HomeMy WebLinkAbout2025-04-22; City Council; 01; Approval of Plans, Specifications and Contract Documents and Authorization to Advertise for Bids for the Ponto Sewer Manhole Rehabilitation ProjectPROJECT SITE
PROJECT SITE
PONTO SEWER MANHOLE REHABILITATION
PROJECT NO. 5503-17
VICINITY MAP LOCATION MAP
AVECOSTALA
BL
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
SAN
T
A
F
E
RD
POINSE
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
COLLEGE
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
CARLS
B
A
D
VILLAGE D
R
MARRON
TAMAR
A
C
K
AVE
RD
LAKECALAVERABUENA
VIS
T
A
LAGOO
N
AGUA HEDION
D
A
LAGOO
N
BATIQUITOSLAGOON
A
V
I
A
R
A
PKWY
POINSETTIA
LANE
APRIL 2025
BID SET
PONTO SEWER MANHOLE REHABILITATION
IMPROVEMENT PLAN FOR:
1/2" 0 1"5503-17 466-7B
CITY OF CARLSBAD
CARLSBAD, CALIFORNIA
1 6
TITLE SHEET, VICINITY MAPAND LOCATION MAP
NI/ZT
KM
DP
CARLSBAD CITY COUNCIL
KEITH BLACKBURN - MAYOR
PRIYA BHAT-PATEL - COUNCIL MEMBER
MELANIE BURKHOLDER - COUNCIL MEMBER
KEVIN SHIN - COUNCIL MEMBER
TERESA ACOSTA- COUNCIL MEMBER
GEOFF PATNOECITY MANAGER
G-1
DECLARATION OF ENGINEER OF WORK
I HEREBY DECLARE THAT THE DESIGN OF THE IMPROVEMENTS AS SHOWN ONTHESE PLANS COMPLIES WITH PROFESSIONAL ENGINEERING STANDARDS AND
PRACTICES. AS THE ENGINEER IN RESPONSIBLE CHARGE OF DESIGN OF THESE
IMPROVEMENTS, I ASSUME FULL RESPONSIBLE CHARGE FOR SUCH DESIGN. IUNDERSTAND AND ACKNOWLEDGE THAT THE PLAN CHECK OF THESE PLANS BY
THE CITY OF CARLSBAD IS A REVIEW FOR THE LIMITED PURPOSE OF ENDURING
PLANS COMPLY WITH CITY PROCEDURES AND OTHER APPLICABLE POLICIES ANDORDNANCES. THE PLAN CHECK IS NOT A DETERMINATION OF THE TECHNICALADEQUACY OF THE DESIGN OF THE IMPROVEMENTS. SUCH PLAN CHECK DOES
NOT THEREFORE RELIEVE ME OF MY RESPONSIBILITY FOR THE DESIGN OF THEIMPROVEMENTS.
DAVE PADILLA 055974 12/31/2026ENGINEERRCE NO.EXP. DATE
PROJECT BOUNDARY
WORK IS LOCATED WITHIN A CITY OF CARLSBAD SEWER EASEMENTWITHIN THE NORTH COUNTY TRANSIT DISTRICT RAILROAD
RIGHT-OF-WAY IN THE CITY OF CARLSBAD. THE PROJECT SITE IS
BOUND BY AVENIDA ENCINAS TO THE NORTH, POINSETTIA LANE TOTHE SOUTH, NTCD RAILWAY TO THE WEST, AND THE WATERSHEDRESIDENTIAL COMMUNITY AND WALKING TRAIL TO THE EAST. THE
PROJECT WORK AND ACCESS ARE WITHIN AND ADJACENT TO THEPOINSETTIA STATION VERNAL POOL PRESERVE.
PROJECT ACREAGE
TEMPORARY DISTURBED ACREAGE 0.127 ACRES
REPLACED IMPERVIOUS AREA 0.005 ACRES
REPLACED IMPERVIOUS AREA 135 SQFT
NEW IMPERVIOUS AREA 90 SQFT
POINSETTIA STATION VERNAL POOL PRESERVE7.9 ACRES
SCOPE OF WORK
WORK INCLUDES CLEANING AND REHABILITATION NINE (9) EXISTING SEWER MANHOLES (4- AND 5-FT INDIAMETER AND 7 TO 15 FEET DEEP), SPACED AT APPROXIMATELY 400-FT INTERVALS ALONG AN
APPROXIMATE 2,825 LF SEGMENT OF THE CITY'S NORTH PONTO SEWER PIPELINE, A 27-INCH DIAMETERVITRIFIED CLAY (VCP) GRAVITY SEWER PIPE. THE PIPELINE AND MANHOLES ARE LOCATEDAPPROXIMATELY 80-100 FEET EAST OF THE RAILROAD TRACKS FROM POINSETTIA LANE TO AVENIDA
ENCINAS. INTERNAL MANHOLE WORK INCLUDES VIDEO INSPECTION, PRESSURE WASHING, CONCRETE
SURFACE AND CRACK REPAIRS, AND GEOPOLYMER LINING. REPLACEMENT OF EXISTING EXTERNALFRAMES, COVERS, AND SURROUNDING CONCRETE PADS.
SHEET INDEX
1.G1: TITLE SHEET, VICINITY MAP, AND LOCATION MAP2.G2: CONSTRUCTION NOTES, LEGENDS, AND ABBREVIATIONS3. C1: EASEMENTS
4.C2: SITE PLANS5.C3: SITE PLANS6.C4: CIVIL DETAILS VIEWS
PONTO SEWER MANHOLE REHABILITATION
IMPROVEMENT PLAN FOR:
1/2" 0 1"5503-17 466-7B
GENERAL NOTES SEWER NOTES
LEGEND
DESCRIPTION SYMBOL QUANTITY
ABBREVIATIONS
DESCRIPTION ABBREVIATION
2 6
CONSTRUCTION NOTESLEGEND AND ABBREVIATIONS
NI/ZT
KM
DP
S
T
G
CONSTRUCTION NOTES
W
SD
E
G-2
NCTD GENERAL REQUIREMENTS
WORK TO BE DONE
REFERENCE DRAWINGS
S S S S S S S S S S S S S S SSSSSSSSSSSSSSSS S S S S S
S S S S S S S S S S S S S S
SHORE
L
I
N
E
D
R
SE
A
W
A
R
D
A
V
E
SA
N
D
S
I
D
E
C
T
ST
R
A
N
D
S
T
CO
R
A
L
R
E
E
F
A
V
E
SA
N
D
S
H
E
L
L
A
V
E
AVE
N
I
D
A
E
N
C
I
N
A
S
SAN DIEGO NORTHERN RAILROAD
MH ID: 41A-6
MH ID: 41C-3 MH ID: 41C-4 MH ID: 41C-6MH ID: 41C-5
PUBLIC
PEDESTRIAN
EASEMENT
WATERS END CONSERVATION
EASEMENT
2024, 2019-0038074
MH ID: 41C-55
C-1
WATERS END
HOMEOWNERS
ASSOCIATION
APN:214-610-5800
MH ID: 41A-5
PO
I
N
S
E
T
T
I
A
L
A
N
E
MH ID: 41C-2MH ID: 41A-7
STORM DRAIN
EASEMENT
2002-0519005
SEWER UTILITY
ACCESS EASEMENT
2002-0519005
SEWER UTILITY
EASEMENT
73-240995
POINSETTIA STATION
VERNAL POOL PRESERVE
CONSERVATION EASEMENT
1994-0490179 (F15a-11-2021)
NCTD
APN: 214-150-08-00
NCTD
APN: 214-150-11-00 NCTD
APN: 214-150-12-00
PONTO SEWER MANHOLE REHABILITATION
IMPROVEMENT PLAN FOR:
1/2" 0 1"5503-17 466-7B
3 6
CONSTRUCTION SITE ACCESSAND EASEMENTS
NI/ZT
KM
DP
C-1
CONSTRUCTION ACCESS AND EASEMENTS
EASEMENT TABLE
APN TABLE
S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S
T
T
T
T
T
T
T
CATV
CAT
V
CAT
V
CAT
V
CAT
V
CAT
V
G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G
E E E
E
E
E
E
E
E
E E E E E E
SE
A
W
A
R
D
A
V
E
SA
N
D
S
I
D
E
C
T
AVE
N
I
D
A
E
N
C
I
N
A
S
SAN DIEGO NORTHERN RAILROAD TRACKS
S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S
2
C1
S S S S S S S
2
C1
2
C1
2
C1
CARLSBAD POINSETTIA TRANSIT STATION
PARKING LOT
MH ID: 41A-6 MH ID: 41A-7
CONSERVATION
EASEMENT
MH ID: 41C-2MH ID:
41A-5 EXISTING SDG&E
HIGH PRESSURE
12" GAS
EXIST GATE
EXIST GATE
TO BE
MODIFIED
PROPOSED CONSTRUCTION
ACCESS (TYP)
INSTALL NEW
ACCESS GATE
TRANSIT STATION PLATFORM
PEDESTRIAN
TRAIL
WATERS END
HOMEOWNERS
ASSOCIATION
TRANSIT STATION
FACILITIES
EXISTING SDG&E
HIGH PRESSURE
12" GAS
EXISTING
COMMUNICATIONS
UTILITIES
EXISTING
ELECTRICAL
UTILITY
INSTALL NEW
ACCESS GATE
PONTO SEWER MANHOLE REHABILITATION
IMPROVEMENT PLAN FOR:
1/2" 0 1"5503-17 466-7B
4 6
SITE PLAN
NI/ZT
KM
DP
SEWER MANHOLE REHAB AND ACCESS LOCATIONS
SH
E
E
T
:
5
MA
T
C
H
L
I
N
E
:
N
E
X
T
P
A
G
E
C-2
MANHOLE DIMENSION TABLE
Manhole
Unit ID
Diameter
(")Depth (ft)
Invert
Elevation
(ft)
Rim
Elevation
(ft)
Opening
Width (X")
Depth to
Cone (Y")
Rehab
Detail
Remove
Ex. Liner
41A-5 60 14.83 35.77 50.6 36"17"2 Yes
41A-6 60 13.44 36.36 49.8 36"17"2 Yes
41A-7 60 13.50 37.00 50.5 36"17"2 Yes
41C-2 60 12.56 37.64 50.4 36"16"2 Yes
41C-3 48 13.12 38.28 51.4 24"12"1 N/A
41C-4 48 10.28 38.92 49.2 24"13"1 N/A
41C-5 48 7.64 39.56 47.2 24"17"1 N/A
41C-55 48 7.00 40.20 47.2 24"13"1 N/A
41C-6 60 7.91 40.29 48.2 36"10"1 N/A
G G G G G G G G G G G G G G G G G G G G G G G G
G G G G G G G G G
SHOREL
I
N
E
D
R
ST
R
A
N
D
S
T
CO
R
A
L
R
E
E
F
A
V
E
SA
N
D
S
H
E
L
L
A
V
E
S S S S S S S S S S S S S
S
S
S
W
W
W
W
W
W
W
W
W
W
SD
SD
SD
SD
SD
PO
I
N
S
E
T
T
I
A
L
A
N
E
S S S S S S S S S S S S S S S S S S S S S S S S
S
1
C1
1
C1 1
C1
1
C1MH ID: 41C-3
MH ID: 41C-4
MH ID: 41C-6MH ID: 41C-5 MH ID: 41C-55
EXIST FENCE.
WATERS END
HOMEOWNERS
ASSOCIATION
SAN DIEGO NORTHERN RAILROAD TRACKS
1
C1
EXISTING SDG&E
HIGH PRESSURE
12" GAS
PEDESTRIAN TRAIL
REPAIR EXISTING
ACCESS GATE
EXISTING SDG&E
HIGH PRESSURE
12" GAS
EXISTING 60"
RCP STORM
DRAIN
CONSERVATION EASEMENT
SW
E
E
T
W
A
T
E
R
S
T
SA
L
T
G
R
A
S
S
A
V
E
BR
O
O
K
S
I
D
E
C
T
INSTALL NEW
ACCESS GATE INSTALL NEW
ACCESS GATE INSTALL NEW
ACCESS GATE
INSTALL NEW
ACCESS GATE
PONTO SEWER MANHOLE REHABILITATION
IMPROVEMENT PLAN FOR:
1/2" 0 1"5503-17 466-7B
5 6
SITE PLAN
NI/ZT
KM
DP
SH
E
E
T
:
4
MA
T
C
H
L
I
N
E
:
S
E
E
A
B
O
V
E
SEWER MANHOLE REHAB AND ACCESS LOCATIONS
C-3
MANHOLE DIMENSION TABLE
Manhole
Unit ID
Diameter
(")Depth (ft)
Invert
Elevation
(ft)
Rim
Elevation
(ft)
Opening
Width (X")
Depth to
Cone (Y")
Rehab
Detail
Remove
Ex. Liner
41A-5 60 14.83 35.77 50.6 36"17"2 Yes
41A-6 60 13.44 36.36 49.8 36"17"2 Yes
41A-7 60 13.50 37.00 50.5 36"17"2 Yes
41C-2 60 12.56 37.64 50.4 36"16"2 Yes
41C-3 48 13.12 38.28 51.4 24"12"1 N/A
41C-4 48 10.28 38.92 49.2 24"13"1 N/A
41C-5 48 7.64 39.56 47.2 24"17"1 N/A
41C-55 48 7.00 40.20 47.2 24"13"1 N/A
41C-6 60 7.91 40.29 48.2 36"10"1 N/A
INSTALL NEW
COMPOSITE LOCKING
FRAME AND COVER
EXIST. GRADE RINGS
EXIST. MANHOLE
STRUCTURE
EXIST. 27" CHANNEL
EXIST. SUBGRADE
REPAIR EXIST. BENCH
PER DETAIL THIS SHEET
REPLACE EXIST.
CONCRETE PER CITY STD S-1A
6" TYP
REMOVE EXIST. PVC LINER
EXIST. LATERAL INLET MH# 41-6C ONLY
REHAB MANHOLE PER CITY
STD S-1A AS MODIFIED
HEREON.
X"
Y"
INSTALL NEW
COMPOSITE LOCKING
FRAME AND COVER
REPLACE EXIST.
GRADE RINGS AS
REQUIRED
EXIST. MANHOLE
STRUCTURE
EXIST. 27" CHANNEL
EXIST. SUBGRADE
REPAIR EXIST. BENCH
PER DETAIL THIS SHEET
REHAB MANHOLE PER CITY
STD S-1A AS MODIFIED
HEREON.
6" TYP
NEW CONCRETE PAD
PER CITY STD S-1A
X"
Y"
EXIST. PIPE TO REMAIN
MANHOLE LINER (TYPICAL)
MIN. SLOPE 1" PER FT.
WIDTH SHALL
EQUAL INSIDE DIA.
OF PIPE.
CEMENTITOUS REPAIR RESURFACING
MATERIAL TO REBUILD / REPAIR
BENCH AS NEEDED (TYPICAL).
INVERT GRADE
MIN. DEPTH = PIPE DIA.
PONTO SEWER MANHOLE REHABILITATION
IMPROVEMENT PLAN FOR:
1/2" 0 1"5503-17 466-7B
6 6
CIVIL DETAILS
NI/ZT
KM
DP
MANHOLE REHABILITATION PROFILE
SCALE: N.T.S.2MANHOLE REHABILITATION PROFILE
SCALE: N.T.S.1 MANHOLE BENCH REHABILITATION SECTION
SCALE: N.T.S.DET
C-4
NOTES:
MANHOLE DIMENSION TABLE
Manhole
Unit ID
Diameter
(")Depth (ft)
Invert
Elevation
(ft)
Rim
Elevation
(ft)
Opening
Width (X")
Depth to
Cone (Y")
Rehab
Detail
Remove
Ex. Liner
41A-5 60 14.83 35.77 50.6 36"17"2 Yes
41A-6 60 13.44 36.36 49.8 36"17"2 Yes
41A-7 60 13.50 37.00 50.5 36"17"2 Yes
41C-2 60 12.56 37.64 50.4 36"16"2 Yes
41C-3 48 13.12 38.28 51.4 24"12"1 N/A
41C-4 48 10.28 38.92 49.2 24"13"1 N/A
41C-5 48 7.64 39.56 47.2 24"17"1 N/A
41C-55 48 7.00 40.20 47.2 24"13"1 N/A
41C-6 60 7.91 40.29 48.2 36"10"1 N/A
Revised 6/12/18 Contract No. 5503-17 Page 1 of 143
City of Carlsbad
San Diego County
California
CONTRACT DOCUMENTS,
GENERAL PROVISIONS, SUPPLEMENTAL
PROVISIONS, AND TECHNICAL SPECIFICATIONS
FOR
PONTO SEWER MANHOLE
REHABILITATION PROJECT
CONTRACT NO. 5503-17
BID NO. PWS25-3717UTIL
Signed: March 20, 2025
Revised 6/12/18 Contract No. 5503-17 Page 2 of 143
TABLE OF CONTENTS
Item Page
Notice Inviting Bids ....................................................................................................................... 7
Contractor's Proposal .................................................................................................................. 14
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
Revised 6/12/18 Contract No. 5503-17 Page 3 of 143
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 .......................................... ...................................................... 60
2-7 Subsurface Data ........................................... ...................................................... 60
2-8 Right-of-Way ................................................ ...................................................... 61
2-9 Surveying ..................................................... ...................................................... 61
2-10 Authority of Board and Engineer .................. ...................................................... 62
2-11 Inspection ..................................................... ...................................................... 63
Section 3 Changes in Work
3-1 Changes Requested by the Contractor ........ ...................................................... 64
3-2 Changes Initiated by the Agency .................. ...................................................... 64
3-3 Extra Work .................................................... ...................................................... 65
3-4 Changed Conditions ..................................... ...................................................... 68
3-5 Disputed Work .............................................. ...................................................... 69
Section 4 Control of Materials
4-1 Materials and Workmanship ......................... ...................................................... 75
4-2 Materials Transportation, Handling and Storage ................................................. 79
Section 5 Utilities
5-1 Location ........................................................ ...................................................... 80
5-2 Protection ..................................................... ...................................................... 80
5-3 Removal ....................................................... ...................................................... 81
5-4 Relocation .................................................... ...................................................... 81
5-5 Delays .......................................................... ...................................................... 82
5-6 Cooperation .................................................. ...................................................... 82
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 ..................................... ...................................................... 89
6-4 Default by Contractor ................................... ...................................................... 89
6-5 Termination of Contract ................................ ...................................................... 90
6-6 Delays and Extensions of Time .................... ...................................................... 90
6-7 Time of Completion ...................................... ...................................................... 91
6-8 Completion, Acceptance, and Warranty ....... ...................................................... 92
6-9 Liquidated Damages .................................... ...................................................... 93
Revised 6/12/18 Contract No. 5503-17 Page 4 of 143
6-10 Use of Improvement During Construction .... ...................................................... 94
Section 7 Responsibilities of the Contractor 7-1 Contractor’s Equipment and Facilities .......... ...................................................... 95 7-2 Labor ............................................................ ...................................................... 95 7-3 Liability Insurance ......................................... ...................................................... 95 7-4 Workers' Compensation Insurance .............. ...................................................... 95
7-5 Permits ......................................................... ...................................................... 96
7-6 The Contractor’s Representative .................. ...................................................... 98 7-7 Cooperation and Collateral Work ................. ...................................................... 99 7-8 Project Site Maintenance ............................. ...................................................... 99 7-9 Protection and Restoration of Existing Improvements ....................................... 102 7-10 Public Convenience and Safety ................... .................................................... 103 7-11 Patent Fees or Royalties .............................. .................................................... 110 7-12 Advertising .................................................... .................................................... 110 7-13 Laws to be Observed ................................... .................................................... 110
7-14 Antitrust Claims ............................................ .................................................... 110 Section 8 Facilities for Agency Personnel 8-1 General ......................................................... .................................................... 112 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work ................................................ 113 9-2 Lump Sum Work ........................................... .................................................... 113
9-3 Payment ....................................................... .................................................... 113
9-4 Bid Items ...................................................... .................................................... 117
SUPPLEMENTAL PROVISIONS TO PARTS 2, 3, 4 AND 6 OF THE SSPWC
Part 2 Construction Materials Section 200 Rock Materials 200-2 Untreated Base Materials ............................. .................................................... 119 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 203-5 Slurry Seal .................................................... .................................................... 121 203-6 Asphalt Concrete .......................................... .................................................... 121 Section 213 Engineering Fabrics 213-5 Geotextiles and Geogrids ............................. .................................................... 122 Section 214 Pavement Markers 214-4 Paint for Striping and Markings .................... .................................................... 123 214-6 Pavement Markers ....................................... .................................................... 123
Revised 6/12/18 Contract No. 5503-17 Page 5 of 143
Part 3 Construction Methods
Section 300 Earthwork
300-2 Unclassified Excavation .................................................................................... 125
300-4 Unclassified Fill ................................................................................................. 125
300-12 Storm Water Pollution Prevention Plan ............................................................. 125
Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials
301-1 Subgrade Preparation ....................................................................................... 128
Section 302 Roadway Surfacing
302-5 Asphalt Concrete Pavement .............................................................................. 129
302-15 Public Convenience and Traffic Control ............................................................ 130
Section 303 Concrete and Masonry Construction.
303-1 Concrete Structures .......................................................................................... 131
303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections,
Access Ramps, And Driveways......................................................................... 131
Section 306 Underground Conduit Construction
306-3 Open Trench Operations ................................................................................... 132
306-12 Backfill ............................................................................................................... 133
306-13 Trench Resurfacing ........................................................................................... 133
Section 314 Traffic Striping, Curb and Pavement Markings, and Pavement Markers
314-4 Application of Traffic Striping and Curb and Pavement Markings ..................... 133
314-5 Pavement Markers ............................................................................................ 135
Part 4 Existing Improvements
Section 400 Protection and Restoration
400-1 General .............................................................................................................. 136
400-2 Permanent Survey Markers ............................................................................... 136
400-3 Payment ............................................................................................................ 136
Section 401 Removal
401-3 Concrete and Masonry Improvements .............................................................. 136
Section 402 Utilities ............................................................................................................... 137
Part 6 Temporary Traffic Control
Section 601 Temporary Traffic Control for Construction and Maintenance Work Zones
601-1 General .............................................................................................................. 138
601-3 Temporary Traffic Control (TTC) Zone Devices ................................................ 138
601-4 Temporary Traffic Striping and Pavement Markings ......................................... 142
Revised 6/12/18 Contract No. 5503-17 Page 6 of 143
TECHNICAL SPECIFICATIONS
DIVISION 2 – SITE WORK
02950 Manhole Rehabilitation
APPENDICES
Appendix A SWPPP Template
Appendix B Mitigation Monitoring and Reporting Program
Appendix C NCTD Right-of-Entry Work Plan and Access Authorization (AA) Permit Template
Appendix D NCTD Standard Drawings
Appendix E CARB Fleet Compliance Certification
Appendix F Manhole Photos
Appendix G Reference Drawings
Revised 6/12/18 Contract No. 5503-17 Page 7 of 143
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Until 11 a.m. May 27, 2025, the City 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: Sewer manhole rehabilitation including internal inspection, cleaning, wall and
bench repairs, structural rehabilitation and epoxy lining; replacement of manhole frames and
coves, and concrete pad installation; site preparation including vegetation trimming for manhole
access, chain-link fence modification and installation of access gates, and incidental services for
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
PWS25-3717UTIL
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.
Revised 6/12/18 Contract No. 5503-17 Page 8 of 143
BIDS MUST BE SUBMITTED BY DUE DATE AND TIME
MUST BE SUBMITTED BY DUE DATE AND TIME
Once the deadline is reached, no further submissions are accepted into the system. Once the
Due Date and Time has passed, bidders, proposers, the general public, and City staff are able
to immediately see the results 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
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 City of Carlsbad 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.
Revised 6/12/18 Contract No. 5503-17 Page 9 of 143
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 City to ensure performance under this Contract. Section 10263 of the Public
Contract Code requires monies or securities to be deposited with the City 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 City of Carlsbad 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 Technical Specifications and the 2021
Standard Specifications for Public Works Construction, Parts 2 - 8, 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 City of Carlsbad encourages the participation of minority and women-owned businesses.
The City of Carlsbad 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
9. Bidder's Disclosure of Discipline Record
10. Listing of Manufacturers
11. CARB Fleet Compliance Certification (Appendix E)
12. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder
wishes to use the Escrow Agreement for Security)
Revised 6/12/18 Contract No. 5503-17 Page 10 of 143
BIDDER’S GUARANTEE OF GOOD FAITH (BID SECURITY)
At the time of bid submission, bidders must upload and 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 City’s eBidding system. Within two (2) business days after the bid opening date,
the first three (3) apparent low bidders must provide the City 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 the City 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
$440,000.
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.
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
Revised 6/12/18 Contract No. 5503-17 Page 11 of 143
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 City of Carlsbad
except as hereinbefore specified. No bidder may rely on directions given by any agent,
employee or contractor of the City of Carlsbad 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 cutoff date to submit questions is May 9, 2025, 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 May 20, 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
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.
Revised 6/12/18 Contract No. 5503-17 Page 12 of 143
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
E 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 at the project site at 6511 Avenida Encinas, Carlsbad,
CA 92009 (NCTD Poinsettia Transit Station parking lot), Carlsbad, CA on May 6, 2025, at 10
a.m.
Bidders will be provided access to the facility and representatives of the Agency will be present.
Questions asked by Bidders at the Pre-Bid Meeting not specifically addressed within the
Contract Documents shall be answered in writing and shall be sent to all Bidders present at the
Pre-Bid Meeting and be posted on the online bidding portal. Bids will not be accepted from any
bidder who did not attend 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 the City 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:
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, the City 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.
Revised 6/12/18 Contract No. 5503-17 Page 13 of 143
April 23, 2025
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. The
City 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 the City 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, the City 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 City Council of the City of Carlsbad, California, by Resolution No. 2025-###,
adopted on the 22nd day of April 2025.
Date Graham Jordan, Deputy Clerk
Revised 6/12/18 Contract No. 5503-17 Page 14 of 143
CITY OF CARLSBAD
PONTO SEWER MANHOLES REAHBILITATION PROJECT
CONTRACT NO. 5503-17
CONTRACTOR'S PROPOSAL
City Council
City of Carlsbad
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, and incidental services required to do all the work to complete Contract No. 5503-17
within the time specified in 6-7 and 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. Description
Approximate
Quantity
And Unit
Unit Price
(Figures)
Total Amount
(Figures)
1 Mobilization and Preparatory
Work (not to exceed 5% of
Total Bid)
LS $___________
2 Temporary Pedestrian Traffic
Control
LS $___________
3 Preconstruction Survey LS $___________
4 Storm Water Pollution Control
(SWPPP)
LS $___________
5 Vegetation Trimming and Site
Access Preparation
LS $___________
6 Modify Fencing and Install
Gate
11 EA $___________ $___________
7 Remove and Dispose of
Concrete Pad
5 EA $___________ $___________
Revised 6/12/18 Contract No. 5503-17 Page 15 of 143
Item
No. Description
Approximate
Quantity
And Unit
Unit Price
(Figures)
Total Amount
(Figures)
8 Manhole Rehabilitation 9 EA $___________ $___________
9 Construct Concrete Pad 9 EA $___________ $___________
10 Site Restoration LS $___________
Total amount of bid (in figures) for Schedule “A”: $
Total amount of bid (in words) for Schedule “A”:
The City shall determine the low bid based on the sum of 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 City
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 fifteen (15) days from the date of award of
Contract by the City Council of the City of Carlsbad, the City 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 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 § 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.
The Undersigned bidder hereby represents as follows:
Revised 6/12/18 Contract No. 5503-17 Page 16 of 143
1. That no Council 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 City Council, 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.
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 _____________________________________________________________
Revised 6/12/18 Contract No. 5503-17 Page 17 of 143
(4) Zip Code ___________________ Telephone No. _________________________________
(5) E-Mail ___________________________________________________________________
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:
____________________________________ ___________________________________
____________________________________ ___________________________________
____________________________________ ___________________________________
____________________________________ ___________________________________
____________________________________ ___________________________________
____________________________________ ___________________________________
Revised 6/12/18 Contract No. 5503-17 Page 18 of 143
BID SECURITY FORM
(Check to Accompany Bid)
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
(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 City of
Carlsbad, 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 City provided this proposal shall be
accepted by the City 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 City 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.)
Revised 6/12/18 Contract No. 5503-17 Page 19 of 143
BIDDER'S BOND TO ACCOMPANY PROPOSAL
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
KNOW ALL PERSONS BY THESE PRESENTS:
That we, _______________________________________________________, as Principal,
and _____________________________________, as Surety are held and firmly bound unto
the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of
the bid amount) __________________________ for which payment, well and truly made, we
bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the
above-bounden Principal for:
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into
and execute a Contract including required bonds and insurance policies within twenty (20) days
from the date of award of Contract by the City Council of the City of Carlsbad, being duly
notified of said award, then this obligation shall become null and void; otherwise, it shall be and
remain in full force and effect, and the amount specified herein shall be forfeited to the said City.
In the event Principal executed this bond as an individual, it is agreed that the death of Principal
shall not exonerate the Surety from its obligations under this bond.
SIGNED AND SEALED, this ____________ day of ___________________________, 20_____
________________________________(SEAL) _____________________________(SEAL)
(Principal) (Surety)
By: __________________________________ By: ________________________________
(Signature) (Signature)
__________________________________ ________________________________
(Print Name/Title) (Print Name/Title)
(SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY – ATTACH ATTORNEY-IN-FACT
CERTIFICATE)
APPROVED AS TO FORM:
CINDIE K. McMAHON
City Attorney
By: __________________________________
Assistant City Attorney
Revised 6/12/18 Contract No. 5503-17 Page 20 of 143
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 City of the specific facts that show the
Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces.
Revised 6/12/18 Contract No. 5503-17 Page 21 of 143
Determination of the subcontract amounts for purposes of award of the contract shall be
determined by the City Council in conformance with the provisions of the contract documents
and the various supplemental provisions. The decision of the City Council 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.
Revised 6/12/18 Contract No. 5503-17 Page 22 of 143
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
(To Accompany Proposal)
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in
preparing this bid for the Work and that the listed subcontractors will be used to perform the
portions of the Work as designated in this list in accordance with applicable provisions of the
specifications and section 4100 et seq. of the Public Contract Code, "Subletting and
Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor
will be allowed to perform any portion of the Work 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 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, and that no changes in the subcontractors listed work will be made except
upon the prior approval of the Agency.
SUBCONTRACTOR’S BID ITEMS
Portion of
Work
Subcontractor Name and
Location of Business
Phone No.
and Email
Address
DIR
Registration
No.
Subcontractor’s
License No. and
Classification*
Amount of
Work by
Subcontractor
in Dollars*
Page _____ of _____ pages of this Subcontractor Designation form
_________________
* Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be
submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the “Notice Inviting Bids.”
Revised 6/12/18 Contract No. 5503-17 Page 23 of 143
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal)
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
The Bidder is required to state what work of a similar character to that included in the proposed
Contract he/she has successfully performed and give references, with telephone numbers,
which will enable the City to judge his/her responsibility, experience and skill. An attachment
can be used.
The bidder shall demonstrate at least five years of experience successfully completing at least
five projects involving sewer manhole habilitation with a value of $400,000 or greater and
similar in scope to the Work of this Contract. Bidder must also submit the qualifications of its
Representative in accordance with Section 7-6. The proposal shall be deemed non-responsive if
the required technical ability and experience for the Bidder or its Representative is not
demonstrated.
Date Contract
Completed
Name and Address
of the Employer
Name and Phone
No. of Person to
Contract
Type of Work Amount of
Contract
Revised 6/12/18 Contract No. 5503-17 Page 24 of 143
BIDDER’S CERTIFICATE OF INSURANCE FOR
GENERAL LIABILITY, EMPLOYERS’ LIABILITY,
AUTOMOTIVE
LIABILITY AND WORKERS’ COMPENSATION
(To Accompany Proposal)
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
As a required part of the Bidder’s proposal the Bidder must attach either of the following to this
page.
1) Certificates of insurance showing conformance with the requirements herein for each of:
Comprehensive General Liability
Automobile Liability
Workers Compensation
Employer’s Liability
2) Statement with an insurance carrier’s notarized signature stating that the carrier can, and
upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of
insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation
and Employer’s Liability in conformance with the requirements herein and Certificates of
insurance to the Agency showing conformance with the requirements herein.
All certificates of insurance and statements of willingness to issue insurance for auto policies
offered to meet the specification of this contract must:
1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this
project for each insurance company that the Contractor proposes.
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.
Revised 6/12/18 Contract No. 5503-17 Page 25 of 143
BIDDER'S STATEMENT RE DEBARMENT
(To Accompany Proposal)
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by
another jurisdiction in the State of California?
______ ______
yes no
2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of
debarment(s)? Attach additional copies of this page to accommodate more than two
debarments.
party debarred
agency
period of debarment
party debarred
agency
period of debarment
BY CONTRACTOR:
(name of Contractor)
By:
(sign here)
(print name/title)
Page _____ of _____ pages of this Re Debarment form
Revised 6/12/18 Contract No. 5503-17 Page 26 of 143
BIDDER'S DISCLOSURE OF DISCIPLINE RECORD
(To Accompany Proposal)
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
Contractors are required by law to be licensed and regulated by the Contractors’ State License
Board which has jurisdiction to investigate complaints against contractors if a complaint
regarding a patent act or omission is filed within four years of the date of the alleged violation. A
complaint regarding a latent act or omission pertaining to structural defects must be filed within
10 years of the date of the alleged violation. Any questions concerning a contractor may be
referred to the Registrar, Contractors’ State License Board, P.O. Box 26000, Sacramento,
California 95826.
1) Have you ever had your contractor’s license suspended or revoked by the California
Contractors’ State License Board two or more times within an eight year period?
______ ______
yes no
2) Has the suspension or revocation of your contractor’s license ever been stayed?
______ ______
yes no
3) Have any subcontractors that you propose to perform any portion of the Work ever had their
contractor’s license suspended or revoked by the California Contractors’ State License
Board two or more times within an eight year period?
______ ______
yes no
4) Has the suspension or revocation of the license of any subcontractor’s that you propose to
perform any portion of the Work ever been stayed?
______ ______
yes no
5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party
disciplined, the date of and violation that the disciplinary action pertains to, describe the
nature of the violation and the disciplinary action taken therefore.
(If needed attach additional sheets to provide full disclosure.)
Page _____ of _____ pages of this Disclosure of Discipline form
Revised 6/12/18 Contract No. 5503-17 Page 27 of 143
BIDDER'S DISCLOSURE OF DISCIPLINE RECORD
(CONTINUED)
(To Accompany Proposal)
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party
whose discipline was stayed, the date of the violation that the disciplinary action pertains to,
describe the nature of the violation and the condition (if any) upon which the disciplinary
action was stayed.
(If needed attach additional sheets to provide full disclosure.)
BY CONTRACTOR:
(name of Contractor)
By:
(sign here)
(print name/title)
Page _____ of _____ pages of this Disclosure of Discipline form
Revised 6/12/18 Contract No. 5503-17 Page 28 of 143
NONCOLLUSION DECLARATION TO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
PUBLIC CONTRACT CODE SECTION 7106
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
The undersigned declares:
I am the ____________ of ______________, the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation. The bid is genuine and not collusive or
sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a
false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or
agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The
bidder has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements
contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, to any corporation, partnership, company, association, organization, bid depository, or
to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will
not pay, any person or entity for such purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership,
joint venture, limited liability company, limited liability partnership, or any other entity, hereby
represents that he or she has full power to execute, and does execute, this declaration on
behalf of the bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct and that this declaration is executed on ___________________________,
20____ at _________ [city], ________ [state].
________________________________________________
Signature of Bidder
Revised 6/12/18 Contract No. 5503-17 Page 29 of 143
CONTRACT
PUBLIC WORKS
This agreement is made this ____________ day of ____________________________, 2024,
by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called
"City"), and __________________________________ whose principal place of business is
_______________________________________________ (hereinafter called "Contractor").
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Contract
documents for:
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
(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 City will be the interpreter of the intent of the Contract Documents, and the City’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, City 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 City 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
conditions. Any information that may have been furnished to Contractor by City about
underground conditions or other job conditions is for Contractor's convenience only, and City
Revised 6/12/18 Contract No. 5503-17 Page 30 of 143
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
City.
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 City, 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.
City 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 City 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.
9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense,
and indemnify and hold harmless the City, and its officers and employees, from all claims, loss,
Revised 6/12/18 Contract No. 5503-17 Page 31 of 143
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 City. 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 City against any challenges to the award of the
contract to Contractor, and Contractor will pay all costs, including defense costs for the City.
Defense costs include the cost of separate counsel for City, if City requests separate counsel.
Contractor shall also defend and indemnify the City 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 City. Defense costs include the cost of separate counsel for City, if City
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 City.
(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.
a. The City, 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
Revised 6/12/18 Contract No. 5503-17 Page 32 of 143
borrowed by the contractor. The coverage shall contain no special limitations on the scope of
protection afforded to the City, 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 City, its
officials, employees and volunteers. Any insurance or self-insurance maintained by the City, 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 City, 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
City 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 City. At the option of the City,
either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as
respects the City, 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
City 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 City 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 approved
by the City and are to be received and approved by the City before the Contract is executed by
the City.
Revised 6/12/18 Contract No. 5503-17 Page 33 of 143
(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
City 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 City, 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 City of Carlsbad 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 City Council of the City of Carlsbad to
disqualify the Contractor or subcontractor from participating in future contract bidding.
(H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and
jurisdiction for resolution of any disputes between the parties arising out of this agreement is
San Diego County, California.
I have read and understand all provisions of Section 11 above. ________ init ________ init
Revised 6/12/18 Contract No. 5503-17 Page 34 of 143
12. Maintenance of Records. Contractor shall maintain and make available at no cost to
the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1,
Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's
principal place of business as specified above, Contractor shall so inform the City by certified
letter accompanying the return of this Contract. Contractor shall notify the City by certified mail
of any change of address of such records.
13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section
1720 of the Labor Code are incorporated herein by reference.
14. Security. Securities in the form of cash, cashier's check, or certified check may be
substituted for any monies withheld by the City to secure performance of this contract for any
obligation established by this contract. Any other security that is mutually agreed to by the
Contractor and the City may be substituted for monies withheld to ensure performance under
this Contract.
15. Unfair Business Practices. 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
under the 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 the subcontract. This assignment shall be made and
become effective at the time the awarding body tenders final payment to the contractor, without
further acknowledgment by the parties.
16. Provisions Required by Law Deemed Inserted. Each and every provision of law and
clause required by law to be inserted in this Contract shall be deemed to be inserted herein and
included herein, and if, through mistake or otherwise, any such provision is not inserted, or is
not correctly inserted, then upon application of either party, the Contract shall forthwith be
physically amended to make such insertion or correction.
17. Additional Provisions. Any additional provisions of this agreement are set forth in the
"General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof.
[signatures on the following page]
Revised 6/12/18 Contract No. 5503-17 Page 35 of 143
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE
ATTACHED
(CORPORATE SEAL)
CONTRACTOR:
(name of Contractor)
By:
(sign here)
(print name and title)
By:
(sign here)
(print name and title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
By:
KEITH BLACKBURN, Mayor
ATTEST:
SHERRY FREISINGER, City Clerk
President or vice-president and secretary or assistant secretary must sign for corporations. If
only one officer signs, the corporation must attach a resolution certified by the secretary or
assistant secretary under the corporate seal empowering that officer to bind the corporation.
APPROVED AS TO FORM:
CINDIE K. McMAHON
City Attorney
By:
Assistant City Attorney
Revised 6/12/18 Contract No. 5503-17 Page 36 of 143
LABOR AND MATERIALS BOND
WHEREAS, the City Council of the City of Carlsbad located in the State of California has
awarded to ________________________________________________________ (hereinafter
designated as the "Principal"), a Contract for:
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
in the City of Carlsbad, in strict conformity with the drawings and specifications, and other
Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of
which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof
require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail
to pay for any materials, provisions, provender or other supplies or teams used in, upon or
about the performance of the work agreed to be done, or for any work or labor done thereon of
any kind, the Surety on this bond will pay the same to the extent hereinafter set forth.
NOW, THEREFORE, WE, _____________________ as Principal, (hereinafter designated as
the "Contractor"), and _______________________________________________________ as
Surety, are held firmly bound unto the City of Carlsbad in the sum __________________, said
sum being an amount equal to: One hundred percent (100%) of the total amount payable under
the terms of the contract by the City of Carlsbad, and for which payment well and truly to be
made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her
subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in,
upon, for, or about the performance of the work contracted to be done, or for any other work or
labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due
under the Unemployment Insurance Code with respect to the work or labor performed under this
Contract, or for any amounts required to be deducted, withheld, and paid over to the
Employment Development Department from the wages of employees of the contractor and
subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to
the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon
the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil
Code section 9554.
This bond shall inure to the benefit of any of the persons named in California Civil Code section
9100, so as to give a right of action to those persons or their assigns in any suit brought upon
the bond.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the
terms of the Contract, or to the work to be performed hereunder or the specifications
accompanying the same shall affect its obligations on this bond, and it does hereby waive notice
of any change, extension of time, alterations or addition to the terms of the contract or to the
work or to the specifications.
Revised 6/12/18 Contract No. 5503-17 Page 37 of 143
In the event that Contractor is an individual, it is agreed that the death of any such Contractor
shall not exonerate the Surety from its obligations under this bond.
SIGNED AND SEALED, this ______________ day of __________________________, 20____
_______________________________(SEAL) _____________________________(SEAL)
(Principal) (Surety)
By: _________________________________ By: ________________________________
(Signature) (Signature)
__________________________________ ________________________________
(Print Name & Title) (Print Name & Title)
(SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY – ATTACH ATTORNEY-IN-FACT CERTIFICATE)
APPROVED AS TO FORM:
CINDIE K. McMAHON
City Attorney
By: _________________________________
Assistant City Attorney
Revised 6/12/18 Contract No. 5503-17 Page 38 of 143
FAITHFUL PERFORMANCE/WARRANTY BOND
WHEREAS, the City Council of the City of Carlsbad, State of California has awarded to
_____________________________________________________ (hereinafter designated as
the "Principal"), a Contract for:
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications,
and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad,
all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof
require the furnishing of a bond for the faithful performance and warranty of said Contract;
NOW, THEREFORE, WE, _____________________ as Principal, (hereinafter designated as
the "Contractor"), and _______________________________________________________ as
Surety, are held firmly bound unto the City of Carlsbad in the sum __________________, said
sum being an amount equal to: One hundred percent (100%) of the total amount payable under
the terms of the contract by the City of Carlsbad, and for which payment well and truly to be
made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their
heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by,
and well and truly keep and perform the covenants, conditions, and agreements in the Contract
and any alteration thereof made as therein provided on their part, to be kept and performed at
the time and in the manner therein specified, and in all respects according to their true intent
and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers,
employees and agents, as therein stipulated, then this obligation shall become null and void;
otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified
therefore, there shall be included costs and reasonable expenses and fees, including
reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to
be taxed as costs and included in any judgment rendered.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the
terms of the Contract, or to the work to be performed there under or the specifications
accompanying the same shall affect its obligations on this bond, and it does hereby waive notice
of any change, extension of time, alterations or addition to the terms of the contract or to the
work or to the specifications.
Revised 6/12/18 Contract No. 5503-17 Page 39 of 143
In the event that Contractor is an individual, it is agreed that the death of any such Contractor
shall not exonerate the Surety from its obligations under this bond.
SIGNED AND SEALED, this ______________ day of __________________________, 20____
_______________________________(SEAL) _____________________________(SEAL)
(Principal) (Surety)
By: _________________________________ By: ________________________________
(Signature) (Signature)
__________________________________ ________________________________
(Print Name & Title) (Print Name & Title)
(SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY – ATTACH ATTORNEY-IN-FACT CERTIFICATE)
APPROVED AS TO FORM:
CINDIE K. McMAHON
City Attorney
By: _________________________________
Assistant City Attorney
Revised 6/12/18 Contract No. 5503-17 Page 40 of 143
OPTIONAL ESCROW AGREEMENT FOR
SECURITY DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the City of Carlsbad whose
address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City"
and ___________________________________________________________, whose address
is _________________________________________________________________ hereinafter
called "Contractor" and ___________________________________________________, whose
address is __________________________________________________________ hereinafter
called "Escrow Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as
follows:
1. Pursuant to section 22300 of the Public Contract Code of the State of California, the
Contractor has the option to deposit securities with the Escrow Agent as a substitute for
retention earnings required to be withheld by the City pursuant to the Construction Contract
entered into between the City and Contractor for
PONTO SEWER MANHOLE REHABILITATION PROJECT
CONTRACT NO. 5503-17
in the amount of ___________________________ dated ______________ (hereinafter referred
to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make
payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits
the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within
10 days of the deposit. The market value of the securities at the time of the substitution shall be
a least equal to the cash amount then required to be withheld as retention under the terms of
the contract between the City and Contractor. Securities shall be held in the name of the City
and shall designate the Contractor as the beneficial owner.
2. The City shall make progress payments to the Contractor for such funds which otherwise
would be withheld from progress payments pursuant to the Contract provisions, provided that
the Escrow Agent holds securities in the form and amount specified above.
3. When the City makes payment of retentions earned directly to the Escrow Agent, the
Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow
created under this contract is terminated. The Contractor may direct the investment of the
payments into securities. All terms and conditions of this agreement and the rights and
responsibilities of the parties shall be equally applicable and binding when the City pays the
Escrow Agent directly.
4. The Contractor shall be responsible for paying all fees for the expenses incurred by the
Escrow Agent in administering the Escrow Account and all expenses of the City. These
expenses and payment terms shall be determined by the City, Contractor and Escrow Agent.
5. The interest earned on the securities or the money market accounts held in escrow and
all interest earned on that interest shall be for the sole account of Contractor and shall be
subject to withdrawal by Contractor at any time and from time to time without notice to the City.
Revised 6/12/18 Contract No. 5503-17 Page 41 of 143
6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow
Account only by written notice to Escrow Agent accompanied by written authorization from City
to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn
by Contractor.
7. The City shall have a right to draw upon the securities in the event of default by the
Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the
Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as
instructed by the City.
8. Upon receipt of written notification from the City certifying that the Contract is final and
complete and that the Contractor has complied with all requirements and procedures applicable
to the Contract, the Escrow Agent shall release to Contractor all securities and interest on
deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed
immediately upon disbursement of all moneys and securities on deposit and payments of fees
and charges.
9. The Escrow Agent shall rely on the written notifications from the City and the Contractor
pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall
hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the
securities and interest as set forth above.
10. The names of the persons who are authorized to give written notices or to receive
written notice on behalf of the City and on behalf of Contractor in connection with the foregoing,
and exemplars of their respective signatures are as follows:
For City:
Title FINANCE DIRECTOR
Name
Signature
Address 1635 Faraday Avenue, Carlsbad, CA 92008
For Contractor:
Title
Name
Signature
Address
For Escrow Agent:
Title
Name
Signature
Address
Revised 6/12/18 Contract No. 5503-17 Page 42 of 143
At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow
Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on
the date first set forth above.
For City:
Title MAYOR
Name
Signature
Address 1200 Carlsbad Village Drive, Carlsbad, CA
92008
For Contractor:
Title
Name
Signature
Address
For Escrow Agent:
Title
Name
Signature
Address
Revised 6/15/17 Contract No. 5503-17 Page 43 of 143
GENERAL PROVISIONS
FOR
PONTO SEWER MANHOLE REHABILITATION
PROJECT
CONTRACT NO. 5503-17
CITY OF CARLSBAD
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.
Revised 6/15/17 Contract No. 5503-17 Page 44 of 143
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.
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.
Revised 6/15/17 Contract No. 5503-17 Page 45 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 46 of 143
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
Indigenous People’s 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.
Revised 6/15/17 Contract No. 5503-17 Page 47 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 48 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 49 of 143
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
Revised 6/15/17 Contract No. 5503-17 Page 50 of 143
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
MS4 ............. Municipal Separate Storm Sewer System
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
Revised 6/15/17 Contract No. 5503-17 Page 51 of 143
NCTD .............................. North County Transit District NOI ....................................................... Notice of Intent
NOT ........................................... Notice of Termination
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
Revised 6/15/17 Contract No. 5503-17 Page 52 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 53 of 143
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 1 Number / per or (between words) ° Degree PL Property line CL Centerline SL Survey line or station line
Revised 6/15/17 Contract No. 5503-17 Page 54 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 55 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 56 of 143
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,
Revised 6/15/17 Contract No. 5503-17 Page 57 of 143
2021 edition as published by the "Greenbook" Committee of Public Works Standards, Inc.,
hereinafter designated "SSPWC", as amended.
The Plans shall consist of the construction drawings, Drawing No. 466-7B issued under this
Contract.
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. Carlsbad General and Supplemental Provisions.
6. Carlsbad Engineering Standards.
7. Technical Specifications.
8. Plans.
9. 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.
Revised 6/15/17 Contract No. 5503-17 Page 58 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 59 of 143
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
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:
Revised 6/15/17 Contract No. 5503-17 Page 60 of 143
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 6-2.2.
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.
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.
2-6 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
Revised 6/15/17 Contract No. 5503-17 Page 61 of 143
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.
If test data is provided, 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.
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
Revised 6/15/17 Contract No. 5503-17 Page 62 of 143
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.
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 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
Revised 6/15/17 Contract No. 5503-17 Page 63 of 143
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.
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 and environmental consultant, 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.
Revised 6/15/17 Contract No. 5503-17 Page 64 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 65 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 66 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 67 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 68 of 143
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:
Revised 6/15/17 Contract No. 5503-17 Page 69 of 143
“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. City Manager
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 City 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 City 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 City 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 City Manager. Actual approval of the claim is subject to the change
order provisions in the contract.
Revised 6/15/17 Contract No. 5503-17 Page 70 of 143
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
Revised 6/15/17 Contract No. 5503-17 Page 71 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 72 of 143
(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
Revised 6/15/17 Contract No. 5503-17 Page 73 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 74 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 75 of 143
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
Revised 6/15/17 Contract No. 5503-17 Page 76 of 143
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
Revised 6/15/17 Contract No. 5503-17 Page 77 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 78 of 143
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
Revised 6/15/17 Contract No. 5503-17 Page 79 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 80 of 143
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 determine, by potholing, the locations and
depths of all utilities which are shown on the Contract Documents or have been marked by the
utility owners and which may affect or be affected by its operations. 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.
If no separate pay item is provided in the Contract for potholing, 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:
Revised 6/15/17 Contract No. 5503-17 Page 81 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 82 of 143
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.
estoration 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.
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
Revised 6/15/17 Contract No. 5503-17 Page 83 of 143
progress of the Work. Cooperation with City staff will be required for all work affecting existing
utility systems or facilities and prior to water utility shutdowns, sewer bypass operations, testing
and inspections, and project completion.
Revised 6/15/17 Contract No. 5503-17 Page 84 of 143
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,
Revised 6/15/17 Contract No. 5503-17 Page 85 of 143
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 the party
or contingency that first exhausts it. A schedule which shows a project duration longer than the
Contract time will not be accepted by the Engineer.
If the Baseline Construction 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 ten (10) 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 time required by the Engineer to review the initial Baseline Construction Schedule
submittal will not be included in the 10 Working Days. The Engineer shall complete subsequent
reviews of the revised schedule and progress updates within 5 working days of receipt.
The Contractor shall not be permitted to commence any excavation or demolition activities until
the Engineer accepts the Baseline Construction Schedule.
The Engineer’s response to each review will consist of one of the following:
“Accepted.” The Contractor may proceed with the Work.
“Accepted with Comments.” The Contractor may proceed with the Work, but must revise
and resubmit the schedule prior to submittal of the first progress payment application.
The Engineer’s acceptance of the schedule is a condition precedent to payment of any
progress payment.
“Not Accepted.” The Contractor may not proceed with the Work and must revise and
resubmit 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.
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.
Revised 6/15/17 Contract No. 5503-17 Page 86 of 143
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.
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. The Contractor shall provide an explanation for
each change made to the schedule.
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. All costs of prosecuting the Work as
described herein shall be included in the Contractor’s Bid. Should the Contractor fail to take the
Revised 6/15/17 Contract No. 5503-17 Page 87 of 143
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-workdays, 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.
Constraints include, but are not limited to, the following:
Work within the vernal pool preserve area must be completed between August 15 and
October 15, 2025
The Agency’s environmental monitor must be present during all work.
All work within the North County Transit District right-of-way shall be coordinated through
and in accordance with NCTD permits. All workers must be NCTD trained and certified
prior to work in NCTD ROW.
Trail temporary closure signage must be posted prior to and during use of the Waters
End Pedestrian Trail. Public access to the Waters End Pedestrian Trail must be restored
at the end of each working day.
Equipment and materials must be staged within the designated area of the NCTD
parking lot. The Sand Shell Lift Station has limited space and is unsuitable for storage of
equipment or materials. The staging site shall be approved by the Agency.
No staging areas shall be allowed to be within sensitive biological habitat.
No heavy equipment will be permitted.
Equipment and materials will be demobilized and the site cleaned at the end of each
work day.
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. The Contractor shall conduct the following
general work activities:
1. Submit construction schedule, schedule of values, working drawings, submittals, shop
drawings. Secure necessary permits and approvals in accordance with the Contract
Documents.
2. Secure laydown/staging areas as designated on the plans and including any off-site
staging area(s) if necessary.
3. Conduct pre-construction video and photographs. Mobilize labor force, materials and
equipment for subsequent phases of Work and install temporary facilities, including
installation of snow fencing as directed by the City, BMPs, and safety measures.
Revised 6/15/17 Contract No. 5503-17 Page 88 of 143
4. Trim vegetation from the designated access paths and place plywood sheeting on the
ground surface in vegetated areas and vernal pool areas that will be subject to
construction operations in accordance with the Mitigation Monitoring and Reporting
Program in Appendix B.
5. Modify the existing chain-link fencing and install access gates.
6. Demolish the existing concrete pads on the exterior of the manholes.
7. Conduct manhole inspections in preparation for manhole rehabilitation.
8. Conduct manhole cleaning and surface preparation and repair shafts and benches.
Replace the frames and covers. Structurally line the manhole surfaces.
9. Construct new concrete pads at the exterior of each manhole.
10. Conduct all site restoration in accordance with the Mitigation Monitoring and Reporting
Program in Appendix B.
6-2.2 Construction Phasing. The following construction phase guidelines are provided for the
Contractor’s use in developing the construction schedule and a Work Plan that describes the
labor, materials, equipment and procedures to conduct the Work. The phasing guidelines listed
herein are not intended to be a complete list of all construction activities and shall not relieve the
Contractor from its responsibilities to coordinate and perform the Work, revise the phasing
descriptions, or to develop additional phases or revise the order of phasing as necessary to
complete the Work in its entirety in accordance with the Contract Documents.
The Contractor shall develop a detailed Work Plan describing the materials, equipment and
procedures for each phase of the Work and submit the Work Plan in accordance with Section 2-
5.3. Any modification of the phasing described below shall be approved by the Engineer.
6-2.2.1 Phasing Criteria. The Contractor shall accommodate the following criteria into the
construction schedule and Work Plan:
1. All construction activities shall meet the scheduling restrictions identified in these
specifications or as determined by the City during review of the Contractor’s Work Plan.
Refer to Section 6-2.
2. Develop and submit a Work Plan identifying staging areas and haul routes and
describing the materials, equipment and procedures for each phase of the Work. Submit
the Work Plan in accordance with Section 2-5.3.
3. At least ten days, but no more than 30 days prior to start of construction, coordinate with
the City and its qualified environmental monitoring consultant for preconstruction
activities and monitoring requirements during construction (the Agency’s consultant will
conduct monitoring).
4. Conduct all manhole channel lining activities during periods of low flow. Sewer
bypassing will not be permitted.
5. Site restoration shall be completed within ten working days of completion of construction
of all improvements.
6-2.3 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. If the Contractor’s Representative cannot attend, the Contractor shall
notify the Engineer a minimum of 24 hours prior to the start of the scheduled meeting. If the
Contractor does not provide the required notification, the Contractor shall pay the Agency’s
Revised 6/15/17 Contract No. 5503-17 Page 89 of 143
costs for staff and consultants that attended. The Contractor shall be charged a minimum of 2
hours of each attendee’s time via a deductive Change Order.
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 Engineer for the scheduling of Biological, Archaeological and Cultural Monitor(s) 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.
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.
Revised 6/15/17 Contract No. 5503-17 Page 90 of 143
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
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.
Revised 6/15/17 Contract No. 5503-17 Page 91 of 143
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
calendar days. The Contractor shall diligently prosecute the work to completion within ninety
(90) Working Days after the starting date specified in the Notice to Proceed.
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, Sunday, and any day designated as a holiday by the Agency;
2. any day identified as a construction moratorium due to special events or holiday periods;
3 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;
4. any day the Contractor is prevented from working at the beginning of the workday for
cause as defined in Section 6-6.1;
5. 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.
In addition to Agency holidays, open excavations and service shutdowns will not be allowed on
the day prior to Thanksgiving and between December 23 and January 1.
Main line or service shutdowns will not be allowed on Mondays and Fridays.
Unless otherwise approved in writing by the Engineer, the hours of work shall be between the
hours of 7 a.m. and 4 p.m. on Mondays through Fridays, excluding Agency holidays and other
restricted days or times as specified in 6-2.
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
Revised 6/15/17 Contract No. 5503-17 Page 92 of 143
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.
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 punchlist) 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
Revised 6/15/17 Contract No. 5503-17 Page 93 of 143
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.
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 within the time
allowed will result in damages being sustained by the Agency. For each consecutive calendar
day in excess of the time specified for completion of Work, as adjusted in accordance with
Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of
two thousand dollars ($2,000.00). 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.
Revised 6/15/17 Contract No. 5503-17 Page 94 of 143
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.
Revised 6/15/17 Contract No. 5503-17 Page 95 of 143
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.”
Revised 6/15/17 Contract No. 5503-17 Page 96 of 143
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, at no cost to the
Contractor 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. For private contracts,
the Contractor shall obtain all permits incidental to the Work or made necessary by its
operations, and pay all costs incurred by the permit requirements.
The Contractor shall pay all business taxes or license fees that are required for the work.
7-5.1 Resource Agency Permits. Permit special conditions pertinent to the Work are included
in the Mitigation and Monitoring Reporting Program contained in the Appendix B. Any additional
resource agency permits required for the Work will be included in an additional appendix.
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
Revised 6/15/17 Contract No. 5503-17 Page 97 of 143
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
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
7-5.3 North County Transit District Encroachment Permit.
A permit from NCTD authorizing encroachment onto the railway tracks has not been obtained
for the project. The Contractor shall procure a “Right-of-Entry” and Access Authorization (AA)
Permit from NCTD based on the preliminary workplan provided in Appendix C. All persons
Revised 6/15/17 Contract No. 5503-17 Page 98 of 143
entering the railroad ROW will be required to attend a training course conducted by NCTD on
Railroad Worker Protections (“RWP”) safety rules and regulations. Further, the presence of
equipment, materials or works within 25 feet of the nearest rail of any track will require the use
of Railway Flaggers. The Contractor shall be responsible for all costs for training, flaggers,
traffic control and scheduling of flaggers with NCTD. The cost of said permits shall be included
in the bid price for mobilization and no additional compensation will be allowed therefore. More
information on the submittal process may be found at the following link:
https://gonctd.com/about-nctd/accountability/working-around-the-rails/
No extension of contract time or additional compensation shall be made for procurement of
NCTD permits.
7-5.4 San Diego Water Quality Control Board WDR Permit
The San Diego Water Quality Control Board Permit and Waste Discharge Requirements are
included in the appendices for the Contractor’s information. All work shall comply with the
requirements of the permit.
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.
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.
The qualifications for the Contractor's Representative shall include at a minimum:
1. At least three years of experience in a superintendent capacity for qualifying projects
that are submitted in the Contractor’s Statement of Technical Ability and Experience
form submitted with the bid, which shall meet the requirements specified therein. The
Contractor shall be responsible for submitting verifiable experience records. 2. Completion of OSHA 30-hour Construction Training Course. Submit certification as proof.
The City reserves the right to disqualify bidders if the required technical ability and experience
for the Contractor's Representative is not established.
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.
Revised 6/15/17 Contract No. 5503-17 Page 99 of 143
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.
7-8 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, sprinkling with water, or by 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.
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.
Revised 6/15/17 Contract No. 5503-17 Page 100 of 143
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.
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
Revised 6/15/17 Contract No. 5503-17 Page 101 of 143
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.
A Tier 2 Storm Water Pollution Prevention Plan (SWPPP) is provided to the Contractor, in
Appendix “A”, for use in preparing the Project SWPPP for approval by the City. The Contractor
shall be responsible for the preparation and implementation of the SWPPP and coordination
with the City and the Regional Water Quality Control Board. Refer to Section 300-12.
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 City. Water shall be treated prior to
disposal if so specified in the Special Provisions or required by any 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
5. any other information required by the jurisdictional agency.
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.
Revised 6/15/17 Contract No. 5503-17 Page 102 of 143
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.
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, 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 including the pedestrian trail 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”.
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 copy of each “potential problem area” photograph (4-inch by 6-inch colored
photos).
c. Written summary of “potential problem areas” and the Contractor’s recommendations
to address these problem areas.
Revised 6/15/17 Contract No. 5503-17 Page 103 of 143
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 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.
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:
Revised 6/15/17 Contract No. 5503-17 Page 104 of 143
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
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.
Revised 6/15/17 Contract No. 5503-17 Page 105 of 143
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. 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
Revised 6/15/17 Contract No. 5503-17 Page 106 of 143
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
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 or Structural Engineer registered in the state of California and regularly engaged
in the design of excavation support systems. 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.
Revised 6/15/17 Contract No. 5503-17 Page 107 of 143
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 not be used.
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.
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-
Revised 6/15/17 Contract No. 5503-17 Page 108 of 143
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.
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:
Revised 6/15/17 Contract No. 5503-17 Page 109 of 143
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.
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).
Revised 6/15/17 Contract No. 5503-17 Page 110 of 143
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.
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
Revised 6/15/17 Contract No. 5503-17 Page 111 of 143
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.”
Revised 6/15/17 Contract No. 5503-17 Page 112 of 143
SECTION 8 – FACILITIES FOR AGENCY PERSONNEL
8-1 GENERAL. Field Facilities for Agency personnel are not required.
Revised 6/15/17 Contract No. 5503-17 Page 113 of 143
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
Revised 6/15/17 Contract No. 5503-17 Page 114 of 143
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
Revised 6/15/17 Contract No. 5503-17 Page 115 of 143
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 pay estimate, 5 percent will be deducted and retained by the Agency, and
the remainder less the amount of all previous payments will be paid. After 50 percent of the
Work has been completed and if progress on the Work is satisfactory, the deduction to be made
from remaining progress estimates and from the final estimate may be limited to $500 or 10
percent of the first half of total Contract amount, whichever is greater.
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.
Revised 6/15/17 Contract No. 5503-17 Page 116 of 143
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, and supplies 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, surveying and
staking, preconstruction surveys, 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; posting OSHA requirements and
Revised 6/15/17 Contract No. 5503-17 Page 117 of 143
establishing safety programs, demobilization and any other work or services not included in any
other bid item. This work also includes the cost 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.
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 thirty percent (30%) 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 twenty percent (20%) 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 unless otherwise noted on the Plans or specified in the
Specifications. If damaged during the work, Contractor is responsible to repair or replace any
utilities, improvements, landscaping, irrigation systems, and vegetation at his expense.
Mobilization
The contract price paid for this bid item shall constitute payment for all mobilization work in
accordance with Section 9-3.4 of these General Conditions.
A field office or field laboratory or bathhouse facilities will not be required.
Temporary Pedestrian Traffic Control
The contract price paid for this bid item shall constitute full compensation to furnish all labor,
materials, equipment and incidentals to comply with the requirements for advance notification of
public trail users and posting signage in accordance with Section 302-15.
Preconstruction Survey
The contract price for work under this item shall include, but not be limited to, furnishing all
labor, material, tools and equipment, and performing all work required for preconstruction video
and photographs of the Work site and all other work necessary to complete this item of work as
described in Section 7-9.1.
Storm Water Pollution Control (SWPPP)
The contract price paid for this bid item shall constitute full compensation for furnishing all labor,
materials, tools, equipment and incidentals for preparing, amending and implementing the
SWPPP in accordance with Section 7-8.6 and 300-12.
Vegetation Trimming and Site Access Preparation
The contract price paid for this bid item shall constitute full compensation for furnishing all labor,
materials, tools, equipment and incidentals to trim vegetation in designated access paths to the
Revised 6/15/17 Contract No. 5503-17 Page 118 of 143
stump (but not removal of the stump), place plywood, and install temporary construction fencing
along both sides of access paths in environmentally sensitive areas. All Work shall be
conducted in accordance with the Mitigation Monitoring and Reporting Program (Appendix B).
Modify Fencing and Install Gate
The contract price paid for this bid item shall constitute full compensation for furnishing all labor,
materials, tools, equipment and incidentals to modify the existing chain-link fence and install
access gates at each location shown on the Plans and in accordance with NCTD standards and
Section 206-6 of the Greenbook. This item shall include fence post foundation excavation, off-
site disposal of excavated material, fence fabric, gates, posts, bracing posts, latching
mechanisms, and hardware.
Remove and Dispose of Concrete Pad
The contract price paid for this bid item shall constitute full compensation for furnishing all labor,
materials, tools, equipment and incidentals to demolish the existing concrete pads around each
manhole and off-site disposal of all debris.
Manhole Rehabilitation
The contract price paid for this bid item shall constitute full compensation to furnish all labor,
materials, tools and equipment to rehabilitate existing manholes per City of Carlsbad Standard
Drawing No. S-1A as modified on the plans and in accordance with the Contract Documents.
This bid item shall include, but is not limited to, submittal of thickness design calculations;
inspection; cleaning and surface preparation; removal of existing PVC liners; manhole base and
channel rehabilitation; replacement of risers; replacement of manhole frames and covers;
application of geopolymer lining system; and all incidental work or services.
Construct Concrete Pad
The contract price paid for this bid item shall constitute full compensation to furnish all labor,
materials and equipment to construct reinforced concrete pads around each manhole in
accordance with the Contract Documents. The price paid shall include, but not be limited to
subgrade preparation, formwork, steel reinforcement, concrete, curing and all incidental work or
services.
Site Restoration
The contract price paid for this bid item shall constitute full compensation to furnish all labor,
materials and equipment to restore areas cleared of vegetation for construction access.
Temporary construction access paths in vegetated areas shall be restored in accordance with
the Mitigation Monitoring and Reporting Program (Appendix B).
Revised 6/15/17 Contract No. 5503-17 Page 119 of 143
SUPPLEMENTAL PROVISIONS
TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION
PART 2, CONSTRUCTION MATERIALS
SECTION 200 - ROCK MATERIALS
200-2 UNTREATED BASE MATERIALS.
200-2.2 Crushed Aggregate Base.
200-2.2.1 General.
Add the following:
1. Samples for testing shall represent every 500 cubic yards or one day's production,
whichever is less. If the results of the aggregate grading tests do not meet the grading
requirements in Table 200-2.2.2 but meet the Quality Requirements specified in Table
200-2.2.3, placement of the aggregate base may be continued for the remainder of that
day. However, another day's Work may not be started until test results indicate that the
next material to be used in the Work will comply with the specified gradation and quality
requirements.
2. If the results of both the aggregate grading and Sand Equivalent tests do not meet the
requirements of Section 200-2.2, the aggregate base which is represented by these
tests shall be removed. However, if requested by the Contractor, and approved at the
sole discretion of the Engineer, the aggregate base may remain in place and the
Contractor shall pay to the Agency $50 per cubic yard for such aggregate base left in
place. The Agency may deduct this amount from any moneys due, or that may be come
due, to the Contractor under the Contract.
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
TABLE 201-1.1.2(A) Modify as follows:
TABLE 201-1.1.2(A) (3)
PORTLAND CEMENT CONCRETE
Type of Construction Concrete Maximum
Class Slump Inches
All Concrete Used Within the Right-of-Way 560-C-3250 (1) (2)
Trench Backfill Slurry 190-E-400 8”
Street Light Foundations and Survey Monuments 560-C-3250 4”
Traffic Signal Foundations 590-C-3750 4”
Concreted-Rock Erosion Protection 520-C-2500P
310-C-17
per Table 300-11.3.1
Revised 6/15/17 Contract No. 5503-17 Page 120 of 143
(1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per
Table 201-1.1.2(A) SSPWC.
(2) As per Table 201-1.1.2(A) SSPWC.
(3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as
changed are not affected by this table.
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.
Revised 6/15/17 Contract No. 5503-17 Page 121 of 143
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
203-5 SLURRY SEAL.
203-5.1. General
Add the following:
When slurry seal is specified or indicated on the plans without further qualification, the
Contractor shall supply Type 2 quick set emulsion (Type II-CQS-1h-EAS) with 2.5% latex
added.
203-6 ASPHALT CONCRETE.
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 for a surface course 2 inches in
depth and B-PG64-10 for all base courses. Asphalt concrete shall be class D2-PG70-10 for
dikes and class E-PG70-10 ditches.
203-6.4.4 Composition and Grading.
Add the following:
Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after
completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt
concrete or by direct central plant inspection that confirms the production of a particular mix
design and verifies using samples of aggregate taken before the addition of asphalt and mineral
filler (Bin). All samples shall be taken in accordance with Calif. Test 125.
When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size
samples shall be taken to ensure representative and adequate quantity of material for:
1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and
Calif. Test 202.
2. Stability using:
Revised 6/15/17 Contract No. 5503-17 Page 122 of 143
a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three
individual Values
and/or
b. Marshall Stability1 in accordance with the Asphalt Institute's MS-2 fabricated and
tested for traffic volume and shall be the average of three specimens.
1Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are
greater than +/-5.
When using core sample analysis, the samples must be properly prepared to safeguard against
influx of outside contaminates and so that the cut surfaces do not influence the test results.
The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares,
overside drains and aprons at the ends of drainage structures shall be increased one percent by
mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete
placed on the traveled way.
Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix
design when the asphalt content is within +/- .40 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.
SECTION 213 - ENGINEERING GEOSYNTHETICS
213-5 GEOTEXTILES AND GEOGRIDS.
Add the following section:
213-5.1 General. Geotextile types shall be used for the applications listed in Table 213-5.1.
Table 213-5.1
GEOTEXTILE APPLICATIONS
Application of Geotextile Type Designation
Separation of Soil and Street Structural Section 90WS
Separation of Soil and Subsurface Aggregate Drain 180N
Reinforcement of Street Structural Section 200WS
Remediation and Separation of Soil 270WS
Reinforcement of Soil 270WS
Drainage at the Interface of Soil Structures N/A
Drainage at the Interface of Soil and Structures N/A
Rock Slope Protection Fabric for Rock Sizes Below 225 kg (¼ Ton) 180N
Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (¼ Ton) 250N
Plant Protection Covering 90N
Erosion Control Fence with 14 AWG - 150 mm x 150 mm (6”x6”) Wire and 3 m
(10’) Post Spacing
90WS
Erosion Control Fence with 1.8 m (6’) Post Spacing and No Wire Fencing 200WS
Revised 6/15/17 Contract No. 5503-17 Page 123 of 143
Add the following section:
213-5.2 Erosion Control Specialties. Storm water erosion control plans shall be prepared,
implemented, and maintained by individuals with the respective qualifications and certification
as specified in the City of Carlsbad Engineering Standards Volume 4.
Add the following section:
213-5.3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type,
filled with no less than 23kg (50lbs) of 19 mm (3/4“) crushed rock and securely tied closed.
Plastic bags are not acceptable.
SECTION 214 TRAFFIC STRIPING, CURB AND PAVEMENT
MARKINGS, AND PAVEMENT MARKERS
214-4 PAINT FOR STRIPING AND MARKINGS
214-4.1 General: Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines,
channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne
conforming to Caltrans Specification No. PTWB-01. Paint for pavement legends, pavement
symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd
thermoplastic conforming to Caltrans Specification No. 8010-19A. Glass beads shall be applied
to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall
conform to the requirements of Caltrans Specification No. 8010-004 (Type II). Caltrans
Specifications for water borne paint, thermoplastic material and glass beads may be obtained
from the Caltrans Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819,
telephone number (916) 227-7000.
214-6 PAVEMENT MARKERS
Add the following section:
214-6.4.3.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown
on the plans and required in the specifications shall be one of the types shown in Table 214-
6.4.3.1, or equal thereto.
TABLE 214-6.4.3.1
TEMPORARY REFLECTIVE PAVEMENT MARKERS
Type Manufacturer of Distributor
TOM- Temporary Overlay
Markers
Davidson Traffic Control Products, 3110 70th Avenue East,
Tacoma, WA 98424,
(877) 335-4638
Add the following section:
214-6.4.3.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface-
mounted type and shall be furnished, placed, and maintained at the locations shown on the
plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have
affixed white reflective sheeting as specified in the special provisions. The reflective sheeting
shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under
illumination of legal high beam headlights, by persons with vision of or corrected to 20/20.
Reflective channelizer shall be one of the types shown in Table 214-6.4.3.2, or equal thereto.
Revised 6/15/17 Contract No. 5503-17 Page 124 of 143
TABLE 214-6.4.3.2
REFLECTIVE CHANNELIZER
Type Manufacturer of Distributor
Safe-Hit SH336SMA Safe-Hit, A Division of Energy Absorption Systems, Inc.
35 East Wacker Drive, Suite 1100
Chicago, IL 60602
(800) 537-8958
Carsonite "Super Duck"
SDR3036
Carsonite Composites, LLC
605 Bob Gifford Boulevard
Early Branch, SC 29916
(800) 648-7916
Repo "The Replaceable Post" Western Highway Products
10680 Fern Avenue
Stanton, CA 90680
(800) 854-3360
The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with
the provisions of Section 2-5.3.3 “Submittals”. Said certificate shall certify that the permanent
reflective channelizers comply with the plans and specifications and conform to the prequalified
design and material requirements approved by the engineer and were manufactured in
accordance with the approved quality control program.
Revised 6/15/17 Contract No. 5503-17 Page 125 of 143
SUPPLEMENTAL PROVISIONS
TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION
PART 3, CONSTRUCTION METHODS
SECTION 300 – EARTHWORK
300-2 UNCLASSIFIED EXCAVATION.
300-2.5 Slopes.
Delete in its entirety and replace with the following:
Excavation slopes shall be finished in conformance with the lines and grades shown on the
Plans. All debris and loose material shall be removed. When completed, the average plane of
the slopes shall conform to the slopes indicated on the Plans and no point on the completed
slopes shall vary from the designated plane by more than 3 inches (76.2 mm) measured at right
angles to the slope. The top and toe of excavation slopes shall not vary by more than 0.2’ (61
mm) from the Plans. Where excavation is in rock, no point shall vary more than 2 feet (600 mm)
from the designated plane of the slope. In no case shall any portion of the slope encroach so as
to interfere with the planned use of the facility.
The tops of excavation slopes and the ends of excavations shall be rounded where shown on
the Plans, and these quantities will not be included in the quantities to be paid for as excavation.
This work will be considered as a part of finishing slopes and no additional compensation will be
allowed therefor.
300-4 UNCLASSIFIED FILL.
300-4.8 Slopes.
Delete in its entirety and replace with the following:
Slopes constructed of unclassified fill shall be finished in conformance with the lines and grades
shown on the Plans. Completed fill slopes shall conform with the tolerances in 300-2.5 unless
otherwise specified.
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
Revised 6/15/17 Contract No. 5503-17 Page 126 of 143
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;
and
5. Daily street sweeping
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
Revised 6/15/17 Contract No. 5503-17 Page 127 of 143
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.
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.
Revised 6/15/17 Contract No. 5503-17 Page 128 of 143
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 “A”.
Partial payment shall be based on the percentage of the total value of work completed.
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 “6 inches” to “12 inches”.
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.
Revised 6/15/17 Contract No. 5503-17 Page 129 of 143
SECTION 302 - ROADWAY SURFACING
302-5 ASPHALT CONCRETE PAVEMENT.
Add the following section:
302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and termini to all
structures and vertical joints in the cold-milled area which are transverse to through traffic with
temporary asphalt concrete pavement as specified in Section 306-13.1. Ramps shall be
constructed the same day as cold milling and removed the same day as permanent paving.
Ramp dimensions and compaction shall be as approved by the Engineer.
302-5.4 Tack Coat. Add the following: If the asphalt concrete pavement is being constructed
directly upon an existing hard-surfaced pavement, a tack coat of PG 64-10 paving asphalt at a
rate of 0.05 gallon per square yard or SS-1h emulsion at a rate between 0.05 and 0.10 gal/SY
shall be uniformly applied upon the existing pavement preceding the placement of the asphalt
concrete.
The contact surfaces of all cold pavement joints, curbs, gutters, manholes, and the like shall be
painted with PG 64-10 paving asphalt, or SS-1h emulsion, immediately before the adjoining
asphalt concrete is placed.
The Contractor shall place a tack coat between the successive interfaces of existing pavement
and new asphalt concrete.
302-5.5 Distribution and Spreading.
Add after the second sentence of sixth paragraph:
The Contractor shall provide the self-propelled spreading and finishing machine used to
construct the asphalt concrete surface course with an automatic screed control. The automatic
screed control shall be 5.5 m (18’) minimum length. The paving machine shall be operated by
an operator and two full-time screed men during all paving. The Contractor shall provide an on-
site backup paving during all paving operations. No conveyor belt systems will be allowed for
moving the AC. No AC windrows will be allowed. Only a surge volume/remix material transfer
vehicle (MTV) is allowed to receive the AC from the haul trucks and then place it in the self-
propelled spreading and finishing machine. If the Engineer determines the use of the MTV is not
practical for a portion of the project, the Engineer may waive its requirement for that portion.
302-5.6.1 General.
Add to the second paragraph, Part (2):
Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to
breakdown, unless otherwise directed by the Engineer.
Add after the last paragraph:
Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a
pneumatic-tired roller as described in this section.
302-5.9 Measurement and Payment. Replace the first sentence with the following: Payment
for pavement resurfacing shall be made at the unit bid price for the item requiring such work.
Revised 6/15/17 Contract No. 5503-17 Page 130 of 143
Add the following section:
302-15 PUBLIC CONVENIENCE AND TRAFFIC CONTROL.
The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor
shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be
obtained by calling the city’s contracted waste company. The Contractor shall accommodate
mail delivery to residences and businesses during the work.
At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to
all property addresses on which resurfacing shall occur. Obtaining the appropriate addresses
shall be the Contractor’s responsibility. A sample letter shall be provided by the city and the
Contractor shall use the city’s sample letter and modify it with the appropriate street names,
dates, times, and phone numbers specific to the work.
The limits and sequencing of the Contractor’s resurfacing operations shall impact no more than
900 lineal feet of street or curb-side parking for residents and business on any given day.
Seventy-two hours prior to the start of any construction in the public right-of-way that affects
vehicular traffic and/or parking or pedestrian routes, the Contract shall give written notification of
the impending disruption via door hangers. For a full street closure, all residences and/or
businesses on the affected street or alley shall be notified. For partial street closures, or curb,
sidewalk and driveway repairs, the residences and/or businesses directly affected by the work
shall be notified.
The Contractor shall deliver the advance notification door hanger which shall state the date and
time the work will begin and its anticipated duration. The notification shall list two telephone
numbers that may be called to obtain additional information. One number shall be the
Contractor’s permanent office or field office and the other number shall be a 24-hour number
answered by a representative of the Contractor who is knowledgeable about the project. At least
one of the phone numbers shall be in the 760 area code. An answering machine shall not be
connected to either number. The notification shall also give a brief description of the work and
simple instructions to the home or business owner on what they need to do to facilitate the
construction. The Contractor shall use the sample door hanger provided by the city and submit
door hangars to the Inspector for approval. Notices shall not be distributed until approved by the
Inspector.
The notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without
adhesives. It shall be a minimum size of 4 inches by 8-1/2 inches and shall be brightly colored
with contrasting printing. The material shall be equivalent in strength and durability to 65-lb card
stock. The printing on the notice shall be no smaller than 12-point. The door hanger shall list the
street name, date, time, phone numbers, and appropriate information specific to the work.
For temporary closure of pedestrian trails, the notification shall be posted at each entrance to
the public trail providing access to the Work at least 72 hours in advance of the Work being
performed. If the work is delayed or rescheduled, the signs shall be removed and re-posted 72
hours in advance of the rescheduled work. The notification shall remain posted for the duration
of the Work.
The preparation, materials, printing and distribution of the notifications shall be included in the
contract price for the Work requiring such notifications and no separate or additional payment
shall be made.
Revised 6/15/17 Contract No. 5503-17 Page 131 of 143
SECTION 303 CONCRETE AND MASONRY CONSTRUCTION.
303-1 CONCRETE STRUCTURES.
303-1.2 Subgrade for Concrete Structures.
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.
Revised 6/15/17 Contract No. 5503-17 Page 132 of 143
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)
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 in a
single day.
Revised 6/15/17 Contract No. 5503-17 Page 133 of 143
306-12 BACKFILL.
306-12.1 General.
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.
SECTION 314 – TRAFFIC STRIPING, CURB AND PAVEMENT
MARKINGS, AND PAVEMENT MARKERS
314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS.
314-4.3.1 General.
Add the following:
The Contractor shall furnish all equipment, materials, labor, and supervision necessary for
painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other
designated markings in accordance with the Striping Plans, or for approved temporary traffic
control essential for safe control of traffic through and around the construction site. The
Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that
may confuse the public. When temporary detour striping or markings are no longer required,
they shall be removed prior to painting the new traffic stripes or markings.
Revised 6/15/17 Contract No. 5503-17 Page 134 of 143
314-4.3.4.1 General.
Add the following:
The Contractor shall provide a wet grinding machine with sufficient capacity to completely
remove all existing or temporary traffic striping or markings that conflict with the striping plan, or
are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced
by grinding the existing or temporary traffic striping or markings on pavement shall not exceed
variations from a uniform plane more than 3 mm (1/8”) in 3 m (10’) when measured parallel to the
centerline of the street or more than 6 mm (1/4”) in 3 m (10’) when measured perpendicular to
the centerline of the street. The use of any equipment that leaves ridges, indentations or other
objectionable marks in the pavement shall be discontinued, and equipment capable of providing
acceptable surface shall be furnished by the Contractor. This equipment shall meet all
requirements of the air pollution control district having jurisdiction.
Add the following section:
314-4.3.5.1 Preparation of Existing Surfaces. The Contractor shall remove all existing
markings and striping, either permanent or temporary, which are to be abandoned, obliterated
or that conflict with the plans by wet grinding methods. Removal of striping by high velocity
water jet may be permitted when there is neither potential of the water and detritus from the high
velocity water jetting to damage vehicles or private property nor to flow from the street into any
storm drain or water course and when approved by the Engineer. The Contractor shall vacuum
all water and detritus resulting from high velocity water jet striping removal from the pavement
immediately after the water jetting and shall not allow such materials to flow in the gutter, enter
the storm drain system or to leave the pavement surface. Surface variation limitations for high
velocity water jet striping removal shall be the same as for grinding. The Contractor shall not
use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior
approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any
other masking method other than a minimum 30 mm (0.10’) thick asphalt concrete overlay is not
permitted.
Add the following section:
314-4.3.5.2 Layout, Alignment, and Spotting. The Contractor shall establish the necessary
control points for all required pavement striping and markings by surveying methods. No layout
of traffic striping shall be performed by the Contractor before establishment of the necessary
control points. The Contractor shall establish all traffic striping between these points by string
line or other method to provide striping that will vary less than 80 mm per 100 m (1/2 inch in 50
feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating
more than 80 mm per 100 mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the
markings. The Contractor shall lay out (cat track) immediately behind installation of surface
course asphalt and as the work progresses.
Add the following section:
314-4.3.5.3 Application of Paint. The Contractor shall apply the first coat of paint immediately
upon approval of striping layout by the Engineer and within the same working day of pavement
resurfacing. After fourteen (14) calendar days, a second coat of paint shall be applied to all final,
approved striping. The Contractor shall paint the ends of each median nose yellow. If required
by the approved traffic control plans, the Contractor shall apply temporary traffic stripes in one
coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are
clearly visible both day and night.
Revised 6/15/17 Contract No. 5503-17 Page 135 of 143
314-4.3.6 Payment.
Delete this section and replace with the following:
The contract lump sum price shall include full compensation for furnishing all labor, materials,
tools, equipment, and incidentals, and for the installation of two coats of paint, pavement
markers, thermoplastic legends and symbols, inlet stenciling, signing, the plan, and contract
documents. Reapplication of temporary stripes and markings shall be repainted at the
Contractor's expense, and no additional compensation will be allowed therefor.
314-4.4.1 General.
Add the following:
Thermoplastic legends, symbols and striping shall be installed 14 calendar days after asphalt
paving.
314-5 PAVEMENT MARKERS.
314-5.4 Placement.
Add the following:
Temporary pavement markers shall be installed on the asphalt concrete pavement immediately
after placement of the asphalt concrete pavement course on which the pavement markers are to
be placed. All temporary markers shall be removed and replaced with permanent pavement
markers fourteen (14) calendar days after paving.
Add the following section:
314-5.4.1 Reflective Channelizer Placement and Removal. The Contractor shall place and
remove reflective channelizers the same as for pavement marker placement and removal. The
Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true
arc on curved alignment to the same tolerances of position as for application of paint in Section
310-5. The Contractor shall perform all layout work necessary to place the channelizers to the
proper alignment. If the channelizers are displaced or fail to remain in an upright position, from
any cause, the channelizers shall immediately be replaced or restored to their original location,
by the Contractor. When reflective channelizers are removed the pavement surface shall be
restored to the same color and surface finish as the adjacent pavement.
Revised 6/15/17 Contract No. 5503-17 Page 136 of 143
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 unless a
separate bid item for Replace Survey Monument is listed in the bid schedule.
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, ramp and curb and 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.
Revised 6/15/17 Contract No. 5503-17 Page 137 of 143
SECTION 402 – UTILITIES
Delete this section in its entirety.
Revised 6/15/17 Contract No. 5503-17 Page 138 of 143
SUPPLEMENTAL PROVISIONS
TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION
PART 6 TEMPORARY TRAFFIC CONTROL
SECTION 601 – TEMPORARY TRAFFIC CONTROL FOR
CONSTRUCTION AND MAINTENANCE WORK ZONES
601-1 GENERAL.
Add the following section:
601-1.2 Payment.
The Contract price paid for Temporary Traffic Control shall include full compensation for, but not
limited to, design, submittal and approval of the temporary traffic control plan (TCP) and
furnishing all labor, materials, tools, equipment, and incidentals for storing, placing, maintaining,
moving to new locations, replacing and removing all traffic control zone devices including
flaggers, construction area signs and signage, channelizing devices including traffic barriers and
end treatments, traffic sign enhancement devices including portable changeable message signs
and flashing arrow signs, temporary traffic striping and pavement markings and as shown on the
Plans or approved TCP and in accordance with the Contract Documents.
Full compensation for removing and salvaging the traffic control equipment and materials that
are to be reused or reset in the Work shall be considered included in the Contract price paid for
Temporary Traffic Control and no additional compensation will be allowed therefor.
Progress payments for Temporary Traffic Control shall be based on the percentage of the total
value of work completed.
601-3 TEMPORARY TRAFFIC CONTROL (TTC) ZONE DEVICES.
601-3.1 General.
Add the following:
The Contractor shall furnish and install temporary traffic pavement markers, channelizers,
signage, railing (type K), barriers, crash cushions and end treatments for railings and barriers at
the locations shown on the Plans or the approved TCP and as required by the Contract
Documents.
Add the following section:
601-3.4.1 General.
Add the following:
If temporary traffic signs are displaced or overturned by any cause during the progress of the
Work, the Contractor shall immediately replace the signs in their approved locations. The
Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and
readable condition. The Contractor shall replace or restore graffiti marked temporary traffic
signs and posts used in the Work within 8 hours of such discovery.
Revised 6/15/17 Contract No. 5503-17 Page 139 of 143
In the event that the Contractor fails to install and/or maintain barricades or such other traffic
signs, markings, delineation or devices, the Engineer may, at his/her sole option, may correct
the deficiency and charge the Contractor fifty dollars ($50.00) per day per traffic sign or device,
or the actual cost of providing such traffic control facility, whichever is greater.
601-3.5 Signs and Signage.
601-3.5.1 General.
Delete in its entirety and replace with the following:
Unless otherwise specified, signs shall conform to the California MUTCD. Portable signs shall
consist of a base, standard or framework, and a sign panel and conform with applicable
provisions for portable signs in Caltrans Standard Specification 12-3.11. Sign units shall be
capable of being delivered to the Work site and placed into immediate operation. The Contractor
shall provide and install all temporary traffic control signs, markers, markings, and delineators at
locations shown on plans and specified herein.
Signage shall include all temporary signs required for the direction of traffic through or around
the Work site. Sign placement shall conform to the California MUTCD and the TCP.
Temporary “No Parking” and “No Stopping” signs shall be installed at least 24 hours before
enforcement. Public notification of temporary “No Parking” restriction shall be posted at least 72
hours before enforcement of the “No Parking” zone. The notification shall state the date and
time of parking restriction for a duration not to exceed the time necessary to complete the Work
at that location. Failure to meet the date so indicated will require re-posting the notification in
advance of the rescheduled Work.
601-3.5.2 Payment.
Modify this section as follows:
Payment for signs and signage shall be included in the contract price for Temporary Traffic
Control as specified in Section 601-2.2.
601-3.6 Channelizing Devices.
601-3.6.1 General.
Replace this section with the following:
Channelizers shall be new surface-mounted type and shall be furnished, placed, and
maintained at the locations shown on the plans. Channelizer posts shall be orange in color.
Channelizers shall have affixed white reflective sheeting as specified in the special provisions.
The reflective sheeting shall be 75 mm x 300 mm (3” x 12”) in size. The reflective sheeting shall
be visible at 300 m (1000’) at night under illumination of legal high beam headlights, by persons
with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement
in the same manner as provided for cementing pavement markers to pavement in Section 312-
1, “Placement.” Channelizers shall be applied only on a clean, dry surface. Channelizers shall
be placed on the alignment and location shown on the plans and as directed by the Engineer.
The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on
curved alignment. All layout work necessary to place the channelizers to the proper alignment
shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an
upright position, from any cause, the channelizers shall immediately be replaced or restored to
their original location, by the Contractor. The Contractor shall provide the Engineer with a
Certificate of Compliance in accordance with the provisions of Section 4-1.5, "Certification”. Said
certificate shall certify that the channelizers comply with the plans and specifications and
Revised 6/15/17 Contract No. 5503-17 Page 140 of 143
conform to the prequalified design and material requirements approved by the Engineer and
were manufactured in accordance with a quality control program approved by the Engineer.
Add the following subsection:
601-3.6.5.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist
of interconnected new or undamaged used precast concrete barrier units as shown on the
plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary
sand-filled crash cushions units as shown on the plans.
Add the following subsection:
601-3.6.5.2 Appearance. Exposed surfaces of new and used units of temporary railing (Type K)
shall be coated with a white color paint and be free of graffiti prior to use on the project. The
paint shall conform to the provisions in sections 210-1.5 “Paint Systems” and 310 “Painting”.
Contractor shall be responsible for the removal and cleanup or painting over any graffiti from the
K-Rails within 48 hours. The Contractor shall replace or repaint units of temporary railing (Type
K) or shall remove graffiti, tire or vehicle marks, dirt or other materials that mar the appearance
when ordered by the Engineer.
Add the following subsection:
601-3.6.5.3 Manufacture of Temporary Railing. In addition to the requirements herein, the
temporary railing (Type K) shall be manufactured per Caltrans Standard Drawing T3. Concrete
used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-
1, “Portland Cement Concrete” and 303-1 “Concrete Structures”. Load tickets and a Certificate
of Compliance will not be required. Reinforcing steel shall conform to Section 201-1, “Portland
Cement Concrete” and Section 303-1 “Concrete Structures”. Steel bars to receive bolts at ends
of concrete panels shall conform to ASTM A36/A36M. The bolts shall conform to ASTM A307. A
round bar of the same diameter may be substituted for the end-connecting bolt shown on the
plans. The bar shall conform to ASTM A36/A36M, shall have a minimum length of 660 mm and
shall have a 75 mm (3”) diameter by 9 mm (3/8”) thick plate welded on the upper end with a 5
mm (3/16”) fillet weld. The final surface finish of temporary railings (Type K) shall conform to the
provisions in Section 303-1.9.2 “Ordinary Surface Finish.” Exposed surfaces of concrete
elements shall be cured by the water method, the forms-in-place method, or the pigmented
curing compound method. The pigmented curing compound shall be type 2 curing compound.
Temporary railing (Type K) may have the Contractor’s name or logo on each panel. The name
or logo shall not be more than 100 mm in height and shall be located not more than 300 mm
above the bottom of the rail panel.
Add the following subsections:
601-3.6.5.4 Installation of Temporary Railing. In addition to the requirements herein, the
temporary railing (Type K) shall be installed per Caltrans Standard Drawing T3. Temporary
railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to
provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast
concrete units shall be placed and maintained in alignment without substantial offset to each
other. The precast concrete units shall be positioned straight on tangent alignment and on a true
arc on curved alignment. Each rail unit placed within 3 m (10’) of a traffic lane shall have a
reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be
furnished by the Contractor. A Type P marker panel conforming to the requirements of the
Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD)
2009 Edition as amended by the MUTCD 2009 California Supplement shall also be installed at
each end of railing installed adjacent to a two-lane, two-way highway and at the end facing
Revised 6/15/17 Contract No. 5503-17 Page 141 of 143
traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the
marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels
shall conform to the provisions of Section 206-7.2, “Temporary Traffic Signs”. Where shown on
the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When
temporary railings (Type K) are removed, any area where temporary excavation or embankment
was used to accommodate the temporary railing shall be restored to its previous condition or
constructed to its planned condition.
601-3.6.5.5 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion
units shall be selected from the latest Caltrans Authorized Material List for highway safety
features and shall meet NCHRP 350 standards. Other features will be suitability to application,
operational characteristics, durability and other such characteristics that the Engineer shall
determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array
configurations shown on plans, and installed at every end of, or gap in, the temporary railing
(Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15’)
or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be
installed per Caltrans Standard Drawings T1 and T2 for approach speeds no less than the
posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is
the greater. The TSFCC array shall be appropriate to the application as shown on said standard
drawings. A Type J and/or P marker panel conforming to the requirements of the Federal
Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009
Edition as amended by the MUTCD 2009 California Supplement shall also be installed at each
TSFCC array as shown in Caltrans Standard Drawings T1 and T2. Particular care shall be taken
to assure that crash cushions are installed with the soil supporting them and the adjacent soil
leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the
crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle
diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to
the segment of the travel lane that it departed from.
601-3.7.5 Portable Changeable Message Signs (PCMS).
Add the following:
601-3.7.5.1 General. Each portable changeable message sign (PCMS) unit shall consist of a
controller unit, a power supply, and a structural support system all mounted on a trailer. The
PCMS unit shall be assembled to form a complete self-contained portable changeable message
sign, which can be delivered to the site of the work and placed in immediate operation. The
complete PCMS unit shall be capable of operating in an ambient air temperature range of -20ºC
(-4ºF) to +70ºC (158ºF) and shall not be affected by unauthorized mobile radio transmissions.
The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall
be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4
m (14.5') above the ground. After initial placement, PCMS shall be moved from location to
location as directed by the Engineer.
601-3.7.5.2 Message Board. The message displayed on the PCMS shall be visible from a
distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a
cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix
and shall display not less than 7 characters per line. Sign messages to be displayed shall be as
approved by the Engineer. The sign face shall be flat black and shall be protected from glare of
the sun by a method which does not interfere with the clarity of the sign message. The sign shall
Revised 6/15/17 Contract No. 5503-17 Page 142 of 143
be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be
capable of complete alphanumeric selection.
Lamp matrix type signs shall be equipped with an automatic dimming operational mode that
automatically compensates for the influence of a temporary light source or other abnormal
lighting conditions. The sign shall have manual dimming operation modes of 3 or more different
lamp intensities.
Matrix signs not utilizing lamps shall be either internally or externally illuminated at night.
The controller shall be an all solid-state unit containing all the necessary circuitry for the storage
of at least 5 pre-programmed messages. The controller shall be installed in a location allowing
the operator to perform all functions from one position. A keyboard entry system shall be
provided to allow an operator to generate an infinite number of additional messages over the
pre-programmed stored messages. The keyboard shall be equipped with a security lockout
feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile
memory to hold the keyboard created messages in memory during periods when the power is
not activated. The controller shall provide for a variable message display rate which allows the
operator to match the information display to the speed of the approaching traffic. The flashing
off time shall be operator adjustable within the control cabinet.
601-3.7.5.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and
maintained at locations shown on the plans, specified herein, or designated by the Engineer.
The PCMS will be diligently maintained and repaired by the Contractor throughout the project in
accordance with the manufacturer's recommendations. When ownership is transferred to the
City (at the end of the job), it must be demonstrated to be in good working condition, and meet
the provisions of these specifications, including current registration.
601-3.7.5.4 Measurement and Payment. Payment for all traffic signs, including Portable
Changeable Message Signs, are incidental to the bid item for Temporary Traffic Control and no
other compensation will be made therefor.
601-4 TEMPORARY TRAFFIC STRIPING AND PAVEMENT MARKINGS.
601-4.2.1 Application of Temporary Pavement Markers. Temporary reflective raised
pavement markers shall be placed in accordance with the manufacturer's instructions.
Temporary reflective raised pavement markers shall be cemented to the surfacing with the
adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place
temporary reflective raised pavement markers in areas where removal of the markers will be
required. Pavement striping, legends and markers which conflict with any traffic pattern shall be
removed by grinding as determined by the Engineer. The Contractor shall use temporary
reflective raised pavement markers for temporary pavement marking, except when the
temporary pavement markers are used to replace patterns of temporary traffic stripe that will be
in place for less than 30 days. Reflective pavement markers used in place of the removable-
type pavement markers shall conform to the Section 314-3 Removal of Pavement Markers and
Section 314-5 Pavement Markers, except the 14-day waiting period before placing the
pavement markers on new asphalt concrete surfacing as specified in Section 314-5.4
Placement, shall not apply; and epoxy adhesive shall not be used to place pavement markers in
areas where removal of the markers will be required.
Revised 6/15/17 Contract No. 5503-17 Page 143 of 143
TECHNICAL SPECIFICATIONS
DIVISION 2 – SITE WORK
02650 Manhole Rehabilitation
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-1
PART 1 GENERAL
1.01 SUMMARY
A. This specification covers work, materials and equipment required for manhole
rehabilitation using a geopolymer lining system specifically formulated for
structural rehabilitation and internal protection of existing sanitary sewer vertical
infrastructure including, but not limited to, manholes, wet wells, diversion
structures and other structures. The structural lining system is an approved
hand spray-applied or spin-cast, high-build system with enhanced corrosion and
abrasion protection that creates a new monolithic structure within existing
deteriorated structures. The Work shall include the following principal items of
work and incidental work or services to:
1. Thickness design of a structural lining system to restore the structural
integrity of the host vertical infrastructure and serve as a basis for the
Contractor’s bid proposal,
2. Pre-construction inspection and surface preparation of host infrastructure
prior to application of protective lining system,
3. Replacement of riser sections, cones, grade rings, frames and covers as
specified or shown,
4. Installation of approved lining system to the entire internal surface of the
host infrastructure, and
5. Post-construction inspection, repairs and testing.
1.02 REFERENCES
Unless revised herein, the Applicator shall follow the latest revision of the practices and
standards of the following American Society for Testing and Materials (ASTM) and
American Concrete Institute (ACI) Standards, which are made part of this specification:
A. American Society for Testing and Materials (ASTM):
ASTM C20 – Standard Test Methods for Apparent Porosity, Water Absorption,
Apparent Specific Gravity, and Bulk Density of Burned Refractory Brick and Shapes
by Boiling Water
ASTM C31 – Standard Practice for Making and Curing Concrete Test Specimens in
the Field
ASTM C39/C109 – Compressive Strength Hydraulic Cement Mortars
ASTM C78 – Flexural Strength of Concrete
ASTM C138/C642 – Standard Test Method for Density
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-2
ASTM C267 – Chemical Resistance of Mortars, Grouts, and Monolithic Surfacings
and Polymer Concretes
ASTM C469 – Static Modulus of Elasticity & Poisson’s Ratio of Concrete
Compression
ASTM C496 – Splitting Tensile Strength of Cylindrical Concrete Specimens
ASTM C666 – Freeze Thaw Durability
ASTM C807 – Set Time of Hydraulic Cement Mortar
ASTM C882 – Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant
Shear
ASTM C1090 – Shrinkage Test
ASTM C1138 – Standard Test Method for Abrasion Resistance of Concrete
(Underwater Method)
ASTM C1202 – Electrical Indication of Concrete’s Ability to Resist Chloride Ion
Penetration
ASTM F 2414 – Practice for Sealing Sewer Manhole Using Chemical Grouting
ASTM F 2551 – Practice for Installing a Protective Cementitious Liner System in
Sanitary Sewer Manholes
B. American Concrete Institute (ACI):
1. ACI Certified Concrete Field Testing Technician, Level 1
1.03 SUBMITTALS
Submittals shall be prepared and submitted in accordance with the General Conditions. The
Contractor shall submit the following prior to Work:
A. Applicator Qualifications
1. Manufacturer certification that the Applicator (as defined in this specification
section) has been trained and approved in the handling, mixing and
application of the products to be used. A fully trained field technician shall
apply the liner material.
2. Manufacturer Certification that the equipment to be used for applying the
products has been manufactured or approved by the Manufacturer and
Applicator personnel have been trained and certified for proper use of the
equipment by the Manufacturer.
3. Proof of any required permits or licenses necessary for the project.
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-3
4. Manufacturer-certified copies of all test reports on each product used,
including:
a. ASTM test results indicating the product conforms to and is suitable for its
intended use per these specifications. All testing and preparation of test
reports shall be performed at the Applicator’s expense and conducted by an
approved independent third-party testing laboratory or by a reputable
independent testing body. As a minimum, the test reports should include all
those listed in Table 2 of this Section.
b. XRF test results indicating the product conforms to the requirements as found
in Table 1 of this Section. Testing to be performed as detailed in Paragraph
1.08.
5. Minimum liner thickness calculations per Part 2 of this specification along
with a proposed plan for ensuring that the installed lining system meets the
minimum thickness requirements.
B. The Contractor shall submit the following after rehabilitation of the infrastructure:
1. Structure Inspection Form documenting at a minimum: host material,
structure dimensions (i.e., depth, diameter), gas readings, infiltration
observations, corrosion observations, surface preparations made, installed
liner material and thickness, date of installation, products used, and any
special conditions.
2. Color photos and/or video in digital format of the Applicator’s inspection
prior to surface preparation, post surface preparation/pre-lining, and
completed Work. Video shall be required for any infrastructure deeper than
25 vertical feet (VF) or larger than 8 feet in diameter.
3. Test results of field samples of lining system materials as specified in the
Contract Documents.
1.04 QUALITY ASSURANCE
A. Product Manufacturer: a company specializing in the manufacture of products
for the repair and structural rehabilitation of sewer and storm drain vertical
infrastructure.
B. Products shall have a proven record of use in the specific application pertaining
to the Work, sanitary sewer or storm infrastructure, of at least 15-years.
C. Applicator: a licensed contractor that is pre-approved and certified by the
Product Manufacturer to enforce quality control procedures consistent with
applicable ASTM and ACI standards and Manufacturer’s recommendations, and
meets the following requirements:
1. At least three (3) years of experience in the application of spray on lining
systems at least 10,000 VF in vertical infrastructure using cementitious or
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-4
geopolymer mortar lining products in service applications similar to those
being proposed for the Work, or
2. Provide on-site supplemental installation expertise by a product expert from
the Manufacturer and who meets the Manufacturer Certified Supervisor
requirements specified herein. Said Supervisor shall be present to observe
the post surface preparation condition, repair of deteriorated surfaces, and
during the initial three (3) days of lining system application.
D. Manufacturer Certified Supervisor: an individual specialized in the application of
spray on lining systems and meets the following minimum requirements:
1. Five (5) years of experience and actively involved in field services related to
the lining of pipes, manholes or other sanitary sewer and/or storm
infrastructure,
2. Supervisor is certified by the Product Manufacturer.
E. Single Source Responsibility: All products used with the lining system including,
but not limited to, infiltration control, invert repair and patching, void fill, soil
stabilization, manhole chimney treatment and manhole inserts shall be
approved by the Product Manufacturer and used in accordance with
recommended limits and/or procedures.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials in original containers with seals unbroken and labels intact and
free of moisture. Do not use materials that have been directly exposed to
moisture or if there is visible damage to the packaging.
B. All materials must be inspected by Applicator upon receipt and the Bill of Lading
reviewed to confirm it properly documents the amounts and types of materials
received, the date and time of delivery, and the shipping company delivering the
material. Completed/signed Bill of Lading and material batch numbers shall be
logged by the Applicator upon receipt of the materials and submitted to the
Engineer for reference.
C. Materials may be stored offsite prior to use in the Work. The Contractor shall
designate a space for staging and mixing materials to be approved by the
Engineer. All products shall be kept dry, protected from weather, and stored
under cover within the temperature ranges recommended by the Manufacturer.
Products are to be stored and handled according to their safety data sheets or
appropriate classification. Damaged or unsuitable products shall be promptly
removed from the job site and shall be replaced with suitable materials.
1.06 PROJECT CONDITIONS
A. Environmental Requirements: Applicator shall conform with all local, state and
federal regulations including those set forth by OSHA and the EPA and any
other applicable authorities. Confined space entry requirements shall be strictly
followed.
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-5
B. Monitor and maintain the surface and ambient temperature inside the host
structure prior to, during and immediately following installation. Maintain
ambient conditions at material storage and mixing locations. Provide
continuous ventilation and, if necessary, cooling and heating facilities to
maintain temperature conditions within the specified range and duration as
recommended by Manufacturer.
C. Provide shielding to fully protect adjacent finished work.
1.07 QUALITY CONTROL
A. Geopolymer
1. Material shall be confirmed as a Geopolymer as determined by XRF
testing. Testing shall be completed on the proposed Geopolymer Liner
material and results submitted at the following stages:
a. As a part of the Submittal documentation.
b. During application, XRF field sampling shall be carried out at random with
sample frequency as directed by Owner/Engineer, but not to be more
frequently than every 250,000 lbs | 113,000 kg or once per project.
B. Quality Control, Sampling and Testing
1. Surface pH Readings
a. Once the host is prepared and ready for lining, host surface shall be
tested for pH utilizing pH 0 to 13 paper test strips such as those available
from Hydrion with value(s) recorded in the Daily Log.
2. Thickness Readings
a. During application, Applicator shall regularly perform Geopolymer Liner
thickness readings with a method approved by Manufacturer.
3. Yield Density
a. It is recommended that product yield density be field confirmed following
ASTM C20 using samples prepared on the job to provide assurances that
the values used in the pipe material quantity estimates are observed in
the field.
4. Performance and Material Testing
a. Samples shall be prepared by the City’s independent third-party
laboratory. Label each sample with the date, location sample was taken,
project, and product bag/batch numbers.
b. Prepare samples to test strength as outlined below at intervals of the
lesser of each project or 42,000 lbs. | 19,000 kg of material. The samples
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-6
must be undisturbed and stored onsite for a period of at least 24 hours
before they can be transported.
(i) Make nine (9) test cylinders 3” x 6” | 75 x 150 mm or nine (9) cubes
2” x 2” x 2” | 50 x 50 x 50 mm. Material for samples may be obtained
from the mixer, material hopper or a section of the discharge
hose/pipe. The sample location should be identified in laboratory
reporting. Samples shall be transported to the independent third-
party lab to be cured/tested/analyzed per ASTM C31, assuming
chain of custody upon delivery at the lab or in the field.
(ii) Test the samples for strength at 7 days (3 cylinders or beams) and
28 days (3 cylinders or beams). Leave the remaining 3 cylinders or
beams to be tested/analyzed as ordered by Engineer.
(iii) Submit the following information to the Engineer: Product data,
including Manufacturer and brand name along with independent
third-party laboratory test results to verify 28-day compressive
strength in accordance with ASTM C39 or ASTM C109.
(iv) The material thickness may be determined by using depth gauges
during the spraying process. Permanent depth gauges may either
be attached to the host infrastructure prior to liner application or a
hand-held depth gauge may be used by the Applicator during
installation.
C. Application Logs
1. An Application Log will be filled out completely anytime a work crew is on
site and liner material is being applied. The log shall include the surface
preparations made, the repair materials used, and weather conditions
observed during application. Any special conditions are to be noted in the
Log.
2. Logs will be maintained onsite or electronically and will be made available
upon request by the Engineer.
1.08 WARRANTY
A. Manufacturer shall warrant all work against defects in materials and Applicator
shall warrant all work against defects in workmanship for a period of one (1)
year, unless otherwise noted, from the date of acceptance of the lining work.
Manufacturer / Applicator shall, within a reasonable time after receipt of written
notice thereof, repair defects in materials or workmanship, as applicable, which
may develop during the warranty period, at Applicator’s expense and without
cost to the Owner.
PART 2 PRODUCTS
2.01 GENERAL
A. When more than one product is used in composite with other(s), all materials
shall be supplied by the same Manufacturer.
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-7
B. Standard products of manufacturers other than those specified herein will be
accepted when proved equal in material properties and performance in the
service application. All geopolymer lining system materials not listed in this
specification and seeking pre-approved status shall submit all Manufacturer
provided pre-qualification information showing that all requirements of this
specification are met. Complete information shall be submitted in accordance
with the General Provisions.
C. If a product specified herein is no longer manufactured or does not meet current
regulations, the Contractor shall provide a substitute, currently manufactured
product of at least equal performance which meets applicable regulations,
subject to approval and at no additional cost.
2.02 GEOPOLYMER LINING SYSTEM MATERIALS
A. Geopolymer Liner – GeoKrete Geopolymer Lining System as provided by
Quadex, LLC, a Vortex Company of Houston, TX.
B. Infiltration Control (Mild to Moderate) – Quad-Plug or alternative as approved by
the geopolymer lining system Manufacturer.
C. Infiltration Control (Heavy), void fill and soil stabilization – I&I Guard family of
materials or alternative chemical grout as approved by the geopolymer lining
system Manufacturer.
D. Invert Repair and Patching (Fast Return to Service) – Hyperform or alternative
as approved by the geopolymer lining system Manufacturer.
E. Manhole Chimney Treatment – Chimney Guard, or alternative as approved by
the geopolymer lining system Manufacturer.
F. Manhole I&I Protection – Parson Environmental HDPE manhole insert, or
alternative as approved by the geopolymer lining system Manufacturer.
2.03 GEOPOLYMER CHARACTERIZATION
A. A process to rule out cementitious products and to quantitatively classify a
geopolymer shall include oxide composition using X-Ray Fluorescence (XRF).
Such tests are necessary to rule out products with a high calcium oxide (CaO)
content, the material in cementitious products most sensitive to chemical attack.
1. The tested material shall be provided out of the middle of the product
packaging in the field.
2. A Geopolymer precursor, must contain significant amounts of
reactive/amorphous SiO2 and Al2O3 in particular ratios as determined by
X-Ray Fluorescence (XRF). See: Table 1
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-8
Table 1 – Geopolymer Powder Oxide Content
Oxides
Acceptable
Value
(% wt)
Total SiO2 50 – 80 %
Total Al2O3 3.0 – 20 %
Total MgO 0.5 – 4.0 %
Total Fe2O3 1.5 – 4.0 %
Total CaO ≤25 %
Total Pozzolanic Material (SiO2, Al2O3, MgO, Fe2O3) ≥70
2.04 GEOPOLYMER PHYSICAL PROPERTIES
A. The geopolymer liner material may be manually sprayed, centrifugally cast or
hand troweled.
B. The geopolymer liner material shall be a factory blended, one-component (just
add water), micro-fiber reinforced ultra-dense geopolymer mortar synthesized
from reactive SiO2 and Al2O from industrial byproducts, enhanced with
monocrystalline quartz aggregate. This material shall be formulated to restore
structural integrity while eliminating the infiltration of groundwater, provide
enhanced corrosion resistance and shall be specifically formulated for ease of
mechanical pumping, spraying and spin casting.
C. The total water used in the mixing and pumping of a geopolymer shall not
exceed 12.5%. Applicator shall be trained to adjust as needed based upon field
performance of the product.
D. The geopolymer liner shall be formulated to produce a liner with improved
compressive and flexural strength, high adhesion to damp surfaces, lower
permeability and increased resistance to aggressive chemical attack as
compared to Portland Cement based systems.
E. The fiber reinforced formula shall be developed to improve chemical resistance,
improve hydraulic abrasion resistance, provide dimensional stability and protect
against penetration by substances such as fats, oils, grease, gases and chloride
ions as compared to Portland Cement based systems.
F. The finished infrastructure must be such that once the geopolymer liner sets,
the total liner thickness will be homogeneous and monolithic.
G. The geopolymer liner material shall conform to the minimum requirements as
presented in Table 2.
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-9
Table 2
Physical Properties ASTM Reference Requirements
Set Time ASTM C807 Min. Initial 60 mins
Max. Final 240 mins
Compressive Strength ASTM C39/C109 Min. 8,000 psi | 55.15 MPa
@ 28 days
Flexural Strength ASTM C78/C 293 Min. 800 psi | 5.51 MPa
@ 28 days
Density ASTM C138 (Dry)/
C20 (Wet)
Dry 90–115 lb/ft3 | 1,441–1,842 kg/m3
Wet 130–145 lb/ft3 | 2,082–2,323 kg/m3
Chemical Resistance,
Sulfuric Acid PH 1.0 ASTM C267 Max 1.0% mass loss
@ 12 weeks
Modulus of Elasticity ASTM C469 Min. 5x106 psi | 34.47 GPa @ 28 days
Split Tensile Strength ASTM C496 Min. 900 psi | 6.2 MPa @ 28 days
Freeze Thaw Durability ASTM C666 Max 0.1% Loss @ 300 cycles
Bond Strength to Concrete ASTM C882 Min. 3,000 psi | 20.68 MPa @ 28 days
Shrinkage Test ASTM C1090 Max 0.02% @ 28 days
Abrasion Resistance ASTM C1138 Max 1.5% Weight Loss @ 6 cycles on
28-day sample
Rapid Chloride Ion
Permeability ASTM C1202 Very Low @ 28 days
2.05 LINER THICKNESS DESIGN
A. General Liner Thickness Guidelines - The Qualified Engineer retained by the
Manufacturer shall consider the following in the thickness design of the
centrifugally cast, manually sprayed or hand troweled liner: condition of the
existing infrastructure, earth loading, traffic loading, hydraulic loading,
earthquake loading, ground conditions, variations in the groundwater through
seasons, variations in conditions in the longitudinal direction and other factors
relevant to the local site conditions.
B. Signed and sealed designs shall be prepared and submitted by a Qualified
Engineer, licensed in either the state of liner application or in the state in which
the headquarters of the liner Manufacturer is located, and the liner thickness
determined thereby shall be included in the Contractor’s bid. Calculations shall
also be prepared in the following conditions:
1. When the structure to be lined is not circular and/or exceeds 25 VF | 7.62 m
or greater in depth as measured from top of ground at the manhole rim to
invert or when diameter exceeds 8 FT | 2400mm. When the depth is less
than 25 VF | 7.62 m, and diameter is less than 8 FT | 2400mm, the
Manufacturer’s recommended minimum thickness of 1 inch | 25.4mm or
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-10
greater thickness as determined by the liner thickness calculations shall be
used.
C. Provide a stamped design thickness report prepared by a Qualified Engineer
experienced in liner design and showing the assumptions made, input data
used, design principles employed and the results of the calculations that would
meet the standard of care expected of professionals practicing in the same
region and time period.
D. The Applicator/Contractor shall submit Manufacturer’s minimum recommended
thicknesses based on liner thickness calculations to the Engineer for review.
Thickness calculations shall substantiate sufficient liner thickness to achieve a
50-year service life.
1. Regardless of design, a minimum installation thickness of 1.0-inch |
25.4mm shall be achieved.
2. For corrugated material, corrugations shall be filled with liner material or
alternative material approved by liner manufacturer prior to or as part of the
installation process and shall not be considered as part of the installation
thickness from the standpoint of achieving the 1.0-inch | 25.4mm minimum.
E. The Applicator/Contractor shall base their bid proposal upon the appropriate
depth, size, service life and host infrastructure parameters designated in the
Plans and Specifications and as presented in Table 3:
Table 3
Design Parameter Requirements
Shape / Size Circular / dimensions per plan
MH Material Concrete
Bury Depth Per plan
Level of Deterioration Fully deteriorated
Live Loading Conditions 4 psi rectangular surcharge (20” x 72”)
Soil Density/Modulus 130 pcf / 100 tsf
Groundwater Elevation 6 inches below rim elevation per plan
2.06 INFILTRATION CONTROL
A. Heavy infiltration means infiltration that meets the definition of a “runner” or
“gusher”, as defined by NASSCO’s Pipeline Assessment Certification Program:
1. Runner - water running into the sewer through a faulty joint or infrastructure
wall. A continuous flow will be visible.
2. Gusher - water entering the infrastructure "under pressure" through a defect
or faulty joint.
B. Injection grouting material shall be used to address heavy infiltration following
Manufacturer’s instructions. Apply injection grouting material as approved by
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-11
the geopolymer liner Manufacture. Injection grouting material shall be Quadex
I&I Guard – PRF as manufactured by Quadex or alternative approved
material(s).
C. Mild to Moderate Infiltration
1. All fast-setting materials furnished shall be formulated to be applied in dry
powder form, with no prior mixing of water, directly to active leaks under
hydrostatic pressure in pipes, manholes or related structures. Materials
shall consist of rapid setting cements, siliceous aggregates, and various
accelerating agents. Material shall not contain chlorides, gypsum, or
metallic particles. Approved infiltration control material shall be Quadex
Quad-Plug as manufactured by Quadex.
2.07 INVERT REPAIR AND PATCHING
A. All material furnished shall be formulated to fill large voids in manholes and
structure walls and to repair or reconstruct inverts where no hydrostatic
pressure exists.
B. For infrastructure which must be returned to service quickly, material shall
consist of rapid setting cements, monocrystalline quartz aggregates, and
various accelerating agents. Material shall not contain chlorides, gypsum, or
metallic particles. Approved invert repair and patching material shall be Quadex
Hyperform as manufactured by Quadex.
C. Physical Properties of approved quick-setting material shall exhibit the following
minimum physical properties:
1. Compressive Strength (ASTM C109): 1 day: >3,000 psi | 20.68 MPa
2.08 VOID FILL, SOIL STABILIZATION AND SINKHOLE REMEDIATION
A. All material furnished shall be two-component closed cell, hydro-intensive, high
density polyurethane system formulated for rapid expansion and curing.
System will be used to fill large voids outside the host structure and/or to
stabilize surrounding soils while mitigating inflow/infiltration and restoring
structural capacity. Materials shall be suitable for use in the presence of flowing
water in both their cured and uncured forms.
B. Approved void fill, soil stabilization and sinkhole remediation material shall be
Quadex I&I Guard – SSF or Quadex I&I Guard – MSF as manufactured by
Quadex.
C. Physical Properties of approved material shall exhibit the following minimum
physical properties:
1. Compressive Strength (ASTM D1621): Free 45 psi, Restrained 65 psi
2. Tensile Strength (ASTM D1623): Free 55 psi, Restrained 78 psi
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-12
3. Full Rise Time: 60 seconds
4. Full Strength: 15 minutes
D. Application equipment shall be mobile including, but not limited to, pumping unit
capable of injecting material to the locations and depths required with electric
generating capabilities necessary to support the injection operations. The
equipment must be capable of controlling the rate of flow of material to achieve
the desired results while minimizing blowback and blowouts. Use equipment
with a certified flow meter or volumetric measurement device having a visual
readout to measure the amount of material injected at each location. Use
equipment with pressure and temperature control devices capable of
maintaining proper temperature and proportionate mixing of the polyurethane
materials. Ensure the equipment properly mixes two component materials when
two component polyurethane materials are injected.
2.09 GEOPOLYMER LINER APPLICATION EQUIPMENT
A. Manufacturer approved equipment shall be used in the application of the
specified lining system. The following outlines the equipment that is to be used
for lining system application to Vertical Infrastructure.
1. Major equipment components consist of a generator, an air compressor, a
pressure washer, a mortar mixer, a material pump, a spray nozzle or
spinner head and material hose.
2. Application equipment shall include a vertical shaft, horizontal blade mixer
with at least a 45-gallon capacity and three stage progressive cavity
material pump.
3. Application equipment shall have a water metering system to monitor and
maintain the rate of water addition per Manufacturer’s recommendations.
4. Application equipment shall include a diesel engine/generator sufficiently
sized to operate all components on the trailer as needed for completion of
the lining.
5. Application equipment shall include sufficiently sized water transfer pump to
provide continuous delivery of water to all components. Similarly, an
adequately sized pressure washer for use in surface preparation and
equipment clean-up is required.
6. Application equipment shall include an air compressor and reservoir
providing compressed air for spray atomization.
7. Application equipment shall include either a manual spray nozzle, or a
spinner head. Spinner head shall be attached to an electric winch mounted
on a tripod allowing for control of vertical movement at a consistent rate.
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-13
PART 3 EXECUTION
3.01 GENERAL
A. To ensure safety, an employee not otherwise engaged in the mixing and
pumping of material shall be onsite and positioned outside the infrastructure to
be lined to watch over the manned entry. A minimum of three employees must
be on-site during preparation, mixing and pumping operations when an
employee is making manned entry.
B. Appropriate actions shall be taken to comply with regulatory and other
applicable agencies with regard to environment, health and safety.
3.02 EXAMINATION
A. Applicator shall verify that surfaces and substrate conditions are ready to
receive work. Generally, this can be described as a substrate that is free of dirt,
grease, oils and foreign materials as removed by 3,500 psi | 241 bar pressure
wash throughout which all active infiltration has been stopped or controlled so
as to allow for lining. For lining of new infrastructure 5,000 psi | 345 bar or
greater pressure wash will be required. In cases where Composite Design is
called for, a surface profile of ICRI CSP-5 shall be achieved.
B. Applicator shall examine surfaces scheduled to be lined prior to commencement
of work. Report to the Engineer any condition that may potentially affect proper
application.
C. Any active flows shall be dammed, plugged or bypassed as required to ensure
that the conveyed flow is maintained away from the surfaces to be lined. Flows
should be totally plugged and/or diverted when lining the invert and during
required dry/cure periods. All extraneous flows into the host infrastructure at or
above the area lined shall be plugged and/or diverted until the liner has cured
per Manufacturer recommendations.
D. Installation of liner shall not commence until the host infrastructure has been
properly cleaned and repaired in accordance with this Section and the Product
Manufacturer recommendations.
E. Prior to and during application, care should be taken to avoid exposure of direct
sunlight or other intense heat source to the infrastructure being lined unless
otherwise instructed by the material Manufacturer.
3.03 BYPASS PUMPING/DEWATERING/FLOW MANAGEMENT
A. Maintain sanitary sewer service during the installation process, as required for
acceptable completion of the work and/or to avoid damage due to sewer spills
or overflows.
B. Coordinate with the Engineer regarding potential upstream diversion strategies
which could potentially reduce influent flow from upstream system.
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-14
C. When specified on the plans, install and operate bypass
pumping/dewatering/flow management equipment to maintain sewage flow
around or through the host infrastructure being rehabilitated, and to prevent
backup or overflow in compliance with Owner’s requirements.
D. Install all bypass and isolation material and equipment to not affect flow in
upstream or downstream structures. The pump and bypass lines shall be of
adequate capacity and size to at minimum handle the anticipated daily peak
flow. Where required by the Engineer, the bypass may be sized to address
anticipated peak wet weather flows. Bypassing of sanitary sewer into the storm
system will not be permitted.
3.04 SURFACE PREPARATION
A. Excessive debris, sediment, root intrusion or other foreign materials which may
impact the effectiveness of the surface preparation process shall be removed
prior to the commencement thereof.
B. Offset structural components, lids, covers, frames, joints, etc. shall be reported
to the Owner/Engineer so that direction related to further possible action may be
discussed prior to the commencement of surface preparation.
C. Voids external to the host infrastructure shall be remediated and/or stabilized by
replacement or injection of stabilizing grout as determined appropriate by the
Owner/Engineer at the amounts identified in the project Bid documents.
D. Oils, grease, incompatible existing coatings, waxes, form release, curing
compounds, efflorescence, sealers, salts, or other contaminants which may
affect the performance and adhesion of the coating to the substrate shall be
addressed per Manufacturers’ recommendations.
E. Choice of surface preparation method(s) should be based upon the condition of
the structure and concrete or masonry surface, potential contaminants present,
access to perform work, and the required cleanliness and profile of the prepared
surface to receive the repair and/or lining product.
F. Surface preparation method, or combination of methods, that may be used
include high-pressure water cleaning (minimum 3,500 psi | 241 bar), water
jetting, abrasive blasting, grinding or scarifying. When grease or oil are present
within the host infrastructure, steam, heated water (up to 200°F | 93.3°C) or a
detergent approved by Owner/downstream treatment facility owner/operator
may be added to the water may be used integrally with the high-pressure water
cleaning and other methods as referenced in industry accepted standards such
as:
1. ASTM F2551 – Standard Practice for Installing a Protective Cementitious
Liner System in Sanitary Sewer Manholes.
G. Loose debris materials resulting from the cleaning of the structure shall be
removed prior to application of the Geopolymer Liner material.
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-15
H. Loose or defective brick, concrete, grout, ledges, and all steps shall be removed
to provide an even surface prior to application of Geopolymer Liner material.
I. Exposed rebar shall be pressure washed to remove any extraneous materials,
such as dirt, oil, grease, debris and loose rust scale. Geopolymer lining using
the selected application method can then begin, lining to the required
application thickness.
J. In cases where Composite Design is called for, a surface profile of ICRI CSP-5
shall be achieved.
3.05 PRE-CONSTRUCTION INSPECTIONS
A. Prior to sealing of active leaks, invert repair and patching and lining, the
Applicator’s experienced personnel competent in the inspection of manholes
and structures will clean the infrastructure to be rehabilitated and provide pre-
construction color photos or videos of the complete limits of the infrastructure to
be rehabilitated as well as the project site. The interior of the effected host
infrastructure shall be carefully inspected to determine the location of and
conditions which may prevent the proper installation of the liner, and these
conditions shall be addressed per the Manufacturer’s standards prior to
application of liner material. Documentation shall be submitted to the Engineer
immediately upon completion of inspection.
3.06 SEALING ACTIVE LEAKS
A. The work consists of hand applying a dry quick-setting cementitious mix or, for
heavy leaks, chemical grout formulated to instantly stop running water or
seepage in all types of concrete, metal and masonry manholes and structures.
The Applicator shall apply an approved quick-setting mortar or chemical grout in
accordance with Manufacturer’s recommendations and the following
requirements.
1. The area to be repaired must be clean and free of debris to the extent the
repair material will bond to the surface of the affected area.
2. For quick-setting mortar, with gloved hand, place a generous amount of the
dry quick-setting cementitious material to the active leak, with a smooth fast
motion, maintaining external pressure for 60 seconds, repeat until leak is
stopped. Alternatively, a wet mix can be used.
3. For chemical grout, drill ports at desired spacing throughout area of
concern, insert zerk fittings and begin to pump grout until desired back
pressure is achieved or grout observed at surrounding ports.
4. Proper application should not require any special mixing of product or
special curing requirements after application.
B. Materials, additives, mixture ratios, and procedures utilized for the grouting
process shall be in accordance with Manufacturer’s recommendations and shall
be appropriate for the application.
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-16
3.07 INVERT REPAIR AND PATCHING
A. Mix and apply flowable fill or a rapid setting, high early strength, non-shrink
patching material to fill all large voids and repair inverts prior to applying liner to
the infrastructure.
1. The area to be repaired must be capable of receiving the appropriate repair
material.
2. Mix water shall be clean potable water and require no additives or
admixtures for use with patching materials.
3. Flowable fill shall be mixed on-site or delivered to the site ready for use.
Patching material shall be mixed in a mortar tub, pail or mixer/hopper with
water added per the Manufacturer’s specifications. Material should be
mixed in appropriate quantities, to avoid setting prior to placement in voids
or inverts.
4. Once mixed to proper consistency, the materials shall be applied to the
invert or void areas by pump, hand or trowel. In invert applications, care
should be taken to not apply excessive material in the channel, which could
restrict flow. Once applied, materials should be smoothed either by hand or
trowel in order to facilitate flow.
5. Flows in inverts patched with rapid cure invert repair and patching material
can be reestablished within 30 minutes of material placement. Flows in
inverts patched with flowable fill material shall not be reestablished until at
least 12 hours have passed, unless otherwise approved by the
Manufacturer.
3.08 VOID FILL, SOIL STABILIZATION AND SINKHOLE REMEDIATION
A. Identify areas of weakness outside the subject infrastructure for injection ports
to introduce filling materials. Monitor the asset and surrounding utilities and
ground surface during and immediately following injection to ensure no adverse
effects.
B. The work may be completed prior to or following lining, dependent upon means
of execution, risk to asset and surrounding utilities and other factors. The order
of work proposed shall be approved by the Engineer.
3.09 PRE-LINING INSPECTIONS
A. Following the sealing of active leaks, invert repair and patching, and preparation
of the infrastructure to include placement of permanent depth gauges prior to
application of the liner material, the Applicator’s experienced personnel
competent in the inspection of manholes and structures will provide pre-lining
color photos or videos of the infrastructure to be rehabilitated. Application of
liner material shall not commence until that structure’s pre-lining condition has
been documented. The interior of the effected host infrastructure shall be
carefully inspected to provide confirmation that the conditions identified during
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-17
pre-construction inspection have been addressed per the Manufacturer’s
standards prior to application of liner material. Documentation shall be
submitted to the Engineer immediately after the pre-lining inspection.
3.10 MIXING OF THE LINER MATERIAL
A. Applicator shall add the liner material to the batch water following the
Manufacturer’’ water/material ratio. Precision metering of water in mixer is
required to maintain the strict water to material ratio. The ability to closely adjust
and monitor the addition of water using a water meter is required.
B. Mixing water temperatures must be determined before blending operations
begin. The mixing water temperature must be recorded in the Application Log at
multiple times throughout the day during the installation process. Water
temperatures should be maintained at all times to within the limits required by
the lining system Manufacturer. The ability to provide mixing water at a
consistent temperature is a critical aspect of the mixing and installation process.
C. The lining material shall be mixed in a high shear mixer, or similar, to ensure
thorough and uniform mix of water with the material prior to pumping.
3.11 APPLICATION OF LINER MATERIAL
A. The work consists of spray applying and/or centrifugally spin-casting the
specified liner material to the inside of an existing structure. The necessary
equipment and application methods to apply the liner materials shall be only as
provided by the material Manufacturer. Material shall be pumped through a
high-pressure material hose for delivery to the appropriate and / or selected
application device.
B. In brick, block, rock, concrete and corrugated metal manholes, wet wells and
structures with deteriorated surfaces, mortar material shall be applied to the
approved thickness. In corrugated infrastructure, the corrugations shall be
completely filled prior to application of the design thickness. Application on all
pre-cast/poured-in-place manholes shall occur after surface preparation.
Material shall be applied to the bench and invert area in such a manner as to
provide for proper drainage minimizing ponding and to compensate for
abrasion. Material must be applied only when surfaces are damp, saturated
surface-dry (SSD), but with no visible active infiltration.
C. Hand Troweled Application
1. In locations where equipment access is limited, or work scope is such that
mobilization of equipment is not justifiable, material may be hand troweled
into place.
2. Proper mixing should be achieved with a portable mixing unit of sufficient
strength to thoroughly mix product to the Manufacturer’s recommended
consistency.
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-18
3. Material shall be applied evenly and consistently throughout the entirety of
the structure.
4. Material shall be applied to a specified uniform minimum thickness no less
than 1-inch | 25.4mm or per the approved lining thickness calculations.
Should liner thickness design have been prepared by a Qualified Engineer,
the applied thickness shall meet or exceed the thickness determined by the
Qualified Engineer.
5. Material shall be applied to the bench/invert area to provide for proper
drainage without ponding and accounting for anticipated abrasion.
6. Troweling of materials shall begin immediately following the mixing of the
product. Initial troweling shall be in a motion, to compress the material into
any voids within the structure walls. Precautions should be taken not to
over trowel.
7. Once troweling has been completed, the applied liner should be brushed or
sponged to remove trowel marks and to break up the latent surface brought
about by troweling. Brushing/sponging should be in the horizontal plane. Do
not over work the lining material.
D. Hand Spray Application
1. Material hose shall be coupled to a spray application nozzle. Pumping of
the material shall commence and the mortar shall be atomized by the
introduction of air at the nozzle, creating a spray pattern for material
application.
2. Spray the material evenly and consistently throughout the entirety of the
structure.
3. Material shall be applied to a specified uniform minimum thickness no less
than 1-inch | 25.4mm or per the approved lining thickness calculations.
Should liner thickness design have been prepared by a Qualified Engineer,
the applied thickness shall meet or exceed the thickness determined by the
Qualified Engineer.
4. Material shall be applied to the bench/invert area to provide for proper
drainage minimizing ponding and accounting for anticipated abrasion.
5. Troweling of materials shall begin immediately following the spray
application. Initial troweling shall be in a motion, to compress the material
into any voids within the structure walls. Precautions should be taken not to
over trowel.
6. Once troweling has been completed, the applied liner should be brushed or
sponged to remove trowel marks and to break up the latent surface brought
about by troweling. Brushing/sponging should be in the horizontal plane. Do
not over work the lining material.
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-19
E. Centrifugal Application
1. Spin-cast unit shall be approved by the material Manufacturer. Mechanical
insertion/extraction equipment and retraction speeds shall be calibrated to
the structure diameter to ensure uniform application to the approved
thickness. Material hose shall be coupled to the spin-cast unit. The spin-
cast unit shall then be positioned within the center of the structure for
uniform application and coverage.
2. Initially locate the spinner at either the top of the manhole chimney or the
lowest point corresponding to the junction of the manhole bench and walls.
3. The spin-cast unit shall then be initialized and pumping of the material shall
commence.
4. As the mortar begins to be centrifugally cast evenly around the interior of
the structure, the rotating applicator head may be cycled up and down in
multiple passes. When installing in rough, non-uniform vertical structures, a
controlled retrieval speed shall be maintained to provide a uniform material
thickness on the structure walls.
3.12 CURING OF THE GEOPOLYMER LINER MATERIAL
A. The Manufacturer’s recommended cure schedule must be strictly adhered to at
all times.
3.13 REINSTATEMENT OF LATERALS AND CONNECTING PIPES
A. Using the records from the pre-construction inspections, the Applicator shall
ensure that all laterals and other connecting pipes are properly reinstated, and
service restored. Any excessive liner material at the connection shall be
removed.
B. The Applicator shall ensure that no infiltration is originating at the point of
connection. If it is, the Applicator shall seal the leak with approved products.
C. The laterals and pipe connections shall then be completed by hand, applying
the liner to the outer surface of the connection to the pipe and smoothly tapering
it into the lateral or connecting pipe. No rough edges or abrupt transitions that
could catch debris or hinder the flow shall remain.
3.14 TERMINATION AND SEALING AT MANHOLES, JUNCTIONS, BENDS, INLETS,
OUTLETS, SHAFTS AND OTHER STRUCTURES
A. Termination of the Geopolymer Liner at the end of a pipe or manhole shall be
completed by hand applying the liner to the outer surface of the pipe or into the
interior of the manhole.
B. Unless specifically directed otherwise in the project plans/specification, all
starter/intermediate/terminal manholes/junctions/bends/other structures which
are directly impacted by rehabilitation activities will also receive an application
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-20
of Geopolymer Liner. If no direction is provided, or should information conflict,
these manholes are to be lined with a minimum thickness of 1-inch | 25.4mm.
The junctions, bends, shafts, and other structures are to be lined with a
minimum thickness of 1-inch | 25.4mm. Refer to Paragraph 2.05/B/3, this
Section, for design requirements.
C. Unless specifically directed otherwise in the plans or specifications, all
manholes which have been lined with Geopolymer Liner material will receive an
application of Chimney Guard chimney treatment. Material is to be installed
from the bottom of the cover extending down the shaft a minimum of 12 inches |
300mm and maximum of 18 inches | 450mm as measured vertically into the
manhole shaft. The surface is to be prepared as follows:
1. Steel is to be prepared by grinding per SSPC-SP 11 followed by cleaning
per SSPC-SP 1 as a final preparation, resulting in a final minimum surface
profile of 1 mil.
2. Freshly installed mortars which have been brush finished are to be
prepared by pressure washing at 3,500 psi | 241 bar sufficiently to remove
loose dust and debris, following chimney treatment manufacture
instructions for durations between product installations.
3. If installing to a previously mortar lined manhole, prepare the surface by
5,000 psi | 345 bar pressure wash sufficient to both score the surface and
remove dust and debris.
4. If installing to a previously polymeric lined manhole, prepare surface by
abrading the material with 80-100 grit sandpaper followed by cleaning
meeting SSPC-SP 1 as a final preparation as necessary to achieve a
surface profile of 3 mils.
5. If installing to a new precast or cast-in-place manhole, abrasive blast or
7,000 psi | 483 bar pressure wash to a finish between ICRI-CSP 3 to ICRI-
CSP 5.
6. In cases where Composite Design is called for, a surface profile of ICRI
CSP-5 shall be achieved.
D. Where shown on the plans or specified, all manholes which have been lined
shall receive a manhole insert. For ordering, measurements will need to be
taken of the following:
1. Manhole cover internal diameter
2. Manhole cover internal thickness
3. Manhole frame ring bearing surface outer diameter
4. Manhole frame ring bearing surface internal diameter
SECTION 02650 – MANHOLE REHABILITATION
Manhole Rehabilitation
Contract No. 5503-17 Page 02650-21
3.15 END OF SHIFT EQUIPMENT CLEAN UP PROCEDURES
A. All equipment and materials used in the Work shall be properly cleaned,
covered and stored daily including hoses, fittings, pumps, mixers, spray head
equipment, and retraction equipment.
B. All materials not used in the application shall be captured and legally disposed
of.
3.16 FINAL INSPECTION
A. The Inspector and Applicator shall inspect the Work throughout the progression
of construction, prior to the completion of a lining stage. Any deficiencies in the
finished lining shall be marked and repaired by the Applicator according to the
procedures set forth herein.
1. Points of Infiltration – Generally considered as a Dripper, Runner or Gusher
as defined by NASSCO in the PACP manual. The area will be cleaned and
drilled, and chemical grout will be injected to permanently stop infiltration.
2. Surface Cracks – The area around the crack will be cleaned and the crack
opened using a small wire brush. The crack will then be rinsed and filled
with a Manufacturer approved product. The treated area will be blended to
match the surrounding surface.
B. At the completion of lining and once all repairs have been made and accepted,
the condition of the structure shall be documented on a Project Completion
Form. The Applicator shall provide final inspection color photos or video of the
completed Work per Part 1 of this specification. The finished liner shall be
continuous over the entirety of the structure and free of infiltration. All service
entrances shall be accounted for and shall be unobstructed. All records shall be
submitted to the Engineer.
END OF SECTION
Appendix A
Stormwater Pollution Prevention Plan
Template
VALLEY STREETSEESHEET3FORDETAILSPLANTBUILDING3000CHILLER
STORM WATER POLLUTION PREVENTION NOTES
APN :
TIER 2 CITY STORM WATER POLLUTION PREVENTION PLAN (TIER 2 SWPPP)
AREA OF DISTURBANCE
CONSTRUCTION THREAT:
OWNER/APPLICANT:
SITE ADDRESS:
EMERGENCY CONTACT :
21
PROJECT NAME:
SHEET INDEX:
TIER 2
OWNER'S CERTIFICATION:
STAMPIF
APPLICABLE
WEATHER TRIGGERED ACTION PLAN
VICINITY MAP
LEGEND
CASQA Designation
Construction Activity
(BMP) Description
Best Management Practice*
Erosion Control Sediment Control BMPsBMPs
Tracking
Control BMPs Non-Storm WaterManagement BMPs
Waste Management and Materials
Pollution Control BMPs
BEST MANAGEMENT PRACTICES (BMP) SELECTION TABLE
PI
O
P
I
C
O
D
R
I
V
E
(
P
U
B
L
I
C
)
22
PROJECT NAME:
TIER 2
TIER 2 STORM WATER POLLUTION PREVENTION PLAN (SWPPP)
SAM
P
L
E
EROSION CONTROL PLAN
Appendix B
Mitigation Monitoring and Reporting
Program
PO
N
T
O
S
E
W
E
R
M
A
N
H
O
L
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
P
R
O
J
E
C
T
FI
N
A
L
IN
I
T
I
A
L
S
T
U
D
Y
/
M
I
T
I
G
A
T
E
D
N
E
G
A
T
I
V
E
D
E
C
L
A
R
A
T
I
O
N
13
8
7
8
14
MA
R
C
H
2
0
2
5
Mi
t
i
g
a
t
i
o
n
M
o
n
i
t
o
r
i
n
g
a
n
d
R
e
p
o
r
t
i
n
g
P
r
o
g
r
a
m
Mi
t
i
g
a
t
i
o
n
M
e
a
s
u
r
e
Mi
t
i
g
a
t
i
o
n
M
o
n
i
t
o
r
i
n
g
Ti
m
i
n
g
o
f
Im
p
l
e
m
e
n
t
a
t
i
o
n
Re
s
p
o
n
s
i
b
l
e
P
a
r
t
y
Bi
o
l
o
g
i
c
a
l
R
e
s
o
u
r
c
e
s
BI
O
-1:
M
e
a
s
u
r
e
s
t
o
a
v
o
i
d
d
i
r
e
c
t
im
p
a
c
t
s
t
o
v
e
r
n
a
l
p
o
o
l
s
p
e
c
i
e
s
a
n
d
s
e
n
s
i
t
i
v
e
v
e
g
e
t
a
t
i
o
n
Th
e
f
o
l
l
o
w
i
n
g
m
i
t
i
g
a
t
i
o
n
m
e
a
s
u
r
e
s
w
i
l
l
b
e
i
m
p
l
e
m
e
n
t
e
d
t
o
a
v
o
i
d
i
m
p
a
c
t
s
t
o
v
e
r
n
a
l
p
o
o
l
s
p
e
c
i
e
s
(p
l
a
n
t
s
a
n
d
f
a
i
r
y
s
h
r
i
m
p
)
a
n
d
s
e
n
s
i
t
i
v
e
v
e
g
e
t
a
t
i
o
n
f
r
o
m
d
i
r
e
c
t
t
e
m
p
o
r
a
r
y
i
m
p
a
c
t
s
c
a
u
s
e
d
b
y
ve
g
e
t
a
t
i
o
n
r
e
m
o
v
a
l
,
t
r
a
m
p
l
i
n
g
,
e
t
c
.
No
w
o
r
k
s
h
a
l
l
b
e
c
o
n
d
u
c
t
e
d
d
u
r
i
n
g
t
h
e
r
a
i
n
y
s
e
a
s
o
n
,
w
h
e
n
s
o
i
l
s
a
r
e
w
e
t
,
o
r
p
o
n
d
i
n
g
i
s
pr
e
s
e
n
t
.
Th
e
u
s
e
o
f
h
e
a
v
y
m
a
c
h
i
n
e
r
y
f
o
r
t
h
i
s
P
r
o
j
e
c
t
i
s
p
r
o
h
i
b
i
t
e
d
.
H
e
a
v
y
m
a
c
h
i
n
e
r
y
c
o
u
l
d
d
a
m
a
g
e
ve
r
n
a
l
p
o
o
l
s
p
e
c
i
e
s
a
n
d
d
e
l
i
c
a
t
e
s
o
i
l
s
.
A
r
a
r
e
p
l
a
n
t
s
u
r
v
e
y
s
h
a
l
l
b
e
c
o
n
d
u
c
t
e
d
b
y
a
q
u
a
l
i
f
i
e
d
v
e
r
n
a
l
p
o
o
l
b
i
o
l
o
g
i
s
t
i
m
m
e
d
i
a
t
e
l
y
b
e
f
o
r
e
wo
r
k
a
r
e
a
s
a
r
e
e
s
t
a
b
l
i
s
h
e
d
a
n
d
i
m
p
a
c
t
s
t
o
a
n
y
s
p
e
c
i
e
s
o
b
s
e
r
v
e
d
s
h
a
l
l
b
e
a
v
o
i
d
e
d
.
Th
e
v
e
r
n
a
l
p
o
o
l
b
i
o
l
o
g
i
s
t
s
h
a
l
l
b
e
o
n
s
i
t
e
d
u
r
i
n
g
v
e
g
e
t
a
t
i
o
n
t
r
i
m
m
i
n
g
,
e
s
t
a
b
l
i
s
h
m
e
n
t
o
f
t
h
e
pa
t
h
w
a
y
s
,
p
l
a
c
e
m
e
n
t
o
f
b
o
a
r
d
s
a
n
d
r
e
m
o
v
a
l
o
f
b
o
a
r
d
s
.
T
h
e
b
i
o
l
o
g
i
s
t
w
i
l
l
e
n
s
u
r
e
t
h
a
t
t
h
e
ac
c
e
s
s
p
a
t
h
w
a
y
s
a
r
e
n
o
w
i
d
e
r
t
h
a
n
e
i
g
h
t
f
e
e
t
,
a
n
d
w
i
l
l
a
s
s
i
s
t
w
i
t
h
s
l
i
g
h
t
m
o
d
i
f
i
c
a
t
i
o
n
s
o
f
pa
t
h
w
a
y
s
i
f
n
e
c
e
s
s
a
r
y
t
o
a
v
o
i
d
i
m
p
a
c
t
s
t
o
v
e
r
n
a
l
p
o
o
l
s
p
e
c
i
e
s
.
Th
e
b
i
o
l
o
g
i
s
t
w
i
l
l
b
e
p
r
e
s
e
n
t
t
o
e
n
s
u
r
e
t
h
a
t
,
p
r
i
o
r
t
o
p
l
a
c
e
m
e
n
t
,
a
l
l
b
o
a
r
d
s
u
s
e
d
o
n
s
i
t
e
a
l
o
n
g
th
e
p
a
t
h
w
a
y
s
a
n
d
w
o
r
k
a
r
e
a
s
a
r
e
c
l
e
a
n
o
f
a
l
l
d
e
b
r
i
s
,
p
l
a
n
t
m
a
t
e
r
i
a
l
(
s
e
e
d
s
,
l
e
a
v
e
s
,
e
t
c
.
)
,
p
e
s
t
s
or
o
t
h
e
r
c
o
n
t
a
m
i
n
a
n
t
s
t
h
a
t
c
o
u
l
d
n
e
g
a
t
i
v
e
l
y
a
f
f
e
c
t
t
h
e
v
e
r
n
a
l
p
o
ol
s
p
e
c
i
e
s
.
Wh
e
n
t
h
e
w
o
r
k
i
s
c
o
m
p
l
e
t
e
,
t
h
e
b
o
a
r
d
s
w
i
l
l
b
e
t
h
o
r
o
u
g
h
l
y
c
l
e
a
n
e
d
b
e
f
o
r
e
r
e
m
o
v
a
l
t
o
e
n
s
u
r
e
th
a
t
t
h
e
y
d
o
n
o
t
p
i
c
k
u
p
a
n
y
f
a
i
r
y
s
h
r
i
m
p
c
y
s
t
s
,
v
e
r
n
a
l
p
o
o
l
p
l
a
n
t
s
e
e
d
s
o
r
o
t
h
e
r
m
a
t
e
r
i
a
l
t
h
a
t
sh
o
u
l
d
s
t
a
y
o
n
s
i
t
e
.
To
a
v
o
i
d
a
n
y
o
t
h
e
r
i
n
a
d
v
e
r
t
e
n
t
i
m
p
a
c
t
s
t
o
t
h
e
s
e
n
s
i
t
i
v
e
s
p
e
c
i
e
s
,
h
a
b
i
t
a
t
s
o
r
P
r
e
s
e
r
v
e
a
r
e
a
,
t
h
e
bi
o
l
o
g
i
c
a
l
m
o
n
i
t
o
r
w
i
l
l
b
e
o
n
s
i
t
e
d
a
i
l
y
t
o
m
o
n
i
t
o
r
P
r
o
j
e
c
t
a
c
t
i
v
i
t
i
e
s
Pr
i
o
r
t
o
a
n
d
d
u
r
i
n
g
co
n
s
t
r
u
c
t
i
o
n
Ci
t
y
o
f
C
a
r
l
s
b
a
d
BI
O
-2:
M
e
a
s
u
r
e
s
t
o
a
v
o
i
d
i
n
d
i
r
e
c
t
i
m
p
a
c
t
s
t
o
v
e
r
n
a
l
p
o
o
l
s
a
n
d
s
e
n
s
i
t
i
v
e
ve
g
e
t
a
t
i
o
n
Th
e
f
o
l
l
o
w
i
n
g
m
i
t
i
g
a
t
i
o
n
m
e
a
s
u
r
e
s
w
i
l
l
b
e
i
m
p
l
e
m
e
n
t
e
d
t
o
a
v
o
i
d
i
m
p
a
c
t
s
t
o
v
e
r
n
a
l
p
o
o
l
p
l
a
n
t
s
a
n
d
se
n
s
i
t
i
v
e
v
e
g
e
t
a
t
i
o
n
f
r
o
m
i
n
d
i
r
e
c
t
t
e
m
p
o
r
a
r
y
i
m
p
a
c
t
s
c
a
u
s
e
d
b
y
d
u
m
p
i
n
g
c
u
t
v
e
g
e
t
a
t
i
o
n
o
n
s
i
t
e
,
un
a
u
t
h
o
r
i
z
e
d
a
c
c
e
s
s
a
n
d
p
o
t
e
n
t
i
a
l
c
o
n
t
a
m
i
n
a
t
i
o
n
f
r
o
m
P
r
o
j
e
c
t
-re
l
a
te
d
p
e
r
s
o
n
n
e
l
a
n
d
e
q
u
i
p
m
e
n
t
.
Al
l
P
r
o
j
e
c
t
s
t
a
g
i
n
g
a
n
d
e
q
u
i
p
m
e
n
t
s
t
o
r
a
g
e
s
h
a
l
l
o
c
c
u
r
o
u
t
s
i
d
e
o
f
t
h
e
P
r
e
s
e
r
v
e
o
n
d
e
v
e
l
o
p
e
d
o
r
un
v
e
g
e
t
a
t
e
d
a
r
e
a
s
.
Pr
i
o
r
t
o
a
n
d
d
u
r
i
n
g
co
n
s
t
r
u
c
t
i
o
n
Ci
t
y
o
f
C
a
r
l
s
b
a
d
PO
N
T
O
S
E
W
E
R
M
A
N
H
O
L
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
P
R
O
J
E
C
T
FI
N
A
L
IN
I
T
I
A
L
S
T
U
D
Y
/
M
I
T
I
G
A
T
E
D
N
E
G
A
T
I
V
E
D
E
C
L
A
R
A
T
I
O
N
13
8
7
8
15
MA
R
C
H
2
0
2
5
Mi
t
i
g
a
t
i
o
n
M
o
n
i
t
o
r
i
n
g
a
n
d
R
e
p
o
r
t
i
n
g
P
r
o
g
r
a
m
Mi
t
i
g
a
t
i
o
n
M
e
a
s
u
r
e
Mi
t
i
g
a
t
i
o
n
M
o
n
i
t
o
r
i
n
g
Ti
m
i
n
g
o
f
Im
p
l
e
m
e
n
t
a
t
i
o
n
Re
s
p
o
n
s
i
b
l
e
P
a
r
t
y
Al
l
c
u
t
v
e
g
e
t
a
t
i
o
n
m
u
s
t
b
e
p
r
o
p
e
r
l
y
d
i
s
p
o
s
e
d
o
f
o
f
f
s
i
t
e
a
t
a
n
a
p
p
r
o
p
r
i
a
t
e
f
a
c
i
l
i
t
y
,
o
r
m
u
l
c
h
e
d
in
t
o
s
m
a
l
l
p
i
e
c
e
s
(
a
p
p
r
o
x
i
m
a
t
e
l
y
o
n
e
t
o
t
h
r
e
e
i
n
c
h
e
s
)
a
n
d
d
i
s
b
u
r
s
e
d
o
n
s
i
t
e
a
s
d
i
r
e
c
t
e
d
b
y
t
h
e
Pr
o
j
e
c
t
v
e
r
n
a
l
p
o
o
l
b
i
o
l
o
g
i
s
t
.
I
f
a
c
c
e
p
t
a
b
l
e
t
o
t
h
e
H
O
A
,
t
h
e
m
u
l
c
h
co
u
l
d
b
e
s
p
r
e
a
d
a
l
o
n
g
t
h
e
ed
g
e
o
f
t
h
e
t
r
a
i
l
t
o
s
u
p
p
r
e
s
s
w
e
e
d
g
r
o
w
t
h
.
Du
r
i
n
g
t
h
e
P
r
o
j
e
c
t
,
a
c
c
e
s
s
a
l
o
n
g
t
h
e
t
e
m
p
o
r
a
r
y
p
a
t
h
w
a
y
s
b
y
u
n
a
u
t
h
o
r
i
z
e
d
p
e
r
s
o
n
s
(
a
f
t
e
r
ho
u
r
s
,
a
n
d
a
f
t
e
r
a
l
l
m
a
i
n
t
e
n
a
n
c
e
o
n
a
m
a
n
h
o
l
e
h
a
s
b
e
e
n
c
o
m
p
l
e
t
e
d
)
w
i
l
l
b
e
b
l
o
c
k
e
d
b
y
or
a
n
g
e
c
o
n
s
t
r
u
c
t
i
o
n
f
e
n
c
i
n
g
o
r
o
t
h
e
r
a
p
p
r
o
p
r
i
a
t
e
m
e
t
h
o
d
(
t
e
m
p
o
r
a
r
y
m
e
a
s
u
r
e
)
.
Up
o
n
c
o
m
p
l
e
t
i
o
n
o
f
t
h
e
P
r
o
j
e
c
t
,
t
o
a
v
o
i
d
o
n
g
o
i
n
g
i
n
d
i
r
e
c
t
i
m
p
a
c
t
s
f
r
o
m
u
n
a
u
t
h
o
r
i
z
e
d
a
c
c
e
s
s
in
t
o
t
h
e
s
e
n
s
i
t
i
v
e
a
r
e
a
s
f
r
o
m
t
r
a
i
l
u
s
e
r
s
,
d
o
g
w
a
l
k
e
r
s
,
a
n
d
o
t
h
e
r
u
n
a
u
t
h
o
r
i
z
e
d
p
e
r
s
o
n
s
t
h
e
fo
l
l
o
w
i
n
g
m
e
a
s
u
r
e
s
w
i
l
l
b
e
i
m
p
l
e
m
e
n
t
e
d
u
n
t
i
l
t
h
e
c
o
a
s
t
a
l
s
a
g
e
s
c
r
u
b
g
r
o
w
s
ba
c
k
e
n
o
u
g
h
t
o
bl
o
c
k
a
c
c
e
s
s
:
I.
Fe
n
c
i
n
g
a
n
d
g
a
t
e
s
a
n
d
a
n
y
o
t
h
e
r
h
o
l
e
s
i
n
t
h
e
c
h
a
i
n
l
i
n
k
f
e
n
c
e
w
i
l
l
b
e
f
u
l
l
y
r
e
p
a
i
r
e
d
;
II
.
Te
m
p
o
r
a
r
y
b
a
r
r
i
e
r
s
t
h
a
t
c
a
n
w
i
t
h
s
t
a
n
d
v
a
n
d
a
l
i
s
m
(
e
.
g
.
,
t
h
r
e
e
w
i
r
e
o
r
p
o
s
t
a
n
d
c
a
b
l
e
f
e
n
c
i
n
g
)
wi
l
l
b
e
p
l
a
c
e
d
p
e
r
p
e
n
d
i
c
u
l
a
r
l
y
t
o
b
l
o
c
k
t
h
e
a
c
c
e
s
s
p
a
t
h
.
T
h
e
b
a
r
r
i
e
r
s
h
a
l
l
b
e
p
l
a
c
e
d
a
t
t
h
e
en
t
r
a
n
c
e
c
l
o
s
e
s
t
o
t
h
e
t
r
a
i
l
.
W
h
e
r
e
n
e
c
e
s
s
a
r
y
,
i
n
f
o
r
m
a
t
i
v
e
s
i
g
n
s
(
e
.
g
.
,
“H
a
b
i
t
a
t
R
e
s
t
o
r
a
t
i
o
n
in
P
r
o
g
r
e
s
s
”
)
w
i
l
l
b
e
p
l
a
c
e
d
o
n
t
h
e
s
e
s
e
c
t
i
o
n
s
t
o
i
n
f
o
r
m
t
r
a
i
l
u
s
e
r
s
t
o
s
t
a
y
o
u
t
.
e
.
T
o
p
r
o
t
e
c
t
th
e
P
r
e
s
e
r
v
e
f
r
o
m
c
o
n
t
a
m
i
n
a
t
i
o
n
(
w
e
e
d
s
e
e
d
s
,
p
e
s
t
s
,
o
r
o
t
h
e
r
c
o
n
t
a
m
i
n
a
n
t
s
)
,
a
n
y
o
n
e
en
t
e
r
i
n
g
t
h
e
s
i
t
e
w
i
l
l
b
e
r
e
q
u
i
r
e
d
t
o
c
l
e
a
n
o
f
f
t
h
e
i
r
e
qu
i
p
m
e
n
t
,
c
l
o
t
h
i
n
g
a
n
d
b
o
o
t
s
p
r
i
o
r
t
o
en
t
e
r
i
n
g
t
h
e
s
i
t
e
e
a
c
h
d
a
y
.
Th
e
P
r
o
j
e
c
t
b
i
o
l
o
g
i
s
t
w
i
l
l
m
o
n
i
t
o
r
c
o
m
p
l
i
a
n
c
e
a
n
d
m
a
y
i
n
s
p
e
c
t
b
o
o
t
s
a
n
d
/
o
r
e
q
u
i
p
m
e
n
t
.
De
c
o
n
t
a
m
i
n
a
t
i
o
n
m
e
t
h
o
d
s
i
n
c
l
u
d
e
:
I.
Ca
r
r
y
a
p
p
r
o
p
r
i
a
t
e
e
q
u
i
p
m
e
n
t
t
o
r
e
m
o
v
e
s
o
i
l
,
s
e
e
d
s
,
d
r
i
e
d
m
u
d
a
n
d
p
l
a
n
t
p
a
r
t
s
(
e
.
g
.
,
w
i
r
e
br
u
s
h
e
s
,
b
o
o
t
b
r
u
s
h
e
s
,
b
a
c
k
p
a
c
k
s
p
r
a
y
e
r
o
r
s
p
r
a
y
b
o
t
t
l
e
w
i
t
h
w
a
t
e
r
,
s
o
a
p
,
h
o
o
f
p
i
c
k
s
o
r
sm
a
l
l
s
c
r
e
w
d
r
i
v
e
r
,
e
t
c
.
)
.
II
.
Re
m
o
v
e
a
l
l
m
a
t
e
r
i
a
l
f
r
o
m
b
o
o
t
s
(
i
n
c
l
u
d
i
n
g
a
l
l
c
r
e
v
i
c
e
s
o
n
t
o
p
a
n
d
b
o
t
t
o
m
o
f
b
o
o
t
s
)
,
c
l
o
t
h
i
n
g
an
d
e
q
u
i
p
m
e
n
t
i
n
t
h
e
s
t
a
g
i
n
g
a
r
e
a
l
o
c
a
t
e
d
o
n
h
a
r
d
s
c
a
p
e
p
r
i
o
r
t
o
e
n
t
e
r
i
n
g
t
h
e
s
i
t
e
.
II
I
.
Pr
o
p
e
r
l
y
d
i
s
p
o
s
e
o
f
a
l
l
m
a
t
e
r
i
a
l
t
h
a
t
i
s
c
l
e
a
n
e
d
o
f
f
.
BI
O
-2:
C
o
n
c
e
p
t
u
a
l
R
e
s
t
o
r
a
t
i
o
n
P
l
a
n
f
o
r
r
e
v
e
g
e
t
a
t
i
o
n
w
i
t
h
i
n
t
e
m
p
o
r
a
r
y
i
m
p
a
c
t
a
r
e
a
s
Th
e
P
r
o
j
e
c
t
w
o
u
l
d
t
e
m
p
o
r
a
r
i
l
y
i
m
p
a
c
t
0
.
0
7
2
a
c
r
e
o
f
c
o
a
s
t
a
l
s
a
g
e
s
c
r
u
b
.
A
f
t
e
r
t
h
i
s
w
o
r
k
i
s
co
m
p
l
e
t
e
d
,
t
h
e
c
o
n
t
r
a
c
t
o
r
w
o
u
l
d
r
e
m
o
v
e
t
h
e
p
l
y
w
o
o
d
f
r
o
m
e
a
c
h
m
a
n
h
o
l
e
w
o
r
k
e
r
/
v
e
h
i
c
l
e
a
c
c
e
s
s
ar
e
a
,
a
n
d
a
l
l
t
e
m
p
o
r
a
r
i
l
y
a
f
f
e
c
t
e
d
a
r
e
a
s
w
o
u
l
d
b
e
r
e
s
t
o
r
e
d
i
n
p
l
a
c
e
t
o
p
r
e
-co
n
s
t
r
u
c
t
i
o
n
c
o
n
d
i
t
i
o
n
s
Pr
i
o
r
t
o
a
n
d
d
u
r
i
n
g
co
n
s
t
r
u
c
t
i
o
n
Ci
t
y
o
f
C
a
r
l
s
b
a
d
PO
N
T
O
S
E
W
E
R
M
A
N
H
O
L
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
P
R
O
J
E
C
T
FI
N
A
L
IN
I
T
I
A
L
S
T
U
D
Y
/
M
I
T
I
G
A
T
E
D
N
E
G
A
T
I
V
E
D
E
C
L
A
R
A
T
I
O
N
13
8
7
8
16
MA
R
C
H
2
0
2
5
Mi
t
i
g
a
t
i
o
n
M
o
n
i
t
o
r
i
n
g
a
n
d
R
e
p
o
r
t
i
n
g
P
r
o
g
r
a
m
Mi
t
i
g
a
t
i
o
n
M
e
a
s
u
r
e
Mi
t
i
g
a
t
i
o
n
M
o
n
i
t
o
r
i
n
g
Ti
m
i
n
g
o
f
Im
p
l
e
m
e
n
t
a
t
i
o
n
Re
s
p
o
n
s
i
b
l
e
P
a
r
t
y
(1
:
1
m
i
t
i
g
a
t
i
o
n
r
a
t
i
o
)
b
y
a
l
l
o
w
i
n
g
t
h
e
t
r
i
m
m
e
d
v
e
g
e
t
a
t
i
o
n
a
n
d
c
u
t
s
t
u
m
p
s
t
o
r
e
s
p
r
o
u
t
.
T
o
f
a
c
i
l
i
t
a
t
e
th
i
s
r
e
c
o
v
e
r
y
,
t
h
e
t
e
m
p
o
r
a
r
y
a
c
c
e
s
s
r
o
u
t
e
s
w
o
u
l
d
b
e
s
e
e
d
e
d
w
i
t
h
a
c
o
a
s
t
a
l
s
a
g
e
s
c
r
u
b
s
e
e
d
m
i
x
t
o
he
l
p
t
h
o
s
e
a
r
e
a
s
r
e
c
o
v
e
r
f
a
s
t
e
r
,
a
n
d
a
w
e
e
d
c
o
n
t
r
o
l
p
r
o
g
r
a
m
wo
u
l
d
b
e
i
m
p
l
e
m
e
n
t
e
d
t
o
c
o
n
t
r
o
l
we
e
d
i
n
v
a
s
i
o
n
w
h
i
l
e
t
h
e
v
e
g
e
t
a
t
i
o
n
r
e
c
o
v
e
r
s
.
A
c
o
n
c
e
p
t
u
a
l
r
e
s
t
o
r
a
t
i
o
n
p
l
a
n
f
o
r
t
h
e
r
e
s
t
o
r
a
t
i
o
n
o
f
th
e
t
e
m
p
o
r
a
r
y
i
m
p
a
c
t
a
r
e
a
s
s
h
a
l
l
b
e
p
r
e
p
a
r
e
d
a
n
d
a
p
p
r
o
v
e
d
b
y
t
h
e
c
i
t
y
’
s
H
a
b
i
t
a
t
M
a
n
a
g
e
m
e
n
t
Di
v
i
s
i
o
n
p
r
i
o
r
t
o
t
h
e
i
n
i
t
i
a
t
i
o
n
o
f
t
h
e
P
r
o
j
e
c
t
a
s
d
e
s
c
r
i
b
e
d
b
e
l
o
w
.
Th
e
p
l
a
n
s
h
a
l
l
b
e
c
o
n
s
i
s
t
e
n
t
w
i
t
h
t
h
e
c
i
t
y
’
s
C
o
m
p
o
n
e
n
t
s
o
f
a
C
o
n
c
e
p
t
u
a
l
Re
s
t
o
r
a
t
i
o
n
/
M
i
t
i
g
a
t
i
o
n
P
l
a
n
(
2
0
2
2
)
a
n
d
G
u
i
d
e
l
i
n
e
s
f
o
r
H
a
b
i
t
a
t
C
r
e
a
t
i
o
n
a
n
d
R
e
s
t
o
r
a
t
i
o
n
(2
0
0
9
)
.
Th
e
p
l
a
n
w
i
l
l
i
n
c
l
u
d
e
a
3
-to
-5
-
ye
a
r
m
a
i
n
t
e
n
a
n
c
e
p
l
a
n
,
w
h
i
c
h
w
i
l
l
c
o
n
s
i
s
t
o
f
p
a
s
s
i
v
e
r
e
g
r
o
w
t
h
o
f
th
e
c
o
a
s
t
a
l
s
a
g
e
s
c
r
u
b
s
p
e
c
i
e
s
,
s
e
e
d
i
n
g
w
i
t
h
c
o
a
s
t
a
l
s
a
g
e
s
c
r
u
b
s
p
e
c
i
e
s
,
w
e
e
d
c
o
n
t
r
o
l
,
a
n
d
si
t
e
m
o
n
i
t
o
r
i
n
g
t
o
e
v
a
l
u
a
t
e
s
i
g
n
s
o
f
u
n
a
u
t
h
o
r
i
z
e
d
t
r
e
s
p
a
s
s
.
Th
e
r
e
s
t
o
r
a
t
i
o
n
p
l
a
n
s
h
a
l
l
a
l
s
o
i
n
c
l
u
d
e
i
n
s
t
a
l
l
a
t
i
o
n
o
f
t
e
m
p
o
r
a
r
y
b
a
r
r
i
e
r
s
a
n
d
s
i
g
n
a
g
e
a
s
de
s
c
r
i
b
e
d
i
n
m
i
t
i
g
a
t
i
o
n
m
e
a
s
u
r
e
B
I
O
-2c
.
An
n
u
a
l
m
o
n
i
t
o
r
i
n
g
a
n
d
a
n
n
u
a
l
r
e
p
o
r
t
i
n
g
w
i
l
l
b
e
r
e
q
u
i
r
e
d
.
T
h
e
r
e
s
t
o
r
a
t
i
o
n
m
u
s
t
m
e
e
t
pe
r
f
o
r
m
a
n
c
e
s
t
a
n
d
a
r
d
s
(
i
n
c
l
u
d
e
d
i
n
t
h
e
p
l
a
n
)
p
r
i
o
r
t
o
s
i
g
n
o
f
f
b
y
t
h
e
c
i
t
y
’
s
H
a
b
i
t
a
t
Ma
n
a
g
e
m
e
n
t
D
i
v
i
s
i
o
n
.
BI
O
-4:
M
e
a
s
u
r
e
s
t
o
a
v
o
i
d
i
m
p
a
c
t
s
t
o
t
h
e
C
o
a
s
t
a
l
C
a
l
i
f
o
r
n
i
a
g
n
a
t
c
a
t
c
h
e
r
,
r
a
p
t
o
r
s
,
a
n
d
m
i
g
r
a
t
o
r
y
bi
r
d
s
d
u
r
i
n
g
t
h
e
b
r
e
e
d
i
n
g
s
e
a
s
o
n
To
a
v
o
i
d
i
m
p
a
c
t
s
t
o
t
h
e
c
o
a
s
t
a
l
C
a
l
i
f
o
r
n
i
a
g
n
a
t
c
a
t
c
h
e
r
,
r
a
p
t
o
r
s
,
a
n
d
m
i
g
r
a
t
o
r
y
b
i
r
d
s
,
v
e
g
e
t
a
t
i
o
n
re
m
o
v
a
l
an
d
o
t
h
e
r
P
r
o
j
e
c
t
a
c
t
i
v
i
t
i
e
s
s
h
o
u
l
d
b
e
a
v
o
i
d
e
d
d
u
r
i
n
g
t
h
e
b
i
r
d
b
r
e
e
d
i
n
g
s
e
a
s
o
n
(
J
a
n
u
a
r
y
15
–
Au
g
u
s
t
1
5
)
.
If
t
h
e
b
r
e
e
d
i
n
g
s
e
a
s
o
n
c
a
n
n
o
t
b
e
a
v
o
i
d
e
d
,
f
o
l
l
o
w
i
n
g
m
i
t
i
g
a
t
i
o
n
m
e
a
s
u
r
e
s
s
h
a
l
l
be
i
m
p
l
e
m
e
n
t
e
d
:
No
c
l
e
a
r
i
n
g
o
f
c
o
a
s
t
a
l
s
a
g
e
s
c
r
u
b
s
h
a
l
l
o
c
c
u
r
b
e
t
w
e
e
n
M
a
r
c
h
1
5
a
n
d
A
u
g
u
s
t
1
5
.
Th
e
b
r
e
e
d
i
n
g
s
e
a
s
o
n
f
o
r
c
o
a
s
t
a
l
C
a
l
i
f
o
r
n
i
a
g
n
a
t
c
a
t
c
h
e
r
a
n
d
o
t
h
e
r
p
o
t
e
n
t
i
a
l
l
y
o
c
c
u
r
r
i
n
g
b
i
r
d
sp
e
c
i
e
s
(
o
t
h
e
r
t
h
a
n
r
a
p
t
o
r
s
)
i
s
F
e
b
r
u
a
r
y
1
5
–
Au
g
u
s
t
3
1
.
I
f
v
e
g
e
t
a
t
i
o
n
c
l
e
a
r
i
n
g
c
a
n
n
o
t
a
v
o
i
d
th
e
b
r
e
e
d
i
n
g
s
e
a
s
o
n
o
u
t
s
i
d
e
o
f
t
h
e
p
r
o
h
i
b
i
t
e
d
t
i
m
e
f
r
a
m
e
l
i
s
t
e
d
a
b
o
v
e
(
i
.
e
.
i
f
c
l
e
a
r
i
n
g
i
s
t
o
oc
c
u
r
,
F
e
b
r
u
a
r
y
1
5
–
Ma
r
c
h
1
4
o
r
A
u
g
u
s
t
1
6
–
Au
g
u
s
t
3
1
)
,
t
h
e
n
p
r
e
-co
n
s
t
r
u
c
t
i
o
n
n
e
s
t
cl
e
a
r
a
n
c
e
s
u
r
v
e
y
s
m
u
s
t
b
e
c
o
n
d
u
c
t
e
d
b
y
a
q
u
a
l
i
f
i
e
d
b
i
o
l
o
g
i
s
t
n
o
m
o
r
e
t
h
a
n
t
h
r
e
e
d
a
y
s
p
r
i
o
r
t
o
in
i
t
i
a
t
i
o
n
o
f
t
h
e
v
e
g
e
t
a
t
i
o
n
r
e
m
o
v
a
l
.
Pr
i
o
r
t
o
a
n
d
d
u
r
i
n
g
co
n
s
t
r
u
c
t
i
o
n
Ci
t
y
o
f
C
a
r
l
s
b
a
d
PO
N
T
O
S
E
W
E
R
M
A
N
H
O
L
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
P
R
O
J
E
C
T
FI
N
A
L
IN
I
T
I
A
L
S
T
U
D
Y
/
M
I
T
I
G
A
T
E
D
N
E
G
A
T
I
V
E
D
E
C
L
A
R
A
T
I
O
N
13
8
7
8
17
MA
R
C
H
2
0
2
5
Mi
t
i
g
a
t
i
o
n
M
o
n
i
t
o
r
i
n
g
a
n
d
R
e
p
o
r
t
i
n
g
P
r
o
g
r
a
m
Mi
t
i
g
a
t
i
o
n
M
e
a
s
u
r
e
Mi
t
i
g
a
t
i
o
n
M
o
n
i
t
o
r
i
n
g
Ti
m
i
n
g
o
f
Im
p
l
e
m
e
n
t
a
t
i
o
n
Re
s
p
o
n
s
i
b
l
e
P
a
r
t
y
Ne
s
t
c
l
e
a
r
a
n
c
e
s
u
r
v
e
y
s
s
h
a
l
l
b
e
c
o
n
d
u
c
t
e
d
w
i
t
h
i
n
5
0
0
f
e
e
t
o
f
t
h
e
v
e
g
e
t
a
t
i
o
n
r
e
m
o
v
a
l
a
r
e
a
s
i
n
co
a
s
t
a
l
s
a
g
e
s
c
r
u
b
h
a
b
i
t
a
t
.
If
a
c
t
i
v
e
n
e
s
t
s
a
r
e
l
o
c
a
t
e
d
,
a
n
o
-wo
r
k
b
u
f
f
e
r
s
h
a
l
l
b
e
e
s
t
a
b
l
i
s
h
e
d
a
r
o
u
n
d
t
h
e
n
e
s
t
u
n
t
i
l
t
h
e
n
e
s
t
is
n
o
l
o
n
g
e
r
a
c
t
i
v
e
.
T
h
e
n
o
-wo
r
k
b
u
f
f
e
r
f
o
r
t
h
e
c
o
a
s
t
a
l
C
a
l
i
f
o
r
n
i
a
g
n
a
t
c
a
t
c
h
e
r
i
s
5
0
0
f
e
e
t
.
T
h
e
ap
p
r
o
p
r
i
a
t
e
w
i
d
t
h
o
f
t
h
e
b
u
f
f
e
r
f
o
r
o
t
h
e
r
s
p
e
c
i
e
s
i
s
t
o
b
e
d
e
t
er
m
i
n
e
d
b
y
a
q
u
a
l
i
f
i
e
d
b
i
o
l
o
g
i
s
t
an
d
t
h
e
c
i
t
y
b
a
s
e
d
o
n
t
h
e
s
p
e
c
i
e
s
.
A
l
l
v
e
g
e
t
a
t
i
o
n
r
e
m
o
v
a
l
a
c
t
i
v
i
t
y
s
h
a
l
l
b
e
p
r
o
h
i
b
i
t
e
d
w
i
t
h
i
n
t
h
e
pr
o
t
e
c
t
i
v
e
b
u
f
f
e
r
u
n
t
i
l
a
l
l
n
e
s
t
l
i
n
g
s
h
a
v
e
s
u
c
c
e
s
s
f
u
l
l
y
f
l
e
d
g
e
d
.
On
c
e
t
h
e
v
e
g
e
t
a
t
i
o
n
h
a
s
b
e
e
n
r
e
m
o
v
e
d
,
i
f
a
n
a
c
t
i
v
e
n
e
s
t
i
s
l
o
c
a
t
e
d
,
t
h
e
n
e
e
d
f
o
r
a
n
o
-wo
r
k
bu
f
f
e
r
w
i
l
l
b
e
d
e
t
e
r
m
i
n
e
d
b
y
t
h
e
P
r
o
j
e
c
t
b
i
o
l
o
g
i
s
t
i
n
c
o
o
r
d
i
n
a
t
i
o
n
w
i
t
h
t
h
e
c
i
t
y
d
e
p
e
n
d
i
n
g
o
n
th
e
s
p
e
c
i
e
s
a
n
d
t
h
e
s
p
e
c
i
f
i
c
t
y
p
e
o
f
w
o
r
k
a
n
t
i
c
i
p
a
t
e
d
t
o
o
c
c
u
r
n
e
a
r
t
h
e
ne
s
t
.
BI
O
-5
P
r
o
j
e
c
t
b
i
o
l
o
g
i
s
t
q
u
a
l
i
f
i
c
a
t
i
o
n
s
A
q
u
a
l
i
f
i
e
d
P
r
o
j
e
c
t
b
i
o
l
o
g
i
s
t
w
i
l
l
b
e
r
e
q
u
i
r
e
d
t
o
o
v
e
r
s
e
e
t
h
e
i
m
p
l
e
m
e
n
t
a
t
i
o
n
o
f
t
h
e
b
i
o
l
o
g
i
c
a
l
mi
t
i
g
a
t
i
o
n
m
e
a
s
u
r
e
s
.
B
e
c
a
u
s
e
v
e
r
n
a
l
p
o
o
l
s
p
e
c
i
e
s
c
a
n
b
e
d
i
f
f
i
c
u
l
t
t
o
i
d
e
n
t
i
f
y
a
n
d
v
e
r
n
a
l
p
o
o
l
ec
o
l
o
g
y
i
s
u
n
i
q
u
e
,
t
h
e
P
r
o
j
e
c
t
b
i
o
l
o
g
i
s
t
m
u
s
t
b
e
a
p
p
r
o
v
e
d
b
y
t
h
e
c
i
t
y
b
y
d
e
m
o
n
s
t
r
a
t
i
n
g
p
r
o
f
i
c
i
e
n
c
y
in
w
o
r
k
i
n
g
w
i
t
h
v
e
r
n
a
l
p
o
o
l
s
i
n
t
h
e
S
a
n
D
i
e
g
o
r
e
g
i
o
n
(
e
.
g
.
,
p
r
o
v
i
d
e
r
e
s
u
m
e
u
p
o
n
r
e
q
u
e
s
t
)
.
S
p
e
c
i
f
i
c
mo
n
i
t
o
r
i
n
g
r
e
q
u
i
r
e
m
e
n
t
s
a
r
e
d
e
s
c
r
i
b
e
d
i
n
e
a
c
h
m
i
t
i
g
a
t
i
o
n
m
e
a
s
u
r
e
.
S
o
m
e
w
o
r
k
m
a
y
b
e
p
e
r
f
o
r
m
e
d
by
o
t
h
e
r
b
i
o
l
o
g
i
c
a
l
p
e
r
s
o
n
n
e
l
u
n
de
r
t
h
e
d
i
r
e
c
t
i
o
n
o
f
t
h
e
P
r
o
j
e
c
t
b
i
o
l
o
g
i
s
t
;
h
o
w
e
v
e
r
,
t
h
e
P
r
o
j
e
c
t
bi
o
l
o
g
i
s
t
w
i
l
l
b
e
r
e
s
p
o
n
s
i
b
l
e
,
a
n
d
i
n
s
o
m
e
c
a
s
e
s
a
v
e
r
n
a
l
p
o
o
l
b
i
o
l
o
g
i
s
t
m
u
s
t
b
e
t
h
e
o
n
e
pe
r
f
o
r
m
i
n
g
t
h
e
m
o
n
i
t
o
r
i
n
g
w
h
e
n
e
v
e
r
i
d
e
n
t
i
f
i
c
a
t
i
o
n
o
f
v
e
r
n
a
l
p
o
o
l
h
a
b
i
t
a
t
o
r
s
p
e
c
i
e
s
i
s
r
e
q
u
i
r
e
d
.
Pr
i
o
r
t
o
a
n
d
d
u
r
i
n
g
co
n
s
t
r
u
c
t
i
o
n
Ci
t
y
o
f
C
a
r
l
s
b
a
d
Cu
l
t
u
r
a
l
R
e
s
o
u
r
c
e
s
CR
-1:
Pr
i
o
r
t
o
t
h
e
c
o
m
m
e
n
c
e
m
e
n
t
o
f
a
n
y
g
r
o
u
n
d
d
i
s
t
u
r
b
i
n
g
a
c
t
i
v
i
t
i
e
s
,
t
h
e
a
p
p
l
i
c
a
n
t
s
h
a
l
l
:
Re
t
a
i
n
t
h
e
s
e
r
v
i
c
e
s
o
f
a
q
u
a
l
i
f
i
e
d
a
r
c
h
a
e
o
l
o
g
i
s
t
,
d
e
f
i
n
e
d
a
s
o
n
e
m
e
e
t
i
n
g
t
h
e
S
e
c
r
e
t
a
r
y
o
f
t
h
e
In
t
e
r
i
o
r
’
s
1
9
9
7
Pr
o
f
e
s
s
i
o
n
a
l
Q
u
a
l
i
f
i
c
a
t
i
o
n
S
t
a
n
d
a
r
d
s
f
o
r
A
r
c
h
e
o
l
o
g
y
,
o
r
w
o
r
k
i
n
g
u
n
d
e
r
t
h
e
su
p
e
r
v
i
s
i
o
n
o
f
t
h
e
q
u
a
l
i
f
i
e
d
a
r
c
h
a
e
o
l
o
g
i
s
t
,
w
h
o
s
h
a
l
l
b
e
o
n
-si
t
e
d
u
r
i
n
g
g
r
o
u
n
d
-di
s
t
u
r
b
i
n
g
ac
t
i
v
i
t
i
e
s
o
f
t
h
e
P
r
o
j
e
c
t
s
i
t
e
.
I
n
t
h
e
e
v
e
n
t
c
u
l
t
u
r
a
l
m
a
t
e
r
i
a
l
i
s
e
n
c
o
u
n
t
e
r
e
d
,
t
h
e
a
r
c
h
a
e
o
l
o
gi
s
t
i
s
em
p
o
w
e
r
e
d
t
o
t
e
m
p
o
r
a
r
i
l
y
d
i
v
e
r
t
o
r
h
a
l
t
g
r
a
d
i
n
g
t
o
a
l
l
o
w
f
o
r
c
o
o
r
d
i
n
a
t
i
o
n
w
i
t
h
t
h
e
L
u
i
s
e
ñ
o
Na
t
i
v
e
A
m
e
r
i
c
a
n
m
o
n
i
t
o
r
,
o
r
o
t
h
e
r
T
r
a
d
i
t
i
o
n
a
l
l
y
a
n
d
C
u
l
t
u
r
a
l
l
y
A
f
f
i
l
i
a
t
e
d
L
u
i
s
e
ñ
o
t
r
i
b
e
(
“
T
C
A
Tr
i
b
e
”
)
,
a
n
d
t
o
d
e
t
e
r
m
i
n
e
t
h
e
s
i
g
n
i
f
i
c
a
n
c
e
o
f
t
h
e
d
i
s
c
o
v
e
r
y
.
T
h
e
a
r
c
h
a
e
o
l
o
g
i
s
t
s
h
a
l
l
f
o
l
l
o
w
a
l
l
st
a
n
d
a
r
d
p
r
o
c
e
d
u
r
e
s
f
o
r
c
u
l
t
u
r
a
l
m
a
t
e
r
i
a
l
s
t
h
a
t
a
r
e
n
o
t
t
r
i
b
a
l
c
u
l
t
u
r
a
l
r
e
s
o
u
r
c
e
s
Pr
i
o
r
t
o
a
n
d
d
u
r
i
n
g
co
n
s
t
r
u
c
t
i
o
n
Ci
t
y
o
f
C
a
r
l
s
b
a
d
PO
N
T
O
S
E
W
E
R
M
A
N
H
O
L
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
P
R
O
J
E
C
T
FI
N
A
L
IN
I
T
I
A
L
S
T
U
D
Y
/
M
I
T
I
G
A
T
E
D
N
E
G
A
T
I
V
E
D
E
C
L
A
R
A
T
I
O
N
13
8
7
8
18
MA
R
C
H
2
0
2
5
Mi
t
i
g
a
t
i
o
n
M
o
n
i
t
o
r
i
n
g
a
n
d
R
e
p
o
r
t
i
n
g
P
r
o
g
r
a
m
Mi
t
i
g
a
t
i
o
n
M
e
a
s
u
r
e
Mi
t
i
g
a
t
i
o
n
M
o
n
i
t
o
r
i
n
g
Ti
m
i
n
g
o
f
Im
p
l
e
m
e
n
t
a
t
i
o
n
Re
s
p
o
n
s
i
b
l
e
P
a
r
t
y
A
L
u
i
s
e
ñ
o
N
a
t
i
v
e
A
m
e
r
i
c
a
n
m
o
n
i
t
o
r
s
h
a
l
l
b
e
p
r
e
s
e
n
t
d
u
r
i
n
g
a
l
l
g
r
o
u
n
d
-di
s
t
u
r
b
i
n
g
a
c
t
i
v
i
t
i
e
s
.
Gr
o
u
n
d
d
i
s
t
u
r
b
i
n
g
a
c
t
i
v
i
t
i
e
s
m
a
y
i
n
c
l
u
d
e
,
b
u
t
a
r
e
n
o
t
l
i
m
i
t
e
d
t
o
a
r
c
h
a
e
o
l
o
g
i
c
a
l
s
t
u
d
i
e
s
,
ge
o
t
e
c
h
n
i
c
a
l
i
n
v
e
s
t
i
g
a
t
i
o
n
s
,
c
l
e
a
r
i
n
g
a
n
d
/
o
r
e
x
c
a
v
a
t
i
o
n
Pr
i
o
r
t
o
c
o
m
p
l
e
t
i
o
n
o
f
t
h
e
p
r
o
j
e
c
t
c
o
n
s
t
r
u
c
t
i
o
n
,
a
m
o
n
i
t
o
r
i
n
g
r
e
p
o
r
t
a
n
d
/
o
r
e
v
a
l
u
a
t
i
o
n
r
e
p
o
r
t
,
i
f
ap
p
r
o
p
r
i
a
t
e
,
w
h
i
c
h
d
e
s
c
r
i
b
e
s
t
h
e
r
e
s
u
l
t
s
,
a
n
a
l
y
s
i
s
,
a
n
d
co
n
c
l
u
s
i
o
n
s
o
f
t
h
e
m
o
n
i
t
o
r
i
n
g
p
r
o
g
r
a
m
sh
a
l
l
b
e
s
u
b
m
i
t
t
e
d
b
y
t
h
e
P
r
o
j
e
c
t
A
r
c
h
a
e
o
l
o
g
i
s
t
,
a
l
o
n
g
w
i
t
h
t
h
e
L
u
i
s
e
ñ
o
N
a
t
i
v
e
A
m
e
r
i
c
a
n
mo
n
i
t
o
r
’
s
n
o
t
e
s
a
n
d
c
o
m
m
e
n
t
s
,
t
o
t
h
e
C
i
t
y
o
f
C
a
r
l
s
b
a
d
f
o
r
a
p
p
r
o
v
a
l
,
a
n
d
s
h
a
l
l
b
e
s
u
b
m
i
t
t
e
d
t
o
th
e
S
o
u
t
h
C
o
a
s
t
a
l
I
n
f
o
r
m
a
t
i
o
n
C
e
n
t
e
r
.
S
a
i
d
r
e
p
o
r
t
s
h
a
l
l
b
e
s
u
b
j
e
c
t
t
o
c
o
n
f
i
d
e
n
t
i
a
l
i
t
y
a
s
a
n
ex
c
e
p
t
i
o
n
t
o
t
h
e
P
u
b
l
i
c
R
e
c
o
r
d
s
A
c
t
a
n
d
w
i
l
l
n
o
t
b
e
a
v
a
i
l
a
b
l
e
f
o
r
p
u
b
l
i
c
d
i
s
t
r
i
b
u
t
i
o
n
.
An
y
a
n
d
a
l
l
u
n
c
o
v
e
r
e
d
a
r
t
i
f
a
c
t
s
o
f
L
u
i
s
e
ñ
o
N
a
t
i
v
e
A
m
e
r
i
c
a
n
c
u
l
t
u
r
a
l
i
m
p
o
r
t
a
n
c
e
s
h
a
l
l
b
e
re
t
u
r
n
e
d
t
o
t
h
e
S
a
n
L
u
i
s
R
e
y
B
a
n
d
o
f
M
i
s
s
i
o
n
I
n
d
i
a
n
s
,
a
n
d
/
o
r
t
h
e
M
o
s
t
L
i
k
e
l
y
D
e
s
c
e
n
d
a
n
t
f
o
r
la
t
e
r
r
e
b
u
r
i
a
l
o
n
p
r
o
j
e
c
t
s
i
t
e
,
i
f
a
p
p
l
i
c
a
b
l
e
,
a
n
d
n
o
t
b
e
c
u
r
a
t
e
d
,
u
n
l
e
s
s
o
r
de
r
e
d
t
o
d
o
s
o
b
y
a
fe
d
e
r
a
l
a
g
e
n
c
y
o
r
a
c
o
u
r
t
o
f
c
o
m
p
e
t
e
n
t
j
u
r
i
s
d
i
c
t
i
o
n
.
Th
e
L
u
i
s
e
ñ
o
N
a
t
i
v
e
A
m
e
r
i
c
a
n
m
o
n
i
t
o
r
s
h
a
l
l
b
e
p
r
e
s
e
n
t
a
t
t
h
e
P
r
o
j
e
c
t
’
s
p
r
e
-co
n
s
t
r
u
c
t
i
o
n
me
e
t
i
n
g
t
o
c
o
n
s
u
l
t
w
i
t
h
c
o
n
t
r
a
c
t
o
r
s
c
o
n
c
e
r
n
i
n
g
e
x
c
a
v
a
t
i
o
n
s
c
h
e
d
u
l
e
s
a
n
d
s
a
f
e
t
y
i
s
s
u
e
s
,
a
s
we
l
l
a
s
t
o
c
o
n
s
u
l
t
w
i
t
h
t
h
e
a
r
c
h
a
e
o
l
o
g
i
s
t
P
I
(
p
r
i
n
c
i
p
a
l
i
n
v
e
s
t
i
g
a
t
o
r
)
c
o
n
c
e
r
n
i
n
g
t
h
e
p
r
o
p
o
s
e
d
ar
c
h
a
e
o
l
o
g
i
s
t
t
e
c
h
n
i
q
u
e
s
a
n
d
/
o
r
s
t
r
a
t
e
g
i
e
s
f
o
r
t
h
e
P
r
o
j
e
c
t
.
Lu
i
s
e
ñ
o
N
a
t
i
v
e
A
m
e
r
i
c
a
n
m
o
n
i
t
o
r
s
a
n
d
a
r
c
h
a
e
o
l
o
g
i
c
a
l
m
o
n
i
t
o
r
s
s
h
a
l
l
h
a
v
e
j
o
i
n
t
a
u
t
h
o
r
i
t
y
t
o
te
m
p
o
r
a
r
i
l
y
d
i
v
e
r
t
a
n
d
/
o
r
h
a
l
t
c
o
n
s
t
r
u
c
t
i
o
n
a
c
t
i
v
i
t
i
e
s
.
I
f
t
r
i
b
a
l
c
u
l
t
u
r
a
l
r
e
s
o
u
r
c
e
s
a
r
e
d
i
s
c
o
v
e
r
e
d
du
r
i
n
g
c
o
n
s
t
r
u
c
t
i
o
n
,
a
l
l
e
a
r
t
h
-mo
v
i
n
g
a
c
t
i
v
i
t
y
w
i
t
h
i
n
a
n
d
a
r
o
u
n
d
th
e
i
m
m
e
d
i
a
t
e
d
i
s
c
o
v
e
r
y
a
r
e
a
mu
s
t
b
e
d
i
v
e
r
t
e
d
u
n
t
i
l
t
h
e
L
u
i
s
e
ñ
o
N
a
t
i
v
e
A
m
e
r
i
c
a
n
m
o
n
i
t
o
r
a
n
d
t
h
e
a
r
c
h
a
e
o
l
o
g
i
s
t
c
a
n
a
s
s
e
s
s
th
e
n
a
t
u
r
e
a
n
d
s
i
g
n
i
f
i
c
a
n
c
e
o
f
t
h
e
f
i
n
d
.
If
a
s
i
g
n
i
f
i
c
a
n
t
t
r
i
b
a
l
c
u
l
t
u
r
a
l
r
e
s
o
u
r
c
e
(
s
)
a
n
d
/
o
r
u
n
i
q
u
e
a
r
c
h
a
e
o
l
o
g
i
c
a
l
r
e
s
o
u
r
c
e
(
s
)
a
r
e
di
s
c
o
v
e
r
e
d
d
u
r
i
n
g
g
r
o
u
n
d
-di
s
t
u
r
b
i
n
g
a
c
t
i
v
i
t
i
e
s
f
o
r
t
h
i
s
p
r
o
j
e
c
t
,
t
h
e
S
a
n
L
u
i
s
R
e
y
B
a
n
d
o
f
Mi
s
s
i
o
n
I
n
d
i
a
n
s
s
h
a
l
l
b
e
n
o
t
i
f
i
e
d
a
n
d
c
o
n
s
u
l
t
e
d
r
e
g
a
r
d
i
n
g
t
h
e
r
e
s
p
e
c
t
f
u
l
a
n
d
di
g
n
i
f
i
e
d
tr
e
a
t
m
e
n
t
o
f
t
h
o
s
e
r
e
s
o
u
r
c
e
s
.
P
u
r
s
u
a
n
t
t
o
C
a
l
i
f
o
r
n
i
a
P
u
b
l
i
c
R
e
s
o
u
r
c
e
s
C
o
d
e
S
e
c
t
i
o
n
21
0
8
3
.
2
(
b
)
a
v
o
i
d
a
n
c
e
i
s
t
h
e
p
r
e
f
e
r
r
e
d
m
e
t
h
o
d
o
f
p
r
e
s
e
r
v
a
t
i
o
n
f
o
r
a
r
c
h
a
e
o
l
o
g
i
c
a
l
a
n
d
t
r
i
b
a
l
cu
l
t
u
r
a
l
r
e
s
o
u
r
c
e
s
.
I
f
,
h
o
w
e
v
e
r
,
t
h
e
A
p
p
l
i
c
a
n
t
i
s
a
b
l
e
t
o
d
e
m
o
n
s
t
r
a
t
e
t
ha
t
a
v
o
i
d
a
n
c
e
o
f
a
si
g
n
i
f
i
c
a
n
t
a
n
d
/
o
r
u
n
i
q
u
e
c
u
l
t
u
r
a
l
r
e
s
o
u
r
c
e
i
s
i
n
f
e
a
s
i
b
l
e
a
n
d
a
d
a
t
a
r
e
c
o
v
e
r
y
p
l
a
n
i
s
au
t
h
o
r
i
z
e
d
b
y
t
h
e
C
i
t
y
o
f
C
a
r
l
s
b
a
d
a
s
t
h
e
l
e
a
d
a
g
e
n
c
y
,
t
h
e
S
a
n
L
u
i
s
R
e
y
B
a
n
d
o
f
M
i
s
s
i
o
n
In
d
i
a
n
s
s
h
a
l
l
b
e
c
o
n
s
u
l
t
e
d
r
e
g
a
r
d
i
n
g
t
h
e
d
r
a
f
t
i
n
g
a
n
d
f
i
n
a
l
i
z
a
t
io
n
o
f
a
n
y
s
u
c
h
r
e
c
o
v
e
r
y
p
l
a
n
.
PO
N
T
O
S
E
W
E
R
M
A
N
H
O
L
E
R
E
H
A
B
I
L
I
T
A
T
I
O
N
P
R
O
J
E
C
T
FI
N
A
L
IN
I
T
I
A
L
S
T
U
D
Y
/
M
I
T
I
G
A
T
E
D
N
E
G
A
T
I
V
E
D
E
C
L
A
R
A
T
I
O
N
13
8
7
8
19
MA
R
C
H
2
0
2
5
Mi
t
i
g
a
t
i
o
n
M
o
n
i
t
o
r
i
n
g
a
n
d
R
e
p
o
r
t
i
n
g
P
r
o
g
r
a
m
Mi
t
i
g
a
t
i
o
n
M
e
a
s
u
r
e
Mi
t
i
g
a
t
i
o
n
M
o
n
i
t
o
r
i
n
g
Ti
m
i
n
g
o
f
Im
p
l
e
m
e
n
t
a
t
i
o
n
Re
s
p
o
n
s
i
b
l
e
P
a
r
t
y
In
t
h
e
e
v
e
n
t
t
h
a
t
f
i
l
l
m
a
t
e
r
i
a
l
i
s
i
m
p
o
r
t
e
d
i
n
t
o
t
h
e
p
r
o
j
e
c
t
a
r
e
a
,
t
h
e
f
i
l
l
s
h
a
l
l
b
e
c
l
e
a
n
o
f
t
r
i
b
a
l
cu
l
t
u
r
a
l
r
e
s
o
u
r
c
e
s
a
n
d
d
o
c
u
m
e
n
t
e
d
a
s
s
u
c
h
.
C
o
m
m
e
r
c
i
a
l
s
o
u
r
c
e
s
o
f
f
i
l
l
m
a
t
e
r
i
a
l
a
r
e
a
l
r
e
a
d
y
pe
r
m
i
t
t
e
d
a
s
a
p
p
r
o
p
r
i
a
t
e
a
n
d
w
i
l
l
b
e
c
u
l
t
u
r
a
l
l
y
s
t
e
r
i
l
e
.
I
f
f
i
l
l
ma
t
e
r
i
a
l
i
s
t
o
b
e
u
t
i
l
i
z
e
d
a
n
d
/
o
r
ex
p
o
r
t
e
d
f
r
o
m
a
r
e
a
s
w
i
t
h
i
n
t
h
e
p
r
o
j
e
c
t
s
i
t
e
,
t
h
e
n
t
h
a
t
f
i
l
l
m
a
t
e
r
i
a
l
s
h
a
l
l
b
e
a
n
a
l
y
z
e
d
a
n
d
co
n
f
i
r
m
e
d
b
y
a
n
a
r
c
h
a
e
o
l
o
g
i
s
t
a
n
d
L
u
i
s
e
ñ
o
N
a
t
i
v
e
A
m
e
r
i
c
a
n
m
o
n
i
t
o
r
t
h
a
t
s
u
c
h
f
i
l
l
m
a
t
e
r
i
a
l
do
e
s
n
o
t
c
o
n
t
a
i
n
t
r
i
b
a
l
c
u
l
t
u
r
a
l
r
e
s
o
u
r
c
es
.
No
t
e
s
t
i
n
g
,
i
n
v
a
s
i
v
e
o
r
n
o
n
-in
v
a
s
i
v
e
,
s
h
a
l
l
b
e
p
e
r
m
i
t
t
e
d
o
n
a
n
y
r
e
c
o
v
e
r
e
d
t
r
i
b
a
l
c
u
l
t
u
r
a
l
re
s
o
u
r
c
e
s
w
i
t
h
o
u
t
t
h
e
w
r
i
t
t
e
n
p
e
r
m
i
s
s
i
o
n
o
f
t
h
e
S
a
n
L
u
i
s
R
e
y
B
a
n
d
o
f
M
i
s
s
i
o
n
I
n
d
i
a
n
s
CR
-2:
P
r
i
o
r
t
o
t
h
e
c
o
m
m
e
n
c
e
m
e
n
t
o
f
a
n
y
gr
o
u
n
d
-di
s
t
u
r
b
i
n
g
a
c
t
i
v
i
t
i
e
s
,
t
h
e
a
p
p
l
i
c
a
n
t
s
h
a
l
l
e
n
t
e
r
i
n
t
o
a
P
r
e
-Ex
c
a
v
a
t
i
o
n
A
g
r
e
e
m
e
n
t
,
o
t
h
e
r
w
i
s
e
k
n
o
w
n
a
s
a
T
r
i
b
a
l
C
u
l
t
u
r
a
l
R
e
s
o
u
r
c
e
s
T
r
e
a
t
m
e
n
t
a
n
d
T
r
i
b
a
l
Mo
n
i
t
o
r
i
n
g
A
g
r
e
e
m
e
n
t
,
w
i
t
h
a
T
C
A
a
f
f
i
l
i
a
t
e
d
c
o
n
s
u
l
t
i
n
g
t
r
i
b
e
,
t
h
a
t
m
e
e
t
s
a
l
l
s
t
a
n
d
a
r
d
r
e
q
u
i
r
e
m
e
n
t
s
of
t
h
e
t
r
i
b
e
f
o
r
s
u
c
h
a
g
r
e
e
m
e
n
t
s
,
i
n
a
c
c
o
r
d
a
n
c
e
w
i
t
h
a
p
p
l
i
c
a
b
l
e
l
a
w
s
a
n
d
r
e
g
u
l
a
t
i
o
n
s
i
n
c
l
u
d
i
n
g
b
u
t
no
t
l
i
m
i
t
e
d
t
o
t
h
e
C
i
t
y
o
f
C
a
r
l
s
b
a
d
’
s
2
0
1
7
T
r
i
b
a
l
,
C
u
l
t
u
r
a
l
a
n
d
P
a
l
e
o
n
t
o
l
o
g
i
c
a
l
R
e
s
o
u
r
c
e
s
Gu
i
d
e
l
i
n
e
s
.
T
h
i
s
a
g
r
e
e
m
e
n
t
w
i
l
l
a
d
d
r
e
s
s
p
r
o
v
i
s
i
o
n
o
f
a
L
u
i
s
e
ñ
o
N
a
t
i
ve
A
m
e
r
i
c
a
n
m
o
n
i
t
o
r
a
n
d
co
n
t
a
i
n
p
r
o
v
i
s
i
o
n
s
t
o
a
d
d
r
e
s
s
t
h
e
p
r
o
p
e
r
t
r
e
a
t
m
e
n
t
o
f
a
n
y
T
r
i
b
a
l
C
u
l
t
u
r
a
l
R
e
s
o
u
r
c
e
s
a
n
d
/
o
r
Lu
i
s
e
ñ
o
N
a
t
i
v
e
A
m
e
r
i
c
a
n
h
u
m
a
n
r
e
m
a
i
n
s
i
n
a
d
v
e
r
t
e
n
t
l
y
d
i
s
c
o
v
e
r
e
d
d
u
r
i
n
g
t
h
e
c
o
u
r
s
e
o
f
t
h
e
Pr
o
j
e
c
t
.
T
h
e
a
g
r
e
e
m
e
n
t
w
i
l
l
o
u
t
l
i
n
e
t
h
e
r
o
l
e
s
a
n
d
p
o
w
e
r
s
o
f
t
h
e
L
u
i
s
e
ñ
o
N
a
t
i
v
e
A
m
e
r
i
c
a
n
m
o
n
i
t
o
r
s
an
d
t
h
e
a
r
c
h
a
e
o
l
o
g
i
s
t
a
n
d
m
a
y
i
n
c
l
u
d
e
t
h
e
p
r
o
v
i
s
i
o
n
s
o
u
t
l
i
n
e
d
i
n
C
R
-1.
Pr
i
o
r
t
o
c
o
n
s
t
r
u
c
t
i
o
n
Ci
t
y
o
f
C
a
r
l
s
b
a
d
CR
-3:
I
f
s
u
s
p
e
c
t
e
d
N
a
t
i
v
e
A
m
e
r
i
c
a
n
h
u
m
a
n
r
e
m
a
i
n
s
a
r
e
e
n
c
o
u
n
t
e
r
e
d
,
C
a
l
i
f
o
r
n
i
a
H
e
a
l
t
h
a
n
d
S
a
f
e
t
y
Co
d
e
S
e
c
t
i
o
n
7
0
5
0
.
5
(
b
)
s
t
a
t
e
s
t
h
a
t
n
o
f
u
r
t
h
e
r
d
i
s
t
u
r
b
a
n
c
e
s
h
a
l
l
o
c
c
u
r
u
n
t
i
l
t
h
e
S
a
n
D
i
e
g
o
C
o
u
n
t
y
Me
d
i
c
a
l
E
x
a
m
i
n
e
r
h
a
s
m
a
d
e
t
h
e
n
e
c
e
s
s
a
r
y
f
i
n
d
i
n
g
s
a
s
t
o
o
r
i
g
i
n
.
F
u
r
t
h
er
,
p
u
r
s
u
a
n
t
t
o
C
a
l
i
f
o
r
n
i
a
Pu
b
l
i
c
R
e
s
o
u
r
c
e
C
o
d
e
S
e
c
t
i
o
n
5
0
9
7
.
9
8
(
b
)
r
e
m
a
i
n
s
s
h
a
l
l
b
e
l
e
f
t
i
n
p
l
a
c
e
a
n
d
f
r
e
e
f
r
o
m
di
s
t
u
r
b
a
n
c
e
u
n
t
i
l
a
f
i
n
a
l
d
e
c
i
s
i
o
n
a
s
t
o
t
h
e
t
r
e
a
t
m
e
n
t
a
n
d
d
i
s
p
o
s
i
t
i
o
n
h
a
s
b
e
e
n
m
a
d
e
.
S
u
s
p
e
c
t
e
d
Na
t
i
v
e
A
m
e
r
i
c
a
n
r
e
m
a
i
n
s
s
h
a
l
l
b
e
e
x
a
m
i
n
e
d
i
n
th
e
f
i
e
l
d
a
n
d
k
e
p
t
i
n
a
s
e
c
u
r
e
l
o
c
a
t
i
o
n
a
t
t
h
e
s
i
t
e
.
A
Lu
i
s
e
ñ
o
N
a
t
i
v
e
A
m
e
r
i
c
a
n
m
o
n
i
t
o
r
s
h
a
l
l
b
e
p
r
e
s
e
n
t
d
u
r
i
n
g
t
h
e
e
x
a
m
i
n
a
t
i
o
n
o
f
t
h
e
r
e
m
a
i
n
s
.
I
f
t
h
e
Sa
n
D
i
e
g
o
C
o
u
n
t
y
M
e
d
i
c
a
l
E
x
a
m
i
n
e
r
d
e
t
e
r
m
i
n
e
s
t
h
e
r
e
m
a
i
n
s
t
o
b
e
N
a
t
i
v
e
A
m
e
r
i
c
a
n
,
t
h
e
N
A
H
C
mu
s
t
b
e
c
o
n
t
a
c
t
e
d
b
y
t
h
e
M
e
d
i
c
a
l
E
x
a
m
i
n
e
r
w
i
t
h
i
n
2
4
h
o
u
r
s
.
T
h
e
N
A
H
C
m
u
s
t
t
h
e
n
i
m
m
e
d
i
a
t
e
l
y
no
t
i
f
y
t
h
e
“
M
o
s
t
L
i
k
e
l
y
D
e
s
c
e
n
d
a
n
t
”
a
b
o
u
t
t
h
e
d
i
s
c
o
v
e
r
y
.
T
h
e
M
o
s
t
L
i
k
e
l
y
D
e
s
c
e
n
d
a
n
t
s
h
a
l
l
t
h
e
n
ma
k
e
r
e
c
o
m
m
e
n
d
a
t
i
o
n
s
w
i
t
h
i
n
4
8
h
o
u
r
s
a
n
d
e
n
g
a
g
e
i
n
c
o
n
s
u
l
t
a
t
i
o
n
c
o
n
c
e
r
n
i
n
g
t
r
e
a
t
m
e
n
t
o
f
re
m
a
i
n
s
a
s
p
r
o
v
i
d
e
d
i
n
P
u
b
l
i
c
R
e
s
o
u
r
c
e
C
o
d
e
5
0
9
7
.
9
8
.
Du
r
i
n
g
c
o
n
s
t
r
u
c
t
i
o
n
Ci
t
y
o
f
C
a
r
l
s
b
a
d
Appendix C
NCTD Right-of-Entry Work Plan
and
Access Authorization (AA) Permit
From:Ruth Hinman
To:Keri Martinez
Subject:233.10-233.66-1224-REV-CARL
Date:Tuesday, December 3, 2024 2:34:40 PM
Attachments:image001.png
Ms. Martinez,
NCTD has reviewed and approved the work plan as submitted and prepared by the City of Carlsbad
for the 2025 Manhole Rehabilitation project from milepost (MP) 233.10 to 233.66. Prior to
commencement of work, a For Construction submittal and Access Authorization (AA) permit are
required. More information on the submittal process may be found at the following link:
https://gonctd.com/about-nctd/accountability/working-around-the-rails/. In the For Construction
submittal please incorporate the below comments as garnered during the review and approval
process of the workplan.
Engineering:
Provide specific proposed fence modifications at each location.
Real Estate:
Update the NCTD Signal Maintenance Contractor contact information in the work plan to
NCTD Signal Maintenance https://gonctd.com/about-nctd/accountability/working-around-
the-rails/.
Any access changes must be covered by an agreement.
Temporary staging within the parking lot must be covered under the AA permit with
associated fees.
City will mark-out requested area and NCTD will not be responsible for reserving yard space.
Respectfully,
Ruth Hinman, MPAReal Estate Administrator
810 Mission Avenue | Oceanside, CA 92054 | o. 760.967.2834 | rhinman@nctd.org
CAUTION: Do not open attachments or click on links unless you recognize the sender and
know the content is safe.
PROPERTY ACCESS REQUEST - SUBMITTAL FORM
Date Submitted By (Name/Title)
Telephone Number Email Address
Nearest Cross Streets
Address
City State Zip Code
Project or Event Name
Description of Project/Event
Expected Start Date Expected Completion Date
List all Agencies, Contractors and Subcontractors
involved
Company or Agency Name
On behalf of (if applicable)
Address or Milepost
Yes No
Is there an existing agreement with NCTD
associated with this request?
If yes, please indicate the agreement
number below and include a copy with
your submittal.
Agreement #
Documents included with application:
Signed and Sealed Drawings Work Plan
Survey/Exhibit
Other
Additional information may be requested upon review. Typical review period is 4-6 weeks. An agreement will be issued after NCTD has
reviewed and approved the submittal, is in receipt of the required fees and receives evidence of insurance as required by NCTD.
Agreement
Site Plan
City of Carlsbad Sewer Manholes Rehabilitation Project
Preliminary Access Request Workplan in NCTD Right of Way
SUBJECT: Access for the City of Carlsbad (City) sewer manholes cleaning, inspection and
rehabilitation project.
PROJECT PURPOSE: The City’s project consists of cleaning and rehabilitating nine sewer
manholes. These below-grade manholes, spaced at approximately 400-foot intervals along the
North Ponto Sewer, a 27-inch-diameter vitrified clay pipe (VCP) gravity sewer pipeline, are
approximately 50 years old and are experiencing significant corrosion and degradation (Figure
1). To address potential leaks and structural failure, the proposed rehabilitation focuses on
internal manhole repairs (inspection, cleaning, wall/bench repairs and lining) Additionally, the
project includes some external work, including the replacement of all manhole frames and covers
and surrounding concrete pads.
LOCATION AND ACCESS: The nine manholes to be rehabilitated are located are located near the
North County Transit District (NCTD) Poinsettia Transit Station at Milepost 233.3 (Figure 2).
More specifically the manholes are within the NCTD right-of-way (ROW) and Waters End
Homeowners Association (HOA) conservation easement located between Avenida Encinas and
Poinsettia Lane in the City of Carlsbad (APNs 214-150-08, 214-150-11, 214-150-12, and
214-610-58) (Figure 3). The sewer pipeline and manholes are within a 15-foot wide sewer
easement (#63802) established in 1973 within the NCTD ROW (Attached Recorded Doc.,
73-240995). An additional 20-foot wide sewer and 8-foot wide access easements (#40146 and
#40145) are located at the southern end of the project site for access to the facilities
(Figure 4). The pipeline and manholes are located approximately 80-100 feet east of the
eastern rail spur.
While these manholes are located within the City’s sewer easement, they are also located
within Poinsettia Station Vernal Pool Preserve protecting sensitive habitat and species. Much
of the City’s easement extends longitudinally through the vernal pools. Therefore, in order to
comply with the city’s Habitat Management Preserve and various environmental regulatory
requirements to protect this habitat, the City is requesting temporary project access to the
Figure 1 – Examples of existing manholes to be repaired.
MH41A-5 MH41C-4
Project Location
Poinsettia Manhole Repair Project
SOURCE: USGS 7.5-Minute Series Encinitias Quadrangles
Dat
e
:
3
/
1
3
/
2
0
2
4
-
L
a
s
t
s
a
v
e
d
b
y
:
a
g
r
e
i
s
-
P
a
t
h
:
Z
:
\
P
r
o
j
e
c
t
s
\
j
1
3
8
7
8
0
0
\
T
a
s
k
2
\
M
A
P
D
O
C
\
D
O
C
U
M
E
N
T
\
I
S
M
N
D
\
F
i
g
u
r
e
1
_
P
r
o
j
e
c
t
_
L
o
c
a
t
i
o
n
.
m
xd
02,0001,000 Feet
Project Boundary
FIGURE 2
Carlsbad
Chula Vista
Coronado
El Cajon
Encinitas
Escondido
ImperialBeach
La Mesa
La Quinta
Lemon Grove
Menifee
Murrieta
Oceanside
Palm Springs
Poway
San Clemente
San Diego
San JuanCapistrano
San Marcos
Santee
Solana
Beach
Temecula
Vista
Wildomar Riverside
County
905
52
54
94
163
241
125
274
195
56
111
78
8674
67
74
76 79
805
215
15
5
8
SAN DIEGO
COUNTY
Project Site
)HHW
6(:(5($6(0(17
5(&12
17&'
17&'
17&'
:$7(56(1'+2$
/HJHQG
&LW\RI&DUOVEDG6HZHU
(DVHPHQW
17&'
17&'
:$7(56(1'+2$
17&'
7HPSRUDU\$FFHVV
3DWKZD\VWR0DQKROHV
Project Site Jurisdictional Boundaries
Poinsettia Manhole Repair Project
FIGURE 3SOURCE: City of Carlsbad
Z:\
P
r
o
j
e
c
t
s
\
j
1
3
8
7
8
0
0
\
T
a
s
k
2
\
M
A
P
D
O
C
\
D
O
C
U
M
E
N
T
\
I
S
M
N
D
Figure 4 Easements
15’ wide sewer easement
8’ and 20’ wide sewer & access easements
Conservation easements
manholes via shorter, direct access paths to each of these manholes (Figures 5 and 6). For the
three northern manholes in NCTD ROW (MH 41A-5, MH 41A-6, MH 41A-7) and the city is
requesting direct access to the manholes via pathways shown. The most southerly manhole
will be accessed via Sand Shell via a sewer access easement. The remaining five manholes
will be accessed via the Waters End HOA pedestrian trail into the NCTD ROW (MH 41C-1,
MH 41C-3, MH 41C-2, MH 41C-5, MH 41C-55).
Access to 3 of these manholes currently exists via 3-foot wide gates (Figure 7). However, the
City is requesting to make fence modifications to potentially widen these gates and include
new gates at the remaining locations. Fence and gates would be installed per NCTD’s
Engineering Standards (Attached ESD-5106). A separate submittal for fence modification and
gate installation will be submitted once a Contractor is selected (expected May 2025).
PROJECT SCOPE AND EQUIPMENT: Maintenance and rehabilitation activities will include
video inspection of the manholes and sewer line; pressure washing the inside of the manholes;
internal structural/crack repair to the manhole walls and benches with cementitious
materials; installation of an interior spray-applied epoxy liner; removing and replacing the
manhole frames and covers, and replacement of four and installation of five new the
external concrete pads around the manholes (Exhibits 8 and 9, City Engr Stds S-1A and S-4).
This project does not include the use of heavy equipment. Given the extreme
environmental sensitivity of this location, the City will use alternative methods and tools for
lining the manholes, while still adhering to the City rehabilitation standard. Plywood will be
temporarily placed along the access routes and work areas to minimize impacts to
vegetation and soil wherever worker/vehicle access and manhole inspection and remediation
is necessary. After completion, the contractor will remove the plywood from each manhole
work/access area. The types of equipment needed for these activities includes pressure
washing equipment, spray liner equipment, portable generators, etc. (Figure 10).
Any minor surface excavation will be completed using hand tools or small
equipment (including portable concrete mixer, jack hammer for removing concrete pads,
etc.).
L
A
N
A
K
A
I
L
N
SE AWARD AV E
E
M
B
A
R
C
A
D
E
R
O
L
N
LA N A K A I L N
LANAKAI LN
SANDS I DE C T
ST R A N D ST
B
AY
LN
L
A
N
A
K
AI
L
N
L
A
N
A
K
AI L
N
SH
O
R
E
LI
N
E D
R
L
A
N
A
K
A
I
L
N
LANAKAI LN
LANAKAI LN
LANAKAI LN
L
A
N
A
K
A
I L
N
AVENIDA ENCINAS
P
O
N
T
O
D
RC
A
R
L
S
BA
D
B
L
V
D
41A-5
41A-6
41A-7
41C-2
SOURCE: SANGIS 2023, 2024
Da
t
e
:
1
0
/
1
/
2
0
2
4
-
L
a
s
t
s
a
v
e
d
b
y
:
a
g
r
e
i
s
-
P
a
t
h
:
Z
:
\
P
r
o
j
e
c
t
s
\
j
1
3
8
7
8
0
0
\
T
a
s
k
2
\
M
A
P
D
O
C
\
D
O
C
U
M
E
N
T
\
R
e
s
t
o
r
a
t
i
o
n
\
F
i
g
u
r
e
6
A
-
V
P
_
S
p
e
c
i
e
s
_
20
2
3
.
m
x
d
016080Feet
Temporary Access Impact Area
Biological Study Area (50’ Buffer)
Poinsettia Station Preserve
Spreading Navarretia
San Diego Button Celery
San Diego Fairy Shrimp
FIGURE 5
Vernal Pool Species 2023
Ponto Sewer Manhole Rehabilitation Project
R ED C O RAL AVE
B R O OKS IDE C T
CORAL R E E F AVE
SAND SH EL L AV E
SAL T G RAS S AVE
S TR AND S T
BREAKWATER RD
C
L
EA
R
WA
T
E
R
S
T
S
H
O
R
E
L
I
N
E
D
R
CHANNEL RD
WAT
ERS
END
D
R
C
A
R
L
S
B
A
D B
L
V
D
S
W
E
E
T
WATE
R
S
T
T
R
A
D
EWIN
D
S D
R
C
A
T
A
M
A
R
A
N
D
R
41C-3
41C-5
41C-55
41C-6
SOURCE: SANGIS 2023, 2024
Da
t
e
:
1
0
/
3
/
2
0
2
4
-
L
a
s
t
s
a
v
e
d
b
y
:
a
g
r
e
i
s
-
P
a
t
h
:
Z
:
\
P
r
o
j
e
c
t
s
\
j
1
3
8
7
8
0
0
\
T
a
s
k
2
\
M
A
P
D
O
C
\
D
O
C
U
M
E
N
T
\
R
e
s
t
o
r
a
t
i
o
n
\
F
i
g
u
r
e
6
B
-
V
P
_
S
p
e
c
i
e
s
_
20
2
3
.
m
x
d
016080Feet
Temporary Access Impact Area
Biological Study Area (50’ Buffer)
Poinsettia Station Preserve
Riverside Fairy Shrimp
Orcutts Brodiaea
Callifornia Orcutts Grass
41C-2
FIGURE 6
Vernal Pool Species 2023
Ponto Sewer Manhole Rehabilitation Project
Figure 7 Access Locations
MANHOLE
PROFILE
NOTES:
SECTION A-A
PIPE TO MANHOLE
CONNECTION DETAIL
Manhole Rehabilitation - Typical Section and Detail
Poinsettia Manhole Repair Project
FIGURE 8SOURCE: City of Carlsbad, 04-29-2022
Z:\
P
r
o
j
e
c
t
s
\
j
1
3
8
7
8
0
0
\
T
a
s
k
2
\
M
A
P
D
O
C
\
D
O
C
U
M
E
N
T
\
I
S
M
N
D
HALF SECTION
FRAME & COVER
NOTES:
INNER COVER
TOP SIDE
HALF PLAN
FRAME & COVER
SECTION A-A
BOTTOM SIDE
5
A A
'9'4
%
%
&+6 ;1(#4.5$#
Manhole Frame and Cover Typical Sections
Poinsettia Manhole Repair Project
FIGURE 9SOURCE: City of Carlsbad, 04-29-2022
Z:\
P
r
o
j
e
c
t
s
\
j
1
3
8
7
8
0
0
\
T
a
s
k
2
\
M
A
P
D
O
C
\
D
O
C
U
M
E
N
T
\
I
S
M
N
D
The City proposes to contract the cleaning and repair activities to be done during the dry
season, specifically during mid-August to mid-October to avoid impacts to sensitive wildlife
species and bird nesting. Full-time construction inspection, environmental consultant/inspector
and cultural/archaeological monitoring will be employed onsite during all construction
activities.
PROJECT STAGING: Given this project will not use heavy construction equipment, it is
expected minimal staging will be required. Most equipment will be transported to the
site via pick-up truck(s) and removed offsite daily. The City is requesting a minimal
staging area of 2 parking stalls within the Poinsettia Transit Station parking lot (Figure
10). The City also expects to use parking area at the City’s Sand Shell lift station at the
southern boundary of the project, as needed.
TRAFFIC, DUST, NOISE, OR OTHER IMPACTS: The City’s environmental consultant have
prepared an Initial Study and Mitigated Negative Declaration (ISMND) for this project
which addresses all potential environmental impacts. At the time of this access submittal,
the ISMND is scheduled for public review in January 2025. As site access and staging is
required to be identified, this request is being submitted concurrently with CEQA
documentation.
Minimal impacts are expected from this work. Traffic includes worker access to the parking
lot and pedestrian trails. Dust impacts will be minimal associated with pedestrian trail
truck access, worker pedestrian access to each manhole, concrete pad removal and minimal
surface preparation for concrete pad installation. Noise impacts will be minimal and
associated with portable generator equipment required for pressure washing, manhole
ventilation, and spray liner equipment.
CONTACTS:
In event of an emergency: Call 911
NCTD 24/7 Operations Control Center: 760-966-6700
NCTD Signal Maintenance Contractor: Bombardier Transportation 760-975-9692
City of Carlsbad Utilities: Keri Martinez, Utilities Engineer 442-200-7376
City of Carlsbad Utilities: Wastewater Supervisor, 760-802-4634
Figure 10 Typical Manhole Rehab Equipment
Figure 11 -Proposed Temporary Staging Area
Temporary Staging Area – 2 parking stalls
ATTACHMENT 1
,kc .. " m I810
,.
< 'I .!. Cahen recorded, return to: CITY OF CARLSBAD 1200 'Elm Avenue Carlsbad, Ca. 92.008
(Recording requested by:
. ,.
/' i;' '. %z
<,L . , , ,.,
fi,
Ciky of Carlsbad)
<* I. d) F ,I", II = , a c .-. P, .;': $73=..4 "".-:" ..-
33S;K :$73- /+h j?pQEDi:D RF.a&$T OF <, > uL&,Lk+ln "m"....nr.o CLERK
j&G p'i 9 22 AH j (j
OFF!C!A!, it$. :.:3ms ;!-!A ~1260 &4$iJT:f,Eh!JFt HLREY F,EL$W REeaaQga
m r;l
EASEMENT
FROM
THE ATCHISON, TOPEKA AND SANTA FE RAILWAY COMPANY
TO
CITY OF CARLSBAD
Covering certain real property
situate in zhe City of Carlsbad,
County of San Diego, State of
California.
Dated July 16 1 1973 - .
ASSESSOR'S PARCEL NUMBERS: 214-150-11 and 12
214-171-12
w 131.1 QOCUM fro! ARY TRANSFER TAX $ _...__.....-, A*
EASEMENT, Made this 16th day of July ... I
1973, from THE ATCHISON, TOPEKA AND SANTA FE
RAILWAY COMPANY, a Delaware corporation, herein-
after called "Santa Fe," first party, to CITY OF
CARLSBAD, .a California municipal corporation,
hereinafter called "City, I' 'seCohd p'ar.ty.
IN CONSIDERATION of the sum of Ten Dollars ($101, lawful
money of the United States of America, to it paid, and of other
good and valuable consideration, the receipt whereof is hereby
acknowledged, Santa Fe hereby grants to City an easement for the
construction, maintenance, operation, inspection, repair and re-
construction of a sanitary sewer line and appurtenances (herein-
after called "Sewer Line") through, under and across those certain
two parcels of land in the City of Carlsbad, County of San Diego,
State of California, being a portion -of The Atchison, Topeka and
Santa Fe Railway Company's 200 foot wide right of way in Sections
28 and 29, Township 12 South, Range 4 West, San Bernardino Meridian,
described as follows: (Assessor's Parcel Nos. 214-150-11 & 12, and 214-177-12)
'PARCEL NO. 1
A strip of land, 15.00 feet in width by approxi-
mately 5,117 feet in average length, the easterly
line of said strip being described as follows:
Beginning at the intersection of the easterly line of said right of way with the northerly line
of Lot 1 of said Section 29; thence South 21°08'15"
East, along the easterly line of said right of way, 3,054.20 feet to a point hereinafter referred to as Point "A" ; thence continuing South 21°08'15"
East along last said line, 2,062.69 feet to the point of'ending in the southerly line of the North Half of the South Half of the Southwest .Quarter of
said Section 28.
0- 0 I)
3181 2
The westerly line of said strip is to originate
in said northerly line and is to terminate in said southerly line.
Containing an area of 1.762 acres, more or less.
PARC,E,L NO. 2,
A strip of land, 20 feet in width by approxi- mately 200 feet in average length, which lies be- tween lines that are parallel'with and distant
10..00 feet measured at right angles from and on each side of the following described center line:
Beginning at the hereinabove described Point "AI'; thence South 71O21'45" West 200.19 feet to the point of ending in the westerly line of said. right of way.
The side lines of said strip are to originate
in the easterly line of said right of way and
are to terminate in the westerly line of said
right of way.
Excepting therefrom, all that portion which lies within the her.einabove described Parcel 1.
Containing an area of 0.085 of an acre, more or less, exclusive of said exception.
EXCEPTING AND RESERVING the right, to be exercised by
the Santa Fe and by any others who have obtained or may obtain
permission or authority from Santa Fe so to do, (a) to operate,
maintain, renew and/or relocate any and all existing railroad
track or tracks, wires, pipes and other facilities of like char-
acter upon, over or under the surface of the premises hereinabove
described; and (b) from time to time to construct, operate, main-
tain, renew and/or relocate upon, over or under -the surface of
said premises additional facilities of the character described
in Clause (a) of this paragraph, consistent with the rights granted
-2-
w 13.1.3 e
herein, without in any instance being required to obtain the con-
sent of City the same as if this easement had not been executed.
TO HAVE AND TO HOLD the above described easement unto
City solely for the aforesaid purposes so long as said pre-
mises shall be so used, together with the right to enter upon and
to pass and repass over and along said premises for the purpose
of constructing, maintaining, operating, inspecting and repairing
said Sewer Line, subject, however, to all licenses, leases, ease-
ments, restrictions, reservations, conditions, covenants, encum-
brances, rights and rights of way, liens and claims of title which
may in anywise -affect the said premises, and subject also to the
express conditions subsequent following:
(a) That City shall restore and replace the surface
of, and/or any improvements on, the aforesaid premises and shall
repair any and all damages to the property of Santa Fe, its lessees,
licensees, successors and assigns, upon or adjoining said premises
which is injured or damaged in the construction, maintenance, or
performance of other work on said Sewer Line or by reason of the
presence or use thereof.
(b) That said Sewer Line shall consist of a vitrified
clay pipe sewer line twenty-seven (27) inches in diameter with
twelve (12) eight (8) inch vitrified clay pipe connections and
one (1) eight (8) inch diameter vitrified clay pipe crossing under
Santa Fe's tracks encased in a steel casing pipe. Said Sewer Line
shall be not less than ten (10) feet below base of rails of Santa Fe'
-3-
.I 0 e ,.
1814
tracks and shall be constructed and thereafter maintained in a manner
which shall not interfere with the operation of Santa Fe's trains,
locomotives, motors and cars, satisfactory to Santa Fe's Assistant
General Manager-Engineering.
(c) That City shall at all times keep said Sewer Line
in good condition and repair and, should it fail to do so, shall
emit Saaea FQ te mk~ mek FeDairg urmd~~ kh~ drf~~tian af ite
Assistant General Manager-Engineering as he may deem necessary for
the preservation of Santa Fe's property, and in such event City
shall refund to Santa Fe the amount expended therefor.
(d) That City shall adequately protect said Sewer Line
placed upon, through and across the hereinabove described land, as an(
when needed, to permit Santa Fe to lay, maintain, relocate and. operatc
railroad tracks and facilities upon, along and/or across said land.
(e) That at all times during the progress of the work
of constructing said Sewer Line, City shall permit a representative
of Santa Fe to inspect such work, and that such work shall be done in
a manner satisfactory to such representative, and SO as not to cause
any damage to Santa Fe's facilities, and that the type of Such con-
struction shall be subject to the approval of the Assistant General
Manager-Engineering of Santa Fe.
(f) That City, insofar as it may legally do SO, shall
assume and at all times indemnify and save harmless Santa Fe
against and pay in full all loss, damage or expense that .Santa Fe
may sustain, incur or become liable for, resulting in any manner
-4-
w 1815
I,
from the construction, maintenance, use, state of repair, or pre-
sence of the Sewer Line, including any such loss, damage or expense
arising out of (a) loss of or damage to property, including without
limitation, property of Santa Fe and City, (b) injury to or death
Of persons, or (c) mechanic's or other liens of any character.
(4) That if the premises hereinabove described, or any
portion thereaf, shall cease to be used for the purposes above
stated, then and in that event the easement hereby given shall, as
to such portion or portions as the case may be, thereupon cease
and determine, and Santa Fe, its. successors and assigns, may re-
enter thereon and resume possession thereof the same as though this
easement had not been executed.
Each of the foregoing conditions shall also be deemed to
be covenants which City, ,by its acceptance hereof, agrees to per-
form, and shall be binding upon and shall inure to the .benefit
of the parties hereto, their successors and assigns.
Upon the breach of any of the conditions herein set forth,
then and in that event the easement hereby given shall thereupon
cease and determine and Santa Fe, its successors and assigns, shall
resume possession thereof the same as though this easement had not
been executed.
In case of the eviction of City by anyone owning or
claiming title to or any interest in the premises hereinabove
described, Santa Fe shall not be liable to City for any damage
whatsoever.
-5-
.. w 0 1%31.6
This instrument is given without warranty of title of
any kind, express or implied, and no covenant of warranty of title
shall be implied from the use of any word or words herein contained.
IN WITNESS WHEREOF, Santa Fe has duly executed this
instrument the day and year first above written.
-6-
.. 0 * 1. ... '.
193 7
STATE OF ILLINOIS )
COUNTY OF COOK ) ) ss.
On this ;,2;/7.?%' day of !)%$;< ., J in the year
one thousand nine hundred and seventy-Tx<~;;, , before me,
T. 1. FEENEY - , a Notary Pub'lic in and for said
County of Cook, State of Illinois, personally appeared
JQrn c.. DAVIS , known to me to be the Vice President
of the corporation that executed the within and foregoing
instrument, and known to me to be one of the persons who
executed the said instrument on behalf of the corporation
therein named, and acknowledged to me that such corporation
executed the within instrument pursuant to its by-laws or a
resolution of its Board of Directors.
IN WITNESS WEREOF, I have hereunto set my hand and
affixed my official seal in said County the day and year in
this certificate first above written.
I. L/,,-;-/ " -. ,-
/- ? "./ , ~ / "C<XT. 1 s ~ -+&-
Notary m'lic in and for&kid
County of Cook a'/*
State of Illinois
,. -
-7-
,.. 0 1R.I 8 0
STATE OF CALIFORNIA )
) ss.
COUNTY OF LOS ANGELES )
On this Jd& day of f & CY , in the year
one thousand nine hundred and seventy- /fEA , before me,
KaroidD, Srnif!d , a Notary Public in and for said
County of Los Angeles, State of California, personally
appeared TN. D. Bentley , known to me to be the Assistant
Secretary of the corporation that executed the within and
foregoing instrument, and known to me to be one of the persons
who executed the said instrument on behalf of the corporation
therein named, and acknowledged to me that such corporation
executed the within instrument pursuant to its by-laws or a
resolution of its Board of Directors.
IN WITNESS WEREOF, I have hereunto set my hand and
affixed my official seal in said County the day and year in
this certificate first above written.
~11~16528~Pll~l~~619E8~~8~R~U~S~~3~~~~~~~~0E~Z~~E~~~~~D~~~ -
I OFFICij5.L SEAL m I¶
HAR3LC D. SMITH :
-
m -
NOTARY PU3L!C -CALIFORNIA g
PR!N7tTAL OFFICE IN s - COS ANGELiS COUNTY i
.I
%ae:bMIP:~~uePPf~Ec~~~~~~~s~~~~~e~s~~
$!an E>tpiu=s C.S. 14. 1974 i
(SEAL).
Notary public in and for said
County of Los Angeles
State of California
-8-
. I/ il ?j
e- 1919 9
ji 11
1j
I.
1;
,
. :i I;
.I. j! ; I
RFSCI i'Ti,J>j ti;-i - -.# tJ* 3203 "
~ $1 L :I
jl ,q ~FZO!-~j~~~)i aF i37 I_ nTTY u- I r9iifli:Ii *.vi, GF ?2E L!
-..
3 i! SET'$ aj= c;jXL jaAi), C,?.iIF3Rfi/TA3 .4cCEPTE>{G A :i
1:
1; l_l !'i 5 T?*Z - ' - - -l~z~i~ !-:J3 ~L~LZ ;uA?r03t3. .- ",:- ?I,?- "9
4 /I
/j
5 !I \\{SEREAS, the d2sjgn 2nd c~~str~~tj.;n a$ a 27 jzch S~WS~ Ii I! Sij i;y'!;eK 1 T, i ;zE y/iihin 'E,?? ,:tchison, ioptka ,2ni anta ~e 331 iway .. - ...
i/ 711 Conpa~y right of ~ay at F'oo'nszttja Lane x'as nzc2ssitated
811 by the ij,cj.~2p" ,Lsi 1 Lana I" ~nc.-Sg-uoia Pacf-Fic Rsa7cC
I/
'1 /I 91 devz~opment of SZ~GU:~ Pacific Mobile 2332 park tinit NO. I; a
10 /i
l1
13
I 1 City;
WHEREAS, Occidental Land inc. has secured the easements
necessary for said ffne from said railroad and has subrnitted
X,2 a deed conveying said ea5erneR-t to "the Cjty at no ccrst to the I
0 14
$a
NOW., THEREFORE, BE IT 2ESOL'v'EB by the City Council of: Lh
e A z a ' n IS
;>:;
Cjty of .Carfsbad, California, as .fo?!ows:
mu "A 17 I/
;:Lu5 0(-j3z is/
i
I. That the abov2 recitations are -i?!;e and correct,
2. rnat the 62ed co~veying an easement to the CiLy 07 5 4 1:
LL' '5< I L>Luc) ~uad - uzzq oE m 18 1 Carlsbad for,the construction, mafntenance, operation, zo m SF a Q<
-*
_I
0 19 1 fnspection and repair of a sanitary sewer line and appurtenan ?_ 0 X) 1 in 2nd across the Atchison, Topeka and Santa Fe Railway
2111 Ccxgany right of way at Poinsettia tane .is here,by acc2pted,
22 Ij 3. 1 nat the City Clsrk is h~reby allthorized to caus5 -7
231 th2 origizal deed to b2 recorded in the office of the County
24 Ij Recorder of San Diego Co~nty, State of Cafifornia, with a
25
26 11
1 cert:f?:ed copy or^ tc:s resolutian attached and is directed tc
28 // /j fsr s2id 2a$sT2gt ks 55,:d ?2.j: .r23a1j,
*. . I -rcr;~zrd 2 certi-fj2.i ... PC-:: - v ." , of i>fs ;+gsg',utfi2n tc Attorney
I"
2 ) I 1 C>.J j 5 p.* . p\ 0 e 'I '-
,r
hi, tkat Ccc;C?-ntai tan2 Inc, E?zy e-i-i;act payment -r +c
29 ji p;*sj.:3, ;qilppr?r''cn a;ln ,G,CGP?ED at (., rp.;y'i 3T g;eetjng rJp
Ii , *.J'i" ,.!.::;
.q -c;je L'jty !"nl1..,- ,-..4-l*;L? , .. ! GG .;;:,? .. L! O? st day 36; 'qQg:Js.t;, 1372 J by KR& .I
/I 31 jj !; ji/;
Ii 52 ii i/
i/
I!
!!
!I
Ij
I! Ii
i:; ,:
:i.
i"
I
i '
D Q m rn 1 .u K< 2 00
G+ z>
*3 u.
5% za zp =-I- Q
?- T '3
.. . I: e \: I: 1920
I !j ;\
I! ::
{l ii
I; I
/I .1 ~ j - f<>j .! 5>dj ng .io.&, to >A j + * 11 Y.
.::; : 1 i, I . ,& 5f 5 5 ; frcn. Dzn.32 > ?lcC:c _,.
3 i/ /j
/i i!
I, ;\ 1 I/
j/
if
" I/
!j !\
6 /I
i;
11
I1
'I //
a j\
7 : :" c <- itJ-3: ?ione.
)i.iL '7c-117 5 ,J c j'/ ; f Pi 0 n e ,
11 P, i i r>T: " "7 -
9 (i ; (7 ,(#$~iAK/&~7z7 . ,. - >>A/&
E. fi,DAMS, City Cierk 13.' I
,j ." I, .- oi *y.:......V~i.yc)g:j .,,, ; ij., , '. .. ' " ni a Nm Smi th, Deputy
:: 13 ,y( ;&a 1 1, '.;;
.- $. ..,,I - o 4..' ,'; ; ". ;;
;,7 '18 , ,._. ., - 1, ".
I. .: , .
... ..> ,4 2 ' s ,.
'I-:. _e *-. ""jp , ;.::;:.:?: *' . ,"". ..
g 15 .,Il ,:.,:;;;;:',' ;" .'
.. 8, It -'r-,T A s-1 d b*.*de+-y,.+ ,' " ?I......* , . '.
m '. !:,!, F,', ,.:: ' .
PI 0
1?1 5
:= 32 15; $5 171 ;;V
0 ad '2
c,? -I E 2
18 I\
l9 !
20 I
21 1 22 j
23 1
ji
25 1/ 26 j
2'7 i 2.8 1
29 ;I !I 30 I! 11
si I!
24 li
1 1
1
-7 Ii 1,
/i 32 /I I/ !: /j
![ jj
ii ji
li i
nas
2.
0
, L2>/iS, c::2s2 and rraz3e. 7-
// L K"-- -
?
.. -
.l .. t m 1921 0
STATE OF CALIFORNIA, )
couvyi ;; syi ;Ere) ym i t h
I, ../ .._..._.._. R.e@.!J..ty _...., City Clerk of tlle C;ity of C;trlst)atl, Connty of San Diego, State of California,
hereby certify that I have colrtparetl the foregoing copy with thc origil~al ..... R.e.s.Q.l ..~c.t.i.Q~.... pnssed and
adoptcsd hy said City C(~nilcil, at .a....Yl.e.g.u.l.a.r.......... nweting tllrrtwf, at tire ti~nr and by the vote tllcrcin
stated,. ?+jg~<,oripin:l~ . ..R eS.0.l .. u..t;.i..O.n.... is now on file in my ofEcc.: t~lat t11e same contains a full. true
and c~)r~~,c.t.tF;ll;i.C.Eil)t tIz:~t*frotn ;rntI of thc wIloIt! thercof. ..
.. .. ..
.<' \vit!;lss. Iny 11ad ant1 t~w scx~ of wicI City of C;trlsl)otI, tlris ...2 4. clay of ___.. A.u.~.u.s.$., .__. 1.9.2.3 .__.______. .. .. ., ,.
.. .. : , . . ..; ,' . ,. . (/;/: _, . """
., ., . ,. , < ., .. /+ c' .* .. ..
.I (~~~~.~~~~~~~~~~.~~,,~ ~. ..
7 ,;pG?A~.c&<+&<. .:..d..z . ~?"=&~~ ,. ,;. -3- ., . . p Up5/ City Clcrk
I. I, . I. ;I
'.,#,,;&:*<,,
ATTACHMENT 2
8'-0" MAX.
GATE PANEL
10'-0"10'-0"GATE
LENGTH AS SPECIFIED
3'-
0
"
AT
G
A
T
E
P
O
S
T
1'-
5
1
/
2
"
CL
R
.
10'-0"
1'-
2
1
/
2
"
10'-0
"
10'-0
"
2'
-
6
"
2'
-
6
"
END OF CORNER POST ASSEMBLY
2'-6" FOR FABRIC LESS THAN 60" HIGH
3'-0" FOR FABRIC 60" AND OVER.
2'-
0
"
MA
X
.
EM
B
E
D
M
E
N
T
(T
Y
P
.
)
TRACK
R.O.W. LIMITS
6"OR AS SPECIFIED
OR SHOWN ON
DETAIL PLANS
(SEE NOTE BELOW)
FENCE LOCATION
GATE
WIDTHS
NOMINAL
I.D.
WEIGHT
PER FT.
GATE POST 6'-0" AND LESS
4.95UP THRU 6'
OVER 6'
THRU 12'
OVER 12'
TO 18'
OVER 18' TO
24' MAX.
4"
5"
6"
10.79
14.62
18.97
GATE
WIDTHS
NOMINAL
I.D.
WEIGHT
PER FT.
7.58UP THRU 6'
OVER 6'
THRU 12'
OVER 12'
TO 18'
OVER 18' TO
24' MAX.
5"
6"
8"
14.62
18.97
28.55
GATE POST OVER 6'-0"
3"
LINE POSTS
ROUND
I.D."H"ROLL
FORMED
2"
ROUND
I.D.
END, LATCH & CORNER POSTS
ROLL FORMED
2"
ROUND
I.D."H"ROLL FORMED
BRACES
OVER 6'-0"
6'-0" & LESS
FENCE
HEIGHT
TYPICAL MEMBER DIMENSIONING ( SEE NOTES)
NOTES:
FABRIC TYPES:
TYPE CL-4 = 48" FABRIC.
TYPE CL-6 = 72" FABRIC.
ABOVE POST DIMENSIONS AND WEIGHTS ARE
MINIMUMS. LARGER SIZES MAY BE USED ON
APPROVAL OF SANDAG.
SCALE: NONE
2'-6" FOR FABRIC LESS THAN 60" HIGH
3'-0" FOR FABRIC 60" AND OVER.
THE TABLE BELOW SHOWS EXAMPLE OF POST AND BRACE SECTIONS
WHICH MAY COMPLY WITH THE SPECIFICATIONS.
SECTIONS SHOWN IN THE TABLES MUST ALSO COMPLY WITH THE STRENGTH
REQUIREMENTS AND OTHER PROVISIONS OF THE SPECIFICATIONS.
OTHER SECTIONS WHICH COMPLY WITH THE STRENGTH REQUIREMENTS
AND OTHER PROVISIONS OF THE SPECIFICATIONS MAY BE USED ON
APPROVAL OF SANDAG DIRECTOR OF ENGINEERING.
OPTIONS EXERCISED SHALL BE UNIFORM ON ANY ONE PROJECT.
DIMENSIONS SHOWN ARE NOMINAL.
WIRE GAGE TO BE 11 GA. OR 9 GA. AS DETERMINED BY FIELD CONDITIONS.
FOR ADDITIONAL INFORMATION REFER TO SANDAG/NCTD STANDARD SPECIFICATIONS
GENERAL PROVISIONS SECTION 80, RIGHT OF WAY AND TRAFFIC CONTROL
FACILITIES - FENCING.
FENCE POSTS SHALL BE SET IN CONCRETE FOOTINGS INTO SUITABLE SOIL
CONFORMING TO THE DETAILS SHOWN ON THIS DRAWING AND CROWNED AT
THE TOP TO SHED WATER.
PORTLAND CEMENT CONCRETE FOR METAL POST FOOTINGS AND FOR DEADMEN
SHALL BE PRODUCED FROM COMMERCIAL QUALITY AGGREGATES AND CEMENT
AND SHALL CONTAIN NOT LESS THAN 275KG OF CEMENT PER CUBIC METER.
1.
2.
3.
4.
5.
6.
7.
8.
9.
DIAGONAL BRACE OR
HORIZONTAL BRACE
WITH TRUSS RODS
LATCH POST
VERTICAL
STAY
GATE POST
LINE POST
PCC
HORIZONTAL BRACE WITH38" STEEL TRUSS RODSBRACE TO BE REMOVED AFTER ALL OTHER
FENCE CONSTRUCTION IS COMPLETED
UNLESS OTHERWISE DIRECTED BY
SANDAG/NCTD
BRACE
TRUSS
RODS
PCC
HORIZONTAL BRACE WITH ROD
MAY BE USED AS ALTERNATE TO
A DIAGONAL BRACE
LINE POST
PCC
TENSION WIRE
DIAGONAL BRACE
NOT LESS THAN 3 TIMES
MAXIMUM CROSS SECTION
OF POST WITH MINIMUM
OF 8".
2"
3 12" x 3 12"
3 12" x 3 12" 2
12" x 2 12"
1 12" x 1 516"
2 12"
1 12" 1
78" x 1 58"
2 14" x 2" 2" x 1
34"
1 78" x 1 58"2" x 1 34"1 14"
1 14"1 58" x 1 14"
1 58" x 1 14" 1
34" x 1 14"
1 34" x 1 14"1 12" x 1 516"
LINE POSTS AT 10'-0" MAXIMUM INTERVALS
BRACED AND TRUSSED IN BOTH DIRECTIONS
EXCEPT THAT THIS BRACING AND TRUSSING
MAY BE OMITTED WHEN THE FABRIC IS
STRETCHED BY THE EQUIPMENT.
OF1 1
10/08/15
ESD-5106
NONE
REV. DATE DESCRIPTION DES. ENG.
DATE
DRAWN
RECOMMENDED
CHECKED
ENGINEERING STANDARD DRAWINGS DRAWING NO.
SCALE:
DRAWING SHEET NO.
CONTRACT SHEET NO.
REVISIONS
SAN DIEGO ASSOCIATION OF GOVERNMENTS
401 B Street, Suite 800
San Diego, CA. 92101
www.sandag.org
810 Mission Avenue
Oceanside, CA 92054
www.gonctd.com
RAILPROS
DESIGNER PE STAMP
B. SCHMITH
B. SMITH
R.O.W. FENCE DETAILS (CHAIN LINK)
SANDAG/NCTD ENGINEERING STANDARDS ARE INTENDED FOR SANDAG/NCTD APPROVED USES ONLY.FOR NON-SANDAG/NCTD APPROVED USES:SANDAG/NCTD SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF THE DATAOR INFORMATION CONTAINED HEREIN. THE SELECTION AND USE OF THESE STANDARDS IS THE SOLERESPONSIBILITY OF THE USER AND SHOULD NOT BE USED WITHOUT CONSULTING A REGISTEREDPROFESSIONAL ENGINEER. ALL WARRANTIES AND REPRESENTATIONS OF ANY KIND AREDISCLAIMED. ANYONE MAKING USE OF THIS INFORMATION AGREES THAT IT ASSUMES ALL LIABILITYARISING FROM SUCH USE. NO PART OF THESE STANDARDS SHOULD BE REPRODUCED ORDISTRIBUTED IN ANY FORM OR BY ANY MEANS WITHOUT THE PRIOR WRITTEN PERMISSION OFSANDAG/NCTD. ALL RIGHTS RESERVED.
SANDAG/NCTD ENGINEERING STANDARDS ARE INTENDED FOR SANDAG/NCTD APPROVED USES ONLY.FOR NON-SANDAG/NCTD APPROVED USES:SANDAG/NCTD SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF THE DATAOR INFORMATION CONTAINED HEREIN. THE SELECTION AND USE OF THESE STANDARDS IS THE SOLERESPONSIBILITY OF THE USER AND SHOULD NOT BE USED WITHOUT CONSULTING A REGISTEREDPROFESSIONAL ENGINEER. ALL WARRANTIES AND REPRESENTATIONS OF ANY KIND AREDISCLAIMED. ANYONE MAKING USE OF THIS INFORMATION AGREES THAT IT ASSUMES ALL LIABILITYARISING FROM SUCH USE. NO PART OF THESE STANDARDS SHOULD BE REPRODUCED ORDISTRIBUTED IN ANY FORM OR BY ANY MEANS WITHOUT THE PRIOR WRITTEN PERMISSION OFSANDAG/NCTD. ALL RIGHTS RESERVED.
Appendix D
NCTD Standard Drawings
8'-0" MAX.
GATE PANEL
10'-0"10'-0"GATE
LENGTH AS SPECIFIED
3'-
0
"
AT
G
A
T
E
P
O
S
T
1'-
5
1
/
2
"
CL
R
.
10'-0"
1'-
2
1
/
2
"
10'-0
"
10'-0
"
2'
-
6
"
2'
-
6
"
END OF CORNER POST ASSEMBLY
2'-6" FOR FABRIC LESS THAN 60" HIGH
3'-0" FOR FABRIC 60" AND OVER.
2'-
0
"
MA
X
.
EM
B
E
D
M
E
N
T
(T
Y
P
.
)
TRACK
R.O.W. LIMITS
6"OR AS SPECIFIED
OR SHOWN ON
DETAIL PLANS
(SEE NOTE BELOW)
FENCE LOCATION
GATE
WIDTHS
NOMINAL
I.D.
WEIGHT
PER FT.
GATE POST 6'-0" AND LESS
4.95UP THRU 6'
OVER 6'
THRU 12'
OVER 12'
TO 18'
OVER 18' TO
24' MAX.
4"
5"
6"
10.79
14.62
18.97
GATE
WIDTHS
NOMINAL
I.D.
WEIGHT
PER FT.
7.58UP THRU 6'
OVER 6'
THRU 12'
OVER 12'
TO 18'
OVER 18' TO
24' MAX.
5"
6"
8"
14.62
18.97
28.55
GATE POST OVER 6'-0"
3"
LINE POSTS
ROUND
I.D."H"ROLL
FORMED
2"
ROUND
I.D.
END, LATCH & CORNER POSTS
ROLL FORMED
2"
ROUND
I.D."H"ROLL FORMED
BRACES
OVER 6'-0"
6'-0" & LESS
FENCE
HEIGHT
TYPICAL MEMBER DIMENSIONING ( SEE NOTES)
NOTES:
FABRIC TYPES:
TYPE CL-4 = 48" FABRIC.
TYPE CL-6 = 72" FABRIC.
ABOVE POST DIMENSIONS AND WEIGHTS ARE
MINIMUMS. LARGER SIZES MAY BE USED ON
APPROVAL OF SANDAG.
SCALE: NONE
2'-6" FOR FABRIC LESS THAN 60" HIGH
3'-0" FOR FABRIC 60" AND OVER.
THE TABLE BELOW SHOWS EXAMPLE OF POST AND BRACE SECTIONS
WHICH MAY COMPLY WITH THE SPECIFICATIONS.
SECTIONS SHOWN IN THE TABLES MUST ALSO COMPLY WITH THE STRENGTH
REQUIREMENTS AND OTHER PROVISIONS OF THE SPECIFICATIONS.
OTHER SECTIONS WHICH COMPLY WITH THE STRENGTH REQUIREMENTS
AND OTHER PROVISIONS OF THE SPECIFICATIONS MAY BE USED ON
APPROVAL OF SANDAG DIRECTOR OF ENGINEERING.
OPTIONS EXERCISED SHALL BE UNIFORM ON ANY ONE PROJECT.
DIMENSIONS SHOWN ARE NOMINAL.
WIRE GAGE TO BE 11 GA. OR 9 GA. AS DETERMINED BY FIELD CONDITIONS.
FOR ADDITIONAL INFORMATION REFER TO SANDAG/NCTD STANDARD SPECIFICATIONS
GENERAL PROVISIONS SECTION 80, RIGHT OF WAY AND TRAFFIC CONTROL
FACILITIES - FENCING.
FENCE POSTS SHALL BE SET IN CONCRETE FOOTINGS INTO SUITABLE SOIL
CONFORMING TO THE DETAILS SHOWN ON THIS DRAWING AND CROWNED AT
THE TOP TO SHED WATER.
PORTLAND CEMENT CONCRETE FOR METAL POST FOOTINGS AND FOR DEADMEN
SHALL BE PRODUCED FROM COMMERCIAL QUALITY AGGREGATES AND CEMENT
AND SHALL CONTAIN NOT LESS THAN 275KG OF CEMENT PER CUBIC METER.
1.
2.
3.
4.
5.
6.
7.
8.
9.
DIAGONAL BRACE OR
HORIZONTAL BRACE
WITH TRUSS RODS
LATCH POST
VERTICAL
STAY
GATE POST
LINE POST
PCC
HORIZONTAL BRACE WITH38" STEEL TRUSS RODSBRACE TO BE REMOVED AFTER ALL OTHER
FENCE CONSTRUCTION IS COMPLETED
UNLESS OTHERWISE DIRECTED BY
SANDAG/NCTD
BRACE
TRUSS
RODS
PCC
HORIZONTAL BRACE WITH ROD
MAY BE USED AS ALTERNATE TO
A DIAGONAL BRACE
LINE POST
PCC
TENSION WIRE
DIAGONAL BRACE
NOT LESS THAN 3 TIMES
MAXIMUM CROSS SECTION
OF POST WITH MINIMUM
OF 8".
2"
3 12" x 3 12"
3 12" x 3 12" 2 12" x 2 12"
1 12" x 1 516"
2 12"
1 12"1 78" x 1 58"
2 14" x 2"2" x 1 34"
1 78" x 1 58"2" x 1 34"1 14"
1 14"1 58" x 1 14"
1 58" x 1 14"1 34" x 1 14"
1 34" x 1 14"1 12" x 1 516"
LINE POSTS AT 10'-0" MAXIMUM INTERVALS
BRACED AND TRUSSED IN BOTH DIRECTIONS
EXCEPT THAT THIS BRACING AND TRUSSING
MAY BE OMITTED WHEN THE FABRIC IS
STRETCHED BY THE EQUIPMENT.
OF1 1
10/08/15
ESD-5106
NONE
REV.DATE DESCRIPTION DES.ENG.
DATE
DRAWN
RECOMMENDED
CHECKED
ENGINEERING STANDARD DRAWINGS DRAWING NO.
SCALE:
DRAWING SHEET NO.
CONTRACT SHEET NO.
REVISIONS
SAN DIEGO ASSOCIATION OF GOVERNMENTS
401 B Street, Suite 800
San Diego, CA. 92101
www.sandag.org
810 Mission Avenue
Oceanside, CA 92054
www.gonctd.com
RAILPROS
DESIGNER PE STAMP
B. SCHMITH
B. SMITH
R.O.W. FENCE DETAILS (CHAIN LINK)
SANDAG/NCTD ENGINEERING STANDARDS ARE INTENDED FOR SANDAG/NCTD APPROVED USES ONLY.FOR NON-SANDAG/NCTD APPROVED USES:SANDAG/NCTD SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF THE DATAOR INFORMATION CONTAINED HEREIN. THE SELECTION AND USE OF THESE STANDARDS IS THE SOLERESPONSIBILITY OF THE USER AND SHOULD NOT BE USED WITHOUT CONSULTING A REGISTEREDPROFESSIONAL ENGINEER. ALL WARRANTIES AND REPRESENTATIONS OF ANY KIND AREDISCLAIMED. ANYONE MAKING USE OF THIS INFORMATION AGREES THAT IT ASSUMES ALL LIABILITYARISING FROM SUCH USE. NO PART OF THESE STANDARDS SHOULD BE REPRODUCED ORDISTRIBUTED IN ANY FORM OR BY ANY MEANS WITHOUT THE PRIOR WRITTEN PERMISSION OFSANDAG/NCTD. ALL RIGHTS RESERVED.
SANDAG/NCTD ENGINEERING STANDARDS ARE INTENDED FOR SANDAG/NCTD APPROVED USES ONLY.FOR NON-SANDAG/NCTD APPROVED USES:SANDAG/NCTD SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF THE DATAOR INFORMATION CONTAINED HEREIN. THE SELECTION AND USE OF THESE STANDARDS IS THE SOLERESPONSIBILITY OF THE USER AND SHOULD NOT BE USED WITHOUT CONSULTING A REGISTEREDPROFESSIONAL ENGINEER. ALL WARRANTIES AND REPRESENTATIONS OF ANY KIND AREDISCLAIMED. ANYONE MAKING USE OF THIS INFORMATION AGREES THAT IT ASSUMES ALL LIABILITYARISING FROM SUCH USE. NO PART OF THESE STANDARDS SHOULD BE REPRODUCED ORDISTRIBUTED IN ANY FORM OR BY ANY MEANS WITHOUT THE PRIOR WRITTEN PERMISSION OFSANDAG/NCTD. ALL RIGHTS RESERVED.
Appendix E
CARB Fleet Compliance Certification
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.
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.
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:
Appendix F
Manhole Photos
Appendix G
Reference Drawings
SEWER FACILITIES
IN THE
CITY OF CARLSBAD
AND THE
COUNTY OF SAN DIEGO
CALIFORNIA /
/'V A.-dVA,Vc. 4•<_
T) NO. 5
-- DIEGO
FREEWAY
SAN
I /V TE R,5 TA 7-
A VEN/D4
ENCINA S
----f /
ku
/ NC/NA A TER kOL IUT/ON CONTRQL FA iui v
SE WA GE TREA TMEN T\ PL A N T) /
60' WORK AREA
LI RORK AREA t4J
.
VERIFY WVH SEQUOIA
PACIFIC RE/\LCo
ir)
JcJthkjI I
?Z ~S4 SEE SHEET NO. 5 SEE SHEET O. 6 I
- LE INS
4. SEE SHEET NO. 4 ERT BELOW
loll sTus
__
STU
_ _______
R
MH
MH
49+00
10 m N NO.11 MH
13
12 . I 45+00
T - + —. . .
64 RAILWAY ______________ ---- 5
AND SANTA FE
LA
BENCH MARK
/
/ d / L.4T. N SIDEWALK 2&± EAST OF / WEST E4O BRIDGE,
4 SAN DIEGO FREAY j
\\ ' SEE SHEET NO. 2 (PHAS)
/SHEET NO.3
EXIST JUNCTION
TU all STUB ) &TU /S
\—,SIP~40W OUTLET jTIZUC`rU5XE 114i-ET SrrgUc- 01 STATI0114
0 1- 10. 08 2W SIP00W BA;ZFZ-ELS
141+80
EE 'kET 1.40.2 -
M. 40.3,IO-PU.61
L ' ,.Lt___•_ -
III.'
ATCHISON TOPEKA
U II,
ROAD
18" GTl'
s m N0.I
24*O&.7Z
o 0 __-
(61
SHEET INDEX
I. TITLE
2. PLAN AND PROFILE STA. 0+00 TO ;TA. II +50
3 PLAN AND PROFILE STA. II+50 TO STA. 23+40
4. PLAN AND PROFILE STA. 23+4010 STA. 36+50
5.PLAN AND PROFILE STA. 36+50 TO STA. 49+00
. ) PLAN AND PROFILE STA. 49 +00 TO STA. 61+00
..- #-IAE I
7 PLAN SAND PROFILE STA. 61+00 TO STA. 73+00
PLAN AND PROFILE STA. 73+00 TO STA. 74+32
SEWAGE PLANT DETAILS, GENERAL DETAILS
AND NOTES
SPECIAL DETAILS
'I
SEE SHT. NO.6 SEE SHEET NO. 7 - SEE SHT. NO.
8 T US / 6 S 8STuB,, ST
— — — —
— — — — — — — — — — — — — — — — — — _
M H O.I7 o? MN NC. IS MN NO.19 1,40.20.20 -4t4O.I MN M)I.NO.
7+50 7I+0 I 74+25
50
/ ATCHISON TOPEKA AND SANTA FE RAILW 04 AY
UNTERSTATEIq
-
ELEV. $03.80
COAST HIGHWAY
CARLSBAD BLVD.
I
SOUTH CARLSBAD STATE BEACH RUNOFF A10TE : P/-/ASE . CONSTRUCT/O1,1 8,6GIA16
0 JT LET - o , /wr os 5 ro -OMITFD FkM
DATE j BY REVISIONS
TI-/is SET OF Vk'AWIi¼J(5)
APPR SHEET CITY OF CARLSBAD SHEETS
ENGINEERING DEPARTMENT 10
PONTO SEWER MAIN— PRASEIt
ENCINAS TREATMENT PLANT
TO SOUTH 74 +2 FEET
SALKIN ENGINEERING CORP
215 E. A\/'E .
ORANGE. CALIF 714-633-7261
£ 47
01 DATE: B-10-7-2
SCALE
VERT:
HORZ: I':200
DRAWING NO. 163-4
APPROVED: - -
RE.J 506 Q_.CITY ENGINEER
DWN.BY:\(''a, PROJECT NO.
CHKD. BY: ...s1'
FIELD BK: _1359 ______ 7 I 14
THE L .. OCArION OF ALL UTILSTIES INDICATED ON THE PANS iS TAKEN
FROM EXISTING PUBLIC RECORDS. THE EXACT LOCATION AND ELEVATION
OF ALL PUBLIC UTILITIES MUST BE DETERMINED BY THE CONTRACUOR.
IT SHALL BE THE CUTY OF THE CONTRACTOR TO ASCERTAIN WHETHER
ANY ADDITIONAL FACILITIES OTHER THAN THOSE SHOWN ON THE PLAN t4PPROVED: (P114-SE ONLY)
MAY BE PRESENT I
RICHARD E HANSEN, MANAGER
LEUCADIA COU Y NT WATER DISTRICT
RAAIL/LAR p/pg EOO/,VG (7v DWG. s-T) 5EE SWEET
I ______ j -. 4s/pHo// CUrLEr STRuCTURE I
rn.szsi - O#/O.46, SEE SHEET 9
14
/WSTALL ALL SIPHOW £WRRELS 1W THiS : PUTCIRE PILL i ELBYAT/OW A2 0Jt /5 A7IC/PA7ED øv 7W&/
- &V Z4 /E'AWD PLLJ END tW#JEifS OP TN ØWC/A/4 $IPC /
OP MT/I RWPIOOD Pc FUTURE D4M44S 70 TH, SiPilail 54RRSLS OR *1A1WT,W4WC PROHLtMS, /
I cU/lcT1o/J, e5eA1tP BY M& PILL SuRcWARes, ZVZ M 3.177LB1fEWT OP THI -
- -
raWy i /6 PiPEL/Mt3 31/ALL Mc?. An n,49 2E3P0W3/5/L/Ty OP r14A IA/c/P/A EL 4/80
40 40
I COMPACTED PILL
Mi
WAWIR LIVE, SEE -'Vtr
P_ AVC
— lIIIII IIt I4I WIIItJI I1I1II - I i )6 -
C4i7/OibI—
OGf1 &
V \ -
1
-.
-
:::6 0
/WYFRT OF: 5/P140W BARRELS., /.:2:::: • _______
SEE rvr!cRosstcr,oj!(aELOW)
-
30
14 14k
6 1 iiiiiiiiiiiiiiiiiiiiiililillilljllllllI /0 -106 S 7-50
10 to
iWf7L L ....?*2 W
\1.4 ., . SEiV/GE//'
- j - --- - g0, Z"/'V.CCOND//T - —• .-f thPO.A 4.
IO0O'I/35O%__
*
LLA C,
/0.O0'G. SOX- 4.ft" .zo.sc% /0O VERTICAL CLJRVNI /5o! 2.7q% 100' VERTICAL CURVE 3S5O' ! 0.70% 100' VEZTIC.AL. CuRVE 1S5.$3'* #% -
39'VCRP0./% ._
I-.II•
- R/.STATIOW/#50 RI.5TAT10W4*0O Lu 0- P./.5TA770W8#35
- -
FE 0
11EV. 2. .3 -- ELSY ELEL /2.65
0 -- - - /0 —
.0 ;00 2 3 4 5 6 7 8 . 9. 10+00 II 11+50 SCALE
I HORIZ.r"&4dVERtI'1a4' CAUTION
BLOWER AND I : °.' I .. ... DO NOT EXCAVATE UNTIL THE TEL PHONE CO. .
®
CHLORINE HOUSE / L • 70 /5' SLL/D 1. HAS FIELD LOCATED ALL THE UNDERGROUND
'I .. CABLES. PROTECT ALL UTILITIES IN VICINITY / I BAR SCREEN 'EFFLUENT EX' OF CO N S TR U CT I ON
STATION / - - - \ i. .. •. .. -
CL'RV DATA: ) 1
77 Awl
cOW5TCT io' WIDE css oA \ I
I ETEFLOW R / ..•..
/ / $STWGENS/THGATAT
L PROPEZ1Y .. . . .. . ... •
• H 4-W5 SLUDGE DRYIA1f 1&D AREA COORDIIJATG Ni/TN P SU I / ADk/Ay MUD /?JSTALL 4,w Pa. SURFACI. 4. • EN CINA
Cl rY OF CARLSBAD
/A _A,4,Ar#4kC-; 41-91; sn's /AA0!FrAZZ 4%,_Z SoX (2k-EA.)
OIFC40AI ._7 Af
W Orra' 0/A
LAY . - . . L/MP 4T/oW 0
10
de oT- 44
a X 4—.
~-AZIV-TrALL LhVAFRGRV. AVSM" Aaz 00X ~Jvw,, w IV. 0 W
32•"............... ____ . '/
.-•.
5ERV/CE
---------- z _ - I I / /
f,
/
A I & S F R A I L ROAD
9z/RIA I ' 9L 0 ' \ S/POIWLET5TICr I ft'° '
C/14'E • ......- -' I / I ... ABT LIAIE OP 7L1P#4OAIE EASeME/IT UI ___________ — .• -. •-
.. ____ .. - -' I.. 30 -. • - .(4PwI&—GCX4Tj \ \ % -.* . -- ... . 1 DATE BY REVISIONS *PPR
Al,v67A-Lt NEW SERVICE pôLE
2e
__••/ I
-,v 4c Z
E
- zr LW/N. PE. LAND OUTFALL4$MRCP I OIlCE MAIN FROIICARLSBAO fl"# Ar.R EPDXY-LINED SAL KIN ENGNEERING VIA. a04wRffWx1,L I I. C4'7f24'D14BARREL
STATE PARK prVrj1A,&% 14pA1 J0Ao4.9L4%qW&A._I
.0,01A. AMAMCL
srjo W& • 6 6J (CEP ELI $4.70 MS. 5.) ii 1215 VOP OF STARL RAIL E CMAPMA N
coo.o//IAr-E srniroow'' /
I A ORANGE CALIFORNIA coMMoW/WERr&R4i
a Ek',6'T/AJ S&c'v'cE wizv \ 4 • ZO•55 p" / I- 40a00 - P/,IO8Q,.AHONE 633-7261 (Area Code 714'
I çAy1ç5 SCALE :/'5',
SHEET CITY OF CARLSBAD sTh1 t 2 ENGINEERING DEPARTMENT 10 ---
____________________
I
PONTO SEWER MAIN -
1
STA. 0400 TO STA. I150
E:o 7t
Ii2T
APPROZD: DAT
SCALE ;.IH
RE. 'fo'a CITY ENGINEER VERT: I4'
HORZ: $41
DWN.______ PROJECT NO;
FIELD BK: / /44 DRAWING NO. Ik
-
-
16 3 -4
A5Pi g?Lpk CLASS ,h
50 so
40
30 30
-..j 1 0 1 r I d 19 20 21
$C.ALF
iOZ. I
1 40 V'-'T. .Z4
U~T
/ /LA COSTA DOWNS UNIT /NO. I
CITY OF CARLSBAD 2 / 3 / 4 7 /
22 23 23440
CAUTION
DO NOT EXCAVATE UNTIL THE TELEPHONE CO.
HAS FIELD LOCATED ALL THE UNDERGROUND
CABLES. PROTECT ALL UTILITIES IN VICINITY
OF CONSTRUCTION.
0 I') +
4
C,)
4.
0 z
I—LU
Lu
I
/
w Lu
5 ; ",l F -
-1w 4 L 77.54'
iC -T------?- I r
(71
------------- ________
_____ _______
•: _L_--- - _______ .. •.
.nV
4 IN ENGINEERING
1215 E . CHAPMAN AVE.
JLtI L\
HONE 3-721" (Ar Code 71
947s-
-
.4 8
-j
50
0
zI
30
%
L 8844'
,....SG'-39" V.C.R@ O./
P/-IA 5 . COAJSTRUCT/OA/
I
I
1
I
23+40
SCALE
HORIZ: I"40' YERT: I"4'
CAUTION
co op
DO NOT EXCAVATE UNTIL THE TELEPHONE CO.
HAS FIELD LOCATED ALL THE UNDERGROUND
CABLES. PROTECT ALL UTILITIES IN VICINITY
OF CONSTRUCTION.
Lv HAST//VG OCCIDENTAL PETROLEUM LAND a DEVELOPMENT CORP
ol 3q" vcp '
("JI
A
Ii
Di
TTT -
014 iz
1TCK ---
Di tI...............................
-- --------____ ------- — ----- - ------____
T
T
- - - - - _ii-i-i-ii- iTiiiii1E
T
— -0----- -- - —
ol
S 210S' 3Z" 30e2.2.49' (To 4 ±STT
o
$TLJ5 0) -
-o -
—4w - -. - I 8 SF RAILROAD, EAST R.O.N. LINE
F-. I.- II U z
-
QOIOQZ
Ii'!I0
-
U)4')
F-, o WW-OQ.0 W .jjLi
-
jD .•• ..
Io tq
. ..... i.
.....................................
---
.51 32 in 34 - 0 - 34
- Qi 0
CD I — z Lii -
a: CD
O.
z w - CD
-' '01
I-. Z Z .Ja:
3 3'.. cn it 4 w
0 . -... 0
wU U
U) / . ..
-
'-I
.
....-
........................................
A. T 8 S. F RAILROAD --ir p .......................
.......................
W
...................... .. - .
..
4
I
CITY OF CARLSBAD SHEETS
ENGINEERING DEPARTMENT11 10
[HEETJ "
PONTO SEWER MAIN
STA. 23+40 TO STA. 36+50
(215 E. CHAPMAN AVE.
. 9475
[A P P RO yE D
-
RE. '' CITY ENGINEER
DWN. BY: 3os1 Ciuz Ot. PROJECTN 0.
CHKD.BY: F14 IELD BK: -
—nt -jt
1• CJ ".7
w
DATE: 8-10 -72
SCALE
VERT: I= 4'
HORZ: 40'
DRAWING NO.
163-4
f . C -
6 T4A/OAiE'D e4N21L 4k' 8EZb IAIG IA"
(r i,w 5- 9)
SEE S/-171 9
50 50
71
----
4.
OJNL //JE
k 9/
AA
co
1, 0
mm
4Z50'- 27"
VCR! O/G
395.00' — 27" VC.P 3950o'- 27" VC.P 395.00' — 27" VC.P
30 3 C
3 E15fl 37 30 4 r-) 0 4 1 42 43 44 45+00 46 47 48 49
SCALE CAW TION
HORIZ: I "40' VERT. I"4' DO NOT EXCAVATE UNTIL THE TELEPHONE CO.
HAS FIELD LOCATED ALL THE UNDERGROUND
CABLES. PROTECT ALL UTILITIES IN VICINITY
OF CONSTRUCTION.
.
.
.....
OCCIDENTAL, PETROLEUM LAND a DEVELOP/IIEPVT CORP
1
0 f)
11
fl,
.-,
o
-------
________ _ _ _ —T - ' --..--.. . -----.-- .' -- T-- — .T 0 -—
b
________-..- - -- . ---.----- - . . .• -
T .. ----.— --.--.-- ___.---- ---T-- - -- — r--
-
7 --_- -
V
_____ __ _____ -13____ _
j--
p S.F.RAILROAD, EASI ROW LINE< .o249 (Mkc1To c Po1W5E.TTIA LW _N__ ui
d
2
a.
. 0 ...
I-Ct)
0 D- 0
..................................................................................................................................................................................................................................................................................................................................................................................................
0
..........................................-
.... ......................
........... ..... ........... HHIIHIII
. ......................................................... _
LLJ III!! 1 •1.
... .....
-. ..........................................
.. A.T a S.F
- -
k A
1215 E. CHAPMAN AVE.
RANGE
'ONE 63372 (A,
- . 94ç
c:
IH
-izo
(1)
(0
0
z
I-
Ui
Ui
Cl)
ILl
Ui
Cl)
SHEET1[cjy OF CARLSBAD ftSHEETS
5 ENGINEERING DEPARTMENT 10
PONTO SEWER MAIN
STA. 36+50 TO STA. 49+00
APPROVEI7- P/-,'ASE Z ONLY:
HQNrER T COOK, CITY :A/c;JAJEER
RE. /5O8
DATE: 2,-0-72
SCALE
VERT: -.
HORZ: 1 40
DRAWING NO.
163-4
APPROVED:.
2
RE. "°8 CITY ENGINEER
DWN. BY: )Wk C27. PROJECT NO.
CHKD. BY: -L__
FIELD BK: 1359 71-14
5TAIJ4OARD G/'A/JULAg 5EDD/tJGA(STv. DWG s-q) 5E4E 5/47.7 9 I CO//CRETE EAjCA5EMEIVT
(STO. O&4J 5-/1,I5EE SHEETq)
1)
.4..
II)
S TAWDARO GRA/-/IJLAR &EVDIWG (S TO. 0WG. 5 -q) SEE SHEET q
FUTURE FILL FOR 8RIQE APPROACH
4.
I .
FUTURE FILL FOR 8RIQEA PPROA C/I -/
Exi5#/ rond Line
40
A
Ii
(I
FUTURE 4211 STORM
.5 7A. 55+15 I I
3q5.00' - 27" VC-R 0.16%
/4750'- 271'VCP 445.00 - 27" VC.R @ 0. / % 1q5'00'- 2711 vçp 4@ 0.16%
30 30
50+00 56 55+00 54 53 [4 52 57 58 59 60+00 81
CAUTION
DO NOT EXCAVATE UNTIL THE TELEPHONE CO.
HAS FIELD LOCATED ALL THE UNDERGROUND
CABLES. PROTECT ALL UTILITIES IN VICINITY
OF CONSTRUCTION.
OCCIDENTAL PETROLEUM LAND AND DEVELOPME,V CORP SEQUOIA PACIFIC REALCI
SCALE
HORIZ: ("=40' VERT i'4'
F
_
I "Ji I I r)I I , I
(I
---h---- OK
T T T : T
T T T T T
- - ---- - -- - - -- -'--------—
0 - - - -- -- '.--
.....................
__:::_.:_
-
. .....
jo
- 2-
o F88T08 ç8"STVB ...... ..
---- -- -- ---- -- 0 .n .A& (-rj., A I_I k IrS Q (1)
1
~4' 2 t~-
'.
w .
T__
— ---------------. _
— .--
____________________________________ - , 0 I It ,, I (m i. I r r i r r i it' -r w4- t..
A.T. 08 I S.F.FA _L ROAD,EAT_.O.W LIN - 1_-_
- .. in I 57 56
-. - /............
4 \ Ii. _
If ....•............................
to wW I 1 Z DJ0 a I -
0 (1
.In 0 1+ 0 I 0
- -u
.. ...........................................L...M.0
-
................................................................................
..............................
— 11tH_IH_111111 (1) t- . Jil I 4 I -.j-
69
__________.1 _____________________________________________________
..-
I A.T & S.F RAILROAD I 1 .................................................................- &'C.I.P. c. 0.40% 114 VIA. STEEL
_0 I PIPE CKIG SLEEVE SE DETAILS I.........................
.
P40. 8 C-70'- 0"LE4GTH)
0
115 E. CHAPMAN AVE-.
t _RICE 94 I A.T. a S.F. RAILROAD, WEST WO.W.LINE
APPROVO -PI-145E I OAALY
I - /
HLJ*./rER 7 COOK, Ciry E/-J/AJEER
/ R..iSoGs
0
.5 .. 0...
.-.....____ 0
.... ............_..---
..---- o
..........
sq Go
0
I-
LU
LU
—0 LU QI
DATE BY REVISIONS APPR
REC P/IASL' .z CQ/./STRtIC 7/OW
[
SHEET CITY OF CARLSBAD I[SHEETS
6 ENGINEERING DEPARTMENT II_10
PONTO SEWER MAIN
STA. 49+00 TO STA. 6Ii-OO
APPROVE: -
7
RE. /s68 CITY ENGINEER
OWN. BY:EC2lit. I PROJECT NO.
CHKD. BY: 53$.( 71- 14 FIELD BK:
DATE: 8-10-72
SCALE
VERT: ill= 4 1
HORZ: I.,-40
DRAWING NO.
(6 -4
1)
f- c:—
/
to If 5TA14OA17 GRA/ftJLA/? 5E7L7//1GA(51L7. I7WG. 5-'?) SEE Co/-JCREr EIJCASEME,&JT (5T17. OK/G. 5-1/) ("A")STI7. GgA,\/uLAR øEvPIJ'i& (Sm pW. s-q)
SEE S/-IT 9 5E SI-IT q 1_• F-I
)
61 f//J
51
5W. e4IJ.
i (Si-a. DW. 4J431
XI.5 hri9 G-aund
--------
Telephone Cable - 50
\'
0
H' I')
W.P Gas main —
"llJLET .014 EAST
T
43,31
NN
\%= .4.
ti)
0
.1
40
24750'- 2711 VI? C20 0.16% 3q5.00' - 27" VCR 0.16 Y. 3q5.00' - 27" VC.P @ 0.16 % /4750'- 27"Vc.P 0.16%
30 30
61 62 71 69 63 70400 65400 67 68 SCALE
H0RIZ:I"40' VERT. h41
01
72 73
CAUTION
DO NOT EXCAVATE UNTIL THE TELEPHONE CO.
HAS FIELD LOCATED ALL THE UNDERGROUND
CABLES. PROTECT ALL UTILITIES IN VICINITY
OF CONSTRUCTION.
H
-
8, 3
LLJ
uJ- \\\
-
C
Ff
A. 7: 8 S. F RAILROAD
DATE I BY I REVISIONS
gEo I p/-1As z CaWsrucr,oj¼j
SHEET1C,Ty OF CARLSBAD I'SHEETSj
7 ENGINEERING DEPARTMENT ILIO I
L j i i L L
PONTO SEWER MAIN
STA.61 +00. TO STA. 73+ 00 "-1 -
1215 E. CHAPMAN AVE:
Rc 947s-
APPR0ED >.
7
RE. 15 0 CITY ENGINEER
DWN. BY:'e( 1 P R 0 J E C T N 0.
CHKD. BY:
FIELD BK: 359 - 14
,4PPRG'VgD- PHASE I O1JLr:
I-IO/--./TER 7: C70k", Cf 7y E,JG/A,'EER
R.. 1$0G8
DATE: .9-10-72
SCALE
VERT:
HORZ: I" =40
DRAWING NO.
163-4
0
0 0
+
C',
AT& SF RAILROAD
STA?JvAgD GfA/JULAR &EDDJI'JG
(sri,. DW. 5-9) 5EE Si-IT ?
do a :°ZL- T:
':--
S - $ , C-
O"42 '-IC 0 ..0
aAD BED
A\/
/2_#4 BAR3 1-1OOIEv ATE-A.
£MD Z'CL. AV
OrroM.
50
(::9344 "t x .20 z214.
CA.~/A/ P1P _4J'.' 544E'.)
140
tK 81/AJLETO/JEAST
/E.44.39
LAY PIP-r- TRU MAl'JHOL, 2-12" ZCW6 v.F J7
SAWCUT SPRiIJc LIAIE $ .c'r "vErs ,4,vo O.JrTs
REMOVE- TOP W/7/4/A/ MAA//-IOLE.
(
Cob
c E!i:
JIPE
24A95
- C0/.JST1eJCT $R/CIc PWG
I.E. 43./
CA5T1R01-i PIPE 5ER(/4ECHAA11CAL
JOIk1T5) TOO-- IAJS7ALLE4;' BY U5E OF 5K1L75
Aa APPROVED 81 7714E CITY IG/iVEEk-.
SECT7OA/
/22.50' - 27" VC-R ( 0.16 %
4.00- 27" VC Pe 0. 16
•• _- ." /Q)( 7(. 0
FL.$712)P. 6CCE,V7/C 70 z2,'E
0WA' J7E4,'.1 -S)PE O,
rI(Nr Jrobyr
7PiCQL.
LII.IE PRECAST MAi',IHOLE
WI EPDXY COAL 74R C04771JG
OR APPRoVED EQUAL.
-
-
-
•
30
PLAIJ-ECCE,..JTR/C FLAT 7-O
I CA5T IRON 36"M4N/40LE FRAME 0 COVER
(Two CONCENTRIC COVERS), AL,-IAMRA FIJDRY
NO. A-/325, L.456L "CITY OF c,4v - 5EWcR"
PLQSrE,C A144-67 w,r,'i
CEbl&'VT
1 LTV '17' 1L 7'i O, P,.'uE,z$,VT
Yi" SEFWEE/V
,i viii-,
444 t~ 00
ct
- 4 2[
' "cc'cXTE
- /;-'s7
STA. 55-i-50 (R.R. STA. 2101 /6) 4
ST4N/21Q1eL 6V' M1/
(J5L FR A17APiF/LE5 I'JO. 3 7E1:tJ /'iO
73 74
CAUTION
DO NOT EXCAVATE UNTIL THE TELEPHONE CO.
HAS FIELD LOCATED ALL THE UNDERGROUND
CABLES. PROTECT ALL UTILITIES INVICINITY
OF CONSTRUCTION/ SEQUOIA
75+00 76 77
/0' /0' 7c6-PHO1V6' 68NT 'A'J6 ..L ,'' '//'iofR*E0Jt'lD r GPi0/.jG e,'7/fT
PACIFIC REALCO CAST /1-0"FRAME ~COVER.SEE SW. DWG 5-I
p-8"CO,JC. CAST-/N-PLACE COLLAR OR
BuILD oe W17714 GRAVERINGS.
GRCl/AJD .5/JR PACE SECTION F
EAIT.E'A..'VCE SHAFT
1J0TES J PA
M
D :5EE-
ECHAWICAL /AITER'LOCK, TYP
TOP L I/-IER
EPDXY BO?'JD-PL iLL
CIRCUMFEREA-Jr - F=/ELP
APPLIED
I. ALL STRt1C7V4L COMp7/J.EAJT5 SHALL .8E CAPABLE 'P
SU)-PORT,/.IG 14-20 141G/-IW4y L0405, EXCEPT AS A107'ED,
2. COVER fRAME SHALL 7.4V3MIT L040.5 V/A CONCRETE
COLLAR TO loll COAICRETE PAD, 24' 1.0. £I.ITRAAJCE S,444 -r SECT/al-I SHALL /JOT SUPPORT L<2AV5.
.3 ARREL SHALL C0N.J5T OF A STRA/GI-#T L.E,VTH OF 4-,&
JoM. I.D. R.P.M. PIPE WiTH .4 Mi/I. WALL 0.480" 4/.J0 .4
/v1I/-.i. ST/FF/-./D55 (Si) OF 20,000 L8-/AJ PER If-I. $ARPSL MAY
,S C0MP0550 OF a/IS OR MORE .80WPED PIECES pROVIDED
774.4T THE STREAIGTH OF TUE B0J0 ME-E75 OR ExcE EQS 714A7 OF LIN50A/475V SECT/al-IS,
4. R.R M. FAØRICATSQ 4/I0 Ft)RA//5/4E.V PARTS IA/CLUDS $4RRL
TOP LINER, frIJTRA-AICE Si-IAPr 4W .J0 Epoxy BO'OiAIG - -:'- '--s. BARREL
-Typ CONCRETE
I/Il
•
,. - - ,,
..
a
-
.
0
-
PLAA.J -J R. PM. PLAY TOP MAAJ/-IOLE - ALTERNATE TO RE/AIFORCED
24." AJOM, I. D. 5TAIVDARD PRECAST ECCE/J7-R1c MA/J/-JOLE (sro. £7WG. 5-2)
t'.Jo 5CALE
12 15 E . CH,4FM,AN AYE.
p.
C& 9475' ()
-•' r--
06
C-4.57- 'O,V 1'R4A4E / 1
I 4-0" /0/4. '•'I #g 8"o.c-E.4 WAy ROOF SCUTTLe
ci / COC. COUQ4' El-tV 38.00- . (2'-"* 3..Q*)
I 54
AOJUSTiIc5'/'VCS I... '-. d . . . . . I • •. .
45 Ri7o'A
E X I S I -
A - 7OP 2-V/'/6 s 4 '::
I I
_44
1 i -1l . ;• I iSieQe
R.C.P. TO PB. FLUME NDAD7441-. 42
- 4"0.-Ver
.ra,,i Ts c: io€. .1 -;
Tr 1 5/NT
EX T/O) NIV
rr_
_____
O,e APPROVF-17 EQUAL T)
/-I 1-iT\ /2\_3OI.R.C.P TO BYPASSfl / 24
24
Yf6RAOE/M6-S1F1/E GA
F
vall
:
7Y,/CgL JO/NI OE714/1
A/0r5 - ,14 H: Sb/4(. L SE COA/.5 7: i,v Ac ccec'44'cE
WITh' DEs. c--97a
P01€ Deop A'?. // •9':E Pew6 AI 5D- -5 -
5
3
24"DIA. 6y7Z4'D L3ASe 7e wIT//IN 4"
oF NEAR-157 p/,°,E JO,tv'75.
-
:I =/ ...... 4-02
'____l
,OTTOM OF SLABA P.J. m a. S. lb. 2
SECTION A-A. 5/P/40N OUTLET 5 TRUC TURE
SCALE /.. ,/_01f
L.&IVG TI-I S/-IC W/S.J ON PLAIt!
EXIST 6"C.I. FORCE MAIN
1. _H -C/-/AA/,vt -
kr).
0
Ii
co
P1 AN -FYIcT 1llINCT10N cTRIIrT PL_ AAJ
z14 '
45"x 24" FCC ENTQ/C CONE
W7'= 2/O.1'
LOCATE =X1677 4"A,c. WATER L/,Vt - ft ctgourt. WATER SERVICE 'o BE
MAI/JT4/'JED TO PLA1.IT EJCEPT FOR /7z72
HOUR 1A17'ERRIP77oAI /OR NEW COIJ1ECTIOW3.
P4/V OF &S
ç'eP 571S S-I
TL 4E/N FoCD
PLAN - S/PHO#V OUTLET STRUCTURE
ELEV 38.00
PA//IT EX7ERI0g SURFACES WHITE TV MATCH 10A1CT/oAJ SL'C
CO A/C.9E75 E,i/c 45Emf'V 7 cr SEWeS s//,9 ds) wv,6A1 IN LIEe 7: P 1W
/5 e11V046,e 31, OR OL'E.' 22', 95 5/-IOWA! c',i/ PL4V.
EST///7QTED V lIME OP
'S ",t4/,V/41 LIAI - 8"M,QY/ftf11M' 6 11A10 /2 "P'/PE /NC/S/bf
1'441,oVV461n - / "44YiftflIfr7 /"//AE A4/ ,O yE.
7VCR W/D71-(
JOTE: ZEPER r ,SPEc,p,c4r,OAI Fo A'-J'fI#JiJM SLIDE 4T&'S 41.10 PA/A1'tIAIG
- JL CO1 TYPE "S'' 4/IODIZED ALUM.
ROOF $CU7TLE
.8"O.C.- EA. WAY
USE FO 0A"OLES Wo. q THRU 1.10, 22
AL 7,?,'v'A T4iIAA/NQL.E S/-4L 8 ,. PM FL. AT TOP
MA,c'/-/Ol- 5 - SEE SI-177 8
5S5
-4'8" O.C.- kERT
77e,vci Wia ri-i 7.feAkw W/ ,or,,/
Fl/-I. 6R4D.E (9 31-0'M1,-I.
covem OVER 24' PIPE I
Sc
i.
U
Al. B" AQx
Co To 12" PIPE /.Vc ? 051 V-6
/NvERr
00 C2.
000 22,___
CCNCR EYE
. -
Z'671i' 5//OW /V°I.AV
S(CT/€W SEE s7V oi1V6 L EL/,Q T/CIV
COIJCRETE ENCASEMENT FOR SEWER PIPE
'S..
k c
coWP'rioiV @ 24'4P,P'E
CITY OFCARL.S8AD 5TANPARD DRAWING S-If AJ05CAi-E I
e €xreA 1I'7:'-/
CLAY PIPE
r-,El7P/t.4G MATERIAL, .SEE .Sr(7. c'WG. 3-9
Si
a
C-) 0
z
0
- z
w
m
13 5,-,'E4. O- E.vr,e sre.,vsrH V,r,q''tz CL.4t' 'lPE
- /fvvE.qr EIEL447/el..V
/'fl'I,€T
#4@ /2'O.c.-E4. WA
IL 508 61€,qoe
fa10V2 Exir 42' 572/6 BEDD/M6 1vlQTERI.4L ShALL. CONAO RAI
7b 5Ec 3 0 6 - 2./OP S t/?,EL, SPEC-5
Ft,€ Wo.eIcS
dS -'/4." /''14k'/fr?L'M ORER
'OiV 31h'TEf j,/_
EMERAL. NOTES
I. ALL WORK To 86 00/fE PffJZ CITY OF CARLSZ8AD LX5.
V C, P 5TL155 CONSTRUCrEO AT MA WHOLES FOR FUTURE cONNECT/a/s/S
SHALL 6E PLGE0 ATE/105 WIT/-I MORTAR AND, CONSTRUCT 1801-K/4EAD AT i%/ANHOLE 5T118 HAM'JL5 WiTH ØRICK 41.1L2 MORTAR. ExTNi2 STUDS TO I -0" E 'ID/-ID A. T 4-3, F RAILROAD go. W.. I. li-fE, M.N. 1.10'S'. 9 71/RI) 22. PHASE .E
C0FJ97*RUCT T/4E fOLLOVs/lN: (TOTAL) QUANTITY ESTIMATE QUANTITIES
8' 0 Z4" DUCTILE IRON 5EM/ER (5/P/-ION 8,4R)e5L5) 1,, 058 L. F4C#i /056 L.JEAC./I
q11 C.P SEWER /13 L.F i.3I3L.F
270 VC. P SEWER . 4,93.5 L.P 84L
18"? /0" v.c.p .5EW ____________________________ 5 LE,, EACH 5Li4cI
8" V. C. P SE WE 1/1/CL. 70 1. ,P -8"c.I. F 11.1 2o' .STL. .fACKI/.1 ELM O') 349 L, F /5 LM
SEWER SIPHON INLET? OUTLET.STRUCTIJRE5J A/JO PW'IP 6rAT,ow / EACH / 54CH
MAI1I-I4'L-E$ (I//CL. DRop ,vIAAJHOLES) 20 EACH 7 EACJ-! /8' DUCTILE /R91.1 SEWER (SIRHO/J A4R,eEL STL/Ø$ 40 L.F EACN 4o LF EACH 4-. CONS7-RL/CT CONCRETE DROP M4W/40LE5 PR CITY OF c4RLSAD 5T4WDAP
DRAWING $-.3.
SECTI ON
SCALE: I /211:I01 I
SHEET11CITY OF CARLSBAD "SHEETS1
9 ENGINEERING DEPARTMENT11 10
/JJSTALL DUF/JEL 4LUMII/M MECH Lock- SERR47E L7 GR47i/I MW- Z- /25-3 (/! ' I '0E4R1A1W 0,54R,5 @/ j"o.c, CRoss 8495 01.1 4'A1_tMI'Ic.'M ZEE, t-f4l COAI/.IEC TED TO 5/DC WALLS WIYW Al.
CLIP 4L-- 11 'c 4'.3"xO-5", / - V2'# 80L7 2-I''%8'AWCH09 801-T5;
COWAIECT TO C/-ID WALLS 42 M/DSPAAI WITH AL. CLIP AAALE 'c 6c41 c 01-5
I-'/z"#0LT 4f 2-Ik .E"A/-ICWOR 8GLTS.
.5.. ,S......I
1215 E. CHAPMAN AVE.
t I4 I. p. i '.7 p.
A' 14 %..,-i.
P;-;QJE63:-
ZCE q47,5-
A/org..
3r,w7W r,,ciLp C'q y J'"E SEDP//-I TO Si//'IG
LI,VE 5cv1 8e ü -co w#Ev /vYtT .c'e°r,, iS /5' OR OVER 4-
S S//ov'.4' 04' PLPA/S.
R. PM. PIPE ALTER/s/ATE: COUCRETE ENCASEMENT TO T.EWCU sorrom,
SIMILAR TO C/TV OFCARLSEAD STD. DWG. 5-12
GRANULAR PIPE 5EDDING "8" MOSCALE
PIPE
CITY OF CARL SAD STAI'JDARD DRAWING 5- 1
No 5eALE
APPROVED - PHASE 2•
I-fV1../7-ER T COO/(, CITY EAIG/IIEEd'
.E. 15e,68
PONTO SEWER MAIN
SEWAGE PLANT DETAILS
GENERAL DETAILS AND NOTES
A P DATE O-72 :
SCALE
VERT:AS NOTED
HORZ:
RE. /S048 CITY ENGINEER
FC
WN.BYYALL4.
HKD. BY: JiJ/.
ELDBK: _______
PROJECT NO.
- 71-14 DRAWING NO.
163-4
01
- '5
rF 9 '-I 2
C
w m
L/MIT5OF SLAB (ABOVE), PLA#.1 VIEW OF PUMP STAT/OW
gELI/RED CLEARANCE FOR COMPLETE
REMOVAL OF SERVICE COWL
SUPPORT ROLLERS--,
?4/N 77/7
/N6f Pi 9oX
EXHAUST FAtJ— F/6ERGLASS REINFORCED PLASTIC
ENCLOSURE 7D SLIDE I/I EITHER
DIRECT/ON PROVIDE ACCESS 7
EQUIPME/.JT
D/SCMARSE
$UCTI'OM—,,
MA/I.) Pt
5WITCH CONTROL PANEL
6' PL.4W62D GATE
COAJOL/IT
H TOP OF SLAB ELEV
FIW. g4O EI-EV .38.
DRESSER STYLE /27 FL€ APAPTER
BUBBLER Cl-BAA/OUT
PUMP MF&. To HERE PI.,,i A7 V II
LrzIcAL5EgvIcEPOLE PIPE PROJECT/OIl - ______
(IIt
C -
- I / -
4 SI
5
- L,
/
/ WLET ELTRE p /0 #73.83 -I
/1
W 1 JC ¶1
- • • FLA5D 7 GG G I _____. ____
• Q'L/lJE v SATE VALVE
% Z'-'4SI $URE,S8e 1,I, S. — -
- BILCO TYPE " DiEEO ALUM 1 SE77OII AT RIGHT gEzeoxi
15) ROOF SCUTTLE ("3o') # J' ,- - n,
____ _______
,'E ALUM. PRAMS CES5ED AT
4
- I /SOiA.PIP
____ -
-±
- DIJC TILE
___ .,*N /Z S7PS ! /7') MAC.
giwooD 'I(
SoTroAf
"i /s - SIDIS J'/lT#1 1*'. 3' STUDS, 2 PER SIDE.
ALWAMeRA povwt.7RY4A 3310 c?)
PLUG AT
zz - . ? /'STIFPEAIEO EDE (r), in- /2 A. ALUM. SLIDE /MD E
1 7777
_____ ________
/ ..- - :I •
" P/A P1
_______ ___________P
X7
- -4- - 7••f/_ /m W, M. /
___ _____ ________
0 0 \
\
1 /
'--
* *
1
II
I 1:!
NO .SCALE
—mmmq Ali-1 Ikc j4 1 1 I i
EX7 .A\
LJi
SLJCT/OAI LINE L/WDERGR0WJD_<S.._. riuii
ELECTRIC SERVICE
-IA/FLUENT SEWER, 8011C.P
RUBBER SEAL
DISCHARGE LINE -
DUCTILE IRCA) PIPE
1W/eMIL. POLYETHYLENE WR4P.
- FLANGED TEE 45wo9,c6
/ I
3'-//Y4"
_
WET WELL
1
GO"RCP (3000 0)
--
INCREASING ELBOW ELEV. 2'717
SECTION
110 .SCALE
LII CLOS 0 IN 0- z z
ri
_. 0O
(S ,j
-S -L
_ 0O
LL
FoVIJOArIOW BOLTS, 6-RA$5'y— ____ ____ ZZ k, 4//I1 -407, 4 REQ'P. - N
=> 41'SUCTIOA/ LINE,
G"MI/J. HOLE, 2R5Q'D.
0 DI5C/-iARGE LINE,
8'MIM I-/OLE ZO< I- oaJu)
5-O' VIA. WIT WELL SLABJ DIAMETER HOLE FOR 24' PIA. MANHOLE 0PE/JFA.65, SERVICE LINE-S
STO. FRAME 4' COVER PER
570. DWG. S-f PLAN VIEW
NO SCALE
LLI •____ f.JiurTJUI
- - - N - -
PUMP STAT/OAf DETAILS
PUMP ST4T,014: tSORMAW-RUPP FACTORY BUILT ABOVE G1/A/0 FIBERGLASS REINFORCED POLYESTER AUTOMATIC SEWAGE
PL'MPIAIG STAT/Oil TO DEL. 250 opwa9 /G /TV/I, W/Z'IALL A/EEDED £QiJ/PMEWr PAC77RY A 5SEMBLE.D A/ID
IA/STALLED ill A 7/'/0' PUMP /40051/J9. TIlE PR/A/C/PAL ITEMS OF EQUIPMENT SHALL INCLUDE TWO /-I0R/Z.
.5ELP -PRIM/FIG PUMPS 4' MODEL 74A3, VEE ,3ELTDRI VEIl BY 2 /1. P, / 750 RPM, 4G0/3/60 VOLT MOTORS;
VALVES; IWTERAIAL P/F4A/G; AUTOMAT/C PUMP/#1 LEVEL CONTROLLER; CEAITE41_ COAI7R0. P41./E4 W/Thl CIRCUIT
0E45 A,(&7 S7ZZTERS; LIGHTING It i/O V DUPLEX RECP) MOTOR DRIVE/I VEAIT/4.47OR; If ALL /41752W44 WIRING. I -
TZEI.JCH
_B1_IT_
t _
70' _
-
7-o1
/0' 0 EXIST/I.IQ R.oLIA/D - MAX /0' o MAX.
9'O.C.- frR7; #.4 as/#o,•/4og,z.
E £WIiioLE, STA. 10#6.7 PIPE SUPPORT- 2 2 MiiI. PER JO/VT
F PILES
E4CH SIP/IOAI $.4RREL; //JSTALL 4G srL 0. GATE VALVES,VALVEEY,AWWA. 45 BOXfER. 4. I I I I
/6"AW0 18' DIA. STUBS MS RL'ZED ro L_Io"J _G'-O" __L_10"
PROVIDE STANDARD WYE CO!JAIECTIO/JS.
' 1-•_71-B"1
4)
PLAN - SIPHON INLET STRUCTURE PUMP STATION WELL
SCALE:
NOTE: ARMCO HEADGATES SHALL WAVE BRONZE SEAT//JG SURFACES 0 SThhI5 PER SPECS. E4C/1 GA7 MUST WITHSTAND zopr UWSE4 7Th1E /,E40.
PA/A/7- EXPOSED SURFACES 011/AlT. E)(T. OP iNLET AND OUTLET STRUCTURES WIT/i' EFIGARD, SEE SPECS.
Co#JCRET8 WEiRS 7V BE INSTALLED IN INLET STRUCTURE Ar rive TIME THE /a# If 18'01,4M. BARRELS AJW& INSTALLED.
EX/57 48"RCP
G'VTPALL
ELEV *80
rvP
'i
SCVTTLE
Mr5
'fE54( Cr ye PILES
/so ac - HORIE.
24 Al--
ELE4 38.0
.8
liii SoeoR EACH
I ll PIPE LENGTH.
EL EVA T/OAJ - L OOK//.JG SOU T/4
PLAAJ VIE
PIPE 5UPPOR7' OF EXIST/AIG 4''RCP OVTFALL AT EA/Cl/s1A W. P.
SCALE: !4'=i1_0'
WOrE: SUGGESTED MET//OP OF PIPE SUPPORT REQUIRES APPROVAL OF PiE//IC/PAL .541JI7ZRY &NINEER - CO OF XAA1 DIEGO (poz OWNERS
OP Eif./CIWA W.pc.F) PR/OR 7W 40AI1iE4C7R PROCEED/hG MI/TN 7'IE WOEA(.
[
SHEEIIICITY_OF CARLSBAD IISHEETS
10 ENGINEERING DEPARTMENT J1_10
/1-/VELEV. PONTO SEWER MAIN
PUMP STATION 8 SIPHON
INLET STRUCTURE
#1 S /20C, EA. WAY—'
SECT/ON 5-Si SIPHON INLET 5TRL/C7URE
SCALE.' /4/Ia /'_O!I
7152*211 W, 71
)
33
*3
2 5 -n
2 -
w m
- - I
\ '
•
..
, . •
•. • ., ... ~ .... ~· . . • •. '
• ~!,:~: ' •. . ;:'
-:.t .. :_":.,· ,j'i
-~;~;..'1: ·~·~· •.. ·, .. ;
NVOt 1\11 n·;,,·v ·
.CfEV•b~IM! bVbE•
\
\ '
103
I
\
\i
~t \,~
• ',< \·, 0 \-.I
\
\
\\ ~\ If, \
'
•
.
\ ·,
M.H.N0.3 .!..' \\
S TA. 7+01,11 --' I \
BEGIN SEWER\
STA. 103+82.78 \
END FORCE MAIN
(5E.E DETAIL.)
\
\
\JI \ :.i.\ Ill ,
'
7
'
L A
M.H. NO. 2
' \
\
-·1179 --.. .
I ,.,. ~~wov. 12 / ... , :, ...
. -. . .. '
. :~ . . ~-> ' ... •:;, :·
\
\. ... ' .. . •.
t .
'LA
'
.. . ..
\
5
•.
COSTA
...
..
, . . ..
...
.. . '
:: '• .
' ', •, ... '. ' .
'·
---· -~---•·,---,----... ~
;•~ ......
i .. ·,
,• ..
. ,, ·:157,-~9• . •., ... -.;·.:.,.l"
.t.:osTA ' . ' . :• .
•• ., ••. 1 .. ;::-t. . ' .. ; :
/
• , .
,/
,·
I
J, .. . ,. ,.
' .. . '
.f. , ' ..
,.
':.
. , .. :
• '
•,
'
...
, .
.,
•
DOWN$
• -··· ..
... voE 11o1 n·2·v·
.Cf EV•b~llH bYbEd
•
5 , I :z.
. .
... .. , ,.,
..
I
,.. . ... t: ... : __ .. ··,. ,, .. ,. ,:. · ... ,
. . .
.
.,.
• '
\
' .... ' . l ,: .
•" . . ' '.•
..
. 2' . ., ;., . '
R.R.STi,,,, 2 1:12.+3a.77:t
,.~----~-··-~r::__ .. ..\ t,i<;r
C>RAINA~ .'. :\ . '. ~•"'LJIIP r w..-
•~ ' .. ~-
" I °"'" .t. . VA1..V«:'
\
M .1-j . N Os I
·~Ti>... 3 +.ao
(2-E lt NOTE )
\
,. ~.
..
... -• ,,.f, {"... . ;• , ...
,·.
\
, .
• •• '.·►
..
'
...
•.
~ " 1 .. ' . ,v
'.
•• ~ ,. .,.
q , ..•
I
-· -·
• .
• ' '
' '
. ':
0 ' .
N~tir
.J EV!Sbf.1~1
DWG 816-3
LCWD-Lanikai Line 1972
bVbtL CV .
'
VER I FY ,LOCAT I ON OF UNOEAGP.OUNO
BEFORE EXCAVATION ANO
PROTECT ALL UTILITY LINES IN VIC I NIT Y OF CONSTRUC T IOI~.
UTILITIES
•_,l. OPE
T•'.>
FOR.CE
1, .. <'•• •· .. . .
l4"C.1 FITTll4G~
'::>EE EL EVATION
PLAN
MA IN DISCHARGE
N.T.S,
•
-18" V,C . P .
'
'
M. H . N0.3
•
'
•· .
. ,.
.i
.. .
'
/
ALI--IAMBRA A12S4B WATERTIGHT M.H COVER I;. FR'°'ME WITH
2 4" CLR. OF'1.:NI N G. • ;
,· ··'·
' .
INSEI\T SPIGOT E.ND OF-
F ITTING ANO ORY PAC K
SECURE.L.Y IN Pi.ACE AND
MAt<E. WATER TIGHT
CONr,JECTION
(2}·45 • 6E NOS~-:-,; ,, • ..
---
\
-.. __
14,."A.c.,P.lO.I.P. . '1'':' ""
C?RR.P,M.P.~ .. •,»,.... IN E' r•eo ,. / V, s .V4•
. ' .. .v
,.
BOND
NOTE: . ·--··
COAT MANHOLES NO'$, I, 2 ~ ~-
INTERIOR SURFACES W/ EPOXY, ::·,;
S EAL M . H. N O'S ' ~ Z COVE RS.<,·_-;,::;
W/TAR ANO ELIMIN/1,TE VENT .,, ..
.. ' '
HOLES, · ··;;,'
~--> ~~ia;.; ,. . '
-·,
1 j ,r· · \I -➔""'-" i i ,,_,,.~,/·.·· , 1e··v.c.P. \ ) . 11 ' -. ;../ ~"' ••,-'----------',\ INV. EL. Gl,50
' ' ..
' w---" . EL E VAT I O N '--__..;.;:~...::.::.....
ENCASE FITTINGI} <I:.::_. .
TO 'Ii.. IN C:.ONCRETE-' 1..>·:_;.' --
-
' DETAIL MA ~J HOLE ·.NO .. 3 ; ...,...--------,.-'"':'."-::------T""'.----·N .J .S . '
. ,S C I E N,·C E, I N :C • ,
·i '
j , ' • (7 11 (2~,4·361,8 . .
• .. . . '"' -~ 'l"'.:,..i~
<:~:., ·.~~· -,: .
.,.-.. ~ •: .. ~t .. ,:., .
'
' ....
., .. ...
, • ,.. :;. .
. ., ,""·': ,. ).. .........
~ .· r
. .,
.. ; ..
.P • ' .,..
' .,.-•
.: j
..
' ... . ; ":" ·,",,, . -
•
: ... . ·• .. ,. .. ... ..
•!'). ... . ' '< • .... ,.,....
-.(:
. \:• • . ·.t ~-:.: . . . ,
. ,.
;