewa.We will compute all premiums for this Coverage If we decide not to renew this Coverage Part, we willPart in accordance with our rules and rates.mail or deliver to the first Named Insured shown inb.Premium shown in this Coverage Part as the Declarations written notice of the nonrenewaladvance premium is a deposit premium only. At not less than 30 days before the expiration date.the close of each audit period we will compute If notice is mailed, proof of mailing will be sufficientthe earned premium for that period and send proof of notice.notice to the first Named Insured. The due date SECTION V – DEFINITIONSfor audit and retrospective premiums is the date shown as the due date on the bill. If the sum of 1."Advertisement" means a notice that is broadcast or the advance and audit premiums paid for the published to the general public or specific market policy period is greater than the earned segments about your goods, products or services premium, we will return the excess to the first for the purpose of attracting customers or Named Insured.supporters. For the purposes of this definition: c.The first Named Insured must keep records of a.Notices that are published include material the information we need for premium placed on the Internet or on similar electronic computation, and send us copies at such times means of communication; and as we may request.b.Regarding websites, only that part of a website 6. Representations that is about your goods, products or services for the purposes of attracting customers orBy accepting this policy, you agree: supporters is considered an advertisement. Page16 of 21 ú 2017 The Travelers Indemnity Company. All rights reserved.CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY 2."Advertising injury":b.In, by or with any other electronic means of communication, such as the Internet, if thata.Means injury caused by one or more of the material is part of:following offenses: (1)Radio or television programming being(1)Oral or written publication, including transmitted;publication by electronic means, of material in your "advertisement" that slanders or (2)Other entertainment, educational,libels a person or organization or instructional, music or news programmingdisparages a person's or organization's being transmitted; orgoods, products or services, provided that the claim is made or the"suit" is brought by (3)Advertising transmitted with any of such a person or organization that claims to have programming. been slandered or libeled, or that claims to 6."Coverage territory" means:have had its goods, products or services disparaged;a.The United States of America (including its territories and possessions), Puerto Rico and(2)Oral or written publication, including Canada;publication by electronic means, of material in your "advertisement" that:b.International waters or airspace, but only if the (a)Appropriates a person's name, voice,injury or damage occurs in the course of travel photograph or likeness; or or transportation between any places included in Paragraph a.above; or(b)Unreasonably places a person in a false light; or c.All other parts of the world if the injury or damage arises out of:(3)Infringement of copyright, "title" or "slogan" in your "advertisement", provided that the (1)Goods or products made or sold by you inclaim is made or the "suit" is brought by a the territory described in Paragraph a.person or organization that claims above;ownership of such copyright, "title" or (2)The activities of a person whose home is in"slogan".the territory described in Paragraph a.b.Includes "bodily injury" caused by one or more above, but is away for a short time on yourof the offenses described in Paragraph a.business; orabove.(3)"Personal and advertising injury" offenses3."Auto" means:that take place through the Internet or a.A land motor vehicle, trailer or semitrailer similar electronic means of communication; designed for travel on public roads, including provided the insured's responsibility to payany attached machinery or equipment; or damages is determined in a "suit" on the merits in b.Any other land vehicle that is subject to a the territory described in Paragraph a.above, or in acompulsory or financial responsibility law, or settlement we agree to.other motor vehicle insurance law, where it is 7."Electronic data" means information, facts orlicensed or principally garaged.programs stored as or on, created or used on, orHowever, "auto" does not include "mobile transmitted to or from computer software (includingequipment".systems and applications software), hard or floppy 4."Bodily injury" means:disks, CD-ROMs, tapes, drives, cells, data processing devices or any other media which area.Physical harm, including sickness or disease,used with electronically controlled equipment.sustained by a person; or b.Mental anguish, injury or illness, or emotional 8."Employee" includes a "leased worker". "Employee" distress, resulting at any time from such does not include a "temporary worker". physical harm, sickness or disease.9."Executive officer" means a person holding any of5."Broadcasting" means transmitting any audio or the officer positions created by your charter,visual material for any purpose:constitution, bylaws or any other similar governing document.a.By radio or television; or CG T1 00 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page17 of 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY 10."Good Samaritan services" means any emergency tracks, roadbeds, tunnel, underpass or medical services for which no compensation is crossing; demanded or received.(2)That indemnifies an architect, engineer or 11."Hostile fire" means a fire which becomes surveyor for injury or damage arising out of: uncontrollable or breaks out from where it was (a)Preparing, approving, or failing tointended to be.prepare or approve, maps, shop 12."Impaired property" means tangible property, other drawings, opinions, reports, surveys, than "your product" or "your work", that cannot be field orders, change orders or drawings used or is less useful because:and specifications; or a.It incorporates "your product" or "your work"(b)Giving directions or instructions, or that is known or thought to be defective,failing to give them, if that is the deficient, inadequate or dangerous; or primary cause of the injury or damage; orb.You have failed to fulfill the terms of a contract (3)Under which the insured, if an architect,or agreement; engineer or surveyor, assumes liability forif such property can be restored to use by the an injury or damage arising out of therepair, replacement, adjustment or removal of "your insured's rendering or failure to renderproduct" or "your work" or your fulfilling the terms of professional services, including those listedthe contract or agreement.in Paragraph (2)above and supervisory, 13."Insured contract" means:inspection, architectural or engineering activities.a.A contract for a lease of premises. However, that portion of the contract for a lease of 14."Leased worker" means a person leased to you by a premises that indemnifies any person or labor leasing firm under an agreement between you organization for "premises damage" is not an and the labor leasing firm, to perform duties related "insured contract";to the conduct of your business. "Leased worker" does not include a "temporary worker".b.A sidetrack agreement; 15."Loading or unloading" means the handling ofc.Any easement or license agreement, except in property:connection with construction or demolition operations on or within 50 feet of a railroad;a.After it is moved from the place where it is accepted for movement into or onto an aircraft,d.An obligation, as required by ordinance, to watercraft or "auto";indemnify a municipality, except in connection with work for a municipality;b.While it is in or on an aircraft, watercraft or "auto"; ore.An elevator maintenance agreement; c.While it is being moved from an aircraft,f.That part of any other contract or agreement watercraft or "auto" to the place where it ispertaining to your business (including an finally delivered;indemnification of a municipality in connection with work performed for a municipality) under but "loading or unloading" does not include the which you assume the tort liability of another movement of property by means of a mechanical party to pay for "bodily injury", "property device, other than a hand truck, that is not attached damage" or "personal injury" to a third person to the aircraft, watercraft or "auto". or organization. Tort liability means a liability 16."Mobile equipment" means any of the followingthat would be imposed by law in the absence of types of land vehicles, including any attachedany contract or agreement.machinery or equipment: Paragraph f.does not include that part of any a.Bulldozers, farm machinery, forklifts and othercontract or agreement:vehicles designed for use principally off public (1)That indemnifies a railroad for "bodily roads; injury" or "property damage" arising out of b.Vehicles maintained for use solely on or next toconstruction or demolition operations,premises you own or rent;within 50 feet of any railroad property and c.Vehicles that travel on crawler treads;affecting any railroad bridge or trestle, Page18 of 21 ú 2017 The Travelers Indemnity Company. All rights reserved.CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY d.Vehicles, whether self-propelled or not,b.An act or omission committed in providing or maintained primarily to provide mobility to failing to provide first aid or "Good Samaritan permanently mounted:services" to a person, unless you are in the business or occupation of providing(1)Power cranes, shovels, loaders, diggers or professional health care services.drills; or 18."Personal and advertising injury" means "personal(2)Road construction or resurfacing equipment such as graders, scrapers or injury" or "advertising injury". rollers;19."Personal injury":e.Vehicles not described in Paragraph a.,b.,c.a.Means injury, other than "advertising injury",or d.above that are not self-propelled and are caused by one or more of the followingmaintained primarily to provide mobility to offenses:permanently attached equipment of the following types:(1)False arrest, detention or imprisonment; (1)Air compressors, pumps and generators,(2)Malicious prosecution;including spraying, welding, building cleaning, geophysical exploration, lighting (3)The wrongful eviction from, wrongful entry and well servicing equipment; or into, or invasion of the right of private occupancy of a room, dwelling or premises(2)Cherry pickers and similar devices used to that a person occupies, provided that theraise or lower workers;wrongful eviction, wrongful entry or invasionf.Vehicles not described in Paragraph a.,b.,c.of the right of private occupancy isord.above maintained primarily for purposes committed by or on behalf of the owner,other than the transportation of persons or landlord or lessor of that room, dwelling orcargo.premises;However, self-propelled vehicles with the (4)Oral or written publication, includingfollowing types of permanently attached publication by electronic means, of materialequipment are not "mobile equipment" but will that slanders or libels a person orbe considered "autos": organization or disparages a person's or(1)Equipment designed primarily for:organization's goods, products or services,(a)Snow removal;provided that the claim is made or the "suit" is brought by a person or organization that(b)Road maintenance, but not construction or resurfacing; or claims to have been slandered or libeled, or that claims to have had its goods, products(c)Street cleaning;or services disparaged; or(2)Cherry pickers and similar devices (5)Oral or written publication, includingmounted on automobile or truck chassis publication by electronic means, of materialand used to raise or lower workers; and that:(3)Air compressors, pumps and generators, including spraying, welding, building (a)Appropriates a person's name, voice, cleaning, geophysical exploration, lighting photograph or likeness; orand well servicing equipment.(b)Unreasonably places a person in aHowever, "mobile equipment" does not include any false light.land vehicle that is subject to a compulsory or b.Includes "bodily injury" caused by one or morefinancial responsibility law, or other motor vehicle insurance law, where it is licensed or principally of the offenses described in Paragraph a. garaged. Such land vehicles are considered above. "autos".20."Pollutants" mean any solid, liquid, gaseous or 17."Occurrence" means:thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals anda.An accident, including continuous or repeated waste. Waste includes materials to be recycled,exposure to substantially the same general reconditioned or reclaimed.harmfulconditions; or CG T1 00 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page19 of 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY 21."Premises damage" means:contract calls for work at more than onejob site.a.With respect to the first paragraph of the exceptions in Exclusion j.of Section I –(c)When that part of the work done at aCoverageA– Bodily Injury And Property job site has been put to its intendedDamage Liability, "property damage" to any use by any person or organization otherpremises while rented to you for a period of than another contractor or seven or fewer consecutive days, including the subcontractor working on the samecontents of such premises; or project. b.With respect to the exception to Exclusions c.Work that may need service, maintenance,through n.in the last paragraph of Paragraph 2.correction, repair or replacement, but whichof Section I – Coverage A – Bodily Injury And is otherwise complete, will be treated asProperty Damage Liability, "property damage" to completed.any premises while rented to you for a period of b.Does not include "bodily injury" or "propertymore than seven consecutive days, or while damage" arising out of:temporarily occupied by you with permission of the owner, caused by:(1)The transportation of property, unless the injury or damage arises out of a condition in(1)Fire;or on a vehicle not owned or operated by(2)Explosion;you, and that condition was created by the (3)Lightning;"loading or unloading" of that vehicle by any insured;(4)Smoke resulting from fire, explosion or lightning; or (2)The existence of tools, uninstalled equipment or abandoned or unused(5)Water.materials; orBut "premises damage" under this Paragraph (3)Products or operations for which theb.does not include "property damage" to any classification, listed in the Declarations orpremises caused by:in a policy Schedule, states that products-(1)Rupture, bursting, or operation of pressure completed operations are subject to therelief devices;General Aggregate Limit. (2)Rupture or bursting due to expansion or 23."Property damage" means:swelling of the contents of any building or a.Physical injury to tangible property, including allstructure caused by or resulting from water;resulting loss of use of that property. All suchorloss of use will be deemed to occur at the time of (3)Explosion of steam boilers, steam pipes,the physical injury that caused it; or steam engines or steam turbines.b.Loss of use of tangible property that is not physically injured. All such loss of use will be22."Products-completed operations hazard": deemed to occur at the time of the "occurrence"a.Includes all "bodily injury" and "property that caused it.damage" occurring away from premises you For the purposes of this insurance, "electronic data"own or rent and arising out of "your product" or is not tangible property."your work" except: 24."Slogan":(1)Products that are still in your physical a.Means a phrase that others use for the purposepossession; or of attracting attention in their advertising.(2)Work that has not yet been completed or b.Does not include a phrase used as, or in, theabandoned. However, "your work" will be name of:deemed completed at the earliest of the following times:(1)Any person or organization, other than you; or(a)When all of the work called for in your contract has been completed.(2)Any business, or any of the premises, goods, products, services or work, of any(b)When all of the work to be done at the person or organization, other than you.job site has been completed if your Page20 of 21 ú 2017 The Travelers Indemnity Company. All rights reserved.CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY 25."Suit" means a civil proceeding in which damages (a)You; because of "bodily injury", "property damage" or (b)Others trading under your name; or"personal and advertising injury" to which this (c)A person or organization whoseinsurance applies are alleged. "Suit" includes:business or assets you have acquired; a.An arbitration proceeding in which such anddamages are claimed and to which the insured (2)Containers (other than vehicles), materials,must submit or does submit with our consent;parts or equipment furnished in connectionorwith such goods or products. b.Any other alternative dispute resolution b.Includes:proceeding in which such damages are claimed (1)Warranties or representations made at anyand to which the insured submits with our time with respect to the fitness, quality,consent.durability, performance or use of "your26."Temporary worker" means a person who is product"; andfurnished to you to substitute for a permanent (2)The providing of or failure to provide"employee" on leave or to meet seasonal or short-warnings or instructions.term workload conditions. c.Does not include vending machines or other27."Title" means a name of a literary or artistic work.property rented to or located for the use of28."Unsolicited communication" means any others but not sold.communication, in any form, that the recipient of 31."Your work":such communication did not specifically request to a.Means:receive. (1)Work or operations performed by you or on29."Volunteer worker" means a person who is not your your behalf; and"employee", and who donates his or her work and acts at the direction of and within the scope of (2)Materials, parts or equipment furnished induties determined by you, and is not paid a fee,connection with such work or operations.salary or other compensation by you or anyone else b.Includes:for their work performed for you. (1)Warranties or representations made at any30."Your product":time with respect to the fitness, quality,a.Means:durability, performance or use of "your (1)Any goods or products, other than real work"; and property, manufactured, sold, handled,(2)The providing of or failure to providedistributed or disposed of by:warnings or instructions. CG T1 00 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page21 of 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE –This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A.Who Is An Insured – Unnamed Subsidiaries C.Incidental Medical Malpractice B.Blanket Additional Insured – Governmental D.Blanket Waiver Of Subrogation Entities – Permits Or Authorizations Relating To E.Contractual Liability – RailroadsOperationsF.Damage To Premises Rented To You PROVISIONS a.An organization other than a partnership, joint venture or limited liability company; orA. WHO IS AN INSURED – UNNAMED b.A trust;SUBSIDIARIES The following is added to SECTION II – WHO IS as indicated in its name or the documents that AN INSURED:govern its structure. Any of your subsidiaries, other than a partnership,B. BLANKET ADDITIONAL INSURED –joint venture or limited liability company, that is GOVERNMENTAL ENTITIES – PERMITS ORnot shown as a Named Insured in the AUTHORIZATIONS RELATING TO OPERATIONSDeclarations is a Named Insured if:The following is added to SECTION II – WHO ISa.You are the sole owner of, or maintain an AN INSURED:ownership interest of more than 50% in, such Any governmental entity that has issued a permitsubsidiary on the first day of the policy period; or authorization with respect to operationsand performed by you or on your behalf and that youb.Such subsidiary is not an insured under are required by any ordinance, law, building codesimilar other insurance.or written contract or agreement to include as an No such subsidiary is an insured for "bodily injury"additional insured on this Coverage Part is an or "property damage" that occurred, or "personal insured, but only with respect to liability for "bodily injury", "property damage" or "personal andand advertising injury" caused by an offense advertising injury" arising out of such operations.committed: The insurance provided to such governmentala.Before you maintained an ownership interest entity does not apply to:of more than 50% in such subsidiary; or a.Any "bodily injury", "property damage" orb.After the date, if any, during the policy period "personal and advertising injury" arising out ofthat you no longer maintain an ownership operations performed for the governmentalinterest of more than 50% in such subsidiary.entity; orFor purposes of Paragraph 1.of Section II – Who b.Any "bodily injury" or "property damage"Is An Insured, each such subsidiary will be included in the "products-completeddeemed to be designated in the Declarations as:operations hazard". CG D3 16 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number: CO2T520769 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE pharmaceuticals committed by, or with the knowledge or consent of, the insured.1.The following replaces Paragraph b.of the definition of "occurrence" in the 5.The following is added to the DEFINITIONS DEFINITIONS Section:Section: b.An act or omission committed in providing "Incidental medical services" means:or failing to provide "incidental medical a.Medical, surgical, dental, laboratory, x-rayservices", first aid or "Good Samaritan or nursing service or treatment, advice orservices" to a person, unless you are in instruction, or the related furnishing ofthe business or occupation of providing food or beverages; orprofessional health care services. b.The furnishing or dispensing of drugs or2.The following replaces the last paragraph of medical, dental, or surgical supplies orParagraph2.a.(1)of SECTION II – WHO IS appliances.AN INSURED: 6.The following is added to Paragraph 4.b.,Unless you are in the business or occupation Excess Insurance, of SECTION IV –of providing professional health care services, Paragraphs (1)(a),(b),(c)and (d)above do COMMERCIAL GENERAL LIABILITY not apply to "bodily injury" arising out of CONDITIONS: providing or failing to provide:This insurance is excess over any valid and (a)"Incidental medical services" by any of collectible other insurance, whether primary,your "employees" who is a nurse, nurse excess, contingent or on any other basis, thatassistant, emergency medical technician is available to any of your "employees" foror paramedic; or "bodily injury" that arises out of providing or failing to provide "incidental medical services"(b)First aid or "Good Samaritan services" by to any person to the extent not subject toany of your "employees" or "volunteer workers", other than an employed or Paragraph 2.a.(1)of Section II – Who Is An volunteer doctor. Any such "employees"Insured. or "volunteer workers" providing or failing D. BLANKET WAIVER OF SUBROGATIONto provide first aid or "Good Samaritan The following is added to Paragraph 8.,Transferservices" during their work hours for you Of Rights Of Recovery Against Others To Us,will be deemed to be acting within the of SECTION IV – COMMERCIAL GENERALscope of their employment by you or performing duties related to the conduct LIABILITY CONDITIONS: of your business.If the insured has agreed in a contract or 3.The following replaces the last sentence of agreement to waive that insured's right of Paragraph 5.of SECTION III – LIMITS OF recovery against any person or organization, we INSURANCE:waive our right of recovery against such person or organization, but only for payments we makeFor the purposes of determining the because of:applicable Each Occurrence Limit, all related acts or omissions committed in providing or a."Bodily injury" or "property damage" thatfailing to provide "incidental medical occurs; orservices", first aid or "Good Samaritan b."Personal and advertising injury" caused byservices" to any one person will be deemed to an offense that is committed;be one "occurrence". 4.The following exclusion is added to subsequent to the execution of the contract or Paragraph 2.,Exclusions, of SECTION I –agreement. COVERAGES – COVERAGE A – BODILY E. CONTRACTUAL LIABILITY – RAILROADSINJURY AND PROPERTY DAMAGE LIABILITY:1.The following replaces Paragraph c.of the definition of "insured contract" in theSale Of Pharmaceuticals DEFINITIONS Section:"Bodily injury" or "property damage" arising out of the violation of a penal statute or c.Any easement or license agreement; ordinance relating to the sale of Page 2 of 3 ú 2017 The Travelers Indemnity Company. All rights reserved.CG D3 16 02 19 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 COMMERCIAL GENERAL LIABILITY 2.Paragraph f.(1)of the definition of "insured a.Any premises while rented to you or contract" in the DEFINITIONS Section is temporarily occupied by you with permission deleted.of the owner; or F. DAMAGE TO PREMISES RENTED TO YOU b.The contents of any premises while such premises is rented to you, if you rent suchThe following replaces the definition of "premises premises for a period of seven or fewerdamage" in the DEFINITIONS Section:consecutive days."Premises damage" means "property damage" to: CG D3 16 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Policy Number: BA2T520721 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 POLICY NUMBER COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS,LESSEES OR CONTRACTORS SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Names of Additional Insured Person(s)or Organization(s): Location of Covered Operations: (Information required to complete this Schedule,if not shown above,will be shown in the Declarations.) A.Section II Who Is An Insured is amended to in-This insurance does not apply to "bodily injury"or clude as an additional insured the person(s)or "property damage"occurring,or “personal injury” organization(s)shown in the Schedule,but only or “advertising injury”arising out of an offense with respect to liability for "bodily injury","property committed,after: damage","personal injury”or “advertising injury"1.All work,including materials,parts or equip-caused,in whole or in part,by:ment furnished in connection with such work, 1.Your acts or omissions;or on the project (other than service,mainte- nance or repairs)to be performed by or on2.The acts or omissions of those acting on your behalf of the additional insured(s)at the loca-behalf;tion of the covered operations has been com-in the performance of your ongoing operations for pleted;ortheadditionalinsured(s)at the location(s)desig-2.That portion of "your work"out of which thenatedabove.injury or damage arises has been put to its in-B.With respect to the insurance afforded to these tended use by any person or organizationadditionalinsureds,the following additional exclu-other than another contractor or subcontrac-sions apply:tor engaged in performing operations for a principal as a part of the same project. CG D3 61 03 05 Copyright 2005 The St.Paul Travelers Companies,Inc.All rights reserved.Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.with its permission. C02T520769 City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 As Required by Written Contract Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS,LESSEES OR CONTRACTORS COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s)Or Organization(s): Location And Description Of Completed Operations Information required to complete this Schedule,if not shown above,will be shown in the Declarations. Section II Who Is An Insured is amended to in-location designated and described in the schedule of clude as an additional insured the person(s)or or-this endorsement performed for that additional in- ganization(s)shown in the Schedule,but only with sured and included in the "products-completed opera- respect to liability for "bodily injury"or "property dam-tions hazard". age"caused,in whole or in part,by "your work"at the CG 20 37 07 04 ISO Properties,Inc.,2004 Page 1 of 1 C02T520769 City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 As Required by Written Contract Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 29 of 129 CONTRACT PUBLIC WORKS This agreement is made this ____________ day of ____________________________, 2025, by and between the Carlsbad Municipal Water District of the City of Carlsbad, California, a municipal corporation, (hereinafter called "District"), and Fordyce Construction, Inc. whose principal place of business is 9932 Prospect Avenue, Suite 138, Santee, California 92071 (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: WATER RESERVOIR IMPROVEMENT PROGAM B-TAP RESERVOIR SITE IMPROVEMENTS PROJECT NO. 5024-6 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder’s Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the District will be the interpreter of the intent of the Contract Documents, and the District’s decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The District shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 15th April Revised 6/12/18 Contract No. 5024-6 Page 30 of 129 conditions. Any information that may have been furnished to Contractor by District about underground conditions or other job conditions is for Contractor's convenience only, and District does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by District. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. District shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between District and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 31 of 129 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City of Carlsbad’s policy for insurance as stated in City Council Policy # 70. (A) Coverages and Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability (GLC) Insurance: Insurance written on an “occurrence” basis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non- owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers’ Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the District. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers’ Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 32 of 129 a. The District, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the District, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers’ liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the District, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the District, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the District by certified mail, return receipt requested. (D) Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self- insured retention levels must be declared to and approved by the District. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the District or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification of Coverage. Contractor shall furnish the District with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/12/18 Contract No. 5024-6 Page 33 of 129 approved by the District and are to be received and approved by the District before the Contract is executed by the District. (I) Cost of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is included in Section 3 of the General Provisions. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Zach Korach Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Geoff Pat tno Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Public Works Contract Administration 1635 Faraday Avenue  Carlsbad, CA 92008  760-602-4677 t January 2, 2025 ADDENDUM NO. 1 RE: B-TAP RESERVOIR SITE IMPROVEMENTS BID NO. PWS25-3614UTIL Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in date for the above-mentioned bid. New date for bid opening is: January 15, 2025 Time remains the same: 11 a.m. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. GRAHAM JORDAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 __________________________________ Bidder's Signature Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Contract No. 5024-6 - PWS25-3614UTIL 1 Addendum No. 1 CARLSBAD MUNICIPAL WATER DISTRICT WATER RESERVOIR IMPROVEMENT PROGRAM B-TAP RESERVOIR SITE IMPROVEMENTS Contract No. 5024-6 Bid No. PWS25-3614UTIL Addendum No. 1 From: Graham Jordan, Contract Administrator Phone: 442-339-2462 graham.jordan@carlsbadca.gov No. of Pages: 16 pages Date: January 2, 2025 Bid Opening Date: January 15, 2025 - 11 a.m. (changed) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications and/or Plans. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. MODIFICATIONS, DELETIONS, AND ADDITIONS TO THE NOTICE INVITING BIDS ITEM NO. 1: DUE DATE Change the due date wherever it is referenced in the Request for Bids to January 15, 2025, at 11 a.m. MODIFICATION TO THE CONTRACTOR’S PROPOSAL ITEM NO. 1: CONTRACTOR’S PROPOSAL Replace the Contractor’s Proposal with the revised proposal in Attachment A. MODIFICATIONS, DELETIONS, AND ADDITIONS TO THE PLANS ITEM NO. 1: DRAWING 469-6B Replace the improvement plan with the revised plan set in Attachment B. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Contract No. 5024-6 - PWS25-3614UTIL 2 Addendum No. 1 MODIFICATION TO THE GENERAL PROVISIONS ITEM NO. 1: 9-4 BID ITEM DESCRIPTIONS Modify the following Bid Item Description per the below revisions: A-2: Tier I 2 SWPPP Preparation, Implementation and Maintenance The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to submit for approval, implement, maintain, report, document, and amend as necessary a Tier 1 2 Storm Water Pollution Prevention Plan per Sections 7-8.6 and 300-12. MODIFICATION TO THE CONTRACT APPENDIX ITEM NO. 1: APPENDIX D – SWPPP TEMPLATE Replace the Tier I SWPPP template provided in Appendix D with the Tier 2 template in Attachment C. QUESTIONS AND ANSWERS Questions relating to the project must go directly to the City’s Public Works Contract Administration Division. The City is not responsible for any information obtained through other means. 1. Please provide the following clarification(s): The drawings show the high point of the existing perforated drainage tubing to have an Inv. El of 441.0 and the low point on the other side of the tank to have an Inv. EL of 437.6. We are supposed to tie into this existing perforated line with the 4 proposed Storm Drain boxes. At the new proposed 6” SDR35 Storm Drain pipe that runs down to the street the proposed Inv. For the tie into the new box is shown as Inv EL 443.06. The new box Inv EL is way above where the actual FL of the old perforated pipe is. Please clarify how you want us to make this tie in or provide a detail for it. Didn’t know if your intent was to use the new 6” SD that goes down the hill as an overflow or not. Please Clarify? The invert of the new 6” PVC storm drain has been lowered to match the invert of the existing perforated piping at the catch basin. See revised plan set in Attachment A. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Contract No. 5024-6 - PWS25-3614UTIL 3 Addendum No. 1 ATTACHMENT A REVISED CONTRACTOR’S PROPOSAL Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Contract No. 5024-6 - PWS25-3614UTIL 4 Addendum No. 1 CARLSBAD MUNICIPAL WATER DISTRICT WATER RESERVOIR IMPROVEMENT PROGRAM B-TAP RESERVOIR SITE IMPROVEMENTS PROJECT NO. 5024-6 CONTRACTOR'S PROPOSAL Board of Directors Carlsbad Municipal Water District 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 5024-6 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit (refer to Section 9-4 for bid item descriptions): SCHEDULE A Item No. Item Description Unit Quantity Unit Price Total Amount A-1 Mobilization (not to exceed 10% of Total Bid Price) LS 1 A-2 Tier 1 2 SWPPP Preparation, Implementation and Maintenance LS 1 A-3 Clear, Grub and Restore Slope LS 1 A-4 Remove and Replace Curb and Gutter LF 30 A-5 Construct Curb Outlet, Type A, SDRSD D- 25A LS 1 A-6 Remove and Replace Street Light Junction Box and Associated Conduit LS 1 A-7 Remove Sidewalk SF 50 A-8 Replace Sidewalk SF 30 A-9 Construct 6-inch PVC Storm Drain LF 50 A-10 Construct Drainage Catch Basin, 18”x18” EA 4 A-11 Remove Existing Catch Basin LS 1 A-12 Roadway Excavation CY 170 225 A-13 Furnish and Install Caltrans Class 2 Permeable Material Ton 95 175 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Contract No. 5024-6 - PWS25-3614UTIL 5 Addendum No. 1 Item No. Item Description Unit Quantity Unit Price Total Amount A-14 Remove Asphalt Concrete Berm LF 40 A-15 Construct Asphalt Concrete Paving, C2 PG64-10 Ton 130 A-16 Construct Porous Asphalt Paving Ton 120 70 A-17 Construct AC Berm, Type A, SDRSD G-05 LF 400 300 A-18 Adjust Valve and Electrical Junction Boxes to Final Grade EA 7 A-19 Modify Manhole Lid EA 2 A-20 Seal Coat Existing AC Pavement and Berms SY 530 Total amount of bid (in figures) for Schedule “A”: $ Total amount of bid (in words) for Schedule “A”: Price(s) given above are firm for 90 days after the date of bid opening. Addendum(a) No(s). ___________________ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the District will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District, the District may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number _________________________, classification ________________ which expires on ___________________________, and Department of Industrial Relations PWC registration number ________________________ which expires on _____________________, and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Contract No. 5024-6 - PWS25-3614UTIL 6 Addendum No. 1 The Undersigned bidder hereby represents as follows: 1. That no Board member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the Board of Directors, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is ______________________________ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Contract No. 5024-6 - PWS25-3614UTIL 7 Addendum No. 1 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted _____________________________________ (2) Signature (given and surname) of proprietor ____________________________________ (3) Place of Business ________________________________________________________ (Street and Number) City and State _____________________________________________________________ (4) Zip Code ___________________ Telephone No. _________________________________ (5) E-Mail ___________________________________________________________________ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted _______________________________________ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) _________________________________________________________________________ _________________________________________________________________________ (3) Place of Business __________________________________________________________ (Street and Number) City and State _____________________________________________________________ (4) Zip Code ___________________ Telephone No. _________________________________ (5) E-Mail ___________________________________________________________________ Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Contract No. 5024-6 - PWS25-3614UTIL 8 Addendum No. 1 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted _______________________________________ __________________________________________________________________________ (2) _________________________________________________________________________ (Signature) ____________________________________________________________________________ (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of _______________________________________ (4) Place of Business ________________________________________________________ (Street and Number) City and State _____________________________________________________________ (5) Zip Code _____________________ Telephone No. _______________________________ (6) E-Mail ___________________________________________________________________ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 ATTACHMENT B REVISED PLANSET Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 VICINITY MAP AVECOSTALA B L V D C A R L S B A D RD ALGA PALOMAR AIRPOR T RD EL CAMI N O RE A L RA N C H O SA N T A F E RD POINS E T T I A LANE AL I C A N T E RD EL FU E R T E OLIVENHAIN RD. M E L R O S E D R . FARADAY COLLEG E BL V D P A S E O DEL NO R T E AVE A V E N I D A E N C I N A S CANNON RD MO N R O E ST CARL S B A D VILLAGE D R MARRON TAMAR A C K AVE RD LAKECALAVERABUEN A VIS T A LAGOO N AGUA HEDIO N D A LAGO O N BATIQUITOS LAGOON A V I A R A PKWY POINSET T I A LANE CONSTRUCTION PLANS FOR B-TAP RESERVOIR SITE IMPROVEMENTS CIP 5024-6 Carlsbad Municipal Water District BOARD OF DIRECTORS KEITH BLACKBURN - MAYOR MELANIE BURKHOLDER - DISTRICT 1 KEVIN SHIN - DISTRICT 2 PRIYA BHAT-PATEL - DISTRICT 3 TERESA ACOSTA - DISTRICT 4 GEOFF PATNOE EXECUTIVE MANAGER SHEET INDEX REFERENCE DRAWINGS JANUARY 2025 B-TAP RESERVOIR SITE IMPROVEMENTS IMPROVEMENT PLAN FOR: TITLE SHEET 5024-6 469-6B CARLSBAD, CALIFORNIA BID SET LOCATION MAP PROJECT SITE B-TAP RESERVOIR PROJECT SITE B-TAP RESERVOIR 1 4 ZT DZ DP CO L L E G E B L V D 9/16/2024 1 1 1 11 1/2025 DP1/2025 ADDENDUM 1 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 44 4 442 44 0 43 8 43 643 443 2 43 0 IMPROVEMENT PLAN FOR: GENERAL NOTES, LEGEND AND DETAILS BID SET 5024-6 2 4 ZT DZ DP 469-6B STORM DRAIN DETAIL SCALE: 1/4 IN. = 1 FT. B-TAP RESERVOIR SITE IMPROVEMENTS 1.CLEAR AND GRUB EXISTING LANDSCAPING AS NECESSARY TO INSTALL IMPROVEMENTS. STABILIZE SLOPE WITH POST CONSTRUCTION BMPS AND RESTORE PRIVATE IRRIGATION IN-KIND. 2.REMOVE AND DISPOSE 50 SQ FT SIDEWALK AND 30-LF CURB AND GUTTER. 3.REMOVE AND DISPOSE EXISTING ELECTRICAL J-BOX. INTERCEPT AND SPLICE EXISTING STREET LIGHT CONDUIT AND REROUTE TO STREET LIGHT WITH NEW CONDUIT RUN BELOW CURB OUTLET (1-INCH SCH 80 WITH 10 AWG) AND TYPE 3 1/2 J-BOX PER CSD GS-21 TO EXTENTS SHOWN. 4.CONSTRUCT TYPE-A CURB OUTLET PER SDRSD D-25A (L=8-FT). 5.CONSTRUCT 50-LF OF 6-INCH DIA. SDR 35 PVC STORM DRAIN PER CSD DS-2. 6.FURNISH AND INSTALL PRECAST GRATED DROP INLET, JENSEN PRECAST SERIES 1818 OR APPROVED EQUAL AND CONNECT INTO (P) 6-IN SD AND (E) 6-INCH CORRUGATED PE DRAINAGE TUBING. 7.CONSTRUCT 30-LF OF TYPE G CURB AND GUTTER PER SDRSD G-02. 8.CONSTRUCT 30 SQ FT OF SIDEWALK PER SDRSD G-07, G-09, G-10 AND G-11. STORM DRAIN CONSTRUCTION NOTES 1 2 3 4 5 6 7 LEGEND DESCRIPTION SYMBOLDWG. NO ABBREVIATIONS ELEV. 8DESCRIPTIONABBREVIATION 9/16/2024 11 1/2025 DP1/2025 ADDENDUM 1 1 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 APPROX. LOCATION OF HP OF 6-IN PERFORATED PE DRAINAGE TUBING HP INV. EL. 441.0' (E) OFF-SITE CONCRETE DRAINAGE DITCH CATCH BASIN RIM EL. 445.06' INV EL. 439.04' (IN) INV EL. 439.02' (OUT-SOUTH) INV EL. 439.02' (OUT-WEST) SEE AREA ENLARGEMENT DETAIL ON THIS SHEET (P) LP T/B EL. 445.56' (P) LP FG EL. 445.06' CALAVERA HILLS II HOA 3847 CAY DRIVE APN 1682806700 3593 BLUFF COURT APN 1682804200 3598 BLUFF COURT APN 1682803700 3581 GRANITE COURT APN 1682805100 CALAVERA HILLS II HOA 3585 GRANITE COURT APN 1682806500 (E) B-TAP RESERVOIR 3274 BLUFF COURT APN 1682805000 B L U F F C O U R T CU L - D E - S A C (P) LP T/B EL. 445.80' (P) LP FG EL. 445.30' (P) HP T/B EL. 446.20' (P) HP FG EL. 445.70' (P) HP T/B EL. 445.87' (P) HP FG EL. 445.37' CATCH BASIN RIM EL. 445.30' INV EL. TO MATCH (E) PE DRAIN INV EL. 440.01' (IN) INV EL. 439.99' (OUT) < SLOPE = 0.42% (P) HP T/B EL. 445.85' (P) HP FG EL. 445.35' SLO P E = 0 . 1 6 % > < S L O P E = 0 . 4 5 % < S L O P E = 1 . 2 2 % S L O P E = 1 . 1 7 % > TAPER END OF TYPE A AC BERM C 4 A 4 (E) HOA LANDSCAPE AREA APPROX. LOCATION OF LP OF 6-IN PERFORATED PE DRAINAGE TUBING LP INV. EL. 437.6' CATCH BASIN RIM EL. 445.54' INV EL. TO MATCH (E) PE DRAIN INV EL. 440.20' (IN) INV EL. 440.18' (OUT) CATCH BASIN RIM EL. 445.54' INV EL. TO MATCH (E) PE DRAIN INV EL. 439.18' (IN) INV EL. 439.16' (OUT) FG EL. 445.65' (P) T/B EL. 446.15' TAPER END OF TYPE A AC BERM MATCH EG FG EL. 445.66' MATCH EG FG EL. 445.75' APPROX. 8-FOOT (TYP) PER DWG 933-9 (P) MATCHLINE T/B EL. 444.97' (P) MATCHLINE FG EL. 444.47' IMPROVEMENT PLAN FOR: 1.CONSTRUCT 6-INCH STORM DRAIN PER STORM DRAIN DETAIL ON SHEET 2. 2.DEMOLISH AND REMOVE 200 SQ FT OF EXISTING ASPHALT ACCESS ROAD AND REPLACE WITH IMPERVIOUS AC PAVEMENT PER NOTE 3 BELOW. 3.CONSTRUCT 5,150 SQ FT OF 4-INCH C2 PG 64-10 AC PER TYPICAL ACCESS ROAD SECTIONS A ON SHEET 4. 4.CONSTRUCT 4,000 SQ FT 3-INCH THICK PERVIOUS ASPHALT CONCRETE OVER 4-IN CALTRANS CLASS2 PERMEABLE MATERIAL PER SECTION 68-2.02F AND TYPICAL ACCESS ROAD SECTION C ON SHEET 4. 5.PROVIDE TWO LAYERS SEAL COAT OVER (E) 530 SY ASPHALT DRIVEWAY. SEAL ALL CRACKS PRIOR TO APPLICATION. 6.CONSTRUCT 300-LF OF TYPE A AC BERM PER SDRSD G-05. 7.FURNISH AND INSTALL 18-IN PRECAST DROP INLET WITH HS-20 RATED TRAFFIC GRATE, JENSEN SERIES 1818 OR APPROVED EQUAL, CONNECT TO (E) CORRUGATED PE DRAIN TUBING. 8.SEE TYPICAL ACCESS ROAD SECTIONS B AND C ON SHEET 4. SLOPE AT 2% FOR APPROX. 8-FEET FROM TANK FOOTING TO (E) PERFORATED PE DRAINAGE TUBING FG EL. 445.54' +/-, REMIANING SURFACE SLOPED TO MATCH (E) GRADE OR (E) AC. CONSTRUCTION NOTES N Feet 0 20 40 B-TAP RESERVOIR SITE IMPROVEMENT PLAN 5024-6DP DZ ZT 43 469-6BBID SET B-TAP RESERVOIR SITE IMPROVEMENTS AREA ENLARGEMENT DETAIL SCALE: 1-IN = 10-FT 1.REMOVE CONCRETE COLLARS AND INSTALL COMPOSITE 36-INCH MANHOLE FRAME AND COVER. COMPOSITE ACCESS PRODUCTS (CAP) OR APPROVED EQUAL ADJUST TO FINAL GRADE (TYP 2). 2.REMOVE (E) 6X6 CATCH BASIN AND SEAL (E) DRAINAGE PIPE WITH CONCRETE. REPAIR AND REGRADE SURFACE PRIOR TO INSTALLATION OF PERVIOUS ASPHALT. 3.ADJUST ELECTRICAL J-BOX TO FINAL GRADE (TYP 2). 4.REMOVE AND REPLACE VALVE BOX PER PER CMWD DWG W-23 AND ADJUST TO FINAL GRADE (TYP 5 - 2X GV AND 3X MAR LIDS). 5.REMOVE 40-LF OF (E) AC BERM. 6.CONSTRUCT 4-IN THICK IMPERVIOUS C2 64-10 AC IN VALVE/VAULT AREA TO EXTENTS SHOWN (1,000 SQFT) SLOPING FOR POSITIVE DRAINAGE. 7.REMOVE EXISTING CONCRETE ACCESS PAD FROM MANHOLE PRIOR TO ASPHALT PLACEMENT. 8.GRADE TRANSITION LINE FROM TYPICAL ACCESS ROAD SECTION A TO SECTION B ON SHEET 4. INSTALL SMOOTH TRANSITION FOR POSITIVE DRAINAGE AWAY FROM TANK FOOTING. 1 2 3 9 10 11 12 13 14 15 4 5 6 7 X 16 9/16/2024 1 1 1 1 DP11/2025 DP1/2025 ADDENDUM 1 1 1 1 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 (E) B-TAP RESERVOIR 3274 BLUFF COURT APN 1682805000 C 4 A 4 HP LP HP LP HP (P) J O I N T L I N E (P) LP T/B EL. 445.56' (P) LP FG EL. 445.06' (P) LP T/B EL. 445.80' (P) LP FG EL. 445.30' (P) HP T/B EL. 445.85' (P) HP FG EL. 445.35' (P) HP T/B EL. 445.87' (P) HP FG EL. 445.37' (P) MATCHLINE T/B EL. 444.97' (P) MATCHLINE FG EL. 444.47' TAPER END OF TYPE A AC BERM MATCH EG FG EL. 445.66' MATCH EG FG EL. 445.75' (P) HP T/B EL. 446.20' (P) HP FG EL. 445.70' (P) HP T/B EL. 446.20' (P) HP FG EL. 445.70' CONCRETE TANK FOOTING = 445.70' +/- TYPE A AC BERM WHERE NOTED 4-INCH C2 PG 64-10 AC TA N K W A L L ( E ) COMPACT SUBGRADE TO 95% RELATIVE COMPACTION E.G. VARIES ACCESS ROAD WIDTH VARIES 9 - 18 FT (E) 3/4" AGGREGATE BASE (E) PERMEABLE MATERIAL (E) 6-IN PERFORATED PE TUBING WRAPPED IN FILTER FABRIC T/B PER PLAN FG PER PLAN 3-IN2-FT APPROX. CONCRETE TANK FOOTING = 445.70' +/- TA N K W A L L ( E ) COMPACT SUBGRADE TO 95% RELATIVE COMPACTION 4-INCH C2 PG 64-10 AC WHERE NOTED E.G. VARIES PAVE TO MATCH E.G.- 2% 3-IN 2-FT APPROX. ACCESS ROAD WIDTH VARIES 12 - 18 FT (E) PERMEABLE MATERIAL(E) 3/4" AGGREGATE BASE (E) 6-IN PERFORATED PE TUBING WRAPPED IN FILTER FABRIC TYPE A AC BERM T/B PER PLAN FG PER PLAN FG = 445.54' +/- TA N K W A L L ( E ) 3-INCH PERVIOUS AC 4-INCH CLASS 2 PERMEABLE MATERIAL PER CALTRANS SPECIFICATION SECTION 68-2.02F(3) MATCH E.G. WIDTH VARIES 12 - 19 FT CONCRETE TANK FOOTING = 445.70' +/- - 2% 2-FT APPROX. (E) PERMEABLE MATERIAL(E) 3/4" AGGREGATE BASE (E) 6-IN PERFORATED PE TUBING WRAPPED IN FILTER FABRIC COMPACT SUBGRADE TO 95% RELATIVE COMPACTION E.G. VARIES FG = 445.54' +/- IMPROVEMENT PLAN FOR: N B-TAP RESERVOIR SITE SURVEY AND DETAILS 5024-6DP DZ ZT 44 469-6BBID SET TYPICAL ACCESS ROAD SECTION A SCALE: NTS B-TAP RESERVOIR SITE IMPROVEMENTS TYPICAL ACCESS ROAD SECTION B SCALE: NTS TYPICAL ACCESS ROAD SECTION C SCALE: NTS NOT TO SCALE FOR REFERENCE ONLY NOTE: HP, LP, AND JOINT LINE ARE FOR REFERENCE ONLY. REFER TO SHEET 3. 9/16/2024 11 1/2025 DP1/2025 ADDENDUM 1 1 1 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 ATTACHMENT C SWPPP TIER 2 TEMPLATE Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 43 of 129 GENERAL PROVISIONS FOR WATER RESERVOIR IMPROVEMENT PROGRAM B-TAP RESERVOIR SITE IMPROVEMENTS CONTRACT NO. 5024-6 CARLSBAD MUNICIPAL WATER DISTRICT BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS. Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words “shown”, “indicated”, “detailed”, “noted”, “scheduled”, or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words “directed”, “designated”, “selected”, or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word “required” and words of similar import shall be understood to mean “as required to properly complete the work as required and as approved by the Engineer,” unless stated otherwise. 1-1.3 Equals and Approvals. Where the words “equal”, “approved equal”, “equivalent”, and such words of similar import are used, it shall be understood such words are followed by the expression “in the opinion of the Engineer”, unless otherwise stated. Where the words “approved”, “approval”, “acceptance”, or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word “perform” shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete and in-place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 44 of 129 Addendum – Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency – The City of Carlsbad, California and/or the Carlsbad Municipal Water District. Agreement – See Contract. Assessment Act Contract – A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Average Sound Level – The level, in decibels, of the mean-square A-weighted sound pressure during a stated time period, with reference to the square of the standard reference sound pressure of 20 micropascals. The "average sound level" is equivalent to the industry standard Leq. See Equivalent Continuous Sound Level. Base – A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid – The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder – Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board – The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond – Bid, performance, and payment bond or other instrument of security. Caltrans – The State of California, Department of Transportation. Cash Contract – A Contract financed by means other than special assessments. Certificate of Compliance – A written document signed and submitted by a supplier or manufacturer that certifies that the material or assembled material supplied to the Work site conforms to the requirements of the Contract Documents. Change Order – A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code – The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager– the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. Contract – The written agreement between the Agency and the Contractor covering the Work. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 45 of 129 Contract Documents – Including but not limited to; the Contract, any Addendum (which pertain to the Contract Documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor – The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term “prime contractor” shall mean Contractor. Contract Time - The number of Working Days to complete the Work as specified in the Contract Documents. Contract Price – The total amount of money for which the Contract is awarded. Contract Unit Price – The amount stated in the Bid for a single unit of an item of work. County Sealer – The Sealer of Weights and Measures of the county in which the Contract is let. Critical Path – In the construction schedule, the sequence of activities that represents the longest path through the Project network of activities and the shortest possible Project duration. Days – Days shall mean consecutive calendar’s days unless otherwise specified. Decibel – A unit for measuring the amplitude of sound, equal to 20 times the logarithm to the base 10 of the ratio of the pressure of the sound measured to the reference pressure, which is 20 micropascals. Defective Work - Work that does not conform to the requirements of the Contract Documents. Deputy City Engineer – The Engineering Manager of the Construction Management & Inspection Department, the Construction Manager’s immediate supervisor and the Engineer’s designated representative. The Deputy City Engineer is the second level of appeal for informal dispute resolution. Dispute Board – Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Disputed Work – Work in which the Agency and the Contractor are in disagreement. Electrolier – Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 46 of 129 Engineer – The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Engineer of Record/Design Engineer – A registered professional engineer licensed in the State of California who is qualified to act as an agent of a project owner or to prepare plans for facilities to be accepted by the City of Carlsbad. The term includes persons licensed in the State of California as Civil Engineers or Structural Engineers. Equivalent Continuous Sound Level (Leq) – The average sound level which, over a given period of time, has the same total energy as the fluctuating noise and is also known as the time- average sound level. Extra Work – New or unforeseen work not covered by a Contract Unit Price or Stipulated Unit Price. Float – The number of days by which an activity in the construction schedule may be delayed from either its earliest start date or earliest completion date without extending the Contract Time (total float). Total float belongs to the Project and to any Party to accommodate changes in the Work or to mitigate the effect of events which may delay completion. Holiday – Holidays and the days observed are listed below. If a holiday falls on a Saturday, the holiday is observed on the preceding Friday. If the holiday falls on a Sunday, it is observed the following Monday. Unless specified otherwise in the Contract Documents or authorized by the Engineer, do not work on holidays. New Year’s Day January 1 Martin Luther King Day 3rd Monday in January Presidents’ Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran’s Day November 11 Thanksgiving Day 4th Thursday in November Thanksgiving Friday Day after Thanksgiving Christmas Day December 25 House Connection Sewer – A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer – A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire – The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm – The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item – a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 47 of 129 Modification – Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Night Work – See Working Night. Notice of Award – The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed – A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Sections 2-3.1 and 2-3.2 – Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. Further, “own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Sections 2-3.1 and 2-3.2. Person – Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans – The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract – Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector – the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal – See Bid. Reference Specifications – Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway – The portion of a street reserved for vehicular use. Service Connection – Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer – Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 48 of 129 Shop Drawings – Drawings showing the details of manufactured or assembled products proposed to be incorporated into the Work. Sound Level – The weighted sound pressure level obtained using a sound level meter and frequency weighting network as provided in the American National Standards Institute (ANSI) specifications for sound level meters. "Sound level" means the same as "noise level." Special Provisions – Revisions to the Standard Specifications setting forth conditions and requirements peculiar to the Work. Specifications – General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard – The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans – Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications – The Standard Specifications for Public Works Construction (SSPWC), the “Greenbook”. State – State of California. Stipulated Unit Price – Unit prices established by the Agency in the Contract Documents. Storm Drain – Any conduit and appurtenances intended for the reception and transfer of storm water. Street – Any road, highway, parkway, freeway, alley, walk, or way. Subbase – A layer of specified material of planned thickness between a base and the subgrade. Subcontractor – An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade – For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision – Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement – A written amendment of the Contract Documents signed by both parties. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 49 of 129 Supplemental Provisions – See Special Provisions. Surety – Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne – Also referred to as “metric ton”. Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility – Tracks, overhead or underground wires, pipelines, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or easement. Work – That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. Working Drawings – Drawings showing the details not shown on the Plans which are required to be designed by the Contractor. Working Night – A period of night-time work, allowed only on Sunday through Thursday, excluding holidays. 1-3 ABBREVIATIONS. 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the “Manual of Steel Construction” published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words Abbreviation Word or Words ABAN .............................................................Abandon ABAND .......................................................Abandoned ABS ........................ Acrylonitrile – butadiene – styrene AC .................................................... Asphalt Concrete ACP ........................................... Asbestos cement pipe ACWS ..................... Asphalt concrete wearing surface ALT ................................................................Alternate APTS ................................. Apartment and Apartments AMER STD ................................... American Standard AWG ............... American Wire Gage (nonferrous wire) BC .................................................. Beginning of curve BCR ....................................... Beginning of curb return BDRY ............................................................Boundary BF ..................................................... Bottom of footing BLDG ........................................ Building and Buildings BM .............................................................. Benchmark BVC .................................... Beginning of vertical curve B/W ........................................................... Back of wall C/C ..................................................... Center to center CAB ...................................... Crushed aggregate base CAL/OSHA ............ California Occupational Safety and Health Administration CalTrans ....... California Department of Transportation CAP .................................... Corrugated aluminum pipe CB ............................................................. Catch Basin Cb ........................................................................ Curb CBP ............................... Catch Basin Connection Pipe CBR ....................................... California Bearing Ratio CCR ............................ California Code of Regulations CCTV ............................................... Closed Circuit TV CES .......................... Carlsbad Engineering Standards CF ................................................................ Curb face CF ................................................................ Cubic foot C&G .................................................... Curb and gutter CFR ................................ Code of Federal Regulations CFS ......................................... Cubic Feet per Second CIP ......................................................... Cast iron pipe CIPP ................................................ Cast-in place pipe CL ............................................. Clearance, center line CLF .................................................... Chain link fence Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 50 of 129 CMB ............................... Crushed miscellaneous base CMC ......................................... Cement mortar-coated CML ............................................ Cement mortar-lined CMWD .................... Carlsbad Municipal Water District CO .................................................... Cleanout (Sewer) COL ..................................................................Column COMM ....................................................... Commercial CONC ........................................................... Concrete CONN ........................................................ Connection CONST .................................. Construct, Construction COORD ...................................................... Coordinate CSP ............................................ Corrugated steel pipe CSD ............................... Carlsbad Standard Drawings CTB ............................................ Cement treated base CV ............................................................ Check valve CY ............................................................... Cubic yard D .............................................................. Load of pipe dB ................................................................... Decibels DBL .................................................................. Double DF ............................................................... Douglas fir DIA ................................................................ Diameter DIP ..................................................... Ductile iron pipe DL ................................................................Dead load DR ...................................................... Dimension Ratio DT .................................................................Drain Tile DWG ............................................................... Drawing DWY .............................................................. Driveway DWY APPR ................................... Driveway approach E ....................................................................... Electric EA ........................................................................ Each EC ............................................................ End of curve ECR ................................................ End of curb return EF ................................................................ Each face EG ......................................................... Edge of gutter EGL .................................................. Energy grade line EI ................................................................... Elevation ELC ..................................... Electrolier lighting conduit ELT ........................................................ Extra long ton ENGR ....................................... Engineer, Engineering EP ................................................... Edge of pavement ESMT ........................................................... Easement ETB .......................................... Emulsion-treated base EVC ............................................... End of vertical curb EWA ............................... Encina Wastewater Authority EXC ............................................................ Excavation EXP JT ................................................. Expansion joint EXST ............................................................... Existing F .................................................................. Fahrenheit F&C ................................................... Frame and cover F&I .................................................. Furnish and install FAB ............................................................... Fabricate FAS ............................................... Flashing arrow sign FD ............................................................... Floor drain FDN ............................................................ Foundation FED SPEC ................................. Federal Specification FG ........................................................ Finished grade FH ............................................................. Fire hydrant FL ................................................................... Flow line FS ...................................................... Finished surface FT-LB .........................................................Foot-pound FTG .................................................................. Footing FW ............................................................ Face of wall G ........................................................................... Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons GALV ......................................................... Galvanized GAR ........................................... Garage and Garages GIP .............................................. Galvanized iron pipe GL ........................................ Ground line or grade line GM .............................................................. Gas meter GNV ............................................... Ground Not Visible GP ..................................................................Guy pole GPM ................................................ gallons per minute GR ...................................................................... Grade GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HDWL ........................................................... Headwall HGL .............................................. Hydraulic grade line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation ID ........................................................ Inside diameter INCL ...............................................................Including INSP .............................................................Inspection INV ...................................................................... Invert IP .................................................................... Iron pipe JC ..................................................... Junction chamber JCT .................................................................Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ Length LAB ............................................................. Laboratory LAT ................................................................... Lateral LB ...................................................................... Pound LD ..................................................... Local depression LF ................................................................ Linear foot LH ............................................................... Lamp hole LL ...................................................................Live load LOL .............................................................Layout line LONG ........................................................Longitudinal LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) LS ................................................................ Lump sum LTS .................................................... Lime treated soil LWD ............................... Leucadia Wastewater District MAINT ..................................................... Maintenance MAX ............................................................. Maximum MCR ............................................ Middle of curb return MEAS ............................................................. Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ..................................................... Miscellaneous MOD ................................................... Modified, modify MON ............................................................ Monument MSL .. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine MULT ...............................................................Multiple MUTCD .....Manual on Uniform Traffic Control Devices MVL ............................................... Mercury vapor light NCTD .............................. North County Transit District Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 51 of 129 NRCP .............................. Nonreinforced concrete pipe OBS ...............................................................Obsolete OC ................................................................ On center OD ..................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................ Overhead Electric OMWD ................. Olivenhain Municipal Water District OPP ...............................................................Opposite ORIG ................................................................Original PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature PCVC ....................... Point of compound vertical curve PE ........................................................... Polyethylene PI .................................................. Point of intersection PL ............................................................. Property line PMB ............................ Processed miscellaneous base POC ...................................................... Point on curve POT .................................................... Point on tangent PP .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI ......................................... Pounds per square inch PT .................................................... Point of tangency PVC .................................................. Polyvinyl chloride PVMT ........................................................... Pavement PVT R/W ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete RCB ...................................... Reinforced concrete box RCE ...................................... Registered civil engineer RCP ..................................... Reinforced concrete pipe RCV ........................................... Remote control valve REF ............................................................. Reference REINF ..............................Reinforced or reinforcement RES ...............................................................Reservoir RGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR ...................................................................Railroad RSE .............................. Registered structural engineer RTE .................................... Registered traffic engineer S .................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD ............................................................. Storm drain SDNR .............................. San Diego Northern Railway SDR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings SE ...................................................... Sand Equivalent SEC .................................................................. Section SF ............................................................. Square foot SFM ................................................ Sewer Force Main SI ....................... International System of Units (Metric) SPEC ..................................................... Specifications SPPWC .......................................... Standard Plans for Public Works Construction SSPWC ............................. Standard Specifications for Public Works Construction ST HWY ................................................ State highway STA ................................................................... Station STD ............................................................... Standard STR ..................................................................Straight STR GR ................................................ Straight grade STRUC .......................................... Structural/Structure SW .................................................................Sidewalk SWD ...................................................... Sidewalk drain SY ............................................................ Square yard T .................................................................. Telephone TAN ................................................................. Tangent TC .............................................................. Top of curb TEL ............................................................. Telephone TF ........................................................... Top of footing TOPO ........................................................ Topography TR ........................................................................ Tract TRANS ......................................................... Transition TS ......................... Traffic signal or transition structure TSC ............................................. Traffic signal conduit TSS ........................................... Traffic signal standard TW ..............................................................Top of wall TYP .................................................................. Typical UE .............................................. Underground Electric USA .................................... Underground Service Alert VAR ..................................................... Varies, Variable VB ................................................................ Valve box VC .......................................................... Vertical curve VCP ................................................... Vitrified clay pipe VERT ............................................................... Vertical VOL .................................................................. Volume VWD ....................................... Vallecitos Water District W ........................ Water, Wider or Width, as applicable WATCH .............. Work Area Traffic Control Handbook WI ............................................................ Wrought iron WM ........................................................... Water meter WPJ .......................................... Weakened plane joint XCONN ............................................ Cross connection XSEC ..................................................... Cross section Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 52 of 129 1-3.3 Institutions. Abbreviation Word or Words AASHTO ............................. American Association of State Highway and Transportation Officials ACI .................................................................................................... American Concrete Institute AISC ...............................................................................American Institute of Steel Construction ANSI ................................................................................. American National Standards Institute AREA ........................................................................ American Railway Engineering Association ASME ........................................................................ American Society of Mechanical Engineers ASQ ................................................................................................. American Society for Quality ASTM ........................................................................ American Society for Testing and Materials AWPA ............................................................................ American Wood Preservers Association AWS ................................................................................................... American Welding Society AWWA .................................................................................. American Water Works Association EEI ........................................................................................................... Edison Electric Institute EIA ...................................................................................................Electronic Industries Alliance EPA ......................................................................................... Environmental Protection Agency ETL ............................................................................................... Electrical Testing Laboratories FCC .................................................................................. Federal Communications Commission FHWA ......................................................................................... Federal Highway Administration GRI ............................................................................................ Geosynthetic Research Institute IEEE ................................................................... Institute of Electrical and Electronics Engineers IMSA ............................................................................International Municipal Signal Association ISSA ............................................................................ International Slurry Surfacing Association ITE ....................................................................................... Institute of Transportation Engineers NCHRP ........................................................... National Cooperative Highway Research Program NEMA .................................................................... National Electrical Manufacturers Association NSF .................................................................................................National Science Foundation OSHA ..................................................................Occupational Safety and Health Administration PPI .............................................................................................................. Plastics Pipe Institute RUS ............................................................................................................ Rural Utilities Service SAE ........................................................................................... Society of Automotive Engineers SSPC ........................................................................................... Society for Protective Coatings UL ................................................................................................. Underwriters' Laboratories Inc. 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 53 of 129 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) ....................................................................................25.4 micrometer (m) 1 inch (in) ..............................................................................................25.4 millimeter (mm) 1 inch (in) ..............................................................................................2.54 centimeter (cm) 1 foot (ft) ................................................................................................0.3048 meter (m) 1 yard (yd) .............................................................................................0.9144 meter (m) 1 mile (mi) .............................................................................................1.6093 kilometer (km) 1 square foot (ft2) ..................................................................................0.0929 square meter (m2) 1 square yard (yd2) ................................................................................0.8361 square meter (m2) 1 cubic foot (ft3) .....................................................................................0.0283 cubic meter (m3) 1 cubic yard (yd3) ..................................................................................0.7646 cubic meter (m3) 1 acre ....................................................................................................0.4047 hectare (ha) 1 U.S. gallon (gal) .................................................................................3.7854 Liter (L) 1 fluid ounce (fl. oz.) ..............................................................................29.5735 millileter (mL) 1 pound mass (lb) (avoirdupois) ...........................................................0.4536 kilogram (kg) 1 ounce mass (oz) .................................................................................0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................0.9072 Tonne (= 907 kg) 1 Poise ..................................................................................................0.1 pascal . second (Pa . s) 1 centistoke (cs) ....................................................................................1 square millimeters per second (mm2/s) 1 pound force (lbf) .................................................................................4.4482 Newton (N) 1 pounds per square inch (psi) .............................................................6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) .................................................................1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf).......................................................................1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ...............................................1.3558 Watt (W) 1 part per million (ppm) .........................................................................1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): ........................................................................Degree Celsius (°C): °F = (1.8 x °C) + 32 ...............................................................................°C = (°F – 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (lm) 1 second (s) Common Metric Prefixes kilo (k) ....................................................................................................103 centi (c)..................................................................................................10-2 milli (m) ..................................................................................................10-3 micro () ................................................................................................10-6 nano (n) .................................................................................................10-9 pico (p) ..................................................................................................10-12 1-5 SYMBOLS.  Delta, the central angle or angle between tangents  Angle % Percent ‘ Feet or minutes “ Inches or seconds / per or (between words) ° Degree PL Property line CL Centerline SL Survey line or station line Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 54 of 129 SECTION 2 – SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the board, except that the contractor may assign money due or which will accrue to it under the contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: “(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor’s total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor’s total bid or ten thousand dollars ($10,000), whichever is greater.” “(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid.” If the Contractor fails to specify a Subcontractor or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor’s total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 55 of 129 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor’s own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the Board shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated “Specialty Items” may be performed by subcontract, and the amount of any such “Specialty Items” so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. “Specialty Items” will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 56 of 129 The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one-year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1. An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2. A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, Supplemental Provisions, Project Technical Specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction (SSPWC) and the latest supplements thereto, Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 57 of 129 2024 edition as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The Plan set for the contract consists of Drawing Number 469-6B and includes three sheets. The Standard Drawings consist of the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Modified standard drawings, if applicable, are enclosed in the appendices to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict in the Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1. Permits from other agencies as may be required by law. 2. Change orders, whichever occurs last. 3. Contract addenda, whichever occurs last. 4. Contract. 5. Technical Specifications. 6. Carlsbad General and Supplemental Provisions. 7. Carlsbad Engineering Standards. 8. Technical Specifications. 9. Plans. 10. Standards Plans. a. City of Carlsbad Standard Drawings. b. City of Carlsbad Standard Drawings. c. City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d. San Diego Area Regional Standard Drawings. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 58 of 129 e. Traffic Signal Design Guidelines and Standards. f. State of California Department of Transportation Standard Plans. g. State of California Department of Transportation Standard Specifications. h. California Manual on Uniform Traffic Control Devices (CA MUTCD). 10. Standard Specifications for Public Works Construction, as amended. 11. Reference Specifications. 12. Manufacturer’s Installation Recommendations Detail drawings shall take precedence over general drawings. Detailed plans and plan views shall have precedence over general plans. 2-5.2.1 Precedence of Caltrans Specifications. Where Caltrans specifications are used to modify the SSPWC or are added to the SSPWC by the Contract Documents, the Caltrans specifications shall have precedence only in reference to the materials referred to in the Caltrans specifications. The documents listed in Section 2-5.2 above, in their order of precedence above, shall prevail over the Caltrans specifications in all other matters. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor’s expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. One electronic (PDF) file shall be submitted. If revisions are required, the Engineer will return one redlined copy for resubmission. Upon acceptance, the Engineer will return one electronic copy to the Contractor. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required be performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label ‘4-C’ would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor’s letterhead. The letter of transmittal shall contain the following: 1. Project title and Agency contract number. 2. Number of complete sets. 3. Contractor’s certification statement. 4. Specification section number(s) pertaining to material submitted for review. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 59 of 129 5. Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6. Description of the contents of the submittal. 7. Identification of deviations from the Contract Documents. 8. The signature, printed name, title and company name of the Contractor’s representative. The Contractor shall subscribe to and shall place the following certification on all submittals:  “I hereby certify that the (equipment, material, procedure(s)) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval.” Or  “ I hereby certify that the (equipment, material, procedure(s)) contained herein meet all requirements shown or specified in the Contract Documents, except for the following deviation(s): .” 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Working drawings are required in the following sections: TABLE 2-5.3.2 Item Section Number Title Subject 1 7-8.6.1 Dewatering Excavation Dewatering 2 7-10.4.1 Safety Orders Trench Shoring 3 7-10.4.8 Steel Plate Covers Steel Plate Bridging 4 300-3.2 Cofferdams Structure Excavation & Backfill 5 300-12.1 SWPPP SWPPP 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.2 Falsework Plans Structural Steel 10 307-1.1 General Jacking Operations 11 307-2.1 General Tunneling Operations 12 306-8 Microtunneling Microtunneling Operations 13 601-2 Temporary Traffic Control Plan Traffic Control 14 02690 Temporary Sewer Bypass Pumping Sewer Bypassing Working drawings listed above as Items 2, 3, 4, 7, 8, 9, 10, 11, 12, and 13 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings are required in the following sections and as specified in the Special Provisions: Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 60 of 129 TABLE 2-5.3.3 Item Section Number Title Subject 1 207-2.5 Joints Reinforced Concrete Pipe 2 207-8.4 Joints Vitrified Clay Pipe 3 304-1.1.1 Shop Drawings Structural Steel 4 304-2.1 General Metal Hand Railings 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Three hard copies and one electronic (PDF) file of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, one red lined copy will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1. List of Subcontractors per 2-3.2. 2. List of Materials per 4-1.4. 3. Certifications per 4-1.5. 4. Construction Schedule per 6-1 and Work Plan per 6-2. 5. Confined Space Entry Program per 7-10.4.4. 6. Concrete mix designs per 201-1.1. 7. Asphalt concrete mix designs per 203-6.1. 8. Controller Cabinet Wiring Diagrams per 701-17.2.2 9. Data, including, but not limited to, catalog sheets, manufacturer’s brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 10. Temporary highline plan per Carlsbad Engineering Standards. 2-5.4 Record Drawings. The Contractor shall maintain a complete "as-built" record set of blue-line prints, which shall be corrected in red ink daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, conduits, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. The official record drawing shall accurately reflect all changes and modifications to the original plan. The Contractor shall formally submit the final record drawing at the final walk-through meeting. At the direction of the Engineer, the Contractor shall correct and revise the Record Drawings to accurately reflect field conditions. Re-submittal of the Record Drawings shall be completed within ten (10) working days of the final walk-through meeting date and shall reflect any additional punch list items. Payment for the upkeep, revision, and submittal of the record drawings shall be included in the lump sum price for mobilization. 2-5.5 Project Management and Document Control. The Contractor shall utilize the Agency’s standardized online project management and document control platform: Procore (www.procore.com). The Contractor is required to create a free, web-based, user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 61 of 129 Procore. If unfamiliar or not otherwise trained with Procore, the Contractor and applicable team members shall complete a free training certification course at the following site: http://learn.procore.com/procore-certification-subcontractor. The Contractor is responsible for obtaining their own technical support, as needed, either through online training or by contacting the Procore support team. The Contractor shall regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for the use of Procore. The Contractor shall provide at least one on-site individual with mobile access to the Procore App to provide real-time access to current and updated drawings, specifications, RFIs, submittals, schedules, change orders, and other project documents as well as any deficient observations or punch list items. The Contractor shall post all communications addressed to the Engineer, and shall review and act on all communications addressed to the Contractor, in the Procore App. The use of Procore does not relieve the contractor of any other requirements as may be specified in the Contract Documents. Procore for Windows, iOS: https://apps.apple.com/us/app/procore-construction- management/id374930542 Procore for Android: https://play.google.com/store/apps/details?id=com.procore.activities 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil or groundwater analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. The Contractor may make independent investigations of the project site, including evaluation of the soil or groundwater conditions and/or the presence of rock, in order to characterize the subsurface conditions that may be encountered to the Contractor’s satisfaction. The costs for such investigations shall be considered included in the bid price and no additional compensation will be made therefor. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor’s responsibility to determine and allow for the elevation of groundwater at the time of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work, when indicated on the Plans, will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and restoring additional work areas and removing and/or disposing of facilities temporarily required. The Contractor shall indemnify and hold the agency harmless from all claims for damages caused by such actions. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 62 of 129 2-9 SURVEYING. 2-9.1 General. The Contractor will perform and be responsible for the accuracy of surveying adequate for construction. The Contractor shall set and preserve construction survey stakes and marks for the duration of their usefulness. If any construction survey stakes are lost or disturbed and need to be replaced, such replacement shall be performed at the expense of the Contractor. The Contractor shall notify the Engineer in writing at least 2 Working Days before survey services in connection with the laying out of any portion of the Work. The Contractor shall set all stakes for line and grade. Setting tolerances for construction staking shall conform with Chapter 12, Construction Surveys of the Caltrans Surveys Manual. Surveying to determine the boundaries of the public right-of-way or easements shall conform with Chapter 10, Right-of-Way Surveys. Unless otherwise specified in the Special Provisions, stakes will be set and stationed for alignments for pipelines (sewers, storm drains, potable water, recycled water) and their appurtenances, curbs, headers, structures, rough grade, finish grade and right-of-way or easement boundaries. A corresponding cut or fill to finished grade (or flowline) will be indicated on a grade sheet. 2-9.2 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS Drawing No. M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The Record of Survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer’s review and approval before submittal to the County Surveyor and before submittal to the County Recorder. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 63 of 129 Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.3 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the Work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-9.4 Payment for Survey, Payment for survey work shall be included in the bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be included in the contract price for Replace Survey Monument. If no such bid item is listed in the bid, payment shall be considered incidental to the Work necessitating the disturbance of said monuments and no additional payment will be made. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors’ performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor’s staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 64 of 129 However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these Specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 65 of 129 SECTION 3 – CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor’s signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 66 of 129 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as “extra work” when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 67 of 129 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary, for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge and Equipment Rental Rates” published by Caltrans, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer’s ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 68 of 129 The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors’ invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1. Labor …………………………..… 20 2. Materials .……………………….. 15 3. Equipment Rental ……………… 15 4. Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 69 of 129 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract Documents; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor’s failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655: Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 70 of 129 “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” By: ___________________________________ Title: ______________________________ Date: _________________________________ Company Name: ______________________________________________________________ The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the Agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the Contractor and the Agency are unable to reach agreement on disputed work, the Agency may direct the Contractor to proceed with the Work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer 4. City Engineer 5. Executive Manager, Carlsbad Municipal Water District The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the District will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested, the District will provide its position within 10 working days of receipt of said additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the Executive Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the Executive Manager. Actual approval of the claim is subject to the change order provisions in the contract. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 71 of 129 All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) “Public entity” shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v) The Military Department as to any project under the jurisdiction of that department. (vi) The Department of General Services as to all other projects. (vii) The High-Speed Rail Authority. (4) “Public works project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 72 of 129 disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity’s written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties’ dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity’s failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 73 of 129 (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2020, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 74 of 129 claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 75 of 129 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 76 of 129 SECTION 4 – CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer’s approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency’s consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 6 inches and vitrified clay and cast-iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 77 of 129 the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor’s responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 78 of 129 furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer’s written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words “or equal”. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the Contract Documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer’s findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 79 of 129 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator’s platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials’ tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient’s agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary, gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 80 of 129 standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 81 of 129 SECTION 5 – UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which are known to exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. Prior to pipeline excavation, the Contractor shall verify the findings of the report and all locations and depths of utilities which are shown by the Contract Documents or have been marked by the utility owners within the proposed trench zone. The Contractor shall pothole all service connections, utilities that cross or parallel (within 5 feet) the proposed construction, and all connection points to existing utilities. The Contractor shall record the material size (outside diameter), type, and horizontal and vertical locations (bearing and slope) and submit the data and allow time for the Engineer’s review in accordance with Section 2-5.3. The Contractor shall verify the utility layout per this Section. Full compensation for such work shall be considered included in the bid item of work requiring the potholing and no separate payment shall be made therefor. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 82 of 129 1. Furnish and install a 2-inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2-inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor’s operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as “abandoned” or “to be abandoned in place”. Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. The costs involved in the removal and disposal shall be considered incidental to the bid items of work necessitating such removals and no separate payment shall be made therefor, unless a bid item for “Removal” is specifically included in the bid proposal. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as directed and approved by the City. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 83 of 129 In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer, the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor’s actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. Cooperation with CMWD and City staff will be required for all work affecting existing utility systems or facilities and prior to water utility shutdowns, testing and inspections, and project completion. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 84 of 129 SECTION 6 – PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within ten (10) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format and submit the schedule in accordance with 2-5.3. The schedule shall: A. Be prepared using a commercially available, Windows compatible software program, “Suretrak” by Primavera or “Project” by Microsoft Corporation or approved equal. B. Be prepared in hard copy (paper) and electronic (Adobe PDF) format and free of file locking, encryption or any other protocol that would impede full access to the data and labeled with the project name and number, the Contractor’s name and the date of preparation. C. Begin with the date projected for the Notice to Proceed and conclude with the date of final completion conforming with the Contract time. D. Depict a time-scaled network diagram of all activities, logic relationships of interdependent activities, and milestones comprising the complete period of Work with tasks on the vertical axis and their durations on the horizontal axis. Use distinctive texture patterns or line types to show the critical path within the Contract time. Include a tabular listing of each activity and its identification number, description, duration, early start, early finish, late start, late finish, total float, and all predecessor and successor activities. The number of activities will communicate the Contractor’s plan for project execution, accurately describe the project work and allow monitoring and evaluation of progress and time impacts. Activity descriptions shall accurately define the work planned for the activity. Activity durations shall not be shorter than 1 working day or longer than 15 working days unless approved by the Engineer. E. Include detail of all project phasing, staging and sequencing including all milestones necessary to define beginning and ending of each phase or stage and constraints which may impact any activity. Include time allowances for coordination with utility companies and other agencies, equipment and material deliveries, submittal reviews and approvals, Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 85 of 129 traffic control setup and phasing, Work performed by others, inspections, testing and commissioning, corrective work, and any non-work periods. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. A schedule which shows a project duration longer than the Contract Time will not be acceptable and will be grounds to consider the Contractor in default of the Contract per 6-4. The Engineer may choose to accept the Contractor’s proposal of a project duration which is shorter than the Contract time provided the shortened Baseline Construction Schedule is reasonable and demonstrates, to the satisfaction of the Engineer, that the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened schedule. Acceptance of a shortened Baseline Construction Schedule will be confirmed through the execution of a Change Order revising the Contract time. The Engineer’s approval of the Baseline Construction Schedule is a condition precedent to issuance of the Notice to Proceed. If the schedule does not meet the requirements of these specifications, the Contractor shall revise the schedule and resubmit it to the Engineer. Failure to obtain the Engineer’s approval of the schedule within fifteen (15) working days after the date of the preconstruction meeting shall be grounds to consider the Contractor in default of the Contract per 6-4. The number of working days used by the Engineer to review the initial Baseline Construction Schedule submittal will not be included in the 15 working days. The Engineer shall complete subsequent reviews of the revised schedule and progress updates within 5 working days of receipt. The Engineer’s response to each review will consist of one of the following: “Accepted.” The Contractor may proceed with the Work upon issuance of the Notice to Proceed. Payment for the schedule may be requested by the Contractor. “Accepted with Comments.” The Contractor may proceed with the Work upon issuance of the Notice to Proceed. The Contractor must revise and resubmit the schedule and receive the Engineer’s acceptance of the schedule before payment for the schedule is requested by the Contractor. “Not Accepted.” The Contractor may not proceed with the Work, must revise and resubmit the schedule and may not request payment for the schedule. 6-1.1.2 Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon the completion level of each activity as a basis for progress payments. Schedule updates shall conform with the requirements for the initial submittal in 6-1.1.1 and shall: A. Show the actual dates of each activity start and/or finish during the month. The schedule update shall include specific notation for any changes in actual dates after they are first reported. B. Report the percent complete for each activity in progress at the end of the month as determined by the Engineer. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 86 of 129 C. Include a list and explanation of all changes made to the activities, dates or interconnecting logic. D. Include activity and network revisions reflecting the Change Orders approved in the previous month as agreed upon during the review and acceptance of the Change Orders. The Engineer’s responses to the progress schedule updates shall be as described in 6-1.1.1. The Contractor shall proceed with Work and request payment for the progress schedule updates as described therein. If the Contractor fails to submit the progress schedule updates as required herein, the Contractor may elect to proceed with the Work at its own risk and shall forfeit payment for the progress schedule update until compliance is met. If the Contractor elects to delay or cease Work after failure to submit the progress schedule updates, any resulting delay, impact, or disruption to the Work will be the Contractor’s responsibility. 6-1.1.3 Interim Revisions. Should the actual or projected progress of the Work exceed 5 percent of the Contract Time, the Contractor shall prepare and submit a revised Baseline Construction Schedule independently of and prior to the next progress schedule update with a list and explanation of each change made to the schedule. The submittal, schedule review and acceptance requirements of 6-1.1.2 shall apply, 6-1.1.4 Late Completion or Milestone Dates. If a schedule update indicates a completion date later than the Contract time or contractually required milestone completion date, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent schedule update which removes all or a portion of the delay be “Accepted” by the Engineer, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following such acceptance. 6-1.1.5 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the Work is completed. The update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed in accordance with 6-1.1.2. Acceptance of the final schedule update is required for release of funds retained per 9-3.2. 6-1.1.6 Three-Week Look Ahead Schedules. The Contractor shall submit a detailed 3-week look ahead schedule prior to each progress meeting throughout project duration. The schedules shall be revised weekly to identify the construction activities and durations for each bid item of work for the current week and the succeeding two weeks. The Contractor shall revise the schedule to include additional activities or actual progress when so requested by the Engineer. 6-1.1.7 Measurement and Payment. The Contractor’s preparation, revision and maintenance of the Construction Schedule are incidental to the Work and no separate payment will be made therefor. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 87 of 129 All costs of prosecuting the Work as described herein shall be included in the Contractor’s Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. The Contractor shall incorporate non-work days, moratoriums or special events specified in the Contract Documents into the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustments of contract time will be allowed as a consequence of these events. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Work as shown or specified on the Contract Documents. The work descriptions in this section are an overview only and shall not relieve the Contractor from its responsibilities to conduct all coordination and perform the Work in accordance with the Contract Documents. 6-2.2 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor’s Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, “The Contractor’s Representative”. No separate payment for attendance of the Contractor, the Contractor’s Representative or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. The Contractor shall coordinate with the Archaeological and Cultural Monitor during excavation activities. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 88 of 129 The Contractor shall be entitled to an extension and compensation in accordance with Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to promptly begin procurement or delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency’s interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board’s opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board’s consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor’s place in all respects for that part and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 89 of 129 as provided in 6-6.3. Such unforeseen events may include war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor’s inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. The proof must be provided in a timely manner in accordance with the sequence of the Contractor’s operations and the approved construction schedule. If delays beyond the Contractor’s control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interest of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor’s control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 60 (sixty) working days after the starting date specified in the Notice to Proceed. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 90 of 129 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer, for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any day identified as a construction moratorium due to special events or holiday periods; 5. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 6. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 7. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise specified or approved in writing by the Engineer, the hours of work shall be between the hours of 8 a.m. and 4 p.m. on Mondays through Fridays, excluding Agency holidays and other restricted days or times as specified in the Contract Documents. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall incorporate the dates, areas and types of work prohibited elsewhere in the Contract Documents into the construction schedule. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. Contractor is hereby advised that the Engineer may require after hours or weekend work if required for the protection and safety of existing facilities, workers or the public. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. 6-8.1 Site Walk-Through. After the site has been fully restored, the Inspector will schedule an inspection within five days of the Contractor’s request. The Contractor and Inspector shall attend the inspection and all outstanding deficiencies shall be identified in a List of Deficiencies. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 91 of 129 A review of the red-line record drawings and asset schedule shall also be completed at the Site Walk-Through and all red-line deficiencies will be added to the List of Deficiencies. 6-8.2 List of Deficiencies. Following the Site Walk-Through, the Inspector will generate the List of Deficiencies (also known as the punch list) within five working days. The Contractor shall then have 10 working days to perform corrective work and provide a written response to each punchlist item. 6-8.3 Site Follow-Up Walk-Through. Upon receipt of written responses to the List of Deficiencies, the Inspector will complete a follow-up inspection. Any outstanding deficiencies will be noted and returned to the Contractor. Outstanding deficiencies will delay full payment of any relevant bid items. 6-8.4 Request for Final Walk-Through. Once the Contractor asserts they have satisfied the terms of the Contract and with the Inspector’s permission, the Contractor may submit written assertion in the form of a Request for Final Walk-Through, certifying that all deficiencies identified through the Site Walk-Through process have been addressed and request a Final Inspection to demonstrate project completion to the Agency. The Contractor shall provide an attachment to the Request for Final Inspection with the Contractor’s written response to each deficiency. The Request for Final Inspection shall not be considered complete without the Contractor’s written response to each deficiency. 6-8.5 Final Walk-Through. Upon receipt of the Request for Final Walk-Through, the Inspector shall schedule the Final Inspection. The Inspector and Contractor shall attend the final inspection. Representatives from other Agency departments reserve the right to be present at the Final Inspection. The red-line record drawings and asset schedules shall also be reviewed. If any deficiencies are not satisfactorily addressed or additional deficiencies are identified, the Contractor will have 10 working days to complete the corrective work. 6-8.6 Request for Completion. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies are corrected by the Contractor, and the Engineer is satisfied that all of the Work meets the requirements of the Contract Documents. Once the Final Walk-Through has been completed and all outstanding deficiencies satisfactorily completed to Agency’s approval, the Contractor shall submit a written assertion in the form of Request for Completion letter, certifying that the Work has been completed. 6-8.7 Completion. Upon receipt of the Request for Completion letter, the Agency shall review the written assertion within 2 working days. If, in the Engineer’s judgment, the Work has been completed in accordance with the Contract Documents, the Agency will issue a Completion Letter. The completion date will be the date to which liquidated damages will be computed. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute completion or acceptance of the Work. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 92 of 129 6-8.8 Acceptance. Acceptance will occur after all the requirements contained in the Contract Documents have been fulfilled. If, in the Engineer’s judgment, the Contractor has fully performed the Contract, the Engineer will so certify to the Board. Upon such certification by the Engineer, the Board may accept the Work. Upon the Board’s acceptance of the Work, the Agency will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of acceptance of the Work. 6-8.9 Warranty. All work shall be warranted for one (1) year after acceptance of the Work and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor’s sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work, or a portion thereof, within the time allowed will result in damages being sustained by the Agency. For each consecutive working day in excess of the time specified for completion of Work, or a portion thereof, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of five hundred dollars ($500.00). Such sum is liquidated damages and shall not be construed as a penalty and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that the amount specified above per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 93 of 129 SECTION 7 – RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR’S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor’s attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor’s Bid. 7-4 WORKERS’ COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 94 of 129 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers’ Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, oversize load, blasting, and demolition. The Contractor shall pay all business taxes or license fees that are required for the Work. 7-5.1 Resource Agency Permits. No resource agency permits are required for the Work. 7-5.2 Air Pollution Control Permits. The use of materials or activities that can generate air emissions are regulated by the California Air Resource Board (CARB) and the San Diego County Air Pollution Control District (SDAPCD) and either require permits or are subject to state or local air regulations which establish limitations on equipment or product use or VOC content and requirements for recordkeeping and reporting. These materials and activities include, but are not limited to the following: • Abrasive blasting • Adhesives • Asbestos abatement, removal or disruption • Coating or painting • Concrete curing compounds • Demolition of buildings, equipment or structures • Fiberglass/polyester resin layup or machining • Operation of non-road diesel engines greater than 49 hp (including generators, compressors, pumps, hydro blasters, etc.) • Operation of off-road diesel engines greater than 25 hp (including forklifts, construction equipment, load handlers, etc.) • Solvents • Welding Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 95 of 129 Operators of portable engines and other types of equipment can register their units under the CARB Statewide Portable Equipment Registration Program (PERP) in order to operate their equipment throughout California. However, the use of portable equipment (e.g., bypass pumps) to perform the function of permitted stationary equipment is subject to SDAPCD regulation in addition to CARB requirements. Diesel-engine driven generators or equipment shall have a valid permit or registration in accordance with the California Air Resources Board and/or the San Diego County Air Pollution Control District regulations prior to mobilization to the site. The Contractor shall submit a copy of the permit or registration documents for all equipment subject to state or local air pollution control regulations and maintain the permit or registration documents in valid standing during the performance of the Work. Products such as paints, adhesives, resins, solvents and other products shall comply with the Volatile Organic Compound (VOC) content limits established by CARB and/or the SDAPCD. The Contractor shall be responsible for determining that such products can be used legally in the performance of the Work. The Contractor shall maintain and submit records to the City Engineer on the quantities of paints or solvents used as may be required by applicable regulations. Prior to starting any activity that is required to have an air pollution control permit or registration, the Contractor shall verify the applicability of the latest air pollution control regulations pertaining to the proposed materials, equipment and operations and obtain and comply with applicable requirements: • Rule 11 – Exemptions from Rule 10 Permit Requirements Rule 12 – Registration of Specified Equipment • Rule 12.1 – Portable Equipment Registration • Rule 51 – Nuisance • Rule 67.0.1 – Architectural Coatings • Rule 67.17 – Storage of Materials Containing Volatile Organic Compounds • Rule 71 – Abrasive Blasting San Diego Air Pollution Control District: 858-586-2600 https://www.sdapcd.org/content/sdapcd/permits.html California Air Resource Board: https://ww2.arb.ca.gov/our-work/programs/portable-equipment-registration-program-perp/about 7-6 THE CONTRACTOR’S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 96 of 129 In order to communicate with the Agency, the Contractor’s representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. In the event that the Contractor proposes to change the Contractor's Representative prior to Project completion, the Contractor shall notify the Agency and submit the qualifications of the proposed Contractor's Representative for the Engineer's review at least two weeks prior to the proposed change. The qualifications shall demonstrate that the minimum requirements of the position, as described herein, are satisfied. The Engineer will review the qualifications of proposed Contractor's Representative within 5 working days of receipt. No change in Contractor's Representative will be allowed without the Agency's approval. In the event of a change in Contractor's Representative without prior approval, Agency reserves the right to suspend work, at the Contractor's cost, until a qualified Contractor's Representative is approved for the Project. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all utility companies during the mark-out and locating of their lines or during their relocation or construction if necessary. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-7.2 Site Access. The project site is located within a secured CMWD property. At the start of project, the Contractor shall provide and ‘daisy chain’ their own lock on the lock chain and remove at the conclusion of the project. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 97 of 129 When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor’s Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer’s cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 98 of 129 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number R9-2013-0001, National Pollutant Discharge Elimination System (NPDES) Permit and Waste Discharge Requirements for Discharges from the Municipal Separate Storm Sewer Systems (MS4s) Draining the Watersheds within the San Diego Region, and amendments thereto, and with all requirements of the Storm Water Pollution Prevention Plan for this project in accordance with these regulations. The Contractor shall be responsible for the preparation and implementation of the Storm Water Pollution Prevention Plan (SWPPP) for each site location per Section 300-12. Templates are available at the City’s website and following Link: Engineering Applications & Forms | Carlsbad, CA (carlsbadca.gov) SWPPPs are to be designed in accordance with the City of Carlsbad Engineering Standards Volume 4 SWPPP Manual and are subject to approval by the City. 7-8.6.1 Dewatering. Dewatering shall be performed by the Contractor when specifically required by the Plans or Specifications or specified in the bid schedule, and as necessary for construction of the Work. Dewatering shall be performed in conformance with all applicable local, state and Federal laws and permits issued by jurisdictional regulatory agencies. Permits necessary for the discharge of groundwater to land or the sanitary sewer system shall be obtained by the Contractor unless provided by the District. Water shall be treated prior to disposal if so specified in the Special Provisions or required by a permit. The Contractor shall submit a Dewatering Plan and related supporting information detailing its proposed plan and methodology of dewatering, treatment/pretreatment (when required for permit compliance) and disposal of accumulated water. The plan shall identify the following: 1. location, type and size of dewatering devices and related equipment, 2. size and type of materials composing the collection system, 3. size and type of equipment to be used to retain and, if required, treat accumulated water, 4. the proposed disposal locations, and Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 99 of 129 5. any other information required by the jurisdictional agency. If the proposed disposal location is a sanitary sewer, the Contractor shall comply with the Special Use Discharge Permit from the Encina Wastewater Authority. If the proposed disposal location is a storm drain system or receiving body of water, the Contractor shall submit written evidence of permission from the owner of the storm drain system and, if not obtained by the Agency, original signed permits from jurisdictional regulatory agencies or written evidence that such permits are not required. All costs for dewatering including sample collection, testing, permit application fees and installation, testing and operation of the dewatering system shall be made at the contract price specified in the bid schedule for Dewatering. If no such bid item is listed, payment shall be considered included in the bid item of work requiring dewatering and no separate or additional payment shall be made therefor. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor’s operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be restored with sod and unpaved areas covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 100 of 129 7-9.1 Preconstruction Survey. The Contractor shall perform a preconstruction survey of the project site to provide a record of preconstruction conditions. This survey shall include the following as a minimum: 1. Video of existing public right-of-way or easements, proposed alignment, utility mark-outs, working areas, staging and storage areas. Conduct the survey after construction staking has been completed. 2. Video of construction access roads to be used by the Contractor, including all public and private streets used for access to and from the work site. Indicate areas of damaged paving. 3. Any other areas as directed by the Owner which may be disturbed or which are to be protected from the Contractor’s operations. 4. Photographs and video of potential “problem areas” and private property adjacent to the Work. 5. Notify the Owner seven calendar days in advance and coordinate the scheduling of the video so that a representative of the Owner may accompany the Contractor during the videotaping. 6. At the completion of the survey, the Contractor shall present the Owner with a report detailing the existing conditions at each proposed pipeline site, staging, and stockpile areas. The report shall include the following as a minimum: a. One copy of the video in color in digital format. b. One digital photograph of each “potential problem area”. c. Written summary of “potential problem areas” and the Contractor’s recommendations to address these areas. 7. Documentation (including report) of existing conditions shall be completed within 15 days of the Notice to Proceed. The Contractor will not be allowed to begin potholing, excavation or dewatering activities until the final report has been submitted and accepted by the Owner. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor’s operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. In areas where site access is restricted, the Contractor is responsible for coordinating site access. All communications shall be made through the City inspector unless otherwise approved. No excavation or vehicle access will be allowed to occur outside of the easement, outside of the right-of-way, or in vegetated or landscaped areas unless otherwise shown on the Plans or as approved by the Engineer. Safe and adequate pedestrian and vehicular access shall be provided and maintained to fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; public transportation stops and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Pedestrian crossings of the Work at intervals not exceeding 300 feet (90 m) shall be provided and maintained unless otherwise approved by the Engineer. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 101 of 129 The Contractor shall refer to and comply with the requirements of Section 302-15 and Part 6 of the Supplemental Provisions. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways after unloading. Construction equipment shall not be stored at the Work site before its actual use on the Work or after it is no longer needed. All materials or equipment not installed or used in construction on any given day shall be stored elsewhere by the Contractor at its expense unless otherwise approved by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench on the same day, shall not be stored in public streets. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flag persons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: The Engineer......................................................................................... 442-339-2766 Carlsbad Fire Administration ................................................................. 442-339-2141 Carlsbad Police Department Dispatch ................................................... 442-339-2197 Carlsbad Traffic Signals Maintenance ................................................... 760-438-2980 Carlsbad Traffic Signals Operations ...................................................... 442-339-2736 North County Transit District ................................................................. 760-966-6500 Republic Services ................................................................................. 760-332-6464 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer’s written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering “signs” as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Temporary traffic controls shall be in accordance with the Plans, the TCP, the California Manual on Uniform Traffic Control Devices (MUTCD), current edition, and the Contract Documents. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 102 of 129 to the approved traffic control plan. All temporary traffic control devices shall conform to Caltrans Standard Specification 12-3. Warning and advisory signs, lights and devices shall be furnished, installed and maintained by the Contractor and shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor’s vehicles or equipment are parked on the shoulder within 6’ of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25’ intervals to a point not less than 25’ past the last vehicle or equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (6’) nor operate equipment within 0.6 m (2’) from any traffic lane occupied by traffic. For equipment, the distance shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these Contract Documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one, 12-foot wide paved traffic lane shall be open for use by public traffic in each direction of travel. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD, current edition, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 103 of 129 If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic striping operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the latest California Manual on Uniform Traffic Control Devices (CAMUTCD) published by Caltrans. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of Traffic Control Plans. The Contractor shall submit traffic control plans (TCPs) as a part of the Work for all construction activities that are located within the traveled way. TCPs shall be prepared by a professional engineer registered in the State of California and regularly engaged in the preparation of traffic control plans. Design of TCPs for construction shall meet the requirements of the City and the California Manual on Uniform Traffic Control Devices as published by Caltrans. Submittal and review requirements for TCPs shall conform to Section 2-5.3 Shop Drawings and Submittals. The Contractor must obtain the Engineer’s approval prior to implementing TCPs. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCPs. New or revised TCP submittals shall include all TCPs needed for the entire duration of the Work. Each TCP phase shall be prepared in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation, vertical curves must also be shown. The Engineer shall be the sole judge of the suitability and quality of any such TCPs. 7-10.3.7 Payment. The contract price paid for Traffic Control shall include full compensation for Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 104 of 129 furnishing all labor, materials, tools, equipment and incidentals, and for performing all work involved to implement the traffic control system, complete in-place, including, but not limited to, preparing and revising TCPs, flag persons, installing temporary or permanent traffic control devices such as barriers, delineators, lighting, signage, portable changeable message signs, striping, pavement markers and markings in accordance with the Contract Documents and as directed by the Engineer. Progress payments for Traffic Control will be based on the percentage of the improvement work necessitating traffic control and completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers’ protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer’s approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 105 of 129 Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor’s submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit- required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-10.4.6 Flood Lighting. 7-10.4.6.1 General. When work is being performed during hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, flood lighting shall be used to illuminate the Work site, flagger stations, equipment crossings and other hazardous areas. Flood lighting shall provide visibility for a distance of 1/2 mile (800 m). Flood lights shall not shine directly into the view of oncoming traffic. 7-10.4.6.2 Payment. No separate or additional payment will be made for flood lighting. Payment shall be included in the Contract Unit Price or lump sum price in the Bid for the various Bid items. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 106 of 129 7-10.4.7 Security and Protective Devices. 7-10.4.7.1 General. Security and protective devices shall consist of fencing, steel plates, or other devices as specified in the Special Provisions to protect open excavations. 7-10.4.7.2 Security Fencing. The Contractor shall completely fence open excavations. Security fencing shall conform to 304-5. Security fencing shall remain in place unless workers are present and construction operations are in progress during which time the Contractor shall provide equivalent security. 7-10.4.7.3 Payment. No separate or additional payment will be made for security fencing or protective devices. Payment shall be included in the Contract Unit Price or lump sum price in the Bid for the various Bid items. 7-10.4.8 Steel Plate Covers. 7-10.4.8.1 General. The Contractor shall provide, install, and maintain steel plate covers as necessary to protect from accidental entry into openings, trenches, and excavations. Plates shall provide complete coverage to prevent any person, bicycle, motorcycle, or motor vehicle from being endangered due to plate movement causing separations or gaps. The Contractor shall submit the design in accordance with Section 2-5.3 which shall include the following criteria: 1. The approval of steel plate bridging shall be at the sole discretion of the Engineer. 2. Steel plate bridging shall be designed to support HS20-44 truck loading per Caltrans Bridge Design Specifications Manual. 3. Surfaces exposed to pedestrian or vehicular traffic shall be non-skid. The Contractor shall maintain a non-skid surface on the steel plate having a minimum coefficient of friction equivalent to 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from each Caltrans District Materials Engineer to correlate skid resistance results to California Test Method 342. 4. The Contractor shall install signage with a 2-inch (51 mm) minimum letter height indicating the steel plate cover load limit, the Company’s name, and a 24-hour emergency contact phone number. The 5. Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. 6. The Contractor is responsible for the maintenance of the plates and asphalt concrete ramps or other devices used to secure the plates and shoring of the trench to support all loads. 7. Contractor shall immediately mobilize necessary personnel and equipment to repair plate movements, separation, noise, anchors, asphalt ramps or any other deficiency. Failure to respond within 2 hours after being notified by the Engineer shall be grounds for the City to perform necessary repairs at the expense of the Contractor. 8. When plates are removed, the pavement surface shall be repaired to the satisfaction of the Engineer. 9. For trench widths exceeding those in Table 7-10.4.8.2, a structural design shall be prepared by a California registered civil or structural engineer regularly engaged in the design of shoring systems. 7-10.4.8.2 Thickness. Steel plate covers shall conform to Table 7-10.4.8.2. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 107 of 129 TABLE 7-10.4.8.2 Trench Width Steel Plate Cover Thickness Less than 10" 1/2" (12.5 mm) 10" (250 mm) to 1'-11" (580 mm) 3/4" (19 mm) 2' (600 mm) to 2'-7" (790 mm) 7/8" (22 mm) 2'-8" (820 mm) to 3'-5" (1040 mm) 1" (25 mm) 3'-6" (1070 mm) to 5'-3" (1600 mm) 1-1/4" (32 mm) More than 5'-3" (1600 mm) See Note 1 Notes: The Contractor shall submit a Working Drawing and calculations based on AASHTO H20-44 bridge loading. 7-10.4.8.3 Installation. Steel plate covers shall extend a minimum of 2 feet (600 mm) beyond trench edges. Unless otherwise specified in the Special Provisions or approved by the Engineer for the site conditions prior to use, steel plate covers shall be installed using Method 1. Method 2 shall not be used in a traveled lane. Method 1. The pavement shall be cold milled to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface to support the plate with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 1 inch (25 mm) and shall be filled with elastomeric sealant material which may, at the Contractor’s option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of Tables 203-5.2(B) and 203-5.3(A). Method 2. The approach plate and ending plate (in longitudinal placement) shall be attached to the surface by a minimum of 2 dowels, ¾” diameter (19 mm), drilled at the corners of the plate and drilled 6 inches (150 mm) into the pavement. Subsequent plates may be butted next to each other. Temporary asphalt concrete (D2-SC 800) shall be used to construct tapers from the steel plate surface to the existing surface at a 12-inch (300 mm) run for each 1 inch (25 mm) thickness of steel plate. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant material. Advance traffic warning signs shall be installed as specified in the Special Provisions or shown on the TCP. 7-10.4.8.4 Payment. Steel plate bridging materials including, but not limited to steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be considered as incidental to the work. No separate or additional payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer’s approval. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 108 of 129 Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: “In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties.” Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 109 of 129 SECTION 8 – FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Field Facilities for Agency personnel are not required. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 110 of 129 SECTION 9 – MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster’s certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated “Lump Sum”, “L.S.”, or “Job”, shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. The Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT. 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 111 of 129 it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor’s request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent violation of any law, injury, death, or property damage, and precautions which are the Contractor’s responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice of Completion.” If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor’s failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency’s payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 112 of 129 days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 5 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. The Agency will withhold not less than 5 percent of the total Contract amount until acceptance of the performance of the Contract. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 113 of 129 The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for Mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for Mobilization and Preparatory Work will be made at the Contract price and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate bid items. Such activities shall include, but are not limited to, coordination with Agency forces, securing permits, preconstruction survey (video and photographs), surveying and staking, securing construction water supply, providing power necessary for construction, providing all temporary construction fencing; installing, maintaining and removing project signs; providing on-site sanitary facilities; Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 114 of 129 posting OSHA requirements and establishing safety programs, demobilization and any other work or services not included in any other bid item. Mobilization also includes the cost to fulfill all responsibilities of the Contractor defined in Section 7 and for maintaining and submitting the project record drawings at the end of the project. These record drawings must be reviewed monthly with the Agency to receive progress or final payments for any work. The Contractor hereby agrees that the price paid is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. The Contractor’s bid price for Mobilization shall not exceed 10% of the Contractor’s base bid. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), payment will be made at forty percent (40%) of the amount bid for Mobilization and Preparatory Work. For the second progress payment, payment will be made at fifty percent (50%) of the amount bid for Mobilization and Preparatory Work. The remaining 10% of the amount bid for Mobilization and Preparatory Work will be made when all punch list items are signed-off and completed to the satisfaction of the City Inspector, and the Contractor has completely demobilized from the project site(s). 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. BID SCHEDULE A A-1: Mobilization The contract price paid for this bid item shall constitute payment for all mobilization work in accordance with Section 9-3.4.1. A-2: Tier I SWPPP Preparation, Implementation and Maintenance The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to submit for approval, implement, maintain, report, document, and amend as necessary a Tier 1 Storm Water Pollution Prevention Plan per Sections 7-8.6 and 300-12. A-3: Clear, Grub and Restore Slope The contract price paid for this bid item shall constitute payment to clear, trim and remove vegetation as necessary to construct the proposed storm drain; remove and replace in-kind any portion of the irrigation system impacted by the work; remove and restore in-kind fencing temporarily removed to provide access to the slope area; and to stabilize the slope with post construction BMPs upon installing the storm drain. Landscape as-built plans detailing the slope’s vegetation and irrigation system are provided in Appendix C. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 115 of 129 A-4: Remove and Replace Curb and Gutter The contract price paid for this bid item shall constitute full compensation to remove the existing Type-G curb and gutter to the nearest joint in accordance with SDRSD G-11 and Section 401 and replace in-kind per SDRSD G-2, G-11 and Section 303-5. A-5: Construct Curb Outlet, Type A, SDRSD D-25A The contract price paid for this bid item shall constitute full compensation to construct the curb outlet at the location shown on the Plans and in accordance with San Diego Regional Standard Drawing D-25A, the specifications and contract. A-6: Remove and Replace Street Light Junction Box and Associated Conduit The contract price paid for this bid item shall constitute full compensation to remove an existing pull box and the associated conduit and conductors in conflict with the proposed curb outlet and to furnish and install a new 3.5 type pull box per city of Carlsbad Standard Drawing GS-21 at the location shown on the Plans and all associated work to restore the street light service in-kind including, but not limited to: excavation; placing and compacting base rock; backfill; intercepting the existing street light service conduit run; installation of new SCH 80 PVC conduit between the pull box and street light; furnishing, mandrel and splicing 10 AWG conductors to the existing street light service; and removal and replacement of the 10 amp street light fuse within the street light pole hand hole. A-7: Remove Sidewalk The contract price paid for this bid item shall constitute full compensation to remove and dispose the existing concrete sidewalk to the extents shown on the Plans and in accordance with SDRSD G-11 and Section 401. A-8: Replace Sidewalk The contract price paid for this bid item shall constitute full compensation to replace the concrete sidewalk to the extents shown on the Plans and in accordance with SDRSD G7-11 and Section 303-5. A-9: Construct 6-inch PVC Storm Drain The contract price paid for this bid item shall constitute full compensation to construct the 6-inch PVC (SDR 35) storm drain and associated fittings in accordance with the Plans, Section 306 of the specifications and City of Carlsbad Standard Drawing DS-2. A-10: Construct Drainage Catch Basin The contract price paid for this bid item shall constitute full compensation to furnish and install precast catch basin with HS-20 rated traffic grates of the size specified and at the locations shown on the Plans. This includes, but is not limited to, excavation; removal/modification of existing structures; pipe connections; bracing; subgrade preparation; bedding; backfilling; compaction; furnishing and installing precast inlet, frames and covers; and all incidental work or services. A-11: Remove Existing Catch Basin The contract price paid for this bid item shall constitute full compensation to remove an existing catch basin and abandon in-place existing drainage pipe at the location shown on the Plans including, but not limited to: excavation, plugging and slurry filling abandoned 6” PE tubing, backfill and compaction. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 116 of 129 A-12: Roadway Excavation The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to excavate the existing soils and pavements from the proposed paving extents to the elevations shown on the Plans in accordance with Section 300-2 and dispose all spoils per Section 401. A-13: Furnish and Install Caltrans Class 2 Permeable Material The contract price paid for this bid item shall constitute full compensation to furnish, place, and compact Caltrans Class 2 Permeable Material per Section 68-2.02F to the thickness and extents shown on the Plans and in accordance with the contract and specifications. A-14: Remove Asphalt Concrete Dike The contract price paid for this bid item shall constitute payment for removing and disposing the existing asphalt concrete dike to the extents shown on the Plans. A-15: Construct Asphalt Concrete Paving, C2 PG64-10 The contract price for this item shall include full compensation to prepare and compact existing subgrade, surface preparation and to furnish, place, and compact C2 PG64-10 asphalt concrete pavement to the thickness and extents shown on the Plans and in accordance with the contract and specifications. A-16: Construct Porous Asphalt Surfacing The contract price for this item shall include full compensation to prepare and compact existing subgrade, surface preparation and to furnish, place, and compact porous asphalt concrete pavement to the thickness and extents shown on the Plans and in accordance with the contract and specifications. A-17: Construct Asphalt Concrete Dike, Type A, SDRSD G-05 The contract price paid for this bid item shall constitute full payment for furnishing and placing a Type-A asphalt concrete dike to the extents shown on the Plans and in accordance with SDRSD G-05, the contract and specifications. A-18: Adjust Valve and Electrical Boxes to Final Grade The contract price paid for this item shall include full compensation to protect, salvage, and adjust existing valve boxes and electrical boxes to final grade where indicated on the Plans. A-19: Modify Manhole Lid The contract price paid for this item shall include full compensation to remove and dispose the existing manhole lid, frame, cover and concrete collar and to furnish and install a new frame, composite cover/lid; and to adjust to final grade as shown on the Plans. A-20: Seal Coat Existing AC Pavement and Berms The contract price paid for this bid item shall constitute payment for providing an asphaltic seal coat per Section 203-9 to the extents shown on the Plans and in accordance with the contract and specifications. The area specified in the contract quantity shall receive two applications of seal coat applied per Section 302-8. Asphalt dikes within the seal coat extents shall also receive the seal coat. Asphalt dike surface area is included in the contract quantity. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 117 of 129 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Replace this subsection in its entirety with the following: Materials for use as untreated base or subbase shall be classified in the order of preference as follows: a) Class II Aggregate Base conforming to Caltrans Standard Specification, Section 26: Aggregate Bases, Subsection 26-1.02B Class II Aggregate Base, ¾” maximum size. b) Crushed Miscellaneous Base conforming to subsection 200-2.4. When base material without further qualification is specified, the Contractor shall supply Class II aggregate base. When a particular classification of base material is specified, the Contractor may substitute any higher classification of base material for that specified, following the order of preference listed above. All processing or blending of materials to meet the grading requirement will be performed at the plant or source. The materials shall compact to a hard, firm, unyielding surface and shall remain stable when saturated with water. Add the following section: 200-2.2.4 Class II Aggregate Base. Aggregate for Class II aggregate base shall be free from organic matter and other deleterious substances and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. AGGREGATE GRADING REQUIREMENTS Percentage Passing 3/4" Maximum __________________ Operating Sieve Sizes Range 2" ................................. 11/2" ............................ 1" ................................. 100 3/4" .............................. 90-100 No. 4 ............................ 35-60 No. 30 ........................... 10-30 No. 200 ........................ 2-9 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 118 of 129 If the results of the aggregate grading test does not meet the requirements specified for “Contract Compliance,” the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City 15 percent of the material cost per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. No single aggregate grading test shall represent more than 500 cubic yards or one day's production, whichever is smaller. 200-2.4.3 Quality Requirements. Add the following: If the test results of the tests for either or both aggregate grading and Sand Equivalent tests do not meet the requirements specified, placement of the Crushed Miscellaneous Base may be continued for the remainder of the working day. Work shall not resume until tests indicate that the aggregate to be used complies with the requirements specified. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified, the Crushed Miscellaneous Base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the material may remain in place and the Contractor shall pay to the City 15 percent of the material cost per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the requirements for Crushed Miscellaneous Base, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.3.3 Modify as follows: TABLE 201-1.3.3 PORTLAND CEMENT CONCRETE Type of Construction Concrete Maximum Class Slump Inches (mm) All Concrete Used Within the Right-of-Way 560-C-3250 (1) (330-C-23) (2) Trench Backfill Slurry 190-E-400 (115-E-3) 8” (200) Street Light Foundations and Survey Monuments 560-C-3250 (330-C-23) 4” (100) Traffic Signal Foundations 590-C-3750 (350-C-27) 4” (100) Concreted-Rock Erosion Protection 520-C-2500P 310-C-17 per Table 300-11.3.1 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 119 of 129 (1) Except that concrete required to be of higher strength by Table 201-1.3.3 SSPWC shall be as per Table 201-1.3.3 SSPWC. (2) As per Table 201-1.3.3 SSPWC. 201-1.2.4 Chemical Admixtures. Substitute the following: (d) Air-Entraining Admixtures. The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 201-3.4 Type “A” Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a ½” continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel or perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type “A” and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer’s standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. When matching existing colored concrete or for new colored concrete, provide color selections from manufacturer’s full range of standard colors for products of type indicated. Sealant color parallel to curb line shall match color of Paving Treatment as specified in Section 303-7 of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer’s standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant complying with either ASTM-C920, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Acceptable Products: “Sonneborn NPII”; Sonneborn Building Products Division; “Scofield Lithoseal Trafficalk 3-G”, L.M. Scofield Company; or equivalent, as approved by the Engineer. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 120 of 129 Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be pre-formed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 203-6.1 General. Add the following: 203-6.2.1. Asphalt Binder. Add the following: Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.4. Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Hveem Stability per Table 203-6.4.4. 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10 and used to provide a surface course no more than 2 inches in depth. B-PG64-10 shall be used for base courses. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. Asphalt Concrete for patches shall be C1-PG 64-10 RAP. Add the following section: 203-17 ASPHALT PAVEMENT CRACK SEALANTS. Hot pour liquid crack sealant shall be Crafco Polyflex III P/N 34521 Sealant. Storage and heating instructions and cautions will be supplied with each shipment. The sealant must be able to be reheated to application temperature at least once after the initial heat up without degradation of sealant specifications. Sealant shall have an application life at application temperature up to 12 to 15 hours. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 121 of 129 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 – EARTHWORK Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1’) of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4. Add the following section: 300-12 STORM WATER POLLUTION PREVENTION PLAN 300-12.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the City of Carlsbad Engineering Standards Volume 4 “SWPPP Manual”, “Greenbook” Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construction (“Handbook”), the requirements of the Permit, the requirements in the plans and these supplemental provisions. 300-12.2 SWPPP Document. Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2- 5.3. If revisions are required, the Contractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer’s comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer’s acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construction site both during and after construction is completed under this contract. The SWPPP shall incorporate control measures in the following categories: 1. Soil stabilization practices; 2. Sediment control practices; 3. Wind erosion control practices; 4. Non-storm water management and waste management and disposal control practices. 5. Daily street sweeping Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 122 of 129 Specific objectives and minimum requirements for each category of control measures are contained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibilities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspection and Repair; 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Consideration Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised operations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protection Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. 300-12.3 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the “Handbook” and these supplemental provisions. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 123 of 129 Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the rainy season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the rainy season or upon start of applicable construction activities for projects which begin either during or within 20 days of the rainy season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor’s cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. 300-12.4 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP, as described in Section 7-8. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. The construction site inspection checklist provided in the “Handbook” shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the rainy season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24-hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. 300-12.5 Payment. The contract lump sum price paid for the SWPPP work shall include full compensation for the design, submittal, obtaining approval, and amending the Tier 2 SWPPP and for furnishing all labor, materials, tools, equipment, and incidentals to install, implement, maintain and remove construction BMPs per the approved SWPPP. The most recent Tier 2 construction SWPPP Template is available on the City Website and an example is included in Appendix “D”. Partial payment shall be based on the percentage of the total value of work completed. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 124 of 129 SECTION 301 - SUBGRADE PREPARATION, TREATED MATERIALS AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading “150 mm (6 inches)” to “300 mm (12”)”. 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12”) of subgrade beneath areas to be paved, have base or subbase material placed on them (including pipelines), or curb, gutter, curb and gutter, alley pavement, driveway, sidewalk constructed over them, to no less than 95 percent maximum dry density as determined by ASTM D1557. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be incidental to the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 - ROADWAY SURFACING Add the following section: 302-8 SEALCOAT FOR MISCELLANEOUS AREAS. 302-8.3 Measurement and Payment. Modify as follows: Sealcoat material shall be paid for at the Contract Unit Price per square yard. The two layers of sealcoat shall be measured as one square yard. Add the following section: 302-17 ASPHALT PAVEMENT REPAIRS AND REMEDIATION 302-17.1 Full Depth Asphalt Replacement. The area set forth in the bid items is for estimating purposes only and the final quantities will be as measured in the field by the City Inspector. The Inspector will designate and mark the final limits of the remove and replace areas in the field by outlining the area to be patched with paint. The Contractor shall remove the asphalt concrete in the designated area to the depth required per the requirements of subsection 404 of the SSPWC. The Contractor shall sweep the work area, keep dust to a minimum, and remove and dispose of the AC at the Contractor’s expense. A tack coat of SS-1h emulsified asphalt shall be applied uniformly to all asphalt-to-asphalt contact surfaces in accordance with subsection 302-7.2. The Contractor shall fill the area with asphalt concrete and Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 125 of 129 compact so that the finished surface of the new AC is flush with the surrounding pavement. The Contractor is required to use a self-propelled paving machine for areas 6 feet wide and wider. 302-17.2 Crack Sealing. All joints and cracks equal or >1/4” wide shall be cleaned to a minimum depth of 1” (25 mm) with high pressure air jet. No sealant material shall be placed until the joints and cracks have been cleaned of all loose dirt, old material, and are sufficiently dry. Both side walls of the cracks and joints must be free of dust and debris to assure optimum sealant adhesion. The joints and cracks shall be inspected and approved by the Inspector prior to placing the crack sealant material. Final joint and crack cleaning will be the same day of the sealing operation except as otherwise approved by the Inspector. The Contractor shall dispose of debris from crack cleaning outside the public way in accordance with Section 7-8.1, “Cleanup and Dust Control.” The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed manufacturer’s recommendations. Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 50°F. Containers of hot-melt rubberized sealant shall be delivered to the job-site in unopened containers that are clearly marked with data showing the manufacturer’s name, the product designation and the manufacturer’s batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. Crack sealant shall be allowed to cure for 7 days prior to the resurfacing. 302-17.3 Measurement and Payment. Quantities of pavement repairs as set forth in the bid items are for estimating purposes only. Final quantities will be as designated and measured in the field. The Engineer will designate and mark the limits of the repairs. Full compensation for conforming to the requirements of constructing pavement repairs shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work as outlined in the appropriate section, including saw cutting and removing and disposing of existing asphalt concrete, pavement fabric, tree roots, aggregate base/subbase and basement soil as designated by the engineer, placement of asphalt concrete, compaction of subbase and asphalt concrete, placement of SS-1h asphalt emulsion and all other work incidental to the pavement repairs shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefor. The bid price for cold milling shall include removing and disposing of pavement fabric or geo- textile when encountered. Full compensation for conforming to the requirements of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefor. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-1 CONCRETE STRUCTURES 303-1.2 Subgrade for Concrete Structures. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 126 of 129 Add the following: If groundwater is encountered, Contractor shall work a minimum 2’ deep of ¾” gravel into soil to provide an adequate base for construction of concrete structure. 303-1.11 Measurement. Delete the subsection in its entirety and replace with the following: Concrete structures will be measured for payment by each structure installed as specified in the bid schedule and in accordance to the plan and any referenced standard drawings. 303-1.12 Payment. Delete the subsection in its entirety and replace with the following: Payment for concrete structures will be made as set forth in the Bid Schedule. Payment shall include compensation for furnishing all labor, materials, tools, and equipment necessary to construct the concrete structures complete in place. Items shall include submittal of PCC mix design for approval, structure excavation, subgrade and base preparation, furnishing PCC and casting-in-place, steel reinforcement, forms, covers, rims, grates, frames, collars, cone and draft sections, bases, steps, clean up; and for all other work necessary to install the concrete structure, complete in place, and no additional compensation will be allowed therefor. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.1.1 General. Add the following: Portland Cement Concrete construction shall include, but not limited to, curbs, walkways, cross gutters, access ramps, driveways, concrete curb outlet, terrace ditches, and all other miscellaneous PCC construction items as indicated on the plans and per these Specifications. Removal of adjacent asphalt concrete and aggregate base removal associated with concrete curb construction shall be replaced with full depth asphalt concrete with a minimum width of one foot perpendicular to the face of concrete edge. The replaced section shall conform to the requirements of Sections 203-6, 302-5, 401-3 and match the depth of the adjacent concrete gutter. The Contractor shall verify with a “smart level”, string line and/or water testing that positive drainage is maintained upon completion of finishing, and any irregularities causing water ponding shall be corrected and refinished. The CITY shall be present to verify the concrete forms, prior to pouring any PCC construction improvements. 303-5.5.2 Curb. Add the following: The Contractor shall stamp the curb face with 75 mm (3”) high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 127 of 129 TABLE 303-5.5.2(A) Curb Face Markings Type of underground facilities Marking Water Service Lateral W Sewer Service Lateral S Irrigation Water Lateral or Sleeve RW 303-5.9 Measurement and Payment. Add the following: Curb and gutter, and curb, shall be considered as continuing across driveways, access ramps and drainage inlets when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. SECTION 306 – OPEN TRENCH CONDUIT CONSTRUCTION 306-3 TRENCH EXCAVATION Add the following: 306-3.1 General. When the actual elevation or position of any existing pipe, conduit, or other underground appurtenances cannot be determined without excavation, the Contractor shall excavate and expose the existing improvement at the location shown on the Plans and any other locations deemed necessary by the Engineer. Such excavation shall be considered as part of the excavation necessary for the work. The Engineer shall be given the opportunity to inspect the existing improvements when it is exposed. Any adjustments in line or grade which may be necessary to accomplish the intent of the plans shall be made at no additional costs. Add the following: 306-3.2 Removal of Surface Improvements. Add the following: Bituminous pavement, concrete pavement, curbs, sidewalks, or driveways removed in connection with construction shall be removed in accordance with Subsection 401 of the Standard Specifications and these Special Provisions and reconstructed in-kind. 306-3.5 Maximum Length of Open Trench. Delete the first sentence for the first paragraph and replace with the following: Except by permission of the Engineer, the maximum length of open trench where prefabricated pipe is used shall be the distance necessary to accommodate the amount of pipe installed and backfilled in a single day. 306-12 BACKFILL 306-12.1 General. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 128 of 129 Add the following: The Contractor shall install detectable underground utility marking tape above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. Delete the following section in its entirety and replace with the following: 306-12.3.2 Compaction Requirements. The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 915 mm (36”) of the street right-of-way, compaction shall be 95 percent. 306-13 TRENCH RESURFACING 306-13.1 Temporary Resurfacing. Add the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-13.2 Permanent Resurfacing. Add the following: Except as provided in section 306-13.1, “Temporary Resurfacing,” the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and compaction of backfill and aggregate base materials. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Revised 6/15/17 Contract No. 5024-6 Page 129 of 129 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 4, EXISTING IMPROVEMENTS SECTION 400 – PROTECTION AND RESTORATION 400-1 GENERAL Add the following: The Contractor shall replace all pavement striping, markings and markers which are not designated for removal and are damaged as a result of its operations. 400-2 PERMANENT SURVEY MARKERS Delete the second paragraph and subparagraphs a), b) and c). 400-3 PAYMENT. Delete in its entirety and replace with the following: No separate or additional payment will be made for 1) protection of existing improvements, and 2) restoration of existing improvements. No separate or additional payment will be made to restore permanent survey makers. SECTION 401 – REMOVAL 401-3 CONCRETE AND MASONRY IMPROVEMENTS 401-3.2 Concrete Curb, Walk, Gutters, Cross Gutters, Curb Ramps, Driveway and Alley Intersections. Delete the third and fourth sentence and add the following: All existing concrete shall be removed to the nearest joint. Concrete shall be removed to neatly sawed edges with saw cuts made to a depth deep enough to produce a clean straight break without loosening, cracking or damaging adjoining improvements. PCC and all other material unsuitable for use as fill, as determined by the Engineer, shall be removed from the right-of-way and disposed of by the Contractor at a site of his own choice and shall pay all costs incidental to the disposal. Add the following section: 401-3.2.1 Adjacent Asphalt Concrete Removal. Removal of asphalt concrete and aggerate base associated with concrete driveway, AC Dike, ramp, curb and/or gutter construction shall be replaced with full depth asphalt concrete to a minimum width of one foot perpendicular from face of nearest concrete edge. Removal of adjoining asphalt section and the full depth replacement is incidental to the concrete curb and gutter work as described in section 303-5. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Appendix A CARB Fleet Compliance Certification Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 City Attorney Approved Version 12/14/2023 DISCLOSURE & SUBMITTAL REQUIREMENT VEHICLE EMISSION DISCLOSURE & COMPLIANCE REQUIREMENT. This Project is subject to the following regulation(s) by the California Air Resources Board. In bidding this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all equipment and vehicle emission requirements under this Contract and applicable law in its Bid. ADVANCED CLEAN FLEETS. Vehicles with a Gross Vehicle Weight Rating (GVWR) greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean- fleets. Bidders utilizing subcontractors shall provide a signed certificate of reported compliance for each listed subcontractor in the space provided in the Proposed Subcontractors form. Bidders, and its subcontractors must be registered as compliant fleets at the time of bid submittal. In the event that a bidder, or its subcontractors, are exempt from this regulation, the bidder must submit a signed statement attesting to the fact, and to the reason(s) why it is not subject to the High Priority and Federal Fleets Regulation of Title 13, CCR Section 2015 through 2015.6 and the State and Local Government Fleets Regulation of Title 13, CCR Section 2013 through 2013.4. Failure to certify as a compliant fleet or provide an attestation to an exemption, may render the bid non-responsive. IN-USE OFF-ROAD DIESEL-FUELED FLEETS. Any contractor utilizing off highway vehicles or equipment may be subject to compliance with the In-Use Off-Road Diesel-Fueled Fleets Regulation. For more information, please visit the CARB In-Use Off-Road Diesel-Fueled Fleets Regulation webpage at: https://ww2.arb.ca.gov/our- work/programs/use-road-diesel-fueled-fleets-regulation. Bidders shall submit with its Bid a valid California Air Resources Board certificate of reported compliance. Bidders utilizing subcontractors shall submit the DOORS ID number for each listed subcontractor in the space provided in the Proposed Subcontractors form. Bidders are responsible for including a certificate of reported compliance for each identified subcontractor. Failure to submit valid certificates may render the bid non-responsive. GENERAL COMPLIANCE WITH LAWS. Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 City Attorney Approved Version 12/14/2023 Contractor is aware of the requirements of the emissions reduction regulations being mandated by the California Air Resources Board (“CARB”) and that it will comply with all applicable regulations before commencing the performance of the work and maintain compliance throughout the duration of this Agreement. CALIFORNIA AIR RESOURCES BOARD. The California Air Resources Board (“CARB”) implemented amendments to the In-Use Off-Road Diesel- Fueled Fleets Regulations (“Regulation”) which are effective on January 1, 2024, and apply broadly to all self-propelled off-road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. A copy of the Regulation is available at: https://ww2.arb.ca.gov/sites/default/files/barcu/regact/2022/off-roaddiesel/appa-1.pdf Bidders are required to comply with all CARB and Regulation requirements, including, without limitation, all applicable sections of the Regulation, as codified in Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. Bidders must provide, with their Bid, copies of Bidder’s and all listed subcontractors the most recent, valid Certificate of Reported Compliance (“CRC”) issued by CARB. Failure to provide valid CRCs as required herein may render the Bid non-responsive. The City of Carlsbad is a Public Works Awarding Body, as that term is defined under Title 13 California Code of Regulations section 2449(c)(46). Accordingly, Bidders must submit, with their Bids, valid Certificates of Reported Compliance (“CRC”) for the Bidder’s fleet, and for the fleets of any listed subcontractors (including any applicable leased equipment or vehicles). Bidders must complete and submit the Fleet Compliance Certification, on the form provided. Failure to provide a CRC for the Bidder, and for all listed subcontractors, or failure to complete the Fleet Compliance Certification, may render the Bid non-responsive. COMPLIANCE WITH CALIFORNIA AIR RESOURCES BOARD REGULATIONS. Contractor shall comply, and shall ensure all subcontractors comply, with all applicable requirements of the most current version of the California Air Resources Board (“CARB”) regulations including, without limitation, all applicable terms of Title 13, California Code of Regulations Division 3, Chapter 9 and all pending amendments (“Regulation”). Throughout the Project, and for three (3) years thereafter, Contractor shall make available for inspection and copying any and all documents or information associated with Contractor’s and subcontractors’ fleet including, without limitation, Certificates of Reported Compliance (“CRC”), fuel/refueling records, maintenance records, emissions records, and any other information the Contractor is required to produce, keep or maintain pursuant to the Regulation upon two (2) calendar days’ notice from the City of Carlsbad. Contractor shall be solely liable for any and all costs associated with complying with the Regulation as well as for any and all penalties, fines, damages, or costs associated with any and all violations, or failures to comply with the Regulation. Contractor shall defend, indemnify and hold harmless the City of Carlsbad, its officials (appointed and elected), officers, and employees from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the Regulation. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 City Attorney Approved Version 12/14/2023 FLEET COMPLIANCE CERTIFICATION. Bidder hereby acknowledges that they have reviewed the CARB’s policies, rules and regulations and are familiar with the requirements of Title 13, California Code of Regulations, Division 3, Chapter 9, effective on January 1, 2024 (the “Regulation”). Bidder hereby certifies, subject to the penalty of perjury, that the option checked below relating to the Bidder’s fleet, and/or that of their subcontractor(s) (“Fleet”) is true and correct: □ The Fleet is subject to the requirements of the Regulation, and the appropriate Certificate(s) of Reported Compliance have been attached hereto. □ The Fleet is exempt from the Regulation under Section 2449.1(f)(2), and a signed description of the subject vehicles, and reasoning for exemption has been attached hereto. □ Bidder and/or their subcontractor is unable to procure R99 or R100 renewable diesel fuel as defined in the Regulation pursuant to Section 2449.1(f)(3). Bidder shall keep detailed records describing the normal refueling methods, their attempts to procure renewable diesel fuel and proof that shows they were not able to procure renewable diesel (i.e., third party correspondence or vendor bids). □ The Fleet is exempt from the requirements of the Regulation pursuant to Section 2449(i)(4) because this Project has been deemed an “emergency”, as that term is defined in Section 2449(c)(18). Bidder shall only operate the exempted vehicles in the emergency situation and records of the exempted vehicles must be maintained, pursuant to Section 2449(i)(4). □ The Fleet does not fall under the Regulation or are otherwise exempt and a detailed reasoning is attached to this certification. Name of Bidder: Signature: Name: Title: Date: Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Appendix B Site Access Map Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 ArcGIS Web Map City Boundary Parcel Boundary - Existing Street Name Minor 5/28/2024, 2:12:39 PM 0 80 16040 ft 0 25 5012.5 m 1:1,128 ArcGIS Web AppBuilder Copyright nearmap 2015 | 3593 3598 B-TAP SEWER AND WATER FACILITY SITE IMPROVEMENTS - B-TAP RESERVOIR 3840 & 5024 3 EXHIBITPROJECT NUMBERSPROJECT NAME LOCATION MAP Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Appendix C As-Built Drawings CITY DWG # 303-2L VILLAGE Q LANDSCAPE AS-BUILT CMWD DWG # 82-109 TRI-AGENCIES PIPELINE TERMINAL RESERVOIR AS-BUILT Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 • \; \ SodiY.t?~L'.L \ . 5EE _SM-? /d.H" PET ~ 1--c,--c;- \ \ ' .¾STATION CONTROLL . \ 0 lll~ :i " :z ti; ~ i,,01' /).: 1/ \I\, . (!,, I ~ I NOTE: THE IRRIGATION SYSTEM IS DRAWN DIAGRAMMATICALLY. LOCATE ALL IRRIGATION LINES AND APPURTENANCES IN COMMON AREAS ONLY. AT NO TIME WILL IRRIGATION LINES OR APPURTENANCES CROSS PRIVATE PROPERTY. ~/<'. l'l'.Jrlr"'; a>riTl"'\GTVle:'. Ti> 1",ec,V1~ I" =17"1,:,AL C:C>rf/9¥.1/r, ,1-./0 .. /4, WI Jee£, FieoH 1/eJel'fAT7 0/i c.or--meol-1.# ,t, /!,oo5IT'-/?. r'U/11" A 5~ l-6L-r. E:i(,.f=CTf?./C-Al-ft>l-4/c.f' l"'UJ/&6-TJ,1-f't,,e /!!OOM,i/<Z r'UM/"5 3o AMI", -n../0 l"UU.. {;//U,UIT /$R£AK£/!'9 6/Hqlk PH;\.$ 1 £3<> \/40LT5 /0/2 AMP. I Yz' ·et-€£.T/Si "Al-C:OHWl-r L.ltrH Tl-iReE-,,, /o Wrie.tts, TWO !-lcrT5 Hit? . P/?011 l=,/$C,772/c.A:l-1"'!':f7/sYTAl. -W 8o=>ST1Ee f>UHI"? G0/-1771!,jcrv,e W IHCWCJ€.. IH #I!!-/<'>f!C,,f'.. N-L f1:Auie1AL6-, LAeJoie1 ,;ere., FP/e TH€ COf1f'i,e.TE ($00,;.-n,:fc f'UHI" AS>S>o<H/!~i-"Y. CONT~, /N4/J"l'>.G.TT 1#16f/H,:,$1"EP l'IJ/-1P.S,, t'lf'. C-M/6, ('Ytieie,;.-rr, (t-1"1) 2"?,2~181-7 pcre. f"(i?o(71../C.-, N-!CJ 1/-l=L-LATICN f'te.lC$. />/,,~ A"t= Fi?!e //{,:; /./HIT" OF WO!e/<.. /Nh;;l1L44not-1 15 7b ~ per,,. Au !.«AL C.ot?£$ AHO o/ZPftiAµ::,£5 ~/rtj TI-Ii$> ~/VC1, -... nn WATE.12- TANK L.a:A1£ f"'1P\ LJ(f:£U,.) R)te, ., .. " 0 VALVE.. K-18 IN IALvf:. B<>X. K-4----.... - PART IMPORT ANT MAINTENANCE NOTES: " j,,tr '· :-t,· ~ PROPER OPERATION AND MAINTENANCE OF COl'111ERCIAL IRRl6A TION SYSTEMS IS EXTREMELY TECHNICAL. IT IS Hl6HLY RECOf1MfNDED THAT AN IRRIGATION CONSUL TING FIRM 6E CONTACTED IMMEDIATELY AFTER TURNOVER Of THE SYSTEM TO THE 'ASSOCIATION. THE CONSUL TANT SHOULD OUTLINE A WATER MANAGEMENT PRQ6RAN WHICH WILL .. _ ___,.....-·· 6£6TION NOTE: NO ABOVE GROUND IRRl~TION SYSTEM APPURTENAl(CES SHALL BE INSTALLED WITHIN THE RIGHT-Of-WAY AND ARftS REQUIRED FDR ADEQUATE TRAFFIC SITE DISTANCE. PREVENT OVERWATERIN6 DAMAGE AND IRRIGATION SYSTEM DETERIORATION DUE TO IMPROPER MAINTENANCE. YOU MAY CALL HYDRO-Al TERNA TIVES (619) 266-4756 FOR SUCH A PROPOSAU /7 I" I" ··--,_ 2" f . t// -''·15; " q •.~ 12 v, ' rr, I .. ,, .. -~--;. .. X ·- .4 -----(,§1 _) ~ 4o62 ,4 ·;--r-.~.':"'··, ' .. I I I Irrigation Con8lllting and Walt!!r MIIR6flllRl6"f 6367 Delbarton Street San Diego, CA 92120 ·: . (619) 286-4756 t.L........ .. ..J AMERlCAi',1 '?OCIE",-\ .:,r IFIFIIGAT!ON r_ ~SULT..,.~TS l>Alf' I •NG!Ola'R OF WOHi< ' 'SI/ :;;EE ) ff' 50 .. -.........;___ '---.. ~~.. -----....._ (~l4D; .. , .. ,-' REVISION DESCRIPTION SYSTEM "K"; 2· water meter, location Harwlcn Drive 20 + 95, elevation 360 ft., static water pressure 95 p.s.i., anticipated tiydraul le gradient 580 ft., peak demand 70 g.p.m. '·· ·= !"~__, 9.2 K , \ 3'' ~ (.0) I '·,...._ uoi 0~D ,; . ,,.,--" 2 . %0~ 0~·0 g5g '5 ION CONTROL >. (t}~l) 3S9 £ 3';;,£!, z. ')" ,, ,:<,: "\;,--. ,; ,j . iJll' ,PARK SITE -'Se' s: Id SC,6-1..-IS' ft.>c-J, -Sf-ff L-zq PARK SITE1 ,S Fe:'-! o 1 ~faLA::':' ~ pi~,.t,f J; --=',rlf. 1.--zt I •I \I IU·---'i-1 /! / -·-·-. I . qi• V . I,, v- ONA INC <J'Z~f, TOUH€, C./¼/11:'./t-r?li'., , 5Uli/3. $1£) (~t"I) S"Yo-1<>16' FRANK RADMACHER ASSOCIATES. INC. La,ndscape Architects (714) 832,1774 14841 Yorb<:1 Srree't, Suite 204 • Tustln, CA 92680 - rSIIEET CITY OF CARLSBAD Sl!JETS L-3 fNC,INE[IUNG DEPART,..ENr roO -~"'-· ·-_,_,_,, ---- IRRIGATION PLAN GE •a' OWN By, ,-·· CIIKD. !11, __ _ rlELD IIK, PROJECT ND. CTB3-3Z. f~AWltlG 1'7 "303-21.. Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 IRRIGATION LEGEND (RECLAIMED) --· 11/MBet.' 'i· ' !'\ ___ \ .l bEscntenoNIMANOt~cn.meMioo•L t '•,,, AADIU9 _,_ __ ,'' ,.,_,. .. , .. , .. .... ' ., -··' ..... ,,., ... .-$ PSI I HUNTER PGS-ADJ-CXC-V-RW 35' 40 t HUNTER PGS-AOJ-CXC-V-RW 35' 40 -~••,u•~==e•~. :, HUNTER PGS-AOJ-CXC•V•RW 35' 40 '.4 '51 HUNTER PGS-AOJ-CXC·V·RW 35' 40 t, HUNTER PGS-AOJ-CXC.Y-RW 35' 40 -, HUNTER PGS-AOJ-CXC-V-RW 35' 40 ~~ m· ,_, •~ - I HUNTER PGP-AOJ-CXC-V-RW 35' 40 1-HUNTER PGP-AOJ-CXC-V-RW 35' 40 f!UNTER PGP-AOJ-CXC-V-RW 35• 40 ...,,_,J HUNTER PGP-AOJ-CXC-V-RW 35' 40 l"I HUNTER PGP-AOJ-CXC-V-RW 35' 40 rn HUNTER PGP-ADJ-CXC-V-RW 35' 40 0 HIJ.!:!TER PS-04-12-A.Y·RW 12· 25 • HUNTER PS-04-12-A-V-RW 12' 25 ·-~· ID HUNTER P$-04-5SS-V-RW s1x3o; 25 HUNTER PGS-ADJ-CXC-V-RW 35' 40 HUNTER PGS-ADJ-CXC-V-RW 35' 40 -· HUNTER PGS-ADJ-CXC.Y-RW 35· 40 ·---<.!) HUNTER PGP-AOJ-CXC-V-RW 35' 40 00 HUNTER PGP-ADJ-CXC-V-RW 35' 40 @I HUNTE_R PGP-AOJ-CXC-V-RW 35', 40 RAINBIRO 1806-SAM-lSF-SLA 16' 30 RAINl!IRD 1606-SAM-1 SH-SLA 16" 30 RAINBIRD 1806-SAM-180-SLA 16' 30 ,. . ·--RAIN!!IRO PA-8S-16F-SLA 18' 30 ';7 RAINBIRO PA-8S-16H-SLA 16' 30 T RAINBIRO PA-8S-16Q-SLA 16' 30 -·-· •J AAINBIRD 1804 PRESSURE COMP. BUBBLER (NOZ. 1404) Nott: AU SPRINKLER IIEADS LISTED A/JOVE SHALl HAV£ A MANUFACTURER'S PURPLf; CAP OR NOZZLES ' f1.,·•;:\ •·I.•. -INDICATTNG RECLAIMED WATER DESCR1PnolllMANOl'AcT1JRERIMODEl t RADIUS PSI (l-J SE~_f:!INGER MODEL PMR-LF (N) SENNINGER MODEL PMR-LF • 2~--40 ® SENNING!'.!'1 MODEL PMR-LF 20 25-40 ,. is-40 FDA All HUNTER SYSTEMS OIIDER REGULATORS AT 40PSI FOR ALL STREAM SPRAY SYSTEMS ORDER REGULATORS AT 30 PSI FOR All SPRAY HEAD SYSTEMS ORDE:R REGULATORS AT 25 PSI ' ~~-~~·- ICI RAINM_~~l_EA S!;<I.NP AI-CNE;. 'E>W>UJneN' r::,(.-2 ~ t,J/~ 1 •=• _ --L.ITY Ca1{12.ol I ~~ :SI :Z,S HYO!JOSCAPE J(HS18-SD(f)~X • 03111SEIW/ AAINGUARD AUTO SHUT-OFF 5 YEAR GUARANTEE ON CONTROLLER ASSEM:SL Y REQUIRED FAOM HYOROSCAPE PRODUCTS INC. 1$_1;.s~J'ECIFICA TIONS) w, RAINBIRO "PES!!" AUTO CONTROL VALVE (SEE PLAN FOR SIZE)·' f"l:2_S-8-H~i---- (It) NELSON 1" 17645 REL/1.IMED WATER QUICK COUPLER VALVE '' (PJ FEBCO 825V REDUCED PRESSURE !!ACKFLOW PREVENTEA WI WILKINS YSBR "WYE" STRAINER ..,. l<.81 WLT 1000 SERIES BALL VA~VE (LINE SIZE) z. l<.81 KC CHECKll(SC SWINQ CHECK "LINE SIZE" © RAINBIRD 'PES!!' A EMOTE MASTER VALVE (2; SIZE)• 'PR~: IS ~ (10 2" DATA INDUSTRIAL 2508 FLOW METER -400 PSI MODEL (T) 2" PRECISION PLUMBING PRODUCTS PVC MECHANICAL PRESSURE SURGE ADJUSTER • RAINBIRO EMT6-M101 DRIP EMITTER 00 ELECTRIC PEDESTAL (BY OTHERS) • BOOSTER PUMP N RECLAIMED WATER METER (!!Y OTHERS) ~...:. •• ,.NON!: Al.I. VALVE SOXES LISTED ABOVE SIIAU HAVE A "PURPLE" LID IND/CAnNG RECLAIMED WATER CLASS 200 PVC LATERAL NON· PRESSURE IMIN. COVERAGE 18" COVER\ "ALERTUNE" PURPLE PIPE SCHEDULE 40 PVC MAINLINE (MIN. 24" COVER I, FOR 1-112" ANO SMALLER AND CLASS 315 PVC FOR 2" ANO LARGER "ALERTLINE" PURPLE PIPE 112" Cl315,J14"-3" Cl200 PVC LATERALS !WITH MIN 12" COVER) NOTE: All. 1/2" LATERALS SHALL BE UPSIZED TO 314" Cl200 LATERALS -ALERTLINE RECLAIMED WATER MAINLINE 1" -1-112" SCH 40 PVC, 2" • 2-112", Cl315, 3"-4" CL200 PVC !WITH MIN. 24' COVERI INSTALL THRUST BLOCKS ON MAINS 3" ANO LARGER PER MANUFACTURERS RECOMMENDATIONS) ----l>VC §_l,§!Y!~ SCHE-D.1:J!:!:_~_(2 TIMES THE DIAMETER OF PIPE ENCLOSEl1)~<,!!:,t(? CAL" ----- , "WATER WARN" OR EQUAL FOR SLEEVING, INSTALL AS FOLLOWS: UNDER VEHICLE PAVING USE SCH. 80 PVC W/36" COVER FOR LATERLS, MAINS, ANO WIRES UNDER PEDEJ_TRJ!'!! PAVING USE SCH. 40 PVC W/18" COVER FOR MAI':'~: __ UNDER PEDESTRIAN PAVING USE SCH. 40 PVC W/12" COVER FOR LATERALS ANO wmES. ~-·~-~-~····~ CONTROLLEA WIRES LOCATED UNJJER STREETS OR OTHER PERMANENT IMPROVEMENTS SHALL !!E INSTALLED IN SEPARATE SCHEDULE 80 PVC SLEEVES. ;5J.:6.TICN .. r---' VAl--ve, 5111% -\ ..... -GPl-1 ~/ f"!:,,I -----------------------------------------------------------------------------------------------------__ ,,.,., .. , ..... llPII SYMtrOl 0.6 fl 1 1- 1.4 1.8 ~ S) 2.4 I, 3.0 "1 0.6 121 1.0 1.4 1.8 D • 2.4 Ol 3.0 1' .4-1.9 V' 2.2 'f' 1.2 1.B 3.0 6.0 ffi 1.6 3.0 () 6.0 M 3.22 1.61 0.61 -··-3.20 1.61 0.81 1-~ -I I -- '-.._I./ llPM IRRIGATION LEGEND (POTABLE) P~IVA11:- l>ESCRIPnONJMAIIVFAClVREMIOOEL # RADIUS PSI HUNTER PGS-AOJ-CXC-V-RW 35' 40 HUNTER PGS-ADJ-CXC-V-RW 35' 40 HUNTER PGS-AOJ-CXC-V-RW 35' 40 HUNTER PGS-ADJ·CXC-V-RW 35' 40 ·--~----~,-.. .. ,.,., HUNTER PGS-AOJ-CXC•V-RW 35' 40 ·-------, . HUNTER PGS-ADJ-CXC-V-RW 35' 40 HUNTER PGP-AOJ-CXC-V-RW 35' 40 ------- HUNTER ~~-gt!?-A-\'. -12' 25 HUNTER rs..01-12-F•V 12· 25 HUNTER PS-04-SSS-V 5'X30' 25 RAIN!!IRO PA-8S-16F-SLA 16' 30 RAINBIRO PA-85 16H-SLA 16' 30 RAIN-BIRD PA-8S-1BO·SLA 16' 30 DESCRIPT10N/MANUFACTIIRERIMOOEL I RADIUS PSI CHAMPION 200 SERIES ANGLE VAL VE OPM 0.6 1 1.4 1.8 2.4 3.0 1.0 .4-1.9 2.2 1.2 3.20 1.61 0.81 OPM COMPLETE ENCLOSURE ASSEMBLY AVAILABLE FROM, HYOROSCAPE PRODUCJS, INC. 5805 KEARNY VILLA RO. s,» OIEGO, CA 911/J *ENCLOSURE SHALL BE HYDROSCAPE PRE-ASSEMBLY OR EQUAL WITH 5 YEAR WARRANTY !&191 5G0-6o11 ·--...... __ "RA(NGUARO AUTO-RAIN --------SITTJTOFF OEV I Cf WEATHERPROOF, LOCKABLE _..----STAINLESS STEEL CONTROLLER ENCLOSURE --------.. AUTOMATIC CONTRQLLER SEE PLANS b LEGEND FOR MANUFACT. MODEL# ANO SIZE. --... ON-OFF POWER SWITCH -----"j'"ffi'i-CONTROLLER 11 OV GROUNDED OUTL_~J_ TERMINAL STRIPS FINISH GRADE IRRIGATION NOTES WATER SOURCE STATIC PRESSURES AT RECLAIMED WATER CONNECTIONS ARE CALCULATEO WITH A FUTURE PERMANENT 700 FT, HYDRAULIC GRADIENT. HOWEVER. THE RECLAIMED DELIVERY LINES WILL CONNECTED TO A POTABLE SOURCE' WITH HYDRAULIC GRADIENT OF 700 FT. AS CALCULATED. PRESENT AND FUTURE STATIC PRESSURES Will RANGE FROM 67 PSI TO 197 PSI. THIS WATER PRESSURE INFORMATION WAS OBTAINED FROM f"~ ~ ~ I HG. CALCULATED PRESSURE FOR EACH POINT OF CONNECTIONS ARE SHOWN ON TI-IE PLANS. THE CONTRACTOR SHALL VERIFY WATER PRESSURE BY DIRECT MEASUREMENT IN THE FIELD. IF EXISTING PRESSURE IS NOT AS STATED ON TI-iE PLANS THE CONTRACTOR SHALL NCTIFY THE OWNERS' REPRESENTATIVE BEFORE BEGINNING INSTALLATION. 1. IRRIGATION SYSTEM IS OIAGRAMMATIC A'IO SHOULO BE VERIFIEO IN TI-iE FIELO av THE CONTRACTOR. IF CHANGES ARE NOTED IN THE FIELO THE CONTRACTOR SHALL NOTIFY ARCHITECT AND OWNERS REPRESENTATIVE PRIOR TO INSTALLATION OF IRRIGATION EQUIPMENT. CHANGES MAOE IN THE FIELD MUST HAVE WRITTEN APPROVAL FROM THE OWNER FOR ADDITIONAL CHARGES TO T1-lE JO!!. CONTRACTOR SHALL INSTALL THE FOLLOWING UNLESS OTI-iERWISE NOTED ON THE PLANS· A. ALL LATERAL ENO RUNS ARE TO BE 3/4" B. ALL LATERAL (NON-PRESSURE LINES CONNECTEO OIRECTL Y DOWNSTREAM OF T1-lE REMOTE CONTROL VALVE) SHALL BE ONE SIZE. LARGER T1-lAN THE REMOTE CONTROL VALVE. C-MAINLINE END RUNS ARE TO R" 1• 1/;.•~ CIIAMf!,l,.l_g62 ATMOSPHERIC VACUUM BREAl<.ER ·---~-~--~-------~-ccMO~U,NTING FLANGE W/BOLTS TO BE SET IN CONC. PAO W/ MIN. •-•=w~ 1<.BI WLT 1000 SERIES !!ALL VALVE (LINE SIZE) 3/4'•3' Cl200 PVC LATERALS· POTABLE (WITH MIN 12" COVEil) PVC SCHEDULE 40 MAINLINE SIZE AS SHOWN ,--·~~ SCHEDULE 40 PVC MAINLINE IMIN. lfl" COVER ! FOR 1-.!~.:_~_!l.P_ SMALLER. 51A'110N ~ $l'ZJ:e 6PM P!!!-I 30·INCH LINEAR LENGTH or WIRE COILED WATER PROOF CONNECTION (1 or 21 ID FINISH GRADE/TOP OF MULCH REMOTE CONTROL VALVE PVC CH ao li!PPLE (CLOSE) PVC SCH 40 ELL PVC MAINLINE PIPE LATERAL PIPE REMOTE CONTROL VALVE NO SCALE //d,0-/#///@lr®--#,t/j'//,¼o///.&/ffeffe&/#/1/d{0'/,l I f'OT ABLE 5ERY1GE LINE 35 Ft:R ( SEE lt1mlYEl'eiT DRAI.IJN:;5J t 1 7 R:CLAIMW WATT:R l~TIOI HAINLINE llV 5l£EVE __y 12' HINl!'tl1 rlEGlJIRED YamCAl SEP AAA TIO! I-IOTE, ALL F!ECLANED WATER ll<RIGATICN F1A: AND 51.EEV'ES SliALL BE A.ll<RE ,ll,ID L.!al.EO AS SPECU'iill IN, 'STA'-[)ARD SPECIFICATICNS FOR PRIVATE l~TI0'-1 ST'ST3"15' 'CARJ..5BAD RECLAMATlo-1 Flll.E5 A"!D Rff,!l..Ana45 rOR ca-t5mJCTIQ-l Cf REa.AIMEO WATER HAIi-iS' OCTOOER m3 POT ABLE MAINLINE CROSSING REP COVER -=re lHtcKNE:ss ~,, u----------------.... -......._ ~!i...1Q_£0NOU!.!..,_ --..., , SWEEP ELL & FITTINGS 2, CONTRACTOR SHALL INSTALL 6" POP-UP HEADS ALONG FUTURE WALKS ANO CURBS TYPICALLY. NO SHRUB HEADS ON RISER WILL BE ACCEPTED ADJACENT TO FUTURE WAU<S ANO CURBS· SEE PLAN . POP-UP HEADS SHALL BE USED WIT1·-IIN 10' OF ANY PEDESTRIAN USE. -~ --...__ ____ '-.... TD POWER SUPPLY --------------......._ LOW VOLTAGE C __ Q):!TROL WIRES IN 3" ~ DIA. PVC SCH, 40 PVC SWEEP ELL 3, CONTRACTOR SHALL VERIFY LOCATION OF WATER ANO ELECTRICAL POINT OF CONNECTION WITl-1 OWNER. CONTRACTOR SHALL PULL NECESSARY PERMIT FOR WATER, ELECTRICAL, ANO TELEPHONE • VERIFY WITH OWNER. ~ I,," DIA. X 54" COPP€R GROUNDING Roa. CONNECT TO 1I0V OUTLET W/ n14 COPPER DIRECT BURIAL WIRE CONTROLLER W/ ENCLOSURE NO SCALE arnos CROSS TH'. 11: :r.:0·1,. . . . . -• --. - "n ~--" """ u~,n HIIOI "" ""' -K• • 8 • 9 • B • • C • • • ..... • ,· .. •• ,-•• •• • • •• " •• •• •• ,. 10 •• ,. l" ,. •• , . 10 20 •• , . I 12 12 ,· 10 s· ,· • .. 12 21 ' 10 ,o ,. ,. 10 " •• 10 11 " ,. ,. 11 12 12 20 , . 12 ,. ,. 11 ,. ,. ,. " ,. ,. THRUST BLOCKS NO SCALE 317196 MNNLINE PIPE AT TOP OR MIDDLE OF SI.OPE AS SHOWN ON PLANS ~---------- .A,\ ...... •:Y , , M"INLINE £'~~ \ q ~ SEE LEGEND FOR DEPTH OF i"-~-1-. LATERAL AND MAJNLINE PIPE \ --.______ ~IN, 6" !.'!EL.£k~~-ANf!:_ -----------------------BACKFILL SEE SPECIFICATIONS LATERAL AND MAINLIN E PIPE LOCATION NO SCALE q.501'8 a-JD.. II\ }..~i-m=_,_ .. 4, 5. 6. 7, 8. SYSTEMS ON THIS PROJECT ARE CONTROLLED BY COMPUTER IRRIGATION CONTROLLERS CAPABLE OF TELEPHONE COMMUNICATION, FLOW SENSING ANO SOME HYDRAULIC OR ELECTRICAL DIAGNOSTICS. CONTROLLER LOCATION ARE SHOWN OIAGRAMITICALL Y. FINAL LOCATION TO BEE APPROVED BY Tl-IE OWNERS REPRESENTATIVE. AL PIPE ANO WIRE RUNS INSTALLED UNDER STREET PAVING N-lD 0.6. -,;,1All...~ Q.\A!-1... e,e .5\..E~t':>-s.L.~~'5 .5\-IAU Bl!a ~-60 PVC,... ALL SLEEVES SHALL BE TWO TIMES Tl-IE OIAMETER OF TI-IE PIPE OR WIRE BUNDLE BE SLEEVED (2" MINIMUM) OR SIZED NOTED ON DRAWINGS. CONTRACTOR SHALL COORDINATE LAYING OF PIPE, SLEEVES, ANO WIRES TO ENSURE TriAT HE HAS ADEQUATE MEANS OF CONNECTION· SEE PLAN. CONTRACTOR SHALL BE RESPONSIBLE FOR MAKING HIMSELF FAMILIAR WITT-I ALL UNDERGROUNO UTILITIES, PIPES, AND STRUCTURES. CONTRACTOR SHALL TAKE SOLE RESPONSIBILITIES FOR COST INCURRED DUE TO DAMAGE AND REPLACEMENT OF $AID UTILITIES. THE IRRIGATION CONTRACTOR SHALL FLUSH ANO ADJUST ALL SPRINl<.LERS FOR OPTIMUM PERFORMANCE ANO TO PREVENT OVER SPRAY ONTO WALl<.S, ROADWAY ANO /OR BUILDING AS MUCH AS POSSIBLE. CONTRACTOR SHALL INSTALL "RAINGUARD" AUTOMATIC SHUTOFF FOR IRRIGATION CONTROLLER; MANUFACTURED BY WATER CONSERVATION SYSTEMS INC. " R;,>,Jt46.~Al21>" s:+IN-.-1.... Bf; I NC,L.Ut:>l::t> I t\ P!7.E:-tl\ ":it5EHBL Y. INSTALLATION OF !IACKFLOW PREVENTER (REDUCED PRESSURE BACKFLOW PREVENTER) SHALL BE PER STANDARD OWG. NO. DETAIL Y:r'.2ll OATEO AUGUST 1993, C,M,W.0. SEE Pt.AN_ IF THE BACKFLOW ASSEMBLY IS TO BE INSTALLED ON A SLOPE WITH A HORIZONTAL TO VERTICAL RATIO OR 4:1 OR GREATER, A TWO FOOT (2') HIGH RETAINING WALL MUST BE BUILT SURROUNDING TI-IE ASSEMBLY ON TI--lREE SIDES WITl-1 Tl-IE OPENING ON THE DOWN SIDE OF THE SLOPE. THERE MUST BE A MINIMUM TWO FOOT (2") HORIZONTAL CLEARANCE BETWEEN TI-IE RETAINING WALL ANO TriE BACK FLOW ASSEMBLY. ASSEMBLY MUST BE LOCATED IN AN AREA NOT SUBJECT TO FLOODING. ONLY REDUCED PRESSURE PRINCIPLE BACl<.FLOW PREVENTION ASSEMBLIES WHICH HAVE BEEN APPROVED BY Tl-lE STATE OF CALIFORNIA DEPARTMENT OF HEALTH SERVICE$ ANO CARLSBERG MUNICIPAL WATER DISTRICT WILL BE USEO ON THE WATER DISTRICT SERVICE WITHIN Tl-lE SERVICE AREAS OF THE CARLSBAD WATER DISTRICT MUNICIPAL WATER DISTRICT. 9. 11-m"AI-L-ot,IS' ~ l,,111<:e': n;, ~ r-,1AN!Fc,L..P Of" -n..b o~ MO~ VP..LVU />,Nt:> ON f= ,§f>l'-1>:F-HI l=l£: 'T"D-.-laN D VA'-~ I H ~S11!M f',mN ~l...(1ft IN ,b,,1..1-t:>u•·f.',A'"lo-1-l.S. , T1-ll:SE WIRES SHALL Bl: A DIFFERENT COLOR FROM THE OTHER CONTROL WIRES ANO BE LABELEO AS SPARE AT CONTROLLER CABINET, IN Tl-lE VALVE BOX OF THE FARTHEST VALVE AND OTHER VALVE BOX. 10. USE OF RECLAIMED WATER REQUIRES THAT ALL PIPE. SLEEVES, SPRINl<.LER HEADS, REMOTE CONTROL VALVES, QUICK COUPLER VALVES ANO VALVE BOXES BE IDENTIFIED AS CONTAINING RECLAIMED WATER. ALL INSTALLATIONS SHALL BE ACCORDING TO CARLSBAD RECLAMATION RULES AND REGULATIONS FOR CONSTRUCTION OF RECLAIMED WATER MAINS, OCTOBER 1993. LOCAL CODES ANO STANDARDS. All PIPE FOR THE INSTALLATION OF SYSTEMS USING RECLAIMED WATER SHALL BE COLORED CODED PURPLE. If, A-r,,..,1....L 8/tOI-J Dl-rllH ~•~, ~LI'::-00 p,.c... 51-jµ..L 81!!' ~ 1 F>eP I.Jt-lDEl2--B0'l-W Dr·rc.J!. IZ. A. mr~4'<1--?WN2-A1"Jot,.I ~ ee A2o\fl~P ee=rT,,lt:'f;t-1 ~I ~ ,~4P..11::D w,m 121%"-Y~ w....-re.12.. N--ID Pcrr7>-e...e. ~- ~'flc,/-,1 ~'----£?,lf;'c P/?.c>VIDe,p i3Y o,::,Na2r::::11::=-MO),,l. ,:,.r,:.4R Q,\)l,q N L-JHI<'.. ff~, 0!2.. 011-fe-(2. Me;t>,,N,;'. I"<':, Af'fl2o,JpJ> fy Ti-lf;c ~e.. Pl"'1'J'21<C-T H r;:,;;,Pt: 12or-l 1-1~ AMP fie _ op f.,1-,.1.VI . E.W SH~t:T 11 AS BUILT" APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE DATE RLA EXP, LOCATION OF PLANTING REVIEWED BY: AREAS INSPECTOR DATE ~ CITY OF CARLSBAD SHEETS 60• A PLANNING DEPARTMENT IRRIGATION LEGEND t DETAILS FOR: & CALAVERA HILLS VILLAGE IQ' APPROVED ~hJ_ /(,,,..,, !l-~1-7~ ASS[STAl'I" !"LANNING DIRECTOR DATE OWN BY< I,~n.:Lti::(l:po Ato.:hll~clur-e • Ph,ntdnc Ln. JoJh• c-,n tn n DATE INITIAL DATE INITIAL DATE INITIAL PROJECT NO, DRAWING NO. CHKD BY: CT 83-32 303-2L 92r;t; 'ro,..n,e C4'Jnt.n Dr-he, Suite 3-40 Son l>loo•. c, P2l2!·~002 619.660.15'f6 • Fin: M0_U580 ENGINEER OF WORK REVISION DESCRIPT10N OTHER APPROVAL I CITY APPROVAL RVWD BY: C.M.W.D. B ~502- Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 2" IN CROUNOCOVER OR SHRUB ARE AS ·1 t··· . . . . . VALVE BOX W/~•l-lD QUICK COUPLER VAL VE REO BRASS RISER RED BRASS COUPLING RED BRASS NIPPLE 4" LONG 4X8 BRICK TYPICAL <4-REQUIREDJ RED BRASS 90 ELBOW ~ 470-C-2000 CONCRETE 1/2 CU FT. MINIMUM FOR BALL VALVES 2-1/2" L LARGER USE RECTANGULAR THERMOPLASTIC VAL VE BOX VAL YE BOX WITH PURPLE LID rlNISH GRADE/TOP or MULCH BALL VALVE WI UNIO!:!__ PVC PIPE EXTEN. SIZE AS REQUIRED TYPICAL ---::--~'---,----~ ~C SCH 80 ~~::(, 6' " ~ ~ " . " PVC SCH 4 0 COUPLING BRICK (1 or • ) BALL VAL VE AND UNION NO SCALE QUICK COUPLING VAL VE r--.o SCALE SHRUB HEAD NO SCALE SHRUB HEM:i ANTI-DRAIN V Ii. VE OR CHECK V Ii. VE PVC SCH. 80 RISER <LENGTH AS REQUIRED> STAINLESS STE!'.L VI T SPRINKLER TIE W/ ... PROTECtlVE VINYL TUBING (2 EA.l REQUIRED. FINISH GRADE 2-MARLEX 90 STREET ELL PVC LATERAL PIPE PVC SCH 40 TEE OR ELL ON RISER -9• II0UND YAL't'E PIT--.GRADE , p • 1 0" CU. rT,--. EA GFIAYEt, ,-, . -. ~ c;:;:J ---; .......... ...... 5• •' ..... •" ... ·•"·l'.-.:i••~ I ···-~--.l: ~- .... •· ... . . U II G PRESSUR~ E ARIIESTOR ,., ....... ,, .... , ... ···'"''"-'· ,~,• .. ·~"" ..... !" • •t. • .... , .. , .. -.... ,, ............ • • • .. . t •• ·j'"; "lt •-~1""· •r'/,.' .. ... ~ ......... 0 RICK -~UPP ORTS I ' i I ·~~ TWO (2) CONDUCTOR SHIELDED C"8LE CONNECT. TO TRANSMITTER ·----~---·; JUM80 PLASTIC VN,.VE aox WITH 2'-6" EXTE/'l. ANO LOCKING PURPLE LIO I 1" IN TURI' ARE AS f 2" IN SHRUB AREAS --FINISH GRADE .!lQill REDUCING COUPLING AT DIST. EOUAL TO 10X PIPE DIA. rnoM FLOW SENSOR FLOW SENSOR 24" 10' MINIMUM TO POTABLE JJA HILINE -IN SIREE T NO SCALE CURB A GUTTER SIDEWALK METER BOX W/METER POTAB E SERVICE IN[ 12" MINIMUM 0 RECLAIMED WATER ---~I RS..R""1"-cA""T=I o""N~MA-'--+'-'-Nll NE WISLEEVE VERTICAL CLEARANCE or 12" IJINIMUM 15 MANDATORY WHEN CROSSING PATH OF A POTABLE WATER l!NE. INSTALLATION or RECLAIMED WATER IRRIGATION MAINLINE 24" FROM FACE OF SIDEWALK WILL PROVIDE THE NECESSARY 10' H0!11ZONTAL CLEARANCE FROM POTABLE /JAINLINE JN THE STREET. 6" noUNO VALVE W/~ 1.-IP DRJCI( ' CU, FT, PEA ClRAVEL COl'11'"1tllON Tll 1111 A'J "l~IJl"._c, r_vc. Sl,.IIIC.l _ UNI TO HOtJ t 1. r-----+-r+------.:;.._-4 TO HA .. VAL 11'11',IG.ATIOM VAt.VI, LAl.!0-CCAP'l toMTl'lf'IC;"n:11'1 "10 11A"ll l",O.C., Tiil• 11,I ,'\') PIIQtJlf\l!.0, P.O.C. .. (FOR \NDIVIPUAL LOT,) CUNTRAC lOR SHALLINST ALL. HOSE BIB SIDE or· WYE STRNNER TO THE SIDE. DETAIL DIAGRAMMATIC 1//' IN LAWN 1" IN GROUNOCOVER AND SHRUB BED NIPPLE <TYPICAL> WYE SlRAINER E SCH. 80 PVC NIPPLE SCH 40 PVC FEMALE ADAPTOR 4X8 BRICK (1 OF 4) WYE STRAINER NO SCALE NOTES:· I . THERE 9-W.l If; NO FITTff'.lS m CCN-H:T10'fS lU (111-fJl F.oa..mES eETWf.EN T>E METER l>J-0 8A()<l'IJJ.I' ASSEMIU ft 2. 8'af\..O,N~-rcr!i£ I 1"6llllilD N F\B.x: RIGHT-OF-WAY. 3 C1'.)IISTRIX'T t HIGi F£1l>INN) WAL!.. ON 3 SOES Cl' 8'IO<flDN f'fB'El'lltR -NS11UB) ON 41 al ~~ SUff (ffN E1'll : St-Wl. OCAT ~SIDE~ SUff:. 1-'fO,U 2 HCJ1!Z{ffilJj_ C1.£AflAI« OCTWU:N 111'1.l MO 8'IO<FU7"I F'R(VENTEA. 'I. DO l()'f INST.CU. IN AF£A SU6JECT to Fl.lXONG. WASHED GRAVEL ""'-<5 Mo------f2 ~->•;•. -, POT ABLE SERVICE LINE CROSSING PRESSURE REGULATOR <RECLAIMED WATER ASSEMOLYl _} . I ' . I I MAINLlllt s,s,T TEE- I ' NO SCAlE PRESSUAE SURGE ARRESTOR GEN! DRIVEN SHRUB ROTOR CHECK VM.VE OR COUPLER USE FACTORY INST Al.LEO CHECK V Al VE IN IJEIIIJ If AV AA.ABLE 1/," SCI-!. 80 PVC RISER 2· I.IARlEX 9cf STIIEtT ELLS GEAR DRIVEN ROTOR NO SCALE 12'' ,.---TWO ST .4JNLESS STEEL HOSE CL.•MPS WI PROTECTIVE VINYL TUBING WALK/CURB BOTTOM OF SLOPE NOTE• All LATERAi. LINES JINO FITTINGS SHAll BE "/.1.ERTLINE' OR EQUAL SIDEWALK OR CURB--- NOTE, Sf'RINKLEFI MEADS WlTHOUT FACTORY !N$lALlE0 ANll-ORll[N VAL\IE; SHALL INCOR~OR~T~ AN EXTERNAL FLOW SHUT-OFF \IAL'<E AS A PART OF TH( SPRINl<lEFI ti.s:SEMSL Y. SCHEDULE 80 PVC-----.._ NIPPLE 6' MIN. PVC TEE POP-UP NO SCAlE 2' HIN. ---FINISH GRAGE POP-UP SPRAY HEAD W/ FACTORY INSTALLED CHECK VALVE 3· MARL EX ~0 ° SWING JOINTS PVC LATERAL LINE EXP. DATE 5 ·"l·"l'l 1.l!l.rJ.~('81pe Archll•ctur-• • Plu~.blD& La Jolla Centre 11 92:615, Town111 Cenln DrlY..,,, Sult."' SC.O S~g. Olt:1111), CA 92121-eQOS!: 619.650,15715 • P'a:i: 560.1680 ~ ~ ,,, • LSBAD MUNk:IPAL WATER DISTRICT "' 2 INCH AND UNDER '>IUUWU.MJ. BACKFlOW INSTALLATION W20 AIJGUST /IQ q.30-15 /'t '. /1\ "'""'" / .. , -' . - DATE !NI TIAL ENGINEER OF WORK REVISION DESCRIPTION ~·~· PVC SCH.80 NIPPLE SCH.40 PVC MM.E ,!OAPTOR ATMOSPHERIC VACCUI.I BREAKER INSTALL 6" ABOVE TOP OF HIGHEST SPRINKLER HE,IO CUT HOI.E IN PVC PIP( mo TIE GN.. V. WIRE TO SLEEVE ~" DIAMETER PVC SLEEVE MANUAL CONTROL V N.. V( FINISH GRADE 4"MIN, :,: SCH. 40 PVC MN..E ~/ MJN'TOR. PVC SCH. 40 ELL. i ::II PVC I.IAJN IN PV LATERN.. PVC SCH. 80 NIPPLE MANUAL CONTROL VAL VE W / ATMOSPHERIC BACKFLOW PREVENTER NO SCN..E OPTIONAL BUBBLER !SEE LEGEND) ROOTBALL FINISH GRADE 4• PVC DRAIN CAP/GRATE I BLACK) PRESSURE COMPENSATING BUBBLER WISCH. BO PVC NIPPLE EDGE OF PAVING SCH. 40 PVC ELBOW PVC LATERAL .. m .•. '' : : -..-m 4 " D I AME T ER X .:I ' -0" LONG PERFORATED PVC DRAIN PIPE FILLED W/PEA GRAVEL -. · .. --· m .-,: =111:.-·.: m ._: 111 : ·.- ·-m . -.:. - <:· ill .·-:m-. . . ___....____,._. :_:_:· __ I 11 BELOW GRADE BUBBLER NO SC/i.E SLEEVE CHART FOR IRRIGATION PIPE PIPE SCHEDULE 40 PVC CONTROt.LER SLEEVE SIZE WIRES Yi' 2" 1-18 1 " 2" 19-24 1-1/4" 2 ·1/•·· 25-36 1-1/f' J" 37·48 2" 4" 49·72 2"1/f' 6" 3" 6" 4--6" NOT[: AND WIRES : ~ SCHEDULE 40 PVCI SLEEVE SIZE Ii' 2" I 2-1/.t 3--11 4" 6" SLEEVJ;: CHART IS FOR THE CONVENIENCE TO Tl£ CONTRACTOR. CONTRACTOR SHAll PROVIDE .ADEQUATE PIPE SlEEVE SIZE TO ACCOMMODATE THE INSTALL"-TION OF THE IRRIGATION PIPE /\NO WIRES ' SLEEVE CHART FOR IRRIGATION PIPE & WIRES NO SCALE Hf.LJ !>~I=,..- 11 AS BUILT" APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE DATE RLA EXP, LOCATION OF PLANTING REVIEWED BY: AREAS INSPECTOR DATE ~ CITY OF CARLSBAD SHEETS7 60_;, A PLANNINO DEPARTMENT IRRIGATION DETAILS FOR: & CALAVERA HILLS --- VILLAGE IQ I APPROVED~4,f /1-Jo.7'{ ASSISTANT PLANNING DIRECTOR DATE OATt INITIAL OAT[ INITIAL OWN BY: PROJECT NO, DRAWING NO. CHKO BY: OTHER APPROVAL CI TY APPROVAL RVWO BY: CT 83-32 303-2L Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 SECTION 02441 IRRIGATION SYSTEM PART 1 • GENERAL 1. 1 GENERAL CONDITIONS: THE GENERAL CONDITIONS, SPECIAL CONDITIONS, AND DIVISION 1, ARE AN ADDED PART OF THIS SECTION AND THE CONTRACT FOR THIS WORK SHALL APPLY TO THIS SECTION AS FULLY AS IF REPEATED HEREIN. 1.2 SCOPE: THE WORK INCLUDES ALL SERVICES, LABOR, MATERIALS, TRANSPORTATION AND EQUIPMENT NECESSARY TO PERFORM THE WORK INDICATED ON THE DRAWINGS AND AS SPECIFIED. OWNER/DEVELOPMENT WILL OBTAIN AND PAV ALL PERMITS REQUIRED BY GOVERNING AUTHORITIES. ALL ON SITE, RECLAIMED WATER PIPING SHALL BE INSTALLED IN ACCORDANCE WITH THE UNIFORM PLUMBING CODE AND ALL OTHER LOCAL GOVERNING CODES, RULES, AND REGULATION. ALL PIPING SHALL BE CONTINUOUSLY AND PERMANENTLY MARKED WITH THE MANUFACTURER'S NAME OR TRADEMARK, NOMINAL SIZE, AND SCHEDULE OR CLASS INDICATING THE PRESSURE RATING. THE GENERAL CONDITIONS AND DIVISION 1 APPLY TO THIS SECTION AS FULLY AS iF REPEATED HEREIN. PERMITS AND LICENSES UNLESS OTHERWISE STATED, SECURE THE REQUIRED LICENSES ANO PERMITS INCLUDING PAYMENTS OF CHARGES AND FEES, GIVE REQUIRED NOTICES TO PUBLIC AUTHORITIES, ANO VERIFY PERMITS SECURED OR ARRANGEMENTS MADE BY OTHERS AFFECTING THE WORK OF THIS SECTION. WATER METERS AND POWER METERS WILL BE THE RESPONSIBILITY OF THE OWNER AND /OR HIS REPRESENTATIVE FOR INSTALLATION AND PERMIT FEES. 1.2.1 RELATED WORK: . 1 LANDSCAPING SECTION 02480 . 2 COMPLIANCE TO CITY OF CARLSBAD RECLAIMED WATER STANDARDS 1 . 2 . 2 QUALITY AS $.!J..RAJIIJ;:.f . 1 QUALIFICATIONS OF INSTALLERS PROVIDE AT LEAST ONE PERSON WHO SHALL BE PRESENT AT ALL TIMES DURING EXECUTION OF THIS PORTION OF THE WORK AND WHO SHALL BE THOROUGHLY FAMILIAR WITH THE TYPE OF MATERIALS BEING INSTALLl"!D, THE MATERIAL MANUFACTURE'$ RECOMMENDED METHODS OF INSTALLATION, THE CITY 0£.s;;Al'l!,.fil!l,.j2 __ RECLAIMED WATER STANDARDS AND WHO SHALL DIRECT ALL. WORK PERFORMED UNDER THIS SECTION. . 2 CODES AND SJANQAB os IN ADDITION TO COMPLYING WITH ALL PERTINENT CODES AND REGULATIONS, COMPLY WITH THE LATEST RULES OF THE NATIONAL ELECTRICAL CODE ANO ELECTRICAL SAFETY ORDERS OF THE STATE OF CALIFORNIA, DIVISIONS OF INDUSTRIAL SAFETY, FOR ALL ELECTRICAL WORK AND MATERIALS. REFER TO THE LATEST EDITION OF THE GREEN BOOK STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION WHERE APPLICABLE. THE CITY OF CARL.§llA.11 RECLAIMED WATER STANDARDS, LATEST EDITIONS ANO RULES AND REGULATION FOR RECLAIMED WATER SERVICE IN THE CITY OF CARLS!!.A.Q., LATEST EDITIONS ARE INCORPORATED UNTO THESE SPECIFICATIONS BY REFERENCE WHERE RECLAIMED WATER IS PROPOSED. 1.3 SUBMITTAL$: 1. 4 . 1 SUBMIT COMPLETE MATERIAL LIST PRIOR TO PERFORMING ANY WORK, SUBMIT CATALOG DATA AND FULL DESCRIPTIVE LITERATURE WHENEVER THE USE OF ITEMS DIFFERENT THAN THOSE SPECIFIED IS REQUESTED. SUBMIT NOTARIZED CERTIFICATES BY PLASTIC PIPE AND FITTING MANUFACTURERS INDICATING THAT MATERIAL COMPLIES WITH SPECIFICATIONS, UNLESS MATERIAL HAS BEEN PREVIOUSLY APPROVED. . 2 SUBMIT MATERIAL LIST USING THE FOLLOWING LAYOUT (DOUBLE SPACED BETWEEN EACH ITEM) ITEM. DESCRIPTION MANUFACTURER MODEL NO. 1 . PRESSURE MAINLINE LASCO SCH. 40 2. LAWN HEAD RAINBIRD 1806-12F 3. ETC. ETC. ETC. . 3 EQUIPMENT OR MATERIALS INSTALLED OR FURNISHED WITHOUT THE PRIOR APPROVAL OF THE LANDSCAPE ARCHITECT OR CITY INSPECTOR MAY BE REJECTED AND SUCH MATERIALS REMOVED FROM THE SITE AT NO EXPENSE TO THE OWNER/DEVELOPMENT. . 4 APPROVAL OF ANY ITEMS, ALTERNATIVE, OR SUBSTITUTION INDICATE ONLY THAT THE PRODUCT($) APPARENTLY MEET THE REQUIREMENTS OF THE DRAWINGS AND SPECIFICATIONS ON THE BASIS OF THE INFORMATION OR SAMPLES SUBMITTED. . 5 THE CONTRACTOR IS RESPONSIBLE FOR PERFORMANCE OF SUBSTITUTED ITEMS. IF SUBSTITUTION PROVES TO BE UNSATISFACTORY, REPLACE IT WITH ORIGINALLY SPECIFIED ITEM, AT NO COST TO THE OWNER/DEVELOPMENT. GUARANTEE: .1 SUBMIT WRITTEN GUARANTEE IN APPROVED FORM THAT ALL WORK SHOWING DEFECTS IN MATERIALS OR WORKMANSHIP WILL BE REPAIRED OR REPLACED AT NO COST TO THE OWNER/DEVELOPMENT FOR A PERIOO OF ONE YEARS FROM THE DATE OF ACCEPTANCE BY THE OWNER/DEVELOPMENT. .2 THE GUARANTEE FORM SHALL BE RE-TYPED ONTO THE CONTRACTOR'S LETTERHEAD AND CONTAIN THE FOLLOWING INFORMATION: A. GUARANTEE FOR IRRIGATION SYSTEM • (PROJECT NAME) WE HEREBY GUARANTEE THAT THE IRRIGATION SYSTEM WE HAVE FURNISHED AND INSTALLED FOR (PROJECT NAME) IS FREE FROM DEFECTS IN MATERIALS AND WORKMANSHIP, AND THE WORK HAS BEEN COMPLETED IN ACCORDANCE WITH THE DRAWINGS AND SPECIFICATIONS, ORDINARY WEAR AND TEAR AND UNUSUAL ABUSE, OR NEGLECT EXCEPTED. WE AGREE TO REPAIR OR REPLACE ANY DEFECTS IN MATERIAL OR WORKMANSHIP WHICH MAY DEVELOP DURING THE PERIOD OF 1 YEAR FROM DATE OF ACCEPTANCE AND ALSO TO REPAIR OR REPLACE ANY DAMAGE RESULTING FROM THE REPAIRING OR REPLACING OF SUCH DEFECTS AT NO ADDITIONAL COST TO THE OWNER/DEVELOPMENT. WE SHALL MAKE SUCH REPAIRS OR REPLACEMENTS WITHIN A Rl"ASONABLE TIMI", AS DETERMINED BY THE OWNER/DEVELOPMENT, AFTER RECEIPTS OF WRITTEN NOTICE. IN THE EVENT OF OUR FAIL.URE TO MAKE SUCH REPAIRS OR REPLACEMENTS WITHIN A REASONABLE TIME AFTER RECEIPT OF WRITTEN NOTICE FROM THE OWNER/DEVELOPMENT, WE AUTHORIZE THE OWNER/DEVELOPMENT TO PROCEED TO HAVE SAID REPAIRS OR REPLACEMENTS MADE AT OUR EXPENSE ANO WE WILL PAY THE COSTS ANO CHARGES THEREFORE UPON DEMAND B. PROJECT: (PROJECT NAME) C. LOCATION: (LEGAL DESCRIPTION OF PROJECT PROPERTY) SIGNED: ___________ TITLE: ________ _ ADDRESS: TELEPHONE: SIGNATURE AND DATE: __________ _ 1 .5 OBSERVATION: 1.5.1 INSPECTION SCHED.!JJJ; _ 1 IN ALL CASES WHERE OBSERVATION OF THE SPRINKLER SYSTEME WORK IS REQUIRED AND/OR WHERE PORTIONS OF THE WORK AR SPECIFIED TO BE PERFORMED UNDER THE DIRECTION AND/OR OBSERVATION OF THE LANDSCAPE ARCHITECT OR CITY INSPECTOR. THE CONTRACTOR IS RESPONSIBLE FOR NOTIFYING THE l.ANOSCAPE ARCHITECT OR LANDSCAPE COORDINATOR IN ADVANCE FOR THE FOLLOWING INSPECTIONS, ACCORDING TO THI:' TIME INDICATED: A. PRE-JOB CONFERENCE • 7 CALENDAR DAYS B _ LOCATION OF IRRIGATION SLEEVES C. LAYOUT OF CONTROL EQUIPMENT, SPRINKLER HEADS AND PIPING- 32 HOURS D. PRESSURE MAINL.INE INSTALLATION AND TESTING • 32 HOURS E _ CONFORMANCE TO REGULATIONS FOR RECLAIMED WATER • 3 2 HOURS F. LATER_Al,,_J_IU;.NCH DEPTH .... CHECK -32 HOURS G. COVERAGE TEST • 32 HOURS H. FINAL INSPECTION • 48 HOURS I. NOTIFY THE CITY OF CARLSBAD 24 HOURS IN ADVANCE OF BEGINNING OF WORK. (438-1161, EXT. 4221) J. NOTIFY THE CITY OF CARLSBAD 24 HOURS IN ADVANCE OF BEGINNING CONSTRUCTION. (438-1161, EXT. 4221) _ 2 WHEN INSPECTIONS HAVE BEEN CONDUCTED BY OTHER THAN THWE LANDSCAPE ARCHITECT OR THE LANDSCAPE COORDINATOR, SHO EVIDENCE OF WHEN AND BY WHOM THESE INSPECTIONS WERE MADE . . 3 NO INSPECTION WILL COMMENCE WITHOUT AS-BUILT DRAWINGS. UINT THE EVENT THE CONTRACTOR CALLS FOR AN INSPECTION WITHO AS-BUILT DRAWINGS, WITHOUT COMPLETING PREVIOUSLY NOTED CORRECTIONS OR WITHOUT PREPARING THE SYSTEM FOR INSPECTION, 'THE CONTRACTOR SHALL BE RESPONSIBLE FOR REIMBURSING THE LANDSCAPE ARCHITECT OR THE LANDSCAPE COORDINATOR AT THE RATE OF $95.00 PER HOUR (PLUS ANY TRANSPORTATION COST) FOR THE INCONVENIENCE. NO FURTHER INSPECTIONS WILL BE SCHEDULED UNTIL THIS CHARGE HAS BEEN PAID. THE CITY WILL REQUIRE AS-BUILT DRAWINGS TO BE APPROVED PRIOR TO BACKFILLING MAINLINE TRENCH. 1 .6 TESTING: GE NEE AL . 1 FURNISH ALL NECESSARY TESTING EQUIPMENT AND PERSONNEL TO MEET TESTING REQUIREMENT . 2 CORRECT ALL DEFECT ANO RETEST UNTIL ACCEPTANCE BY OWNER AND CITY. 1. 6 .1 T~Ji.I..S .1 MAKE HYDROSTATIC TESTS ONLY IN THE PRESENCE OFSSTUHREE REPRESENTATIVE OF THE OWNER/DEVELOPMENT. AIR PRE CHECK ALL LINES THAT COULD WEAKEN OR DAMAGE ANY MAJOR STRUCTURES OR HARDSCAPES, IF WATER WERE USED. NO PIPE SHALL BE BACKFILLED UNTIL IT HAS BEEN INSPECTED, TESTED, AND APPROVED. (INCLUDING AS-BUil TS) _ 2 FURNISH NECESSARY FORCE PUMP AND ALL OTHER TE ST EQUIPMENT. .3 TEST ALL PRESSURE MAINLINES UNDER A HYDROSTATIC PRESstJRE OF 150 P.S.I. FOR A PERIOD OF FOUR .HOURS. _ 4 ALL TESTING SHALL BE APPROVED PRIOR TO THE INSTALLATION LOVEF REMOTE CONTROL VALVES, QUICK COUPLERS, OR OTHER VA ASSEMBLIES. _ 5 ALL PIPING UNDER PAVED AREAS SHALL BE TESTED TUENRDTEIRGHTA HYDROSTATIC PRESSURE OF 150 P.S.I. AND PROVED WA , PRIOR TO THE PAVING OPERATION. 1.6.2 ADJUSTl['!y_SYSTEM .1 THE CONTRACTOR SHALL FLUSH AND ADJUST ALL IRRIGATION HEADSR AND VALVES FOR OPTIMUM PERFORMANCE AND TO PREVENT OVE SPRAY ONTO WALKS, ROADWAYS, BUILDINGS, WAI..I..S AND OTHER STRUCTURES AS MUCH AS POSSIBLE. . ;! IF IT IS DETERMINED THAT ADJUSTMENTS IN THE IRRIGAMT0IORNE EQUIPMENT OR NOZZLE CHANGES WILL PROVIDE PROPER AND ADEQUATE COVERAGE, MAKE ALL SUCH CHANGES OR MAKE ARRANGEMENTS WITH MANUFACTURER TO HAVE ADJUSTMENT MAOE, PRIOR TO PLANTING. .3 ADJUST REMOTE CONTROL VALVES (BATTERY SYSTEMS) SO TUHRATE THE MOST REMOTE SPRINKLER HEADS OPERATE AT THE PRESS RECOMMENDED BY SPRINKLER MANUFACTURER. 1.6.3 COVERAGE TEST _ 1 WHEN THE IRRIGATION SYSTEM IS COMPLETED, PERFORM A COVERAGE TEST 1111 THE PRESENCE OF THE LANDSCAPE ARCHITECT, LANDSCAPE COORDINATOR OR CITY INSPECTOR, TO DETERMINE IF THE WATER COVERAGE FOR PLANTING AREAS IS COMPLETE AND ADEQUATE. FURNISH ALL [IIIATERIALS AND PERFORM ALL WORK REQUIRED TO CORRECT ANY INADEQUACIES OF COVERAGE DUE T 0 DEVIATIONS FROM THE Pl.ANS OR WHERE THE SYSTEM HAS BEEN WILLFULLY INSTALLED AS INDICATED ON THE DRAWINGS WHEN IT IS OBVIOUSLY INADEQUATE OR INAPPROPRIATE, WITHOUT BRINGING THIS TO THE ATTENTION OF THE LANDSCAPE ARCHITECT OR LANDSCAPE COORDINATOR. THIS TEST SHALL BE ACCOMPLISHED BEFORE ANY GROUND COVER IS PLANTED. 1.6.4 DIRECT BURIAL !,ONTROk_WIRES .1 ALL WIRING SHALL BE TESTED FOR CONTINUITY, OPEN CIRCUITS AND UNINTENTIONAL GROUNDS PRIOR TO CONNECTING TO EQUIPMENT. THE MINIMUM INSULATION RESISTANCE TO GROUND SHALL BE FIFTY (50) MEGAOHMS. ANY WIRING NOT MEETING THIS REQUIREMENT SHALL BE REPLACED, AT THE CONTRACTOR'S EXPENSE. 1 .6.5 FINAL ACCEPTANCE .1 WHEN ALL WORK UNDER THIS CONTRACT HAS BEEN COMPLETED, INCLUDING TESTING ADJUSTMENTS, ADDITIONS OR DELETIONS, THE CONTRACTOR WILL NOTIFY THE OWNER FOR FINAL INSPECTION AND APPROVAL. FINAL ACCEPTANCE BY THE OWNER DOES NOT RELIEVE THE CONTRACTOR OF HIS RESPONSIBILITY OF WARRANTY. 1 .6.6 MINOR ADJUSTME~ . 1 MINOR ADJUSTMENTS (LEVELING AND CLEANING SPRINKLER HEADS, VALVE BOXES, ETC. INCLUDING PROTECTION FROM VANDALISM) WILL BE MADE BY THE OWNER AFTER ACCEPTANCE OF THE SYSTEM AND DURING THE WARRANTY PERIOD. 1. 7 RECORD DRAWINGS: 1. 7 .1 RECORD DRAWINGS _ 1 RECORD DRAWINGS SHALL BE PREPARED AND SHALL SHOW All CHANGES IN THE WORK CONSTITUTING DEPARTURES FROM THE ORIGINAL CONTRACT DRAWINGS INCLUDING THOSE INVOLVING BOTH CONSTANT-PRESSURE AND INTERMITTENT-PRESSURE LINES AND APPURTENANCES. . 2 ALL CONCEPTUAL OR MAJOR DESIGN CHANGES, INCLUDING ANY CHANGES THAT MAY BE AFFECTED BY THE REQUIREMENTS OF TH ESE STANDARD SPECIFICATIONS, SHALL BE APPROVED BEFORE IMPLEMENTING THE CHANGES IN THE CONSTRUCTION CONTRACT. FAILURE TO RECEIVE PRIOR APPROVAL MAY RESULT IN TERMINATION OF SERVICE. .3 RECORD ACCURATELY ON ONE SET OF BLACK AND WHITE PRINTS OF THE IRRIGATION DRAWINGS, ALL CHANGES IN WORK CONSTITUTING DEPARTURES FROM THE ORIGINAL CONTRACT DRAWINGS, INCLUDING CHANGES IN BOTH PRESSURE AND NON-PRESSURE LINE. . 4 UPON COMPLETION OF EACH INCREMENT OF WORK, TRANSFER ALL SUCH INFORMATION AND DIMENSIONS TO THE PRINTS. RECORD CHANGES ANO DIMENSIONS IN A LEGIBLE AND PROFESSIONAL MANNER. WHEN THE DRAWINGS ARE APPROVED, TRANSFER ALL INFORMATION TO A SET OF REPRODUCIBLE SEPIA MYLAR DRAWINGS SUPPLIED AT COST BY THE LANDSCAPE ARCHITECT. .5 DIMENSION FROM TWO PERMANENT POINTS OF REFERENCE (BUILDINGS, MONUMENTS, SIDEWALKS, CURBS, PAVEMENT). POST INFORMATION ON AS-BUILT DRAWINGS DAY TO DAY AS THE WORK IS INSTALLED. ALL DIMENSIONS NOTED ON DRAWINGS SHALL BE 1/4 INCH IS SIZE. . 6 UPON COMPLETION OF EACH INCREMENT OF WORK, ALL REQUIRED INFORMATION AND DIMENSIONS SHALL BE TRANSFERRED TO THE RECORD DRAWINGS. FACILITIES AND ITEMS TO BE LOCATED AND VERIFIED ON THE RECORD DRAWINGS. SHOW DIMENSIONAL LOCATION AND DEPTH OF THE FOLLOWING: A. POINT OF CONNECTION B-ROUTING OF IRRIGATION PRESSURE MAINLINES AND ALL SLEEVES (DIMENSION MAXIMUM 10 FEET ALONG ROUTING AND ALL DIRECTIONAL CHANGES.) C. GATE VALVES. D. IRRIGATION CONTROL VALVES E. QUICK COUPLER VALVES F. ROUTING OF CONTROL WIRES G. AUTOMATIC CONTROLLERS H. OTHER RELATED EQUIPMENT (AS DIRECTED BY THE •LANDSCAPE ARCHITECT) . 7 MAINTAIN AS-BUILT DRAWINGS ON THE SITE AT ALL TIMES. THESE DRAWINGS ARE SUBJECT TO INSPECTION AT ANYTIME. . 8 MAKE ALL CHANGES TO REPRODUCIBLE DRAWINGS IN INK (NO BALL- POINT PEN). USE ERADICATING FLUID WHEN REDOING DRAWINGS. CHANGES AND DIMENSIONS SHALL BE RECORDED IN A LEGIBLE AND PROFESSIONAL MANNER. RECORD CONSTRUCTION DRAWINGS SHALL BE MAINTAINED AT THE JOB-SITE DURING CONSTRUCTION. . 9 THE LANDSCAPE ARCHITECT SHALL PROVIDE A COMPLETE SET OF "AS-BUILT" MYLARS TO THE CITY OF CARLSBAD UPON COMPLETION OF CONSTRUCTION. ONA WILL BE REQUIRED TO TRANSFER ALL AS- BUILT INFORMATION TO MYLARS. AS-BUILT$ SHALL BE 0111 CITY ORIGINAL MYLARS . 1. 7 .2 CONTROLLER CHART .1 AS-BUILT DRAWINGS SHALL BE APPROVl::0 BY THE LANDSCAPE ARCHITECT OR LANDSCAPE COORDINATOR BEFORE CHARTS ARE PREPARED. . 2 PROVIDE ONE CONTROLLER CONTROLLER DOOR WILL ALLOW, SHOWING THE AREA COVERED AND A CORRESPONDING LEGEND CHART OF THE MAXIMUM SIZE FOR EACH CONTROLLER SUPPLIED, BY THAT AUTOMATIC CONTROLLER OF THE EQUIPMENT INSTALLED. . 3 THE CHART SHALL BE A REDUCTION OF THE ACTUAL AS-BUILT SYSTEM DRAWING. IF THE CONTROLLER SEQUENCE IS NOT LEGIBLE WHEN THE DRAWING IS REDUCED, ENLARGE IT TO A SIZE THAT WILL BE READABLE WHEN REDUCED. • 4 CHART SHALL BE BLACKLINE PRINT AND A DIFFERENT PASTEL TRANSPARENT COLOR USED TO SHOW AREA OF COVERAGE FOR EACH STATION. • 5 WHEN COMPLETED AND APPROVED, HERMETICALLY SEAL THE CHART BETWEEN TWO PIECES OF PLASTIC, EACH PIECE BEING A MINIMUM 2 0 MILS THICK. _ 6 CHARTS SHALL BE COMPLETED AND APPROVED PRIOR TO FINAL INSPECTION OF THE IRRIGATION SYSTEM. 1.7.3. OPERATION AND MAINTENANCE MANUALS 1. 7 .4 . 1 PREPARE AND DELIVER TO THE OWNER WITHIN 10 CALENDAR DAYS PRIOR TO COMPLETION OF CONSTRUCTION, ALL REQUIRED AND NECESSARY DESCRIPTIVE MATERIAL IN COMPLETE DETAIL ANO PROPERLY PREPARED IN FOUR (4) INDIVIDUAL BOUND COPIES. DESCRIBE THE MATERIAL INSTALLED IN SUFFICIENT DETAILS TO PERMIT QUALIFIED OPERATING PERSONNEL TO UNDERSTAND, OPERATE AND MAINTAIN All EQUIPMENT. INCLUDE SPARE PARTS LIST AND RELATED MANUFACTURER INFORMATION FOR EACH EQUIPMENT ITEM INSTALLED. EACH MANUAL SHALL INCLUDE THE FOLLOWING: A. INDEX SHEET STATING CONTRACTOR'S ADDRESS AND TELEPHONE NUMBER. B. DURATION OF GUARANTEE PERIOD C. LIST OF EQUIPMENT WITH NAMES AND ADDRESSES OF MANUFACTURER'S LOCAL REPRESENTATIVE. D _ COMPLETE OPERATING AND MAINTENANCE INSTRUCTIONS ON ALL MAJOR EQUIPMENT. _ 2 IN ADDITION TO _J_HE MAINTENANCE MANUALS, PROVIDE THE MAINTENANCE PERSONNEL WITH INSTRUCTIONS FOR MAJOR EQUIPMENT ANO SHOW WRITTEN EVIDENCE TO THE LANDSCAPE ARCHITECT OR LANDSCAPE COORDINATOR AT THE CONCLUSION OF THE WORK THAT HIS SERVICE HAS BEEN RENDERED. CHECK LIST .1 COMPLETE THE FOLLOWING CHECKLIST AT THE END OF THE PROJECT, USING THE FORMAT SHOWN: A. PLUMBING PERMITS (IF NONE REQUIRED, SO NOTE) B. MATERIALS APPROVAL C. PRESSURE MAINLINE TEST (BY WHOM AND DATE) D. AS-BUILT DRAWINGS COMPLETED (RECEIVED BY AND DATE) E. CONTROLLER CHART COMPLETED (RECEIVED BY ANO DATE) 1. 8 1 . 8. 1 1.8.2 1. 8 .3 1.8.4 1. 8. 5 1. 8. 6 1.8. 7 1.8.8 1.8 .9 F. MATERIALS FURNISHED (RECEIVED BY ANO DATE) G. OPERATION AND MAINTENANCE MANUALS FURNISHED (RECEIVED BY AND DATE) H. SYSTEM AND EQUIPMENT OPERATION INSTRUCTIONS (RECEIVED BY AND DATE) 1. MANUFACTURER WARRANTl"!ES (RECEIVED BY AND DATE) J. WRITTEN GUARANTEE BY CONTRACTOR (RECEIVED BY AND DATE) . 2 FORWARD SIGNED AND DATED CHECKLIST TO LANDSCAPE ARCHITECT OR LANDSCAPE COORDINATOR BEFORE FINAL ACCEPTANCE OF PROJECT. GENERAL Rf:OUIREMENTS; CODE REQUIREMENTS SHALL BE THOSE OF STATE AND MUNICIPAL AGENCIES AND REGULATIONS LOCALLY GOVERNING THIS WORK, PROVIDING THAT ANY REQUIREMENTS OF THE DRAWINGS AND SPECIFICATIONS, NOT CONFLICTING THEREWITH BUT EXCEEDING THE CODE REQUIREMENTS SHALL GOVERN, UNLESS WRITTEN PERMISSION TO THE CONTRARY IS GRANTED BY THE AGENCY. EXTREME CARE SHALL BE EXERCISED IN EXCAVATING AND WORKING IN THE AREA DUE TO EXISTING UTILITIES. CONTRACTOR SHALL. BE RESPONSIBLE FOR DAMAGES CAUSED BY HIS OPERATIONS. CONNECTIONS SHALL BE MADE AT APPROXIMATELY THE LOCATIONS SHOWN ON THE DRAWINGS. CONTRACTOR SHALL BE RESPONSIBLE FOR MINOR CHANGES CAUSED BY ACTUAL SITE CONDITIONS. SCALED DIMENSIONS ARE APPROXIMATE. BEFORE PROCEEDING WITH ANY WORK, THE CONTRACTOR SHALL CAREFULLY CHECK AND VERIFY ALL. DIMENSIONS. PLAN LOCATIONS OF HEADS, VALVES, CONTROLLER AND PIPE LINES ARE DIAGRAMMATIC AND INDICATE THE SPACING AND RELATIVE LOCATIONS OF ALL INSTALLATIONS. ALL LINES SHALL HAVE A MINIMUM CLEARANCE OF SIX (6) INCHES FROM EACH OTHER, AND FROM LINES OF OTHER TRADES. PARALLEL LINES SHALL NOT BE INSTALLED DIRECTLY OVER ONE ANOTHER. DIEt.!".CTRIC BUSHINGS SHALL BE USED IN ANY CONNECTIONS WITH PIPING OF DISSIMILAR METAL MATERIALS. POINT OF CONNECTION SHALL BE APPROXIMATELY AS SHOWN ON DRAWINGS. CONNECT NEW UNDERGROUND PIPING AND VALVES AND PROVIDE ALL FLANGES, ADAPTERS OR OTHER NECESSARY FITTINGS FOR CONNECTION PERMISSION TO SHUT OFF ANY EXISTING IN-USE WATER LINES MUST BE OBTAINED 48 HOURS IN ADVANCE, IN WRITING FROM THE OWNER/DEVELOPMENT. THE CONTRACTOR SHALL RECEIVE INSTRUCTIONS FROM THE OWNER/DEVELOPMl"!NT, AS TO THE EXACT LENGTH OF TIME OF EACH SHUT-OFF. 1 .8.1 O CONTRACTOR SHALL ACQUAINT HIMSELF WITH ALL SITE CONDITIONS. 1. 8.11 1. 8.12 MAINTENANCE. THE ENTIRE IRRIGATION SYSTEM SHALL BE UNDER FULL AUTOMATIC OPERATION FOR A PERIOD OF 7 DAYS PRIOR TO ANY PLANTING. THE WORK SHALL BE ACCEPTED IN WRITING WHEN THE ENTIRE SCOPE OF WORK HAS BEEN COMPLETED SATISFACTION TO THE OWNER JUDGING THE WORK. NO ALLOWANCE FOR DEVIATION FROM THE ORIGINAL PLANS AND SPECIFICATIONS WILL BE MADE UNLESS PREVIOUSLY APPROVED BY THE OWNER. WHEN ANY ITEM APPEARS ON THE PLAN AND NOT IN THE SPECIFICATIONS, OR IN THE SPECIFICATION S AND NOT ON THE PLANS, IT SHALL BE CONSIDERED IN BOTH. WHEN CONFLICTS ARISE, THE HIGHEST STANDARDS WILL PREVAIL . THE OWNER OR HIS AUTHORIZED REPRESENTATIVE SHALL HAVE THE FINAL AUTHORITY ALL ITEMS OF THE PROJECT. 1.8.13 SER~E BY THE CONTRACTOR_; THE CONTRACTOR SHALL SERVICE THE SYSTEM AT THE OWNER'S REQUEST DURING THE GUARANTEE PERIOD AND SHALL BE PAID FOR WORK PERFORMED WHICH IS NOT COVERED BY THE GUARANTEE. IF REQUESTED BY THE OWNER, THE CONTRACTOR SHALL FURNISH THE OWNER WITH A SCHEDULE OF SERVICE FEE FOR ADDITIONAL WORK REQUESTED OUTSIDE OF THE GUARANTEE. THE CONTRACTOR SHALL l"!NGAGE THE SERVICES OF A PROFESSIONAL WATER MANAGEMENT COMPANY APPROVED BY THE IRRIGATION DESIGNER TO PROVIDE SUPPORT SERVICES FOR THE FOLLOWING IRRIGATION EQUIPMENT: EXCESS FLOW SENSING AUTO-RAIN SHUT OFF AND CALIBRATING SENSORS FOR EXCESS FLOW. INSPECT AND TEST CONTROLLERS AND GROUND FAULT • PROVIDE TECHNICAL SUPPORT ON THE JOB SITE AS REQUESTED BY CONTRACTOR FOR CONTROLLERS, EXCESS FLOW SENSING AND AUTO· RAIN SHUT OFF SENSING SYSTEMS . IRAINING IN OPERATION OF ALL EQUIPMENT. FIVE YEAR LIMITED FIELD SERVICE WARRANTY FOR CONTROLLERS AGAINST ORIGINAL DEFECTS IN MATERIALS AND WORKMANSHIP. WARRANTY SHALL BE PROVIDED IN WRITING. AVAILABLE THROUGH HYDROSCAPE PRODUCTS • STEVE MCCLEAN (619) 560-1600. PART 2 • PR.,QpUCTS 2 .1 MATERIALS: ALL MATERIALS AND EQUIPMENT USED IN SPRINKLER IRRIGATION WORK SHALL BE NEW AND WITHOUT FLAWS OR DEFECTS AND OF QUALITY AND PERFORMANCE AS SPECIFIED. 2. 1 . 1 PIPING: PIPE SIZES SHOWN ARE NOMINAL INSIDE DIAMETER UNLESS OTHERWISE NOTED. "AS BU I LT 11 APPROVED FOR PLANTING AND IR RIG AT ION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS RLA _____ EXP.----- REVIEWED BY: INSPECTOR DATE DATE l'1-SO'l6 Cl-',!-. 'I\ NBJ.J :$ -~ CITY OF CARLSBAD SHEETS f---1----1---------------·-------1------1------t------t---~ PLANNING DEPARTMENT (p{): I -IA -,, \ l.and:!icape Archi1.e!:ture • Pl~nning La Jolla Centre II 9255 Towu~ Cl;l'll,lre Driv~,Suite 340 San DiegQ, CA 9212:1-3002 619.550.15'75 • Fax 550.15-60 DATE INITIAL ENG I NEER OF WORK REVISION DESCRIPTION DATE INITIAL DATE INITIAL OTHER APPROVAL CITY APPROVAL ::==-=========::::::::::=:::::::::::::::::::==~~~ IRRIGATION SPECIFICATIONS FOR: LL1 CALA VERA HILLS VILLAGE 'Q' C.M.W.D 84--602- Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 2.1.2 2.1.3 2. 1 .4 2.1 .5 2.1.6 2.1.7 2.1. 9 .1 POLYVINYL CHLORIDE PIPE/" ALERTLINE") FOR NON-POTABLE WATER· ( 1) PVC PLASTIC PRESSURE LINES: FOR PIPING UPSTREAM OF REMOTE CONTROL VALVE;S AND QUICK COUPLERS. ALL FOUR (4) INCH AND SMALLER SHALL BE PURPLE COLORED PVC MEETING ASTM-1784, TYPE I, GRADE PVC-1120, CELL CLASS 1254B. PIPE, ASTM 2241 FOR SDR CLASS PIPE. ASTM 2672 FOR "ALERTLINE". PRESSURE MAINLINE: 1-1/2" AND SMALLER PIPE -SCHEDULE 40 PVC 2" AND LARGER PIPE -CLASS 315 PVC, SDR-15.5 Ii.ON-PRESSURE LATEB.A.!.;_ ALL NON-PRESSURE PIPE -CLASS 200 PVC PIPE TYPE I GRADEJ .. .!'Yk.ill.~ OUTSIDE DIAMETER OF PIPE SHALL BE THE SAME AS IRON PIPE. PIPE SHALL BE MARKED ON TWO SIDES OF THE PIPE AT 24" INTERVALS WITH "CAUTION RECLAIMED WATER." SCHEDULE 4 0 PIPE SHALL NOT BE THREADED. SOLVENT SHALL BE AS SUPPLIED BY PIPE MANUFACTURER. PIPE SHALL BE PURPLE IN COLOR. .2 BRASS PIPE SHALL BE IPS STANDARD WEIGHT 125 POUNDS, 85% RED BRASS. FITTINGS AND CONNECTIONS· . 1 FITTINGS FOR PVC PIPE FOUR (4) INCHES AND LARGER: THE COUPLING SHALL BE AN INTEGRAL PART OF THE PIPE BARREL. IT SHALL CONSIST OF A THICKENED SECTION WHICH HAS AN EXPANDED BELL WITH GROOVE TO RETAIN A RUBBER SEALING RING OF UNIFORM CROWW SECTION. FITTINGS SHALL BE JOHNS-MANVILLER RING TITE PVC FITTING, PACIFIC WESTERN OR EQUAL. . 2 POLYVINYL CHLORIDE PIPE FITTINGS AND CONNECTIONS: TYPE II, GRADE 1, SCHEDULE 40, HIGH IMPACT MOLDED FITTINGS, MANUFACTURED FROM VIRGIN COMPOUNDS AS SPECIFIED FOR PIPING, TAPERED SOCKET OR MOLDER THREAD TYPE, SUITABLE FOR ElTHER SOLVENT WELD OR SCREWED CONNECTIONS. MACHINE THREADED FITTINGS AND PLASTIC SADDLE AND FLANGE FITTINGS ARE NOT ACCEPTABLE. FURNISH FITTINGS PERMANENTLY MARKED WITH FOLLOWING INFORMATION: NOMINAL PIPE SIZE, TYPE AND SCHEDULE OF MATERIAL, ANO NATIONAL SANITATION FOUNDATION (NSF) SE AL OF APPROVAL. PVC FITTING SHALL CONFORM TO ASTM D2464 ANO D2466. . 3 BRASS PIPE FITTINGS AND CONNECTIONS: STANDARD 125 POUND CLASS 85% RED BRASS FITTINGS AND CONNECTIONS. RISERS_; .1 ALL SPRINKLER HEADS SHALL HAVE RISERS AND SWING JOINTS AS SHOWN IN THE DETAIL DRAWINGS. ALL RISERS AND SWING JOINTS SHALL USE MARLEX FITTINGS AND SCHEDULE 80 PVC RISERS OR NIPPLES. FITTINGS: . 1 FITTINGS, IN GENERAL, FOR ALL INSTALLATIONS SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT PRICE AND SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE ALL OF REQUIRED FITTINGS TO COMPLETE THE CONTRACT. . 2 ALL FITTINGS FOR PIPE THREE (3) INCHES AND SMALLER SHALL BE SCHEDULE 40 . 3 ALL TEES FOR THE INSTALLATION OF SWING JOINTS WILL BE INSTALLED WITH DURA, LASCO TEE OR EQUAL. ~l,!J.Q.l\i!.ATIC CONTRQL WIRE: .1 ELECTRIC WIRING RUNNING FROM CONTROLLER TO THE AUTOMATIC CONTROL VALVES SHALL BE NO. 14 SOLID, SINGLE CONDUCTOR, COPPER WIRE, 4/64 INCH INSULATION, 4164 INCH NEOPRENE JACKET, STYLE BR (DIRECT BURIAL) OR EQUAL, COLOR CODE WIRES TO EACH CONTROLLER, COMMON WIRE SHALL BE WHITE N0.14 SOLID, SINGLE CONDUCTOR WIRE, 4/64 INCH INSULATION, 4/64 INCH NEOPRENE JACKET, STYLE BR (DIRECT BURIAL ) OR EQUAL . MONITORING DEVICES .1 ALL MONITORING DEVICES SUCH AS FLOW AND PRESSURE MEASUREMENTS, SHALL BE AS SHOWN ON DRAWINGS. .li!O VOLT WIRE TO CONTROI.J..££!. .1 120 VOLT WIRE SHALL WIRE SHALL BE PER SIZE AND QUALITY. INSTALL U.L. APPROVED 24" BELOW GRADE FROM THE POWER METER OTHER REQUIRED SERVICES. ALL SPLICES PULL BOXES. ALL WIRES TO BE TWIN DESIGNATION AS REQUIRED BY CODE. A!LTQM_ATIC CONTROJ,,JJ;R: LOCAL CODE AS TYPE, CONDUIT A MINIMUM OF TO CONTROL UNITS OR TO BE IN APPROVED COPPER OR OTHER .1 AUTOMATIC CONTROLLER: FULLY AUTOMATIC IN OPERATION AND CAPABLE OF OPERATING THE NUMBER OF STATIONS OF REMOTE CONTROL VALVES AS NOTED. . 2 CONTROLLER ENCLOSURE ASSEMBLY: PEDESTAL MOUNTED AS NOTED, WITH A SEPARATE STAINLESS STEEL ENCLOSURE, TERMINAL STRIP, ON/OFF DISCONNECT SWITCH W/ 110VOLT GROUNDED OUTLET, RAINGUARD AUTO-RAIN SHUT-OFF DEVICE AND LOCKING, HINGED COVER. AVAILABLE FROM HVDROSCAPE PRODUCTS INC. 5605 KEARNY VILLA RD. SAN DIEGO, CALIFORNIA (619)560-1600 . 3 AUTOMATIC CONTROLLERS SHALL BE OF THE TYPE AND MANUFACTURERS SHOWN ON THE DRAWINGS OR APPROVED EQUAL AND INSTALLED PER MANUFACTURES RECOMMENDATIONS AND DETAIL DRAWINGS . 4 ALL CONTROLLERS SHALL BE GROUNDED BY COPPER CLAD GROUNDING ROD AND GENERAL ELECTRIC LIGHTNING ARRESTOR # 9L15DCB002 (50 OHMS RESISTANCE REQUIRED) REMOTE CONTROL VALVES, ELECJBl.~ .1 THE ELECTRIC REMOTE CONTROL VALVES(PRESSURE REGULATING} SHALL BE OF THE STYLE AND MANUFACTURES SHOWN ON THE DRAWINGS, OR APPROVED EQUAL, AND INSTALLED PER DETAILED DRAWINGS AND MANUFACTURER'S RECOMMENDATION. . 2 VALVES SHALL BE INSTALLED A MINIMUM Of 6" FROM ALL FIXED OBJECTS AND 12" APART FROM EACH OTHER. 2.1 -10 MASTER VALVE .1 SHALL BE OF THE STYLE AND MANUFACTURES SHOWN ON THE DRAWINGS, OR APPROVED EQUAL, AND INSTALLED PER DETAILS DRAWINGS AND MANUFACTURER'S RECOMMENDATIONS. 2.1.11 VALVE BOX: . 1 ALL VALVES INCLUDING PRESSURE REGULATING VALVES, MASTER VALVES, REMOTE CONTROL VALVES, GATE VALVES, AND QUICK COUPLER VALVES SHALL BE INSTALLED IN SUITABLE VALVE BOXES AS SHOWN IN DETAILS. ALL SHALL BE MARKED "PRV","MV","RCV","GV", OR "DF" RESPECTIVELY WITH STATION NUMBERS FOR CONTROL VALVES EMBOSSED ON THE VALVE COVER. ALL SHALL STATE "RECLAIMED WATER" IN ENGLISH AND SPANISH. (RCV BOXES SHALL HAVE LOCKING COVERS) OTHER BOXES SUCH AS PULL BOXES, ETC. SHALL BE MARKED ACCORDINGLY. VALVE BOXES SHALL BE PURPLE IN COLOR. 2.1.12 SPRINKLER HEAD: . 1 SPRINKLER HEADS SHALL BE AS REQUIRED ON THE DRAWINGS OR APPROVED EQUAL. ALL SPRINKLER HEADS AR!: TO HAVE FACTORY BUILT IN CHECK VALVES OR A CHECK VALVE UNDER EACH HEAD. SPRINKLER HEADS SHALL HAVE A FACTORY COLORED "PURPLE RECLAIMED WATER" DESIGNATION AS A PART OF THI': SPRINKLER OR IF NOT AVAILABLE BE PAINTED PURPLE AS DIRECTED BY THE CITY OF CARLSBAD. 2.1.13 QJ.!JCK COUPLER VALVES/NON.,.P.Q.I.A.§LE): . 1 QUICK COUPLING VALVES SHALL BE OF THE MANUFACTURER SHOWN ON THE DRAWINGS. EACH QUICK COUPLER SHALL HAVE A MOLDED VINYL LOCKING COVER WITH ACME THREADS FOR RECLAIME'D WATER Sl:RVICE. . 2 UPON COMPLETION OF THE CONTRACT AND PRIOR TO FINAL ACCEPTANCE, SUPPLY THE OWNER WITH QUICK COUPLER KEYS AND HOSE ELLS OF THE QUANTITY CALLED FOR IN IRRIGATION SECTION 2.1.22. THE KEYS AND HOSES ELLS SHALL BE OF THE SAME MANUFACTURER AS THE COUPLING VALVE. . 3 SHALL BE 1" SIZE AS MANUFACTURED BY NELSON SPRINKLERS CO. 2.1.15 i:!JHJ;; __ YALVES: 3.2.2 .1 GATE VALVES THREE (3) INCHES AND SMALLER SHALL BE 150 POUND BASE, ALL BRASS/BRONZE CONSTRUCTION, SINGLE WEDGE DISC, INTEGRAL TAPER SEATS, NON-RISING STEM, SCREWED BONNETS, BRONZE CROSS HANDLE AND A BRASS/BRONZE GROUND JOINT UNION CONNECTION AT THE DOWNSTREAM OUTLET. VALVES SHALL BE CAPABLE OF BEING REPACKED WHILE UNDER PRESSURE. . 2 GATE VALVES FOUR (4) INCHES AND LARGER SHALL CONFORM TO ALL APPLICABLE PROVISIONS OF Sl:'CTION 2.01 .08 OF THE STANDARD SPECIFICATIONS OF THE CITY OF SAN DIEGO, DOCUMENT NO. 727731. . 3 SHALL BE SIMILAR TO THOSE MANUFACTURED BY KENNEDY, STOCKHAM,NIBCO OR APPROVED EQUAL 2.1.16 MANUAL CONTRQ.!.._Y.ALj.J:_:_ .1 MANUAL CONTROL VALVE 314" AND 1" SIZE SHALL BE MADE OF HEAVY DUTY BRASS WITH A WHEEL HANDLE AND RATED TO 150 PSI. 2.1.17 ATMOSPHERIC VACUUM BREAKER: . 1 ATMOSPHERIC VACUUM BREAKER 3/4" AND 1" SIZE SHALL BE MADE OF HEAVY DUTY BRASS CONSTRUCTION PREVENTING BACKFLOW OF WATER INTO FREH WATER LINES. OPERATING PRESSURE OF 15 TO 150 PSI AND SHALL BE MANUFACTURED BY THE' SAME MANUAL CONTROL VALVE LISTED ABOVE. 2.1 .18 BACKFLOW PREVENTER: UNIT SHALL BE A$ SHOWN ON PLANS OR EQUAL AS APPROVED BY ARCHITECT AND CARLSBAD MUNICIPAL WATER ' DISTRICT. 2.1.19 CONCRETE FOOTINGS SHALL BE 2,000 PSI CONCRETE AT 28 DAYS. 2.1.20 BACKFILL SHALL BE CLEAN FILL SOIL WITH NO ROCKS OR CLOD 1/2" OR LARGER. 2.1.21 WARNING TAPE: . 1 SHALL BE PLASTIC TAPE PREPARED WITH SILVER PRINTING ON A PURPLE FIELD HAVING THE WORDS, ~J\L.__Rl;__C_lJIJ_MJ';D WATER LINE BELOW" . THE OVERALL WIDTH SHALL BE 3 INCHES. .2 WARNING (CAUTION) TAPE SHALL BE MANUFACTURED BY THOR ENTERPRISE, INC., P.O. BOX 450 SUN PRAIRIE, WISCONSIN, 53590, (PHONE: (608) 837-7197) 2.1.22 WARNING LABELS & SIGNS : SHALL BE APPROVED BY THE DISTRICT ENGINEER TO BE INSTALLED ON DESIGNATED FACILITIES. FACILITIES SUCH AS CONTROLLER ENCLOSURE AS DESIGNATED BY THE DISTRICT ENGINEER OR INSPECTOR. SEE COVER SHEET FOR ADDITIONAL REQUIREMENTS. 2.1.23 WARNING TAGS• ALL RECLAIMED WATER SPRINKLER CONTROLS VALVES SHALL BE TAGGED WITH IDENTIFICATION TAGS. SEE COVER SHEET FOR ADDITIONAL REQUIREMENTS . 2 .1. 24 CONTRACTOR SHALL PROVIDE TO TH!" OWNER: .1 THREE (3) CONTROL VALVE KEYS. . 2 FOUR (4) WRENCHES FOR REMOVING EACH DIFFERENT TYPE OF SPRINKLER HEAD. . 3 TWO (2) 48" TEE WRENCH!:$ FOR OPERATING BALL VALVES. . 4 FIVE (5 EA.) QUICK COUPLER KEYS AND FIVE (5 EA.) HOSE BIB ASSEMBLIES (POTABLE & NON-POTABLE). . 5 FIVE (5) KEYS FOR OPENING AND LOCKING EACH AUTOMATIC CONTROLLER. 2.1.25 WYE STRAINER SHALL BE OF BRONZE BODY WITH SCREW FITTINGS. SEE DETAILS AND DRAWINGS. 2.1.26 IN-LINE PRESSURE REGULATOR SHALL BE AS SPECIFIED ON DRAWIINGS . 2-1.27 SURGE ARRESTORS SHALL BE AS SPECIFIED ON DRAWINGS. PART 3 -EXECUTION 3 .1 GENERAL REQUIREMENTS: 3.1.1 LOCATIONS ON DRAWINGS ARE DIAGRAMMATIC AND APPROXIMATE ONLY, AND SHALL BE CHANGED AND ADJUSTED AS NECESSARY AS DIRECTED TO MEET EXISTING CONDITIONS AND OBTAIN COMPLETE WATER COVERAGE. LOCATE AND STAKE ALL WORK AND OBTAIN APPROVAL OF THE ARCHITECT BEFORE INSTALLATIONS. 3. 1. 2 INSTALL AND EXTEND SYSTEM AS SHOWN ON THE DRAWINGS, AND AS NECESSARY TO CARRY OUT THE INTENT OF THE DRAWINGS AND SPECIFICATIONS. 3.2.3 3.2.4 3 .1. 3 LOCATE LINES, VALVES AND OTHER UNDERGROUND UTILITIES AND 3 -2 -5 3.1.4 3.2 RECEIVE THE APPROVAL OF THE ARCHITECT BEFORE DIGGING TRENCHES. REFER TO THE CITY OF CARLSBl\tl STANDARDS FOR RECLAIMED Pl PE INSTALLATION. ALL CITY OF CARLSBAD STANDARDS TAKE PRECEDENCE OVER PLANS AND SPECIFICATIONS FOR THE PROJECT UNLESS NOTED AND APPROVED. INSTALLATION OF IRRIGATION SYSTEM; 3.2 .1 EXCAVATION AND BACKFILLING OF TRENCHES: . 1 EXCAVATE TRENCHES, PREPARE SUBGRADE, AND BACKFILL TO LINE AND GRADE WITH SUFFICIENT ROOM FOR PIPE FITTINGS, TESTING AND INSPECTING OPERATIONS. DO NOT BACKFILL UNTIL THE PIPE SYSTEM HAS BEEN SUBJECTED TO A HYDROSTATIC TEST AS SPECIFIED . . 2 QEPTH OF TRENCH: POLYVINYL CHLORIDE PRESSURE LINE (LESS THAN 3") 18" MINIMUM PRESSURE MAINLINES ( 3" AND UP TO 5 1/2") 24" MINIMUM POLYVINYL CHLORIDE NON-PRESSUR!: LINE 12" MINIMUM CONTROL WIRE 24" MINIMUM . 3 TRENCHING THROUGH AREAS WHERE TOPSOIL HAS BEEN SPREAD· (1) DEPOSIT TOPSOIL ON ONE SIDE OF TRENCH AND SUBSOIL ON OPPOSITE SIDE. _ 4 SUBSOIL SHALL BE FREE OF ALL ROCKS AND CLODS 1/2 INCH IN DIAMETER, DEBRIS, AND LITTER, PRIOR TO USE AS BACKFILL WHERE SO INDICATED ON DETAIL. . 5 REPAIR ANY LEAKS AND REPLACE ALL DEFECTIVE PIPE OR FITTINGS UNTIL LINES MEET TEST REQUIREMENTS. DO NOT COVER ANY LINES UNTIL THEY HAVE BEEN INSPECTED AND APPROVED FOR TIGHTNESS, QUALITY OF WORKMANSHIP AND MATERIALS . • 6 BACKFILL TRENCHES, AFTER APPROVAL OF PIPING, WITH SUITABLE AND APPROVED MATERIAL, TAMPING SOIL AROUND PIPE AND THOROUGHLY COMPACTING ALL TRENCH FILLS UNTIL 90% COMPACTION HAS BEEN ACHIEVED. . 7 BACKFILL MATERIAL SHALL BE AN APPROVED SOIL, FREE FROM ROCKS AND CLODS 1/2" AND LARGER. . 8 CONTRACTOR SHALL NOT INSTALL PIPE ACROSS CONCRETE DRAINAGE SWALE. CONTRACTOR SHALL JACK OR BORE UNDER SWALE TYPICAL. U_!<DER EXISTING AN.!L(OR PROPOSED PAVEMENT . 1 TRENCHES LOCATED UNDER AREAS WHERE PAVING, ASP HAL TIC CONCRETE OR CONCRETE WILL BE INSTALLED SHALL BE BACKFILLED WITH CLEAN FILL SOIL, IN A SLEEVE ANO COMPACTED IN LAYERS TO 95% COMPACTION, USING MANUAL OR MECHANICAL TAMPING DEVICES. TRENCHES FOR PIPING WHICH ARE NOT UNDER PAVING SHALL BE COMPACTED TO EQUAL COMPACTION OF THE EXISTING ADJACENT UNDISTURBED SOIL AND SHALL BE LEFT FLUSH WITH THE ADJOINING GRADE. THE IRRIGATION CONTRAr.TOR SHALL SET IN PLACE, CAP AND PRESSURE TEST ALL PIPING UNDER PAVING PRIOR TO PAVING WORK. .2 PIPING UNDER EXISTING PAVEMENT MAY BE INSTALLED BY JACKING, BORING, OR HYDRAULIC DRIVING. HOWEVER, NO HYDRAULIC DRIVING WILL BE PERMITTED UNDER ASPHALT PAVING. , 3 PROVIDE FOR A MINIMUM COVER OF TOP OF THE PIPE AND THE BOTTOM OF ALL PRESSURE AND NON PRESSURE ASPHALTIC CONCRETE PAVING. 18 INCHES BETWEEN THE THE AGGREGATE BASE FOR PIPING INSTALLED UNDER . 4 SECURE PERMISSION FROM THE OWNER/DEVELOPMENT BEFORE CUTTING OR BREAKING EXISTING PAVEMENT. ALL NECESSARY REPAIRS AND REPLACEMENTS SHALL BE APPROVED BY OWNER/DEVELOPMENT, AND SHALL BE AT NO ADDITIONAL COST TO OWNER/DEVELOPMENT. J.N£TALLATION OF POLYVINYL CHLORIDE PIP.s.; . 1 BECAUSE OF THE NATURE OF PLASTIC PIPE AND FITTINGS, EXERCISE CAUTION IN HANDLING, LOADING AND STORING, TO AVOID DAMAGE. . 2 THE PIPE AND FITTINGS SHALL BE STORED UNDER COVER UNTIL USED, AND SHALL BE TRANSPORTED IN A VEHICLE WITH A BED LONG ENOUGH TO ALLOW THE LENGTH OF PIPE TO LAY FLAT SO AS NOT TO BE SUBJECTED TO UNDUE BENDING OR CONCENTRATED EXTERNAL LOAD AT ANY POINT. . 3 ANY PIPE THAT HAS BEEN DENTED OR DAMAGED SHALL 8 E DISCARDED UNTIL SUCH DENTED OR DAMAGED SECTION IS CUT AND REJOINED WITH A COUPLING. . 4 TRENCH DEPTH SHALL BE AS SPECIFIED ABOVE FROM THE FINISH GRADE TO THE TOP OF THE PIPE. THE BOTTOM OF THE TRENCH SHALL BE FREE OF ROCKS, CLODS, AND OTHER SHARP·EDGED OBJECTS. . 5 PIPE ENDS AND FITTINGS SHALL BE WIPED WITH MEK, OR EQUAL, BEFORE WELDING SOLVENT IS APPLIED. WELDED JOINT$ SHALL BE GIVEN A MINIMUM OF 15 MINUTES TO SET BEFORE MOVING OR HANDLING. ALL FIELD CUTS SHALL BE BEVELED TO REMOVE BURRS AND EXCESS BEFORE FITTING AND GLUING TOGETHER. . 6 PIPE SHALL BE SNAKED FROM SIDE-TO-SIDE OF TRENCH BOTTOM T 0 ALLOW FOR EXPANSION AND CONTRACTION. . 7 CENTER LOAD PIPE WITH SMALL AMOUNT OF BACKFILL TO PREVENT ARCHING AND SLIPPING UNDER PRESSURE. LEAVE JOINTS EXPOSED FOR INSPECTION DURING TESTING. . 8 NO WATER SHALL BE PERMITTED IN THE PIPE UNTIL INSPECTIONS HAVE BEEN COMPLETED AND A PERIOD OF AT LEAST 24 HOURS HAS ELAPSED FOR SOLVENT WELD SETTING AND CURING. . 9 PLASTIC TO METAL JOINTS SHALL BE MADE WITH PLASTIC MALE ADAPTERS, METAL NIPPLE HAND TIGHTENED, PLUS ONE TURN WITH A STRAP WRENCH. .10 PLASTIC TO PLASTIC JOINTS: SOLVENT-WELD, USING SOLVENT RECOMMENDED BY PIPE MANUFACTURER ONLY . .11 SOLVENT-WELD JOINTS: ASSEMBLE PER MANUFACTURER'S RECOMMENDATION. .12 ALL PRESSURE PIPE 3" OR LARGER SHALL HAVE THE CORRECT SIZED CONCRETE THRUST BLOCK INSTALLED AT EVERY ABRUPT CHANGE OF ALIGNMENT; AT GATE VALVES, TEES, ELBOWS, CROSSES AND END$ OF PIPE RUNS; OR WHEREVER THE CITY ENGINEER DEEMS ONE TO BE NECESSARY. THRUST BLOCKS SHALL BE INSTALLED AS PER DETAIL. lli.SIAl,J.J\ T [QN___OF B RA SS P I PE : .1 CUT BRASS PIPING BY POWER HACKSAW, CIRCULAR CUTTING MACHINE USING AN ABRASIVE WHEEL, OR HAND HACKSAW. CUT NO PIPING WITH METALLIC WHEEL CUTTER OF ANY DESCRIPTION. REAM AND REMOVE ROUGH EDGES OR BURRS SO SMOOTH AN UNOBSTRUCTED FLOW IS OBTAINED. . 2 PROVIDE ONE CONTROL WIRE AND ONE COMMON GROUND WIRE TO SERVICE EACH VALVE IN SYSTEM. PROVIDE 4-FOOT MINIMUM EXPANSION LOOP AT EACH VALVE TO PERMIT REMOVAL ANO MAINTENANCE OF VALVES. . 3 INSTALL CONTROL WIRES AT LEAST 24" BELOW FINISH GRADE AND MINIMUM OF 4' FROM ANY PIPE OR FITTINGS EXCEPT AS TERMINAL POINTS. . 4 INSTALL CONTROL WIRES AND IRRIGATION PIPING IN COMMON TRENCHES WHEREVER POSSIBLE. .5 CONTROL WIRE SPLICES: ALLOW ONLY ON RUNS OF MORE THAN 300 FEET, SPLICES AS FOLLOWS: (1) STRIP OFF MINIMUM OF 2-112 INCHES OF INSULATION FROM EACH WIRE. (2) CONNECTING AND SPLICING OF WIRE AT THE VALVES SHALL BE MADE USING DURA SEAL CRIMP SPLICES AS MANUFACTURED BY RAYCHEM CORPORATION. CONTRACTOR SHALL REFER TO RAYCHEM INSTALLATION PROCEDURES USING ULTRATORCH 3 HEATING TOOL. NO OTHER SPLICES WILL BE ALLOWED. 3.2.6 AUTOMATIC C.OJilB.QLLER: . 1 AUTOMATIC CONTROLLER SHALL BE INSTALLED AS SHOWN AND DIRECTED. CONTROLLER SHALL BE TESTED WITH COMPLETE ELECTRICAL CONNECTIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR TEMPORARY POWER TO THE CONTROLLER FOR OPERATION AND TESTING PURPOSES . . 2 CONNECTIONS TO CONTROL WIRING SHALL BE MADE WiTHIN THE PEDESTAL OF THE CONTROLLER. ALL WIRE SHALL FOLLOW THE PRESSURE MAIN IN SO FAR AS POSSIBLE. . 3 ELECTRICAL WIRING SHALL BE IN A RIGID PVC PLASTIC CONDUIT FR OM CONTROLLER TO ELECTRICAL OUTLET. A CERTIFIED ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE FOR INSTALLING ALL WIRING TO THE SUB-PANELS, CLOCKS, OR ELSEWHERE AS REQUIRED, IN ORDER TO COMPLETE THIS INSTALLATION. A DISCONNECT SWITCH SHALL BE INCLUDED. .4 CONTROLLER SHALL BE INSTALLED WITH VANDAL·RESISTANT ENCLOSURES AS CALLED FOR ON THE DRAWINGS (STAINLESS STEEL) AS PROVIDED BY THE MANUFACTURER ON ADEQUATE CONCRETE FOUNDATION. 3.2.7 VALVES: .1 ALL VALVES SHALL BE INSTALLED AS SHOWN IN THE DETAILS AND IN ACCORDANCE WITH MANUFACTURER'S RECOMMENDATIONS AND AS REQUIRED BY THE CITY OF CARLSBAD FOR IDENTIFICATION, PER RECLAIMED WATER STANDARDS, IF USED. .2 ALL AUTOMATIC VALVES SHALL BE SIZED AS SHOWN ON PLANS. GATE VALVES SHALL BE LINE SIZE. . 3 INSTALL EACH CONTROL VALVE IN A SEPARATE VALVE BOX WITH A MINIMUM OF 12" SEPARATION BETWEEN VALVES AND 6" FROM ANY FIXED OBJECT OR STRUCTURE. 3 .2.8 VALVE BOX: .1 INSTALL VALVE BOXES AS SHOWN ON DETAIL. INSTALL NO MORE THAN ONE VALVE PER BOX. VALVE BOXES INSTALLED NEAR WALKS SHALL ABUT FROM THOSE ITEMS AND THE TOP SURFACES SHALL BE FLUSH WITH ITEMS LISTED ABOVE. . 2 ALL BOXES ARE TO BE MARKED AS TO THE TYPE OF VALVE, CONTROL STATION NUMBER IF APPLICABLE AND IDENTIFIED AS REQUIRED, PER RECLAIMED STANDARDS. 3.2.9 SPRINKLER HEADS: .1 ALL SPRINKLER HEADS SHALL BE INSTALLED AS PER DETAILS SHOWN. . 2 NOZZLE SIZE OF ALL HEADS SHALL BE ADJUSTED TO SUIT ANY PARTICULAR CONDITIONS OF THE AREA. THIS SHALL BE DONE AFTER THE SYSTEM HAS BEEN THOROUGHLY TESTED, IMMEDIATELY AFTER WRITTEN NOTIFICATION BY THE ARCHITECT TO DO SO. 3.2.10 QUICK COUPLER ASSEMBLY: .1 INSTALL ALL QUICK COUPLERS AS INDICATED ON DRAWINGS AND AS DIRECTED: SET ALL VALVES PLUMB AND TRUE TO FINISH GRADE AND A MAXIMUM OF 12 INCHES FROM PAVING, WALKS, HEADERS OR CURBS, AND AS SHOWN ON PLANS AND AS DIRECTED. 3.2.11 GATE VALVES & BALL VALVES: .1 INSTALL WHERE SHOWN AS DETAILED. 3.2.12 WARNING TAPE· WARNING TAPES SHALL BE INSTALLED DIRECTLY ON TOP OF THE PIPE LONGITUDINALLY AND SHALL BE CENTERED. THE WARNING TAPE SHALL BE INSTALLED CONTINUOUSLY FOR THE ENTIRE LENGTH OF THE PIPE AND SHALL BE FASTENED TO EACH PIPE LENGTH BY PLASTIC TAPE BANDED AROUND THE PIPE WITH FASTENERS NO MORE THAN 5 FEET APART. TAPING ATTACHED TO THE SECTIONS OF PIPE BEFORE LAYING IN THE TRENCH SHALL HAVE FLAPS SUFFICIENT FOR CONTINUOUS COVERAGE. ALL RISERS BETWEEN THE MAINLINE AND CONTROL VALVES SHALL BE INSTALLED WITH WARNING TAPE. A SECOND WARNING TAPE RUNNING CONTINUOUSLY ABOVE PIPING TO BE INSTALLED 12 INCHES ABOVE RECLAIMED WATER LINE. 3. 2. 1 3 WARNING LABELS & SIGN: INSTALL WHERE SHOWN AS DETAILED 3.2.14 WARNING JAGS· INST ALL WHERE SHOWN AS DETAILED 3.2.15 BACKFLOW PREVENTER: .1 BACKFLOW PREVE:NTER ASSEMBLY SHALL BE INSTALLED EIND ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS, LOCAT AND AS DIRECTED ON DRAWINGS, ANO SHALL CONFORM TO ALL APPLICABLE CODE AND ORDINANCE REQUIREMENTS. . 2 EXACT LOCATION AND POSITIONING SHALL BE VERIFIED ON THE SITE BY THE ARCHITECT. 3.2.16 IN-LINE PRESSURE REGULATORS; .1 ADJUST AND INSTALL PER PLANS AND DETAILS. 3.2.17 SURGE ARRESTOR: 3.3 IRRIG CAL. I 8-4-9' .1 INSTALL PER PLANS AND DETAILS. CLEAN-UP: AS PROJECT PROGRESSES, CONTRACTOR SHALL MAINTAIN ALL AREAS IN A NEAT MANNER AND REMOVE UNSIGHTLY DEBRIS AS NECESSARY. AFTER COMPLETION OF THE PROJECT, CONTRACTOR SHALL REMOVE' ALL DEBRIS AND CONTAINERS USED IN ACCOMPLISHING WORK. HE SHALL SWEEP AND CLEAN ALL SIDEWALKS, ASPHALT, AND CONCRETE AREAS ADJACENT TO THE PLANTINGS. "AS BUILT" .2 CAREFULLY AND SMOOTHLY PLACE ON MALE THREAD ONLY. TIGHTEN SCREWED JOINTS WITH TONGS OR WRE'NCHES. CAULKING 1$ NOT PERMITTED. APPROVED FOR PLANTING .!;IJ;,.MQTE....CONTROL WIRIN(,_; .1 DIRECT BURIAL CONTROL WIRE SIZES: AS SHOWN AND SPECIFIED HEREIN BEFORE. l.a;ndsey~p~ ArqbiteQt'\\re • PlaD.:Qi1:1.g Le; Jolla. c~n tre II Q255 T0wn4o1 Centre Drive, Suite 340 San Diego, CA 92121-:3002 819.55D.16?'5 • Fi!l.:t 550.1580 "!-~"Ill ct-jA, DATE INITIAL ENGINEER OF WORK 'J\ t-..iP...w •. " =--~-·.,·-~-&~ ~- ----~-~- REVISION DESCRIPTION AND IRRIGATION ONLY, INCLUDING PRECISE DATE RLA EXP, LOCATION OF PLANTING REVIEWED BY: AREAS [NSPECTOR DATE i ~ CITY OF CARLSBAD SHEETS : ,00' i PLANNING DEPARTMENT A . - i I IRRIGATION SPECIFICATIONS FOR: & I CALAVERA HILLS : VILLAGE 'QI I ' APPROVED $af) ' tl·.f~-'2..i ' ASS!STAN,~L NN!NG D!RECTOR DATE ' ' : DWN BY: PROJECT NO, DRAWING NO. DATE 1 [N]TIAL DATE INITIAL CHKD SY: CT 83-32 303-2L OTHER APPROVAL C !TY APPROVAL RVWD BY: l • "" Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 §5•-10• HT.SOUND WALL ~ Lb"rs 120-124 . SEE SHEETS L-42 & 4 G!1 \ ........ ___ ""l,, ' . ■ • • . • . / / / MAINTENANCE RESPONSIBILITY e-x1sT .zo' i, f .,,: _, i~£;'..-A/~ ,. I':_1jif[ ·,...,;A,!"_,_ i--.. ,,,..,'./fT ".,·" e1:"f.-<3fl ·.·N·.· .. 0 ... ' T A .. p. ·Am~.' . . -· ~1 · n-":::t,-1 . . ' . -. ·o 7 :__.,,,,,,,.__;._,_r~•-;,.~,r• \.."'' i . L1,..1/i..•_.•·.· •.J s~ , V &Ii; / SEE I (i)/.10,,:., .......,,,_,, ""'-• ••••---m~• STREE'l'SCAPE TREES, UNLESS OTHERWISE APPROVED BY TUE CITY SHALL: 1. © f..M/7 @ f'l<'.~iery 01,,/(1~ © 'l'EMl'OR/\RY 3. 4. BE PLANTED AT A MINil'lUM OF THREE (3') PUBLIC RIGHT-OF-WAY, FEET OUTSIDE OF T!!E llf KEPT~AT li:M:tNIMOMOF FIVE .. (5 1 ) FEET'F~fLL MONOLiTIIICC: PAVING, 9) NOT BE ALLOWED. Hl''AREAS WHERE 1'!1Et CONFLICT WITH PUBLIC UTILITIES. BE I<EPT A MINIMUM OF SEVEN (7') FEET FROM AN\!' SEWER LINE. ■ , • • • • ·UNDISTURBED NATURAL 'VEGETATION· •. . '•••~•.-,!: .... ha~...,+ ?'_;;;-,..,,,,. ""• • ' .fZ'/ A k '5 ~--.;;.t~ '~ ■ • •1 otJA /1,,1e,. I"? 17-1-e, t,.t,.i.;~ AA:U-1m:,r op WC$./< ?Ot..a.,'/ Pt>tt mt &»J~rMc,nOJ-J tJ/,4N6t!. PA1f.!O: "f-30--"18. ATION ZONE 1 ZONE 2- SEE SHEET L-12 FOR __ ZONE DESCRIPTION ~\ . C ·30"16 ONA ENGltfEEh ~ WOhK REVISION DESCRIPTION OA TE tNITlAL ""', I-----~....,,..,.-, NO. CfTY Ai"PIIDVAl. ' / . / ' , \.,, ■ I qv;,;; ~klAJe ~me a<., , ?Ao ~ PIGt::,01 CA "f2.I 2. I (-t,l'1) 5~c,-1•:rJ5 FRANK RADMACHER ASSOCIATES, INC. Utndscape Architects (114) 8ll·l174 YorbcL,Srreet, Suite 104 • Tus.tin, CA '>2080 CITY OF CARLSBAD ENGINE£ RING OE PAA TM ENT ·.PLANTING PLAN AP OWN.BY, ____ , CtfKO. l!IY, ___ .,.1 FIELD BK, GE "Q" fLANNING DIRECTOR DATE PROJECT NO c:-Te,3-32. OOAWING NO. '3o3-Z,L I Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 \ 4 I .. VICINITY a KEY MAP: f/ '4--.,. "' \ \ T.R.P. Terminal \ Resu•voir I I ✓~-----, I I \ __ ........ , I ... -..... I ,---( / ,/ ---, ' I"--~ ) \ l--, ,.) I I '\I ';/--/. I ✓--I , .... _ ) I ,---"' I '\ _.._.,,, I I , ........... I I I I I ) I I I I I I I I l I I ijo F;:J Scale ~ HORIZONTAL CONTROL: Basis of bearing: A portion of the North line of R.0.S. 9336 bearing North 89° 19 1 35 11 East. VERTICAL CONTROL: Description: Brass plug Location: Station 156+ 17.85 E.C., El Camino Real Elevation: 36.647 Datum: M.S.L. I . ' ' ' ' -----, ,. ' . . " ,~ .. -· ' ·•• - MUNICIPAL ~TER DISTRICT ' . _J CONSTRUCTION PLANS FOR ---------------; r} TRl~AGENCIES PIPELINE ... TERMINAL RESERVOIR j BOARD OF DIRECTORS N: M. Almack .............................. President Margaret J. Bonas .......................... Director Al Ian 0. Ket ly ............................. Director Donald A. Macleod ................... Director Fred W. Maerkle ....................... Director wll liam C. Meadows ................ General Manager Approved · by C.R.M.W.D. Board of Directors on this 10th day of OCTOBER , 1984. . /,\ I J ~-~c,,K 7 N. M. Almack, President ' INDEX' TO SHEETS: Sheet no. : I ...... Title sheet and vicinity map Sheet no. : 2 ...... Grading and piping plan Sheet no. '3 ...... Floor,roof plans and typical cross section Sheet no. 1 4 ...... Reservoir wall structural details Sheet no. 5 ...... Structural sections, roof and columns Sheet no. 6 ..... Inlet, outlet, and overflow pipes a drain details Sheet no. 7 ..... Access hatch, ladder and air vent details Sheet no. 8 ..... Altitude vault and details Sheet no. 9 ..... Electrical plan and miscellaneous details Sheet no. 10 ..... Demolition details of existing reservoir Lt Sheet no. 11 ...... Ladder details SPECIAL NOTES: I. The contractor shall obtain an excavation permit from the Division of Industrial Safety before any excavation occurs and shal I adhere to all the provisions of the State Construction Safety Orders. 2. A preconstruction conference shal I be held a minimum of seven (7) days before construction begins. 3. Costa Real Municipal Water District water system field lo- cation requires forty-eight (48) hours notice. Phone (619) 438-2722. 4. Water system shall be' constructed in accordance with Costa Real Municipal Water District Standards and Specifications, adopted December 1982 or as amended. 5. See Soi Is Report for locations . and logs of test borings. BEFORE EXCAVATING VERIFY LOCATION OF ALL UNDER- ~R0UND UTILITIES. CONTACT• ,an Diego Gas a Electric Co ........................ (619) 438-6080 Pacific Telephone Co .............................. (619) 560-9347 bity of Carlsbad ...................................... (619) 438-5564 Underground Service Alert ......................... (800) 4 22-4133 Cablevision ....................................... (619) 438-7723 ES rZ•7-~5" DATE APPROVED 11AS-BUILi 11 CHANGES ~ ,11A,/,s- uNDENR.8URELL R.C.E. 7956 DATE DISTRICT ENGINEER ' ."""0 "' COSTA REAL MUNICIPAL WATER DI STRICT 1/. ~sttlL..T /l-:2/-JY'l.'M·~-~-~~..;....;;~.,;;.._-'-----'-----4 Construction Plans for• TRI-AGENCIES PIPELINE TERMINAL RESERVOIR TITLE SHEET , WOODSIOC KU.OTA. ASSOCIATas.1NC. ••u•••••• i.. • UII Pio Pico (PO. Bo,:. t099) • C1tlsbad, Sal\rfl1<11il2009 • Ph()n• [t19) 72~•1194 DftAWN L.R./.1. .. n INHTS DRWR 4-39 CA.IWI) 82-109 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 -· • • ' . :( ' ' --i tr--r--4° oo' oo" 0:: 0 z r L r L L ., r .J L , r .J L ~ r , -' L -' :,: ... 0:: 0 z , r 7 .J L .J 7 r 7 .J L .J ~ 7 r~ L -' L .J ~ 4°001 0011 ~ r 7 r 7 r 7 L .J L .J L .J r 7 r 7 r 7 r \ L .J L .J L .J L .J . - 0 "' - ' >-., ... "'~ @1CONSTRUCT I ON JOINT r 7 r , ' .. L .J ·o EAST ... ' ·o r 7 r 7 22°30 1 L .J L .J FLOOR COLUMN ' -JOINT ( TY P. ) 0 "' 128°451 -.;. >-EB EB "' >- r 7 r 7 L .J L .J r , L ..J '---WALLEB • '-----WALL FOOTl~G~ ffiACCESS HATCH '27a LADDER----~~..,-,( ffi INLET/ OUTLET---"----..../ \J[J SEE SHEET No.2 FOR CONTINUATION 241 -011 (Ty P. ) ----1----------OVERFLOW/ DRAIN~ 101•411 101•411 241•011 SEE SHEET No. 2 ~ FOR CONTINUATION ( TYP.) FLOOR PLAN SC ALE : I 11 =-20 '-0 11 3' TYP. EB 6" SUBORAIN-_./ PLACE 3/4"AGGREGATE UNDER WALL FOOTING ONLY 2' TY;, CLASS 2 AGGREGATE ~ASE COMPACTED TO 95 % REL. COMPACT I ON 1•10 SLOPE 1% SLOPE / ELEV.• 47!5 .69 I "lo SLOPE H.W. ELEV.• 473.00 ELl!:V. • 446.9!! 1% • 0 ~ 19!5'-o" I. 0. TYPICAL RESERVOIR CROSS SECTION SCALE : / 11 =-10 '-0 11 I COLUMN ( TYP. ) EB r 7 7 r 7 r , r 7 r 7 L .J L .J L .J L .J L .J L .J EAST r 7 e4° oo' 0011 r r 7 r 7 r 7 r L .J r , L r 7 L .J I L .J L .J L .J L .J I r -, r 7 r , r , r 7 ..J L .J L .J L ..J L .J 14 ° o' r , r 7 r 7 r 7 L ..J L ..J L .J L .J r , r -, L L ..J ~--+---+-DRAIN PLUG@ '---------------A I Fl VENT ~ SCALE: 1" .. 20'-0 11 l!:LEV. • 474. 71 TOP OF ROOF FIESEFIVOI R WALL@ ;c.,. .,. ,. ·'"'' ELEV. ,: 446. o<b 'fOP OF ·FOOTING / •EVoSOONS COSTA REAL MUNICIPAL WATER DISTRICT /. li'~#OJ/8',l> ,6ACK/"'/,1.(.I ..... ;.;.~.;.;;.-.;.;.;:.;.;;.:;._===.;.;..;..;.;;;;,_...;.;.;.;.;..;;;.;.;.. ________ a.;..; ___ .... Construction Plans for: 11s•au1.1.r ,,/eo/,9.r rt1t TRI -AGENCIES PIPELINE TERMINAL RESERVOIR RESERVOIR FLOOR PLAN, ROOF PLAN, a TYPICAL CROSS SECTION 2!1! Ill• Pict ( 1!0.811~ 1011!1 J • C•r'lthd, Cl!lllfornlo HOOt • (tit) ?lt-1194 ()£SIGN DRAWN I /• ·1,;1.e_y SHEET 3 J.R.N./ R,8, C. G. L.C. / R.B.C. OF I • CHECKED J.R.N, OATl DAT~ SHRTI DRWR 4-41 7,e,"1,1/S CMWD 82 - I 09 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 - .. .., ' ( ,.c.. 'I • N .::,.. 10 " . • !e 3 -N 0. 4 CIRC ·7 - • • a, ~ . ,., • . I" V GROOVE r ____ •J r DRIP NOTCH ,. 6" '. :·< ••• .··, ~RESERVOIR ROOF SEE SHEET No. 6 • N 4 -No. 4 CIRC.--++ "'-!e'#=~W --~--~ 1/211 x 3" NEOPRENE CUT PAD FOR TAPE TYP.>-r-r-<>-. 8" RUBATEX FILLER- R411N ( TYP.) PAD ( 40 DURO.) t TUB I NG PASS AG IE ---t-1 ------.:~t-, -' 0 t PLYWOOD LID-REMOVE AFTER ROOF l"OUR AND GROUT VOID SOLID AFTER PRESTRESSING = T a-o---------+--8" x 6 "x 3/1; STL. TUBING. GALV. AFTER FAI!! R ICAT ION '------+--4 -No. 4 DOWELS WELDED TO TUBING ( 4" LONG) '----5"x 5"x 3/111' STL.TUBING WELDED TO ANCHOR PLATE, GALVANIZED SHOTCRETE-----~1,1 • HOLES FOR GALV. STRAND --!!' ~ 00 -+-1-.<\"' • ~ ~ j__ • - 00 -'---'--}'C--1---------+-~ PREFORMED RUBATEX SLEEVE I, II 4 'l INSIDE ..,-t-9"x3/a" F!V.C. WATERSTOP W/1" CENTERBULB, TIE TO STEEL AT 12" O.C. MAX . ,,--;-FILL ALL CIIEVICES WITH COMPATIBLE MASTIC ~-a.1..:-...,....~--NEOPAENE PADS j',r l"x3"-40 DURO vi --It-+>-,, •,., 1 I\) ~ 2" --+----211 X 5 II X 7 II STEEL PLATE RUBATEX R'l31N OR R423N I " 1, " 5 2 I " FOOTING AUl!ATEX PAD ( 'Ill NI CUT PADS FOR SLEEVE PASSAGE PAINT PER SPECIFICATIONS---1t: f 1 PLACE ONE STIRRUP SET 4" WALL CURVATURE: GAPS BETWEEN WRAl"PED STRANDS AND CORE -WALL DUE TO SURFACE IRREGULARITIES SHALL NOT EXCEED 3/15 OF AN INCH ( EXCERCISE CARE IN FORM DESIGN 8i ALIGNMENT) SANDBLAST COREWALL PRIOR ·, FROM EACH SIDE OF TENDON CENTERLINE. PLACE ONE AT MIDPOINT BETWEEN TENDONS ( SAME AT BOTTOM). ( No. 3 i ;' STIRRUPS) r-1-----APPROVED DOUBLE WATER BAR ON FORM TIES ••••• TO SHOTCRETE ( 1.5 SACK No. 16 SILICA SAND / 100 S.F. )----➔-"! J • I .1!!1>ZH"rt-it+-ll~·t• ----PLUG TIE HOLES ON BOTH .. (. SIDES Wl,T, H IC: IS ,DRY PACK } ( USE NO EMBECO') , ..• ,_ r 1," I," 5,2 5,2 I I II --'I,__ NOTES: /: No. 4 CIRC. AT 24" o.c.-----F, ... '+-,-11 ' ' I. D. = 195' I. MIN. CONCRETE STRENGTHS: 5,000 P.S.I.: WALL CORE 4,000 P.S.I.: FOOTING 3,000 P.S. I.: FLOOR SLAB :: SHOTCRETE PUMP EPOXY THROUGH+-------1:#';4---- EXPANDABLE VALVE AFTER PRESTRESSING: ;¼1'1!/e")'I.I, i,€,€ ' +1 ( LENGTH :16") I " '--+----l1/4W.I. NIPPLE I " '-+-----11/4 P.V.C. ADAPTER ---+----1 1/,;' DIA. TENDON ( "DYWIDA8" HI - STRENGTH THREADl!ARS) AT 3'-0" O.C. ( 205 BARS REQ'D.) OR APPROVED EQUAL I " l.,_>--+-----11/4 P.V.C. TUl!IING ( CLASS 160) I " --1-+----I 1/4 P. V.C. ADAPTER £ r---WALL FOOTING NATURAL SHOTCRETE FINISH---~::.• .: 2. ALL REBARS SHALL MEET A.S.T.M. . r. 3ta' GALV. WIRE STRAND 11,. ( MACHINE WRAPPED )------+-I .i I i, 2-No.4CIRC. ·•·••··~ SEISMIC 1 CAB L E---f+-,1 :', :' . ·, .. A615, GRADE 60 3. WALL PANELS SHALL BE ALLOWED TO· CURE 7 DAYS PRIOR TO PLACING ADJACENT WALL PANELS. I 112" CLR. •••·•• ll-foo,__ ___ No. 3 U STIRRUP T,,--------11.-,:1' ·. l~fl=#?elji 4 -No. 4 CI RC. • N ·.·. IH-----No. 3 n STIRRUP ALIGN STIRRUPS W / > 112'" MIN. CLR. BELOW ••·. 9" P.V.C. WATERSTOP WITH 1" CENTERBULB (3/e"MIN. THICK.) TIE TO REINF. AT 12"0.c. :c 1/) z -LL 0 0 VERTICAL PRESTRESSING NO SCALE A. !EACH VERTICAL TENDON SHALL BE STRESSED TWICE AS FOLLOWS BASED ON I 1/411 DIA. DYWIDAG THREAOBARS WITH A MINIMUM ULTIMATE STRENGTH OF 187,500 POUNDS: 'BEFORE WRAPPING · TOTAL AFTER FINAL SHOTCRETE APPLIED FORCE IN BARS 58. I I( 13!5.9 K B. ! EPOXY P'UMP EACH VEFIITICAL TENDON FROM THE ROTTOM IIROUT , CONNECT ION WITH A 2 PART SOLID EPOXY UNTIL THE ENTIRE AT THE TOP ANCHOR HAS BEEN COVERED. THEN DRYPACK THE 'REMAINDER OF THE METAL CAIi! WITH A I CEMl::NT TO A I SANO MIX IMMEDIATELY AFTER THE INSIDE OF THE CAN HAS BEEN COATED WITH EPOXY • NUT @ 30.9K/R. l--'"-3/e' GALV. STAAND ( M.U.S.• 21,400 LBS.) RUBATEX SLEEVE SECTION SEISMIC CABLES SECTION NO SCALE :s'-o" ± 'i. VERTICAL l"RESTRESSING TENDON------------i ~-----5 -7 WIRE GALV. STRANDS SPLAY GAL~ STRANDS TO FACILITATE CROSSING OF CABLES CUT PADS AND FILL CREVICES WITH COMPATIBLE MASTIC---~ RUBATEX PADS ----~ 1' -e" ✓~--WALL FOOTING:::::.../ OF 3/a' DIA. ( M.U.S./ STl'tAND• 21,400 LBS.) (CUTTING LENGTH• 14°-6") ,,.---F'flE FORMED RUl!ATEX ffi SEISMIC CABLE SLEEVEO NOTE: VERTICAL PRESTRESSIN8 TENDONS SHALL BE CENTERED BETWEEN SEISMIC CABLE SLEEVES AS SHOWN /,S" ~SLEEVES _.:_./f::.'-t:l~K---f====f~~::'-:.!t:72.:,.,_,l!j~ q,J/L V. ST"lf'/IIN.OS l·UNIT -1· : 7 ( PLAN VIEW) I ,t.. ;s,, • ..,,, CUTT I NG LENGTH . • I SEISMIC CABLES ELEVATION @ NO SCALE (4li, • 5 STRAND UNITS REQUIRED) TIE 6"x 3/a' WATERSTOP TO FORM TIES OR REBA RS AT 12" 0.C., WELD TO WATERSTOP AT BOTTOM OF WALL-~ No. 4 CIAC.-------.. DYWI DAG TENDON GROUT TUBE----;.""·:••,,, _ & ~---.\·!G/ NEOl"RENE PAD EA. OF WATERSTOP® SIDE ' N 28' TOP OF WALL r------;;---1-27'-2'' • 0 • " ~ /--11-1-----' ~3" MIN. GROUT (MIX=1c:1s1 Cl z j " ,, ~ __._-'--------+-,-----, r-1--~ £.o,:,ci::, $o.sc7" SEA'L. a:: ..J 0 / 2 -No. 4 CIR c.----·1'1 b, ~ • • • Ct: --.. .,·.,,,,.,.,..,.,,-,,,,,,,,,,....t-+-------------'----.:----, ct 12 -No. 5 --t-<:tJ:> No. 4 AT 2<1" o.c.-+-11 I• /3\~ 1,1," ::;*;\/"~,] ~z-No.4 CIRC. . . ~ _ ~ CLR, ~ No. 4 x 18" AT 12" O.C. RADIAL '--COMPACtED ~ ~--STEEL TROWEL FINISH AND TWO SMOOTH r I LAYERS OF BUILDING PAPER FOR SURFACE " II> z ... 20' 8 10' ... ... :r:: "' ... :c SIKASE-6.L COATING ( 50 S.F. / GA LL!)N ) --~ 2'1" MIN. 1-4--CENTER JOINTS BETWEEN TENDONS @ PREFORMED RUBATEX SLEEVE------~---~ I No. 4 AT 24" o.c. ALL SLIP PADS AT FLOOR JOINTS ~----g" x 4" CONC. PAD .,J .,J 4( • VERTICAL WALL JOINT @ ,,f 2.'-0" 11 -111 L1-------3/8" x 6" P. V. C. WATER STOP WI CENTER BULB 7'-6" MINIMUM CLEARANCE REQUIRED FOR WRAPPING B, AUTOMATED SHOTCRETE MACHINERY LTIE SEISMIC CABLES TO REINF., SPLAY CABLES AS SHOWN WALL - FLOOR AND WALL FOOTING - ROOF CONNECTIONS NO SCALE I I 197 .4 K / Ft. -1 FINAL FORCE IN KIPS/ Ft. HIGHT (INITIAL FORCE• FINAL FORCE+ 25,000P.S.I.) 0 CIRCUMFERENTIAL PRESTRESSING NO SCALE @ 1'[VIIIONS & REVISED SE ISM IC CABLES G.L.C. 10-19-84 ~ REVISED WALL FOOTING DIMENSION J.D.G. 10-30·84 ;, //S-BUIL.T" REY/JM Tr.+/ /1·2/-85 NO SCALE COSTA REAL MUNICIPAL WATER DISTRICT Construction Plans for: TRI-AGENCIES PIPELINE TERMINAL RESERVOIR RESERVOIR WALL STRUCTURAL OETAI LS IIJU, l'lo l'lu { IHI au 1091!1) •Carl1llc111l,Callfor11l11l00l e(t19l flt•IIH 4 SMHTI DRWR .. 4·4'2 CMWO 82 ~ 109 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 1 11/," Cllt. 8 -3 ,, ' a -3 e,' -6 II 5 1 -611 / 14-No. 5 5 1 -6 II -3 -No. 4 Cl". : 13 -No. 5 ~ / 10-No. 5-" " " , I ~ I ' ~ " ~' ~ ~ .___'.!:.. I I I ;;: 23 -No. 5 11 -311 I I -311 a: a: 13-No. 5 ,·.: lr 11 -311 WALLffi ..J -..J - "ESERVOIR u a.: u a.: .,, 4' -011 ◄'-o" ... >->-41 -011 , .. , -... ... :'~: .:::-. ... .:::-. ... /. ----,., @COLUMN VARIABLE DUE (TYP.) A TO WALL CURVATURE I I II I 11 11 Ln • 22 ' ... 2 11 I RAO. RAO. ,,, VARIABLE DUE A TO WALL CURVATURE L z 2◄'-0 11 -\ ~ I A I EDGE PANEL I INTERIOR PANEL TYPICAL ROOF SECTION -COLUMN STRIP NO SCALE 11/2" CL". " s' o" 6 -0 - 3 -No. 4 CIR. / 14-Na. 5 t 6 -No. 5~ 12 • No. 5 +-"-- 'I¾. ~~ , I I 3" 3 " 8 -3 " 5 1 -6 11 I 9-No.5~ I I ~ 13-No.5 11 -3 II 4 1 -011 I I II I I I II 221-211 RAD, RAD. 24'-o" A I/ INTERIOR PANEL 6 -0 " I I .... 3" ·~ 3" ·, '~ a'-o" SQ. • ,.., DROP PANEL- 1211 - LL'. e" 2 WAY SLAB QRESERVOIR ROOF-- ~--ROUGHEN 0" SANDBLAST TOP OF COLUMN '11'---1=-..J. I r-=l=....J I r-=l=-,, I r-=l=-,, • I • I • 22" DIA. COLUMN , , (TYPICAL) -------i' I, • • I • • • • 8 -No. 5 --+--RESERVOIR WALL I 8-No. 5-I_/ --EB 3• _ 6" 3' -6 11 6 -No. 5 _/ a: a: 3' ..J ..J .. --6 -No. 5 3 1 -6 II -6 ~6-N~ .5 I, I ~ I ~ ,, I --u a.: u a.: ... >-... >-.:::-. ... .:::-. ... ---- -'l I ' VARIABLE DUE TO WALL CURVATURE 241 -011 24'-o" EDGE PANEL INTERIOR PANEL INTERIOR PANEL 8 1 .., 3 II a: A ..J - ' u a.: e,' -, .. • _-!;' >-... -- TYPICAL 51/i' 6" P.V.C. WATERSTOP 5 1/2' WI CENTER BULB ROOF SECTION NO SCALE 2 -N o. 4 ALONG IDE OF JOINT EA. S ff 9 -No. 5 ~ I No. 4 AT I 8 11 0.C. ( G A~V.) I 1- I 10-No. 5 ~ I I 1 -311 ◄ I -o" ® COLUMN 241-011 INTERIOR PANEL TYPICAL 6 -0 " 3 1 -s" 24'-o" INTERIOR PANEL TYPICAL ' 13 -No. 5-----,.. I I ' I I ,.,, ' I • ,.., - I' -511 a: 2' -o" 21 -OH .. ..J 0 t-u -"' 0.: ' 0: 'N >-,n "' 4' -0 11 .:::-. ... >-.. --• I I ... - 101 -4 11 10 1 -◄11 A INTERIOR PANEL I/ ROOF JOINT -COLUMN STRIP NO SCALE @ • I a: - _JI Q.! u >-•NI I-,._ -,-/ 12 -No. 5 @ IDENTICAL TO ABOVE r----------1 I I 71-· I Ir " ~ ' I I 6-No. 5-It: \___ ____ ----_ _) ..J u -<L "N >-.:::-. ... I -....... I 10 I -4 II 101-411 INTERIOR PANEL ROOF JOINT -MIDDLE STRIP NO SCALE @ -Ml ODLE STRIP ... a: 0 D.. D.. ::, u, ..J ..J .. • ,._ 0 a:: "' ... z "' u -z • 0 :c u, ... 0 z .... a:: ::, ... .. > a:: ::, 0 - ~. I V'ARIES COLUMN STRIP TO NOTES MIDDLE STRIP 121-011 COLUMN STRIP 8° -o" SQUARE DROP PANEL ( TY P. ) .,- • ,,...~ \..:.J INCREA E ROOF SLAB T ICKNESS FOR SL sB DEFLEC -10N ,,...+V - \.. :.J MIDDLE STRIP 0.25" t . . 7J.' 0.50" J. ➔ +-t -22" COLUMN ( TYP.) I 2° -0" COLUMN STRIP ,,...~ \._i} ,...."" \._;) VARIABLE DUE 241-011 WALL CURVATURE I. 2. 3. 4. TYPICAL ROOF PLAN NO SCALE MIN. CONCRETE STRENGTH • 4,000 P.S.I. ALL REBA RS SHALL MEET A.S.T.M. A615, GRADE 60 MAXI MUM LIVE LOAD ON ROOF• 50 P.S.F. @ 50 % OF THE REBARS IN THE EDGE PANEL OF THE COLUMN BE PLACED IN THE MIDDLE THIRD OF THE STRIP. • • • 3/e" COLD DRAWN WIRE I ~ ~ ( I 1/i' PITCH ) , ., ~ ,1\" ----+fie--+-'-<' 111-1---- /1~///e'' CON-C S/?ACSA'S USE 6 SPACERS AT 60° HORIZONTALLY; START AT TOP AND BOTTOM ; PLACE HORIZONTAL ROWS AT 48" ,~ ,, ,) • 0 . ' "' - ' 0 I ""' ' • 0 I "N - STRIP MUST MAX. VERT. SPACING -----1 ' ' .. T STEEL TROWEL Fl NISH • 6-No. 8 VERTICAL IARS -CONC. PAD - STEEL TROWEL W...--MAKE 11/2 SPIRAL TURNS l'OR ANCHORAGE, TOP a BOTTOM • • ,. -,~:::- 9" l FI N I SH a 2 LAYE RS OF BUILDING PAPER ,.., ' 6 -No. 8 DOWELS ---11 - -11-No. 6 AT 6" EA. WAY • J a:' ..J u 1211 • OF COLUMN -2 _ No. 5 x !'-o" DIAG. BARS AT EA. OF 4 CORNE"S ROUGHEN SURFACE ( TYP. EA. COL. I @TYPICAL FLOOR JOINT'-...!t!;t'.~1 en:,~ '~ •,,, ~----. . ,,--STAl'tT FOOTING REINFORCE-~-;);;;:. I .., / MENT ON CENTER OF ~.:,; • vi.!===.C=O=LU~N LIN~S • --:1 2" CLR. -- • 5'.s" SQ. COLUMN FOOTING i-------,.., ___ .....:::c.......::.....:=.....::.=:::.:::.::....:....::.::..:...:.:.:~------------ COLUMN 8 COLUMN FOOTING OETA/L @ • NO SCALE ltEVltlONS COSTA REAL MUNICIPAL WATER DISTRICT 1 · As-BUi1.r IP¥W.1' .dll'si-C-o-ns;;.t.;;.r.;;u..;ct.;.io;..n_..;P.;;l..;a.;.ns---fo..;r,;.;.: .;;.;.;.;.;;.;.;.;.;.;;;.....,;.;.;..;.;.;;. ... _____ ...;~ ....... ii-ei-a.r .,..,,..,,., TRI -AGENCIES PIPELINE TERMINAL RESERVOIR STRUCTURAL SECTIONS RESERVOIR ROOF 8 COLUMNS lit& ~lo "·· ( ,o. lu I 5). eerl,hd, C4llfornl• 92001 e ( 619) 711-1114 O[IIGN OltMfN J,R.N. / R.B.C. G.L.C . CHIC KID OilTI .RN. R .. 5 SHIETI B2 • I 09 \ Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 - <C ! < ~-. - 0 • 11----AI R VENT EB 1--0 Q~ n II II n 11 I 0 n II I VORTEX BREAKER: * DIA. x 12" LG. 1/4" WALL W.S.P., NOZZLE W/3-3"x3/e" STRAIGHT- ENING VANES AT 120° O.C.,EPOXY COAT ASSEMBLY AFTER FAB- RIC AT I ON-----------. 5 1 -011 r---2 -CL. 150 SLIP ON FLANGES 3 -3/4" TY PE " K " COPPER TUBING ~-WALL FOOTING =;_::/~/=t~=~ /DRAIN PLUG® 1 3 -No. 6 IARS x 12" WELDED l __ TO CASING EA. SIOE === II -= ===-llr.ooctt---1/c::::::!==~.,-----::O::~:: __ =_ 112' DIA. HANDLE ffi TYPICAL FLOOR W JO I NT------._ ---,---ELEV.• 448 .00 \11l---+----'l ffi OVERFLOW PIPE Q H 00 D ____ __,, 12" DIA. OVERFLOW PIPE, STL. C.M.L. e, C. SCH. 20-----1 2 -SLI I' ON WELD! NG FLANGES CL. 150, W/S.S. BOLTS, COAT W /3M -No. 244-~ ~i-:."'-------------1/+"'. 12" DIA. STL. PIPE, C.M.L. & C., SCH. 20..:.....--- 12" DIA. x to• WELDING - E Ll!IOW C.M.L. ----------"'bef··• - ! !1 ~•-011 . I /I / '---+--++---SUPPORT BRACKET AT 5° 0,C,ffi (4 REQ'D.) "c;J- /WALL / FOOTING • 0 -"' ,""i--- 0 ' It) : 0 ., '-----// "' ✓ ELEV. = 446.00 ,---'1. ELEV.= 443.83 - ' N Cl) N ' N =-- 114° GALV. STL .. PLATE CASING---=~ ADD 2-No. 5 DIAGONALLY AT CORNERS ( 3°-0" LONG) ~---- 3/a" ANGLE CLEAT, WELD TO CASING ( 4 REQ' 0. )~!::! I---'. H.W.L. 1/4"STL. RING WELDED TO BUMPED HEAD 8-1"·01A. HOLES -, ;--'-r-< A 11 u r I I 2 1 -611 1.0. II 11 u 6" EQU~LLY SPACED--~-~ 2"x 3/a" STAINLESS STL. BAR (TYPICAL)---"'.'.'. -~it=~tti=j'-- ( 1.0. = PIPE 0.0. + 1/e") =======i • ., • N = ,r L1,2" STAINLESS STL, NUTS a BOLTS, WELD BOLTS TO BOTTOM OF CLEATS ( TYPICAL) • 0 STAINLESS STL NUTS e, BOLTS, WELD BOLTS TO BOTTOM OF LOWER ·-<.,.: .. i/J.'.·.·• .. •,·.· · .... -... '-. .:.:::======r:::;s:;: .. •~--~. -----=... . ., ·:>,,;Qi:i•,•'._~.",-."·,_()·:,::; ., FLANGE & COAT W/ -'<~• 12" 3M -No. 244 ----J t ELEV.• 443. 00 SLOPE DOWN TO VAULT .. ,:.: : :i~zjtt.4:; ,;z~>-tt1 . . . . . . ·N * DIA. x 90° WELOI NG ELBOW, C.M.L. 1/4" WALL------------~ * DIA. STL. PIPE, C.M.L.&C. OUTS!~ OF ANCHOR BLOCK I C.M.L. INSIDE OF ANCHOR BLOCK, 1/4' WALL------------" W 20" DIA. OR 10" DIA. AS REQUIRED SEE SHEET 2 INLET/OUTLET PIPE ELEVATION NO SCALE @ ?S' -011 CLASS "A" CONCRETE t----=---''---+---a!-1 .-++------;--RESERVOIR WALL ANCHOR BLOCK----------. 2'-2"0.0. HOOD --r--r----1----'~--+-- 12" DIA. OVERFLOW PIPE--+--• RESERVO I A CENTER--~ OVERFLOW PIP£ HOOD DETAIL @ SEE SHEET 2 FOR CONTINUATION NO SCALE ALHAMBRA FOUNOARY No. A-2080 HINGED COVER W/ LOCKING DEVICE, OR APPROVED EQUAL--------., 7 3/4" DIA. x 1/4" STAINLESS STL. PLATE SPACER W/STAINLESS STL. A.W.W.A. TURNING NUT WELDED TO TOP ~ADIAL • 0 I -N • 0 ' N 3 -3/4°TYPE "K" COPPER TUBING------~ SEE SHEET 2 FOR CONTINUATION E --~-+1--.:::..::::::::::::=l,..-w A LL FOOT I NG ~-12"x 12" STL. TEE, SCH. 20, C. M.L, W.E. I ~-12" DIA. STL. PIPE, C.M.L. 8 C. OIUTSIOE OF ANCHOR BLOCK, C.M.L. INSIDE OF ANCHOR BLOCK, SCH. 20 a" DIA .• I ~ H.W.L. ----RESERVOIR ROOF OVERFLOW PIP£ ELEVATION CLASS "A" CONCRETE ANCHOR BLOCK------~ *!OLT BARS AROUND 'o OVERFLOW PIPE , TOGETHER USING N 5/a" STAINLESS STL. NUTS e, BOLTS (TYPICAL)----- • 2" x 3/s"STAINLESS O I' -10' NO SCALE '--+--DRAIN PLUG@ ~-2"x 3/8" STAINLESS !STL. STRAP FOR DRAIN PLUG STEM, ALLOW 13/4" 1.0. ( TYP.) <>-h-5/s" STAINLESS STL.; NUTS & BOLTS(TYP.I 2"x 2"• 1/4" STAINLESS STL. ANGLE--------~ e/8" STAINLESS STL. @ SUPPORT BRACKET 11/4" DIA. STAINLESS STL. PIPE, SCH. 80-------~II 12" DRAIN PLUG VALVE ASSEMBLY, C.I. BODY, BRONZE MOUN /,\iff{f'£Si:SlllllTSc;,t.t., WATERMAN MOD. MV-12 ~ W/ NON -R ISi NG STEM, OR APPROVED EQUAL----~ .+-----OVERFLOW PIP[ ED TYPICAL FLOOR ffi 2 JOINT W STL. BAR ( TYP. )--' ..., NUT 8 BOLT---~\ .-++------;---RESERVOIR WA LL ..-,-----n ~---,--2"x 3/e" STAINLESS RADIAL ----RESERVOI Fl CENTER • 0 -N ==----~] -STL. BAR . . . .=.·o-'.'.: 12" DIA. STL. SPOOL, SCH. 20, FLG. x W.E., C.M.L.---./ it ' .:t·'.c,:,,JJ' ;it : i'.t:·-.. ,.:-:-\·:_:1::-\:·:: f--1---1,;. •!Jt; \'•:~,,.r!\i·i-• -+--i• f \•··•·•'¥. INLET/ OUTLET -PLAN VIEW @ CEMENT MORTAR NO SCALE: NOTES: I. AL.L STEEL PIPE SHALL BE EITHER SEAMLESS STEEL PIPE OR ELECTRIC RESISTANCE WELDED PIPE . 2. ALL MISCELLANEOUS STEEL ITEMS SHALL BE HOT DIP GALVANIZED AFTER FABRICATION. 3. ALL STAINLESS STEEL FITTINGS SHALL BE TYPE 318. STEEL CYLINDER NOM. PIPE SIZE CYLINDER C.M.C. 0.0. " t" C.M.L. PIPE I.D. COAT I NG·--..._, \ 1011 10.7511 .2511 1/211 5/ l611 9. 6211 CEMENT MORTAR LI NI NG 1f' 12.75" .25" 112" 5 / 16" 20" 22.011 .2511 3/411 5 / 16" STEEL PIPE SCHEDULE NO SCALE 11.62" 20.B7" ,,v,.,0•• COSTA REAL MUNICIPAL WATER DISTRICT ~---'---;-'---------'::,,,,;;:-..,,---t---- 12" DIA. OVERFLOW PIPE__/ 2"x 2"x 1/4" STAINLESS STL. ANGLE 12" DIA. x 90° STL. BENO, '--+---f--1-+ ~!•~i/!:~;j SCH. 2 0, W.E. C.M.L.----+-, .... -... -,~t,-f~✓:1;•[;;"}/~)[,... ~-----+---12"x 12" STL. TEE, SCH. 20, 12" DIA. STL. SPOOL, ==-==='-"-"'"""""+"""-.;....-----"----,,__,_;_.;., C.M.L., W.E. ~ ~S$U/.l.T,f'£,/Sl~:,t-:~~..;;..":".""_-::~~-:--;_--------------~ Construction Pl ans for: //-R/-,$'r,;:-_.w TRI-AGENCIES PIPELINE TERMINAL RESERVOIR RESERVOIR INLET/ OUTLET PIPE, OVERFLOW PIPE, a DRAIN PLUG ( TYPICAL ) -----------" )-4.f-------,f----SECURE TO WALL USING A 5/e" SCREW SI-IIELD ...___,__.. & 5/a" STAINLESS STL. BOLT (TYPICAL) SUPPORT BRACKET/ OVERFLOW 8DRAIN-PLAN VIEW NO SCALE: @ SCH. 20, W.E. C.M.L.----------__J DRAIN PLUG DETAIL NO SCALE ' I 01!:SlGN J.R.N. CH!CklD JJt N, DLltAWN G. L.C. .. ,. ■ .. GINl(l<O .. DRWR 4-44 . L IV SHl!:l!T ·Jt>,8 ;TA RCE.10054 DATE o, 11 6 IHUTt CMWD 82-109 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 - 4"x2" HANDLE 11/e" DRILL -4 HOLES EQUALLY SPACED ON BOTH SIDES FOR PROTECTION BARS I " Ill R· _______ ........ ""'11 V2 DIA. H.R.M.S. A , -, II & ------. - ..,., ~ 4" • , 11.• "- SPACE 12" 4" ··i·!" 17s Va" SPACE SPACE • 4" y;11 $PACE I 112" EXT /WELDED FOR 3 RA STRONG PIPE, 4" LONG TO M.H. COVER -TYPICAL HINGE SLEEVES -~ F-:: -·----------· ---_I ' , .., _ _J ~,,. RESERVOIR ROOF ·., -\ , "' SECTION 1/4" PLATE --~L.. HATCH FRAME a COVER, GALV. AFTE, FABRICATION n V STOP~ COVER "' - -. ~ I " V2 DIA. H.R.S No. 303 HINGE Pl N. SET EACH END AT COVI ASSEMBLY 0 u HINGE SIDE -' . -,..:.. \ " -. . n V <t I ✓ I RESERVOIR ROOF 11 " EXTRA STRONG PIP 2 E, 12" LONG WELDED TO HATCH FRAME VENT OPENINGS, 2'-1112" HOR I ZONTA L, 1' -8 112" VERTICAL, 4 REQ 0 D. 3/e" GALV. CARR I AGE SOL TS ,,-----, ' IN 112°GALV. PIPE SLEEVES { TYP.) NO HOLES THRU DUCT--_ REMOVABLE GALV. STI . RETAINING FRAME, L l'kl'~l/8" DRILLED FOR 4-3/8" GALV. THUMB SCREWS 10 -1/1g" HOLES, LOUVERS, z"x 3/1s" l!ARS SPACED AT 1" MANHOLE COVER ® LIGHT SECURITY TACK WELD ALL CARRIAGE BOLT NUTS --_.-,'.'.it!!.,, FOR 3 OPENINGS r,tH. HATCH FRAME M. H. HATCIH COVER SHACKLE GUARD, \14" STL. PLATE PLAN ~SHACKLE oGUARD- *CONTRACTOR TO VERIFY PADLOCK SIZE W/ C.R.M.W.D.'s LOCK -- - I•• ,. . . ~ I/" 2 2 ' 111\ - ' 21/2" 5" ' ... .. ~ • "' I 2 ' I . .. I ' ~· ~ " • • •1, Ttffl LO e" DRILL_) U FOR · D u CK SHACKLE SHACKLE GUARD SCALE: 3" = I' -O" ,IL MANHOLE COVEFl ® ,_ NO SCALE / H. V l M CO ER I ... ::,:. • "' * "' . "' . ::cc ~, M.H. HAT --FRAME CH - -·--·-· @ ~2 • No. 4 x 12" BARS (1-B\ +-++-+-~ / WELi ED TO 1/4" PLATE Cl r· ~:~ .. ,i .. ~------rq:f.'".'./<i';· ""c ½iii 1;;; )~/; .... · .. l 0 0 ~-2 .3/e" x 2" S.S STRINGERS -SPACED AT 16'1 0 • • 0 )( ' <C -"' ::E ~a• x &" S.S. EXPANSION BOLTS, ONE FOR EACH BRACKET ( TYP.) > '·-"r.f:==:t:1------------------_J_ ' : ·.f/4t . ::;.··: . . ' .. y: .. ' . : !¥~~\ :•, ,, .. /~~ .. n ':',' '. IJ ,.. . . ' ,.,, . . . . . ... 0 - 1 0 1,1.,,o--•11~ II II tn 74 DIA. RUNGS AT 12 O.C. 1 S.S. ( TYP.) \0 3 II 11 tax 2 BRACKETS, S.S., WELDED TO STRINGERS ( TYP.) ·"'It , . 0 )( I <( -"' ::E /o ,~~ ~=tf--------------1. RESERVOIR WALL :. :, i;,; :,~i~') -~ '!!~ ... ' /TYPICAL FLOORffi f JOINT W : .•. ;~.:.~.~; : .·. . "··· ,~ •/1r¥_,·1r :+i ~<"\i'; ,."' . ·.·,. · · -·w.· · : --· -~ ~Ir.~1~:'.,, · :.•.•.:,•••·.•~·,•.·.· •. •.•.: .. :,•::.··•fl'!;,•:-.•.:••••.-•.•.• .. • .• •.'..:••·•·••••·•,· .. ;.:..·,••· ... ·· ..... ,••.•.·:•.••,,.·•••···.A.·•· ••·••• :·· .. ·.••·••••• . ~ • . . • • '• . • : :ri' = =· ;,, " ~ · .. 0-: •.' .--~'/.:.'~ SECTION . )( "' <C -::E • . "' ~ 0 co "' • , a, • O> TO STIFP'!N PROVIDE HASP PLATES AND PADLOCK,SEE DETAIL @ PROVIDE 4 GAL~ STEEL LOUVRED COVER PLATES, 3;16' MIN. THICKNESS, I 1/4" x 1/8" ANGLE FRAME lll,..ot----lt,-.-itt,._71t">---f1-t-t--",-PROTECTI ON BARS @ { VERTICAL SHAFT SECTIONS 1/4" MS PLATE, HOT DIPPED GALV. .-illt----2" THICK x to"x 23" FILTER PADS BY "EXIT-Al RE" OR Fl BERG LASS W / S.S. FRAME ( NO CARDBOARD)® WATERTIGHT DOOR,SEAL W/1/1,' x3/4' POLYURETHANE FOAM STRIP@ \ . : I \ \ \ I /2 'u, "" -,. "' ... • ~ -0. -,. -' ... N n 4 1/2' FULL SURFA::NT LID HINGES ( STANLEY No. 850 CONTIN. WELD) WELD NUTS TO FRAME DETAIL @ N. S . SHAFT--rl I;/ PLATE SHIELD, BREAK EDGES HEX NUTS PROV I DE 2 SEAL TIGHT LUGS ON HASP SI DE OF DOOR, W /3/e" HEX. HD. i,..--DOOR '---. ___ _....,_ 1/,/.' DIA. DRAIN HOLES MACH. BOLTS--....., DETALL PLAN/ SECTION N.S. DISHED l!o FLANGED HEAD 3l1e" PLATE 11 " " ' ·•sTR. FLANGE, 54 0.D. x 72 D.R. x 2 K.R. W/2 ALL HOT DIPPED GALVANIZED VENT SHAFT---+! ) • SLOTTED HOLE FOR PADLOCK 7 11i' 7" 7" 7" 71/2' TYP. I -~ ... - _:,-. N ';/ STL. PLATE M.H. FRAME 'le" CAMBER NOTE'. No. 5 DIAGONAL BARS TOP a BOTTOM 2-No. 3 BARS EA. Sf DE OF HATCH TOP a BOTTOM MAN HOLE PLAN SCALE: I"= l'-0" RUBBER 'GASKET THR'EAD 6" LONG (BOTH ENOS) -~--1/e" COTTER PIN HOLE .,,,...""----i TYPICAL EA. END I" DIA. BAR ( SEE NOTE) I" HEX. NUTS, GALVANIZED GALV. STEEL WASHER BAR SHALL BE 37" LONG W / DOUBLE NUTS EA. SIDE. GALV. BAR'S AFTER FABRICATION. GREASE THREADS BEFORE INSTALLATION ' PROTECTION BAR NO SCALE / -I--0 -0 ' l/4" STL. PLATE CASING f3\ \V NOTES• ' 0 1----"'''--~o I--- f---------<O -o ,_ ___ o~ ___ o~ - I. ALL MISC. METAL LADDERS, BOLTS AND BRACKETS IN DIRECT CONTACT WITH WATER TO BE STAINLESS STEEL. 2. ALL OTHER METAL PARTS SHALL BE HOT-DIPPED GALVANIZED AFTER FABRICATION. f • 0 -' "' "' 1;/ PLATE WELDED" 2" TO SHACKLE GUA~D~ s • "' . "' ::::- "' • ~ "' L ' I PLAN -- DOOR SECTION -- SHACKLE GUARD N. S. AIR VENT DETAILS f • VISIONS COSTA REAL MUNICIPAL WATER DISTRICT 1 ~~$/~r~EY/$,t;tC►,C~o-n~s~tr~u~c~ti~o-n--=P~l~an_s.;;..f~o-r-,.;...----------------1 //-ei-.9.r r,,,,-.-w TRI-AGENCIES PIPELINE TERMINAL RESERVOIR ACCESS HATCH/LADDER AND AIR VENT DETAILS ACCESS HATCH 8 LADDER DETAILS @ ... CONIIII .. & NO SCALE 2 998 lll.o Pico {P.O. lo. I 09:!l • Corh bo4. eaa lilor"i' UOO I• (IB 19 J 1'1!t • 1114 tHt:l!T 7.a,1 82-109 I ' i :l i I l J I Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 - • .., I I ' <O • CII PLACE 2 LAYERS OF BITUTHENE 3,000 ON SIDES • 0 ., 0, ' ' • 2" DIA. OPENING FOR 1/2°' COPPER SENSING LINE GROUT SOLi D ( TYP.} 0, 36" DI . PENIN SECTION ~ Q. !!: ::, 0 > LLJ 0: Q. LLJ 0 (/) .J LLJ I (/) 0: SCALE." //2 11=/1-0" l ELEV.= 439.5~ l ELEV.=440.00 a: -0 > a: UJ en UJ a: 0 I- 27 ' -♦- ' I . ' -♦- ' 3 1 -611 PEA GRAVEL BASE @ 0 0: ... -0 Q. > ::, 0: LLJ LLJ (/) Q. LLJ 0 0: .J I (/) ELEV. = 444.£ !5 TOP OF VAULT FG. & ' (\J ·o "' 0 (\J 0 (\J ITEM 1. 2 • 3, 4, 5, 6. 7, 8 • 9. 10. ll, 12. 13. 14, 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25, di'-o" 26. 27. 28, •a, • CII . .. • ,t - • 0 <O a11 3'-o" l ELEV.= 439.!53 ~ 17 1 -4 11 'i. ELEV.= 440.00 GROUT SOLID ( TYP. }- / \ ' . _. :·o: · •· 4 -· .... ~.>:.,:;~ :.-.:. ·.-:.·:~: ~ REMOVE BULKHEAD a JOIN . 1 EX 1ST. Pl PE WITH BUTT STRAP ···1······-SEE SHEET NO. 2 FOR DETAIL OF ~---~ TEMP. CONNECTION TO EX. 12 "W.L. I ALTITUDE 8 PRESSURE REDUCING PLAN VIEW SCALE." l/2 11 :/'-0" '1. ELEV.= 440.00 NOTES: £ • ~ © td 6 '1. ELEV.= 440.00 No. 4 AT 12" EA. WAY BOTH FACES ( TYP.) --~ ·.; • "' e" ··:···-l!IULKHEAD TO REMAIN _, I VALVES 8 VAULT TY, 2 8 2 1 7 4 2 2 l l 2 l 2 4 l 2 1 l l 4 1 l 1 1 1 ~- i ~- T. MATERIALS LIST DESCRIPTION 20" OIA. STEEL PIPE. 20" X 10" STEEL ECCENTRIC REDUCER, W.E. X FLG. 10" GATE VALVE, O.S. & Y. 10" ALTITUDE VALVE, CLA-VAL MODEL 210G-16 (TWO-WAY FLOW) WITH STAIN- LESS STEEL TRIM, EPOXY COATED WETTED PARTS (KC) AND DELRIN STEM (KG). 10' DIA. X LENGTH AS REQUIRED STEEL SPOOL, FLG. X VlCT. 10" DIA. X 6" LONG STEEL SPOOL, FLG. X VICT. 10' VICTAULIC COUPLING, STYLE 44. 10" DIA, STEEL PIPE. 10" DIA. X 45° WELDELL, 10" X 150# SLIP-ON FLANGE. 10' ALTITUDE VALVE, CLA-VAL MODEL 21UG-Ol (ONE-WAY FLOW) WITH STAIN- LESS STEEL TRIM, EPOXY COATED WETTED PARTS (KC) AND DELRIN STEM (KG), 10" PRESSURE REDUCING VALVE, CLA-VAL MODEL 92G-01ABCSY, WITH STAIN- LESS STEEL TRIM, EPOXY COATED WETTED PARTS (KC), XlOl INDICATOR, CRD RANGE 15 PSI -75 PSI. 10'' STEEL TEE, FLG. X W,E. X FLG, l" COMBINATION AIR AND VACUUM RELEASE VALVE, SEE DETAIL 4, SHEET 10. PRESSURE GAUGE, 3-1/2" DIA, (0-200 PSI) WITH 1/4" BRASS NEEDLE VALVE, ASHCROFT, MARSH, OR EQUAL, WITH 1/2" X 1/4' BRASS BUSHING, TAP PIPE WITH 1/2" STEEL THREADOLET WELDED TO PIPE. ADJUSTABLE PIPE SUPPORT, GRINNELL NO. 264, BOLT TO FLOOR. 25" O,D, X 1/4" THICK STEEL RING WELDED TO PIPE. 15" 0.0. X 1/4" THICK STEEL RING WELDED TO PIPE. AIR EXHAUST VENT, SEE DETAIL 3, THIS SHEET, AIR INTAKE VENT, SEE DETAIL 3, THIS SHEET. GALVANIZED STEEL LADDER, ALHAMBRA FOUNDRY NO, 3400, 1/2" DIA. EYEBOLT WITH NUT EMBEDDED 4" MIN. INTO \f:r<ULT ROOF O!RttT!.T OVER EACH ALTITUDE VALVE AND PRESSURE REDUCING VALVE, PRECAST CONCRETE VAULT -QUIKSET PANEL VAULT. 6" PRECAST CONCRETE GRADE RING, FABRICATED STEEL MANHOLE COVER. SEE DETAIL 2, THIS SHEET. 12" DIA. SUMP AND PUMP. SEE DETAIL 3, SHEET 10, 1/2" TYPE "K" COPPER TUBING, LEVEL TRANSMITTER. STEEL PIPE SHALL BE EITHER SEAMLESS STEEL DR ELECTRIC RESISTANCE WELDED PIPE, 1/4" WALL, CML&C OUTSIDE OF VAULT, CML & PAINTED INSIDE OF VAULT. SEE SHEET 7 FOR STEEL PIPE SCHEDULE. CAST-IRON FITTINGS SHALL CONFORM TO ANSI/AWWA C-110 AND ANSI Bl6.1 (125#), COMMERCIAL ITEMS SHALL BE AS SPECIFIED OR EQUAL. ---VAULT WALL ' 0 (\J . ·" · ... -,, ,_ .. ,.t "'--'--->---------i CONC. ANCHOR 28 DAY COMP. 3,000 P.S.I. I I SECTION BLOCK STR. • SCALE." //2",, l'-0" \ EXTRA 1/2" CAP SCREWS W / CONC. ANCHORS EACH SIDE OF HINGE---~ I; 8 II 1/400 BARS -WELDED H'INGE PLATES---~ ' -... I I \ Fl I, 1=li=1 --1/2" DIA. HINGE BOLT W/ 1/2" STD. PIPE SPACER ----MANHOLE COVER SHALL BE A STANDARD DISHED a FLANGED NON CODE TANK HEAD. \ ( SYMMETRICAL ABOUT ct_ ----tt---t-1=:H-t- / ' PLAN ~,--,.--LOCATE 4-1/2" It BOLTING I LUGS. DRILL TO MEET ANCHOR BOLTS IN PRE - CAST CONC. M.H. RI NG NOTE: I. ROUND ALL CORNERS a PROJECTIONS. GRIND SMOOTH 2. HOT DIP GALVANIZE AFTER FABRICATION ~>--------3~6~"-"-o_. o_. _c_o_v_E_R ______ ~-2" I I 3; " 16 M.H. FRAME L = 411 x 3"x 1/411 3/1s" RIVET FRAME • .... STOP 1-----1/2" STD. PIPE SLEEVE -----1/4" HASP PLATES,DRILL I I I I • (\J THRU FOR WATER DEPT. MASTER LOCK --1/200 HOHMAN a BERNARD INSERT, SEE PLAN 2'-1051," 1.0. ::, 0 L __ J 3'-o" I.D. 0: M,H. OPENING (!I ______ ..:-.....:::_=.:..:=.:..::c__:::_:_:_:_:_::c_ ____ -il ---r-I __ PRE CAST CONC. M. H. __ _] RING, ASSOCIATED CONG. ' SECTION A MANHOLE COVER DETAIL 24"x 2411 x 3611 CLASS B CONC. SCALE." 1-1/2",, t'-0" 6 00 ALHAMBRA FOUNDARY No, A-2I60 PIPE VENT OR APPROVED EQUAL ( GALV. )-----.L PRODUCTS OR APPROVED EQUAL • 0 O ANCHOR BLOCK 24 11 )1. 2411 x 2411 CLASS B CONG. ANCHOR BLOCK ·.., . .., ~ t:> ·1 ill : .. , ,'I 1----==---. ' :, INTAKE VENT ' "' ' , · b.' I 'I> . . , I ' ., 12 111 I _, , _ _J ___ ,,,. •D 6 00 D.I. Pl PE .r.-(-: . -~ ' . V . , I> . SPOOL ( TYP. }----' VAULT WAL L-----i AIR I" CROWN--.... 6 00 DUCTILE IRON PIPE BELOW GRADE 90° CAST IRON BEND-,,- I:· : . ii; Ir I . -.. CO 1--L!.::.=-----, I, . I ( -_.9:_ --,.~T' -~+--',,,_ . '· .. I 12· II . ~ I . . I I_. .t>. . . I: . . , IJ r- 1 I L_ • 0 -<O -VAULT WALL EXHAUST VENT GROUT SOLID ( TYP. } VENT DETAILS @ NO SCALE DISTRICT ,EVISIONS COSTA REAL MUNICIPAL WATER ~ ,,;s BUIL.T ,ei!",','5"A:>NSI-C~on;..s;..t.;;.ru.;;.c;..t~io;..n_..;P,;;1;..an_s;;...f~o;..r .... : .;;..;.....; _____________ ., 11•21•0 .5 r,,e::u TRI-AGENCIES PIPELINE TERMINAL RESERVOIR 0ES18N J.R.N. CHICKID ALTITUDE VAULT a DETAILS ... o, ........ 215815 Pio Pico ( P.O. Bio~ 1oti,) • Carl1bod 1 Callfornli:i 12001 • I $19) 721-1114 J.R.N. DRAWN G.L.C, ,._.Tl SHl!:!T 0, I I 8 IIH!~TI CMWD 82 -109 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Appendix D Tier 1 SWPPP Template Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973 Docusign Envelope ID: 2A13D81C-A4BE-48D0-B2EB-722D2CF7B973