HomeMy WebLinkAbout2026-01-13; Municipal Water District; 05; Adoption of Revised Plans and Authorization to Execute a Construction Contract Change Order with Creative Home dba CHI Construction, Inc. for the Valve Replacement PhaseCA Review TL
Meeting Date: Jan. 13, 2026
To: President and Board Members
From: Geoff Patnoe, Executive Manager
Staff Contact: Timothy Smith, Utilities Maintenance Planner
timothy.smith@carlsbadca.gov, 760-421-6434
Stephanie Harrison, Utilities Manager
stephanie.harrison@carlsbadca.gov, 442-339-2310
Subject: Adoption of Revised Plans and Authorization to Execute a Construction
Contract Change Order with Creative Home dba CHI Construction, Inc. for
the Valve Replacement Phase III Project
Districts: All
Recommended Action
Adopt a resolution adopting revised plans and authorizing the execution of a construction
contract change order with Creative Home, dba CHI Construction, Inc. for the Valve
Replacement Phase III Project in an amount not to exceed $348,780.
Executive Summary
The Carlsbad Municipal Water District’s, or CMWD’s, Water Valve Repair/Replacement Program
repairs or replaces broken water valves throughout the potable water system to ensure reliable
water delivery, reduce water loss and help maintain high service levels to customers. This is a
multi-year program with construction projects developed every couple of years. The scope of
the current construction contract includes installation of 87 valves at 26 prioritized locations
throughout the CMWD’s service area. The project is currently under construction with a
contract completion date of March 26, 2026.
The CMWD Board of Directors authorized the execution of a contract with Creative Home,
doing business as CHI Construction, Inc. for construction of the Valve Replacement Phase III
Project, in an amount not to exceed $3,823,800 on Oct. 29, 2024. (CMWD Resolution No. 1750)
Staff request that the CMWD Board adopt the revised plans related to the construction
contract change order for valve replacement work at two additional priority site locations, as
shown in the map in Exhibit 2, to enhance the water system control for the upcoming water
main replacement work in the Barrio area in an amount not to exceed $348,780.
Jan. 13, 2026 Item #5 Page 1 of 11
Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B
Explanation & Analysis
Project overview
The CMWD is committed to effectively managing the district’s assets to ensure it can continue
to provide superior water service. The district’s Water Valve Repair/Replacement Program,
Capital Improvement Program Project No. 5019-F, is designed to fix or replace valves that have
been identified as inoperable during routine maintenance checks or operational procedures.
In addition to replacing broken valves, the CMWD replaces any valves that are on the same
fitting as the broken valves and of the same age. The project also installs related components at
each site to allow water system control and enable safe draining, refilling and protection of the
pipelines during maintenance activities.
The current construction contract includes installing 87 valves at 26 locations in an amount not
to exceed $3,823,800, as approved by CMWD Resolution No. 1750. After construction started,
staff identified two additional priority site locations where seven aging valves must be replaced
to enhance the CMWD’s water system control for the upcoming water main replacement work
in the Barrio area. The two locations are at the intersection of Chestnut Avenue and Tyler Street
and at the Chestnut Avenue cul-de-sac, identified as C27 and C28 in the map provided as Exhibit
2.
The addition to the scope for the project results in a revised total of 94 valves, as categorized in
the following table and as shown in Exhibit 2.
Staff have determined that the revised plans for the additional sites conform with CMWD
standards and recommend that the CMWD Board adopt the revised plans and authorize the
execution of an owner-initiated contract change order to add the two priority site locations to
the contract.
Fiscal Analysis
The cost of the contract change order is $348,780, which will bring the total contract
construction cost to $4,172,580. The project is funded as part of the Water Valve
Repair/Replacement Program, Capital Improvement Program Project No. 5019, as Project No.
5019-F. There are sufficient funds in the Capital Improvement Program project budget for this
change order.
Valve Replacement Phase III Project
Capital Improvement Program Project No. 5019-F
Contract
scope
Contract scope
with additions
Existing valves to be replaced 57 64
New valves to be installed to improve system operations 30 30
TOTAL 87 94
Jan. 13, 2026 Item #5 Page 2 of 11
Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B
The table below provides a summary of the available funds and estimated costs:
No additional appropriation is required, as the previously approved funding for the Valve
Replacement Phase III Project (No. 5019) is sufficient to cover the change order for the two
additional sites. The previously authorized construction contingency of $573,570 is also
sufficient to complete the project and will not be increased for this change order.
Carlsbad Municipal Code Section 3.28.040(C)(5) authorizes the Executive Manager to approve
change orders up to an amount equal to the contingency set at the time the project is awarded,
which for this project is $573,570, as previously authorized in CMWD Resolution No. 1750.
Next Steps
With adoption of the revised plans and authorization by the CMWD Board to execute a
construction contract change order for this work, staff will issue a change order with Creative
Home, dba CHI Construction, Inc. to complete the valve replacement work at the two additional
sites.
Environmental Evaluation
The proposed action for replacement of seven valves at two additional priority site locations is
categorically exempt from environmental review under California Environmental Quality Act
Guidelines Section 15301 because it involves the maintenance, repair or minor alteration of
existing facilities with negligible or no expansion of the existing or former use. No exceptions to
the categorical exemption as set forth in CEQA Guidelines Section 15300.2 or Carlsbad
Municipal Code Section 19.04.070(C) apply.
Exhibits
1. CMWD Board of Directors resolution
2. Map and revised site plans
Water Valve Repair/Replacement Program
Capital Improvement Program Project No. 5019
Total appropriation to date $11,367,000
Total expenditures and encumbrances to date -$10,329,641
Total available balance (includes amount already encumbered for
construction) $1,037,359
Valve Replacement Phase III Project
Capital Improvement Program Project No. 5019-F
Remainder of funds for construction management and engineering support,
inspection and materials testing, staff and consultants and public outreach for
original construction contract (estimated)
-$225,000
Construction contract change order - Creative Home DBA CHI Construction,
Inc. -$348,780
Total remaining construction costs and contract change order cost $573,780
Remaining balance $463,579
Jan. 13, 2026 Item #5 Page 3 of 11
Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B
Exhibit 1
RESOLUTION NO. 1791 .
A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD
MUNICIPAL WATER DISTRICT OF THE CITY OF CARLSBAD, CALIFORNIA,
ADOPTING REVISED PLANS AND AUTHORIZING THE EXECUTION OF A
CONSTRUCTION CONTRACT CHANGE ORDER WITH CREATIVE HOME, DBA
CHI CONSTRUCTION, INC. FOR THE VALVE REPLACEMENT PHASE III PROJECT
IN AN AMOUNT NOT TO EXCEED $348,780
WHEREAS, the Carlsbad Water District, or CMWD, Board of Directors has determined that it is
necessary, desirable, and in the public interest to replace broken valves at priority locations and make
other improvements at the same locations through the Valve Replacement Phase III Project, Capital
Improvement Program, or CIP, Project No. 5019-F; and
WHEREAS, on June 11, 2024, the CMWD Board of Directors adopted plans and specifications
and authorized the solicitation of bids for the project in Resolution No. 1737; and
WHEREAS, on Oct. 29, 2024, through adoption of Resolution No. 1750, the CMWD Board of
Directors authorized the execution of a contract with Creative Home, doing business as CHI
Construction, Inc. in an amount not to exceed $3,823,800; and
WHEREAS, staff identified two (2) additional priority valve site locations at the intersection of
Chestnut Avenue and Tyler Street and at the Chestnut Avenue cul-de-sac at which the CMWD’s water
system control needs to be enhanced for the upcoming water main replacement work in the Barrio
area; and
WHEREAS, the construction change order to replace seven valves at two additional priority site
locations is in an amount not to exceed $348,780; and
WHEREAS, the change order amount will increase the total construction contract cost to
$4,172,580, and there is sufficient funding available in CIP No. 5019; and
WHEREAS, staff have determined that the plans related to the construction contract change
order work conform with CMWD standards, and staff recommend adoption of the revised plans by the
CMWD Board.
NOW, THEREFORE, BE IT RESOLVED by the Carlsbad Municipal Water District Board of Directors
of the City of Carlsbad, California, as follows:
1.That the above recitations are true and correct.
Jan. 13, 2026 Item #5 Page 4 of 11
Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B
2.That the CMWD Board has determined that the proposed action for replacement of
seven valves at two additional priority site locations is categorically exempt from
environmental review under CEQA Guidelines Section 15301 because it involves the
maintenance, repair or minor alteration of existing facilities with negligible or no
expansion of the existing or former use. No exceptions to the categorical exemption as
set forth in CEQA Guidelines Section 15300.2 or Carlsbad Municipal Code Section
19.04.070(C) apply.
3.That the revised plans for two additional priority site locations for the Valve
Replacement Phase III Project, CIP Project No. 5019-F, are on file in the Office of the
Secretary to the Board and hereby adopted.
4.That the construction contract change order for valve replacement work at two
additional priority site locations in an amount not to exceed $348,780 for the Valve
Replacement Phase III Project, CIP Project No. 5019-F, is approved, and the Executive
Manager or designee is authorized to execute a change order with Creative Home dba
CHI Construction, Inc.
PASSED, APPROVED AND ADOPTED at a Special Meeting of the Board of Directors of
the Carlsbad Municipal Water District of the City of Carlsbad on the 13th day of January, 2026,
by the following vote, to wit:
AYES: Blackburn, Bhat-Patel, Acosta, Burkholder, Shin.
NAYS: None.
ABSTAIN: None.
ABSENT: None.
______________________________________
KEITH BLACKBURN, President
______________________________________
SHERRY FREISINGER, Secretary
(SEAL)
Jan. 13, 2026 Item #5 Page 5 of 11
Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B
C9
C14
C13C11
C12
C2
C7
C3C4
C1
C8
C10
C5
C6
DocuSign Envelope ID: 9B189138-D226-4C97-8F8B-1BCF06D6626C
6/5/2024
Exhibit 2
Jan. 13, 2026 Item #5 Page 6 of 11
2 PROJECT SITES ADDED
C28
C27
Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B
T
Y
L
E
R
S
T
10" A
C
P
W
M
P
Z
2
5
5
6" AC
P
W
M
P
Z
2
5
5
12" P
V
C
S
E
W
E
R
72" R
C
P
D
R
A
I
N
8
"
P
V
C
S
E
W
E
R
10" A
C
P
W
M
P
Z
2
5
5
6" AC
P
W
M
P
Z
2
5
5
6
"
A
C
P
W
M
P
Z
2
5
5
CHES
T
N
U
T
A
V
E
PHOTO 1 - FROM TYLER ST LOOKING SOUTHEAST
NOTE:
1. ASSUME EXISTING PAVEMENT TO BE 4"
AC PAVEMENT WITH 12" OF CLASS II
AGGREGATE BASE.
2. ALL SURFACE IMPROVEMENTS MUST
BE REPAIRED PER LATEST CITY OF
CARLSBAD STANDARDS AND REGIONAL
2022 SAN DIEGO REGIONAL STANDARD
DRAWINGS.
3. LOCATION OF UTILITIES SHOWN ON
PLAN ARE DIAGRAMMATIC ONLY,
DRAWN FROM AVAILABLE RECORDS,
AND ARE NOT GUARANTEED. THE
CONTRACTOR MUST BE RESPONSIBLE
FOR LOCATING ALL STRUCTURES AND
FACILITIES, WHETHER SHOWN HEREIN
OR NOT, AND PROTECTING THEM FROM
DAMAGE. THE EXPENSE OF REPAIR OF
REPLACEMENT OF SAID
SUBSTRUCTURES AND UTILITIES MUST
BE BORNE BY THE CONTRACTOR.
PLAN
SITE 27 - EXISTING: INTERSECTION: CHESTNUT AVE AND TYLER ST
REMOVE EXIST. 10"
GATE VALVE
REMOVE 10" AC PIPE TO THE
NEAREST JOINT (15' MAX.
FROM END OF FITTING)
REMOVE EXIST. 10"
GATE VALVE
REMOVE EXIST. FIRE HYRDRANT
SERVICE NEAREST JOINT (15'
MAX. FROM END OF FITTING)
REMOVE EXIST. 10"X6" DI CROSS
REMOVE EXIST. 6" DI CROSS
REMOVE EXIST.
6" GATE VALVE
REMOVE EXIST. 6" GATE VALVE
REMOVE 6" AC PIPE TO THE
NEAREST JOINT (15' MAX.
FROM END OF FITTING)
REMOVE 6" AC PIPE TO THE
NEAREST JOINT (15' MAX.
FROM END OF FITTING)
REMOVE/ABANDON 6" AC PIPE IN PLACE PER
CARLSBAD SPECIFICATIONS FOR
ABANDONMENT OF ASBESTOS CEMENT PIPE
REMOVE 10" AC PIPE TO THE NEAREST
JOINT (15' MAX. FROM END OF FITTING)
REMOVE EXIST. 6" GATE VALVE
SEWER LINE SHOWN PER
GIS DATA, CONTRACTOR
TO PROTECT IN PLACE
PROTECT IN PLACE EXIST.
FIRE HYDRANT ASSEMBLY
AND INTERMEDIATE PIPING
REMOVE 6" VALVE AND ACP
TO THE NEAREST JOINT
REMOVE EXIST. CONCRETE SIDEWALK
AS NEEDED FOR CONSTRUCTION
10/1/25 AG CONSTRUCTION DIRECTIVE #11
Jan. 13, 2026 Item #5 Page 7 of 11
Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B
T
Y
L
E
R
S
T
10" A
C
P
W
M
P
Z
2
5
5
6" AC
P
W
M
P
Z
2
5
5
12" P
V
C
S
E
W
E
R
72" R
C
P
D
R
A
I
N
8
"
P
V
C
S
E
W
E
R
6
"
A
C
P
W
M
P
Z
2
5
5
CHE
S
T
N
U
T
A
V
E
FL X FL 10"X8" DI TEE
PLANNOTE:
1. AERIAL UTILITIES NOT SHOWN FOR
CLARITY.
2. SEE CITY OF CARLSBAD STANDARD
DRAWINGS GS 24- GS 28 FOR
PAVEMENT REPAIR.
3. ALL BURIED PIPE AND
APPURTENANCES SHALL BE WAX
TAPE WRAPPED PER CARLSBAD
STANDARD SPECIFICATION 09902.
FL X FL 8"X6" REDUCER
6" PVC WATER MAIN
FL X MJ 10" GATE VALVE
2" MAR
10" PVC WATER MAIN
FL X MJ 10" GATE VALVE
2" MAR
10" PVC WATER MAIN
FL X FL 8" GATE VALVE
2" MAR
6" PVC WATER MAIN
FL X MJ 8"X6" REDUCER
15' MAX15' MAX
42" MIN
VALVE RELOCATION (SECTION A)
N.T.S
15' MAX
DESCRIPTIONITEM
GATE VALVE, SIZE/CONNECTION PER PLAN (W-21)1
POLYETHYLENE ENCASEMENT2
3
4
VALVE BOX ASSEMBLY(W-23)
5
6
7
8
RESTRAINED MECHANICAL JOINT FITTING
PVC TO AC TRANSITION COUPLING
EXISTING PIPE, SIZE/MATERIAL PER PLAN
C900 PVC PIPE, SIZE PER PLAN (W-2)
MANUAL AIR RELEASE VALVE (W-10)9
10 DI REDUCER, SIZE/CONNECTION PER PLAN
DI CROSS, SIZE/CONNECTION PER PLAN
1
4
1 10
10
6
6
6
7
7
7
8
8
8 9 9
9
3
1 1
410 10 88
2
55
5
11
5
CUT AND CAP EXIST. 6"
ACP PER DTL 3, DWG D-1
CUT AND CAP EXIST. 6" ACP PER
CARLSBAD STANDARD SPECIFICATIONS
SITE 27 - PROPOSED: INTERSECTION: CHESTNUT AVE AND TYLER ST
SEE PIPE CONNECTION
PER DTL 2, DWG D-1 (TYP.)
11 RESTRAINED FLANGE COUPLING ADAPTER
3(SHOWN OUT
OF SECTION)
1
55
6 7
FL X MJ 6" GATE VALVE
6" PVC WATER MAIN
10/1/25 AG CONSTRUCTION DIRECTIVE #11
Jan. 13, 2026 Item #5 Page 8 of 11
Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B
8
"
V
C
P
S
E
W
E
R
8
"
A
C
P
W
M
2
5
5
CHES
T
N
U
T
A
V
E
10" A
C
P
W
M
P
Z
2
5
5
6" AC
P
W
M
P
Z
2
5
5
12" P
V
C
S
E
W
E
R
72" R
C
P
D
R
A
I
N
1
0
"
A
C
P
W
M
P
Z
2
5
5
PLANNOTE:
1. AERIAL UTILITIES NOT SHOWN
FOR CLARITY.
2. ASSUME EXISTING PAVEMENT
TO BE 4" AC PAVEMENT WITH
12" OF CLASS II AGGREGATE
BASE.
3. ALL SURFACE IMPROVEMENTS
MUST BE REPAIRED PER
LATEST CITY OF CARLSBAD
STANDARDS AND REGIONAL
2022 SAN DIEGO REGIONAL
STANDARD DRAWINGS.
4. LOCATION OF UTILITIES SHOWN
ON PLAN ARE DIAGRAMMATIC
ONLY, DRAWN FROM AVAILABLE
RECORDS, AND ARE NOT
GUARANTEED. THE
CONTRACTOR MUST BE
RESPONSIBLE FOR LOCATING
ALL STRUCTURES AND
FACILITIES, WHETHER SHOWN
HEREIN OR NOT, AND
PROTECTING THEM FROM
DAMAGE. THE EXPENSE OF
REPAIR OF REPLACEMENT OF
SAID SUBSTRUCTURES AND
UTILITIES MUST BE BORNE BY
THE CONTRACTOR.
PHOTO 1 - FROM EASTERN CUL-DE-SAC
REMOVE 10" AC PIPE TO THE
NEAREST JOINT (15' MAX.
FROM END OF FITTING)
ABANDON 6" AC PIPE IN PLACE TO
EXIST. END CAP PER CARLSBAD
SPECIFICATIONS FOR ABANDONMENT
OF ASBESTOS CEMENT PIPE
REMOVE 2" INTERTIE BETWEEN 6"
AND 10" WATERLINES
REMOVE EXIST. 10"
GATE VALVE
REMOVE EXIST. 10"
GATE VALVE
REMOVE EXIST. 10" DI TEE
AND THRUST BLOCK
REMOVE EXIST. 2" GATE VALVE
SITE 28 - EXISTING: CHESTNUT CUL-DE-SAC
REMOVE EXIST. MAR
REMOVE EXIST. 6" GATE
VALVE AND EXIST. MAR
REMOVE EXIST. SIDEWALK AND FENCING
AS NEEDED FOR CONSTRUCTION
10/1/25 AG CONSTRUCTION DIRECTIVE #11
Jan. 13, 2026 Item #5 Page 9 of 11
Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B
CHE
S
T
N
U
T
A
V
E
10" A
C
P
W
M
P
Z
2
5
5
6" AC
P
W
M
P
Z
2
5
5
12" P
V
C
S
E
W
E
R
72" R
C
P
D
R
A
I
N
1
0
"
A
C
P
W
M
P
Z
2
5
5
PLANNOTE:
1. AERIAL UTILITIES NOT SHOWN
FOR CLARITY.
2. SEE CITY OF CARLSBAD
STANDARD DRAWINGS GS 24 - GS
28 FOR PAVEMENT REPAIR.
3. ALL BURIED PIPE AND
APPURTENANCES SHALL BE WAX
TAPE WRAPPED PER CARLSBAD
STANDARD SPECIFICATION 09902
1
2
VALVE RELOCATION (SECTION A)
DESCRIPTIONITEM
GATE VALVE, SIZE/CONNECTION PER PLAN (W-21)1
POLYETHYLENE ENCASEMENT2
3
4
VALVE BOX ASSEMBLY(W-23)
5
6
7
8
DI TEE, SIZE/CONNECTION PER PLAN AND THRUST BLOCK (W-19)
RESTRAINED MECHANICAL JOINT FITTING
PVC TO AC TRANSITION COUPLING
EXISTING PIPE, SIZE/MATERIAL PER PLAN
C900 PVC PIPE, SIZE PER PLAN (W-2)
N.T.S
MANUAL AIR RELEASE VALVE (W-10)9
10 DI REDUCER, SIZE/CONNECTION PER PLAN
42" MIN
10" PVC WATER MAIN. RESTRAIN
JOINTS APPROX. 30'.
6" PVC WATER MAIN
10" PVC WATER MAIN.
RESTRAIN JOINTS, APPROX. 22'
CUT AND CAP EXIST. 6" ACP
PER CARLSBAD STANDARD
SPECIFICATIONS
FL X FL 10"X8" DI TEE
FL X MJ 10" GATE VALVE
FL X MJ 10" GATE VALVE
FL X FL 8" GATE VALVE
FL X MJ 6" 45° DI BEND
MJ X MJ 6" 45° DI BEND W/THRUST
BLOCK PER, SEE BELOW
FL X FL 8" X 6" REDUCER
4 1 616
1
55
10
9
8
55
11
11
6
77
7
11 DI BEND, SIZE/CONNECTION PER PLAN5
12
12 THRUST BLOCK (W-19)
12
8
3 3
3
1
2
2
2
2
2
15'
MAX
15' MAX
2' MIN
ABANDON EXIST.
2" INTERTIE
13
2" MAR
SITE 28 - EXISTING: CHESTNUT CUL-DE-SAC
13 CUT AND CAP EXIST. 6" ACP CARLSBAD STANDARD SPECIFICATIONS
8
6 78678
(SHOWN OUT
OF SECTION)
6" PVC WATER MAIN, APPROX. 10'
7'
7'
10/1/25 AG CONSTRUCTION DIRECTIVE #11
Jan. 13, 2026 Item #5 Page 10 of 11
Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B
DESCRIPTIONITEM
PVC PIPE1
PVC REPAIR COUPLING WITH SPLIT RESTRAINT4
GENERAL NOTES:
1. PIPE SIZES, LENGTHS, INTERIOR AND EXTERIOR DIAMETERS MAY VARY BETWEEN PROJECT SITES. CONTRACTOR
IS TO VERIFY PIPE DIMENSIONS IN FIELD PRIOR TO INSTALLATION.
2. CONTRACTOR MUST ADHERE TO ALL MANUFACTURER FURNISH AND INSTALLATION INSTRUCTIONS.
3. CONTRACTOR MUST FOLLOW ALL MITIGATION METHODS OUTLINED IN THE SPECIFICATIONS FOR REMOVAL OF
ASBESTOS CEMENT PIPE.
1 4
PVC TO ASBESTOS CEMENT CONNECTIONPVC TO PVC PIPE CONNECTION
1
1
D-1
2
D-1
FITTING TYPEPIPE SIZE (IN)
6 TEE/CAP 4.24 1.46
THRUST BLOCK DIMENSIONS TABLE
NOTES:
1. VALVE CAN PER CARLSBAD STANDARD DRAWING W-10.
2. THRUST BLOCK PER CARLSBAD STANDARD DRAWING W-19.
3. ALL BURIED PIPE AND APPURTENANCES SHALL BE WAX TAPE WRAPPED
PER CARLSBAD STANDARD SPECIFICATION 09902.
ACP END CAP AND BALL VALVE3
C27-B
BEARING AREA
(SQ FT)
THRUST BLOCK
WIDTH (FT)
THRUST BLOCK
HEIGHT (FT)
2.91
1 2
3
6" MECHANICALLY RESTRAINED
CAP WITH 2" THREADED INSERT 2" RISER ASSEMBLY PER CARLSBAD
STANDARD DRAWING W-10
6" ACP NEW 6" PVC
2" BALL VALVE
VALVE CAN
TRANSITION COUPLING
THRUST BLOCK
DESCRIPTIONITEM
PVC PIPE1
EXISTING ASBESTOS CEMENT PIPE2
TRANSITION COUPLING3
PROVIDE DIELECTRIC BUSHING OR UNION
TO SEPARATE DISSIMILAR METALS
18" MIN.
36" MAX.
1
10/1/25 AG CONSTRUCTION DIRECTIVE #11
Jan. 13, 2026 Item #5 Page 11 of 11
Docusign Envelope ID: EAE265F5-2E9A-401B-9D77-53A29839FD9B