Loading...
HomeMy WebLinkAboutChilcote Inc; 1988-08-03; 3151CITY OF CARISBAD FUBLIC vK>RKS PROJECT OIANGE ORDER NO. 13 CONTRACT' NO. 3151 ruROiASE ORDER NO. _5_7_44 ___ ACCDUNT NO. 410-820-1880-3151 CONTRACTOR Is NAME ____ M_. _L "____.cC ___ H __ I L"'--C"""O_T--'-E.,__I~N=C-'--. ------------------ CONTRACTOR Is ADDRESS __ 2_6_60~F~L-'--ET---'C---'-H=E R~P~AR=K=W ....... AY.._,~S~UI~I--E_F ...... .____EL __ C.._.A ..... JO ...... N~,-C ...... A .......... 9_20 .... 2 .... 0'--___ _ The Contractor is directed to make the following' changes as described herein. Clianges shall include all labor, naterials, equipment, contract time extensions, and. all other gcxxls and. services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising' out of this additional work and. is expressly agreed between city and. Contractor to be the complete and. final cqsts hereof. The requirements of the specifications, where pertinent and. not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. QIANGE: Increase quantities of additional unclassified excavation from 70,593 c.y. to 77,593 c.y. The unit price of $6.38 per' c.y. remains unchanged. 77,593 REASON FOR OIANGE: less 70,593 7,000 at $6.38/c.y. $44,660.00 Original estimate of 70,593 c.y. did not consider the additional 2:1 slope cuts + 2,935 c.y. nor the additional 5' of fill excavation of+ 4,065 c.y. COST: wmp slllll __ Unit prices __x_ Both __ Total this extra $ 44,66• QQ Previous net changes $1,065 849 89 Original contract amount $5,00J:654 20 New contract total $6,112,164 09 Municipal Projects Manager Date city Manager and./or Mayor Date TIME OIANGE: Add days O Ca:luct days __ 0.._ __ Add/deduct days this change __ 0 __ _ Previous add/deduct days _ _....O __ Original contract days _3_0_0 __ New contract time ___...3"""0 .... 0 __ White -Job File Pink -Project Inspector Yellow -Contractor Gold -Purchasing' with P.O. Change Order CITY OF CARISBAD ruBLIC WORKS PROJECT OIANGE ORDER NO. 12 CDNTRACT NO. 3151 FURCHASE ORDER NO. __,5L<7_.4_._4 ___ ACCOUNT NO. 410 -820-1880-315] CDNTRACIDR'S NAME ------~M~,L~,~G~H~I-LG-O~J~E-,~I~NC--~---------------- CDNTRACIDR' s ADDRESS ----~2-6~6~D~E-1 _E~I~CH~E~B~P~A~B~K~W~A-Y +-, ~5~1~1T~I~E~E+, _F~l~C-A~,J~D=N~,~C~A-9 .... 2~D~2--.D~--- The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extensions, and all other goods and sei:vices . required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between City and Contractor to be the corrplete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. CBANGE: Increase quantity of unclassifed fill, Bid 76,192 c.y. Item No. 3 from 57,000 c. y. to _ 76,192 57,000 The unit price of $1.00 per cubic yard remains unchanged. 19,192 @ $1.00/1 less $19,192.00 REASON FDR OIANGE: Design engineer under estimated quantities. A constant field review of construction staking and verification of final finished elevations, support volumes in place. COST: llnTip sum __ Unit prices _X_ Total this extra $ Previous net changes $ Original contract amount $ New contract total $ Both __ 19,192.00 1,046,657.89 5,001,654.20 6,067,504.09 TIME OIANGE: Add days O Deduct days _ _._O'---- Add/deduct days this change 0 Previous add/deduct days Q Original contract days 3DD New contract time 3QQ CD~_:;PR ~";;3~ 7/:z~ ~. Date 1/ <], ~~~~..:..:.-=~::::__:_::~~__L.t:::... J Municipal Projects Manager Date City Manager and/or Mayor Date White -Job File Pink -Project Inspector Yellow -Contractor Gold -I\lrchasing with P,O, 01ange Order CITY OF CARISBAD FUBLIC OORKS PROJECT CHANGE ORDER NO. 11 CONTRACT NO. 3151 FURCHASE ORDER NO. 5744 ACCJUNI' NO. 410 820 1880 3151 CDNTRACIDR'S NAME M.L. CHILCOTE, INC, CDNTRACIDR' s ADDRESS --=2 ..... 16,.,.,0.__._F ..... L ..... ET ..... C ...... H ...... E_...,,_R_.P_.._A.....,R....,,.K...,l>JA ...... Y'-<t,__,_FI ...... E_.J ..... C ....... H .... F R'-'----'-P.....,A ....... R ..... KWCLLA ...... Y_,,., ...... E ..... I__._C,=A...,,J O ..... N....,,,-.,..C-=--A-9-.2....,0-2 .... 0--- 'Ihe Contractor is directed to make the following changes as described herein. Olanges shall include all labor, materials, equipment, contract time extensions, and all other goods arxi services required to implement this change. Payment stated. on this change order includes all charges, direct or indirect, arising out of this additional work arxi is expressly agreed. between City arxi Contractor to be the complete and final costs hereof. 'Ihe requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager arxi/or the :M.:tyor. CHANGE: Increase quantities of untreated base 18 11 Bid Item 7 from 36,950 c.y. to 47,400 c.y. Unit price of $16.60 per c.y. is unchanged. 47,400 less 36,950 10,450@ $16.60/c.y. =$173,470.00 REASON FDR CHANGE: Design engineer under estimated quantities. (see attached) lump sum __ Unit prices _X_ Both __ Total this extra $ · 173,470.00 Previous net changes $ 873,187. 89 Original contract amount $ 5 , 001 , 654. 2 0 New contract total $ 6,048,312.09 Municipa.l Projects Manager Date city Manager arxi/or Mayor Date TIME CHANGE: Add days O Deduct days _ _.O.__ __ Add/ded.uct days this change __ O __ _ Previous add/deduct days _ _.,O.___ __ Original contract days _.3 ..... Q ..... Q.___ __ New contract time -3 ....... Q ..... O __ _ White -Job File Pink -Project Inspector Yellow -Contractor Gold -Purchasing with P.O. Change Order REASON FOR CHANGE: PUBLIC WORKS PROJECT CHANGE ORDER NO. 11 Recalculation of the quantities for this item validates that the estimate should show ± 44, ooo c. y. The above calculation was conservative and only took the footprint of the curb and gutters pavement and median section for the plan lengths. There was an additional amount due to an additional 1 11 on either side for forming at the outside curbs in order to fully base beneath the curbs plus some extra due to equipment accuracy. All toll, the recalculation shows± 44,000 c.y. as what the original estimate c.y. should be and the additional ± 2,866 c.y. relates to an additional l" of depth throughout the job. J CITY OF CARLSBAD HIBL.IC WORK.5 PROJECT CHANGE ORDER NO. 10 CONTRACT NO. 3151 FUROIASE ORDER NO. _5_7_4_4 __ ACCOUNI' NO. 410-820-1880-3151 CONTRACIDR'S NAME ___ M_._L_. _C_H_I_LC_0_T_E..:..,_I_N_C_. __________________ _ CONTRACIDR I s ADDRESS _2_1_6_0_F_L_ET_C_H_E_R _P_A_RK_W_A_Y ~• _S_U_IT_E_F ~• ~E .... l __ C=A~J0 ...... N ..... ,--=CA.........a.9=-20""""2 ..... 0 _____ _ 'Ihe Contractor is directed to make the following changes as descri.becl herein. ·Olanges shall include all labor, materials, equipment, contract time extensions, and all other gocxis and services required to i.rrplement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between City and Contractor to be the complete and final costs hereof. 'Ihe requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. 'Ibis change order is not effective unless signed by the City Manager and/or the Ma.yor. CHANGE: Increase amount of quantity of unclassified excavation, Bid Item 2 from 267,500 c.y. to 324,389 c.y. 324,389 Unit price of $6.38 per cubic yard remains unchangJa:s 267 ,500 $ 56,889@ 6.38/c.y. = REASON FOR CHANGE: See attached COST: I.ump sum __ Unit prices __x_ Both __ 362,951 82 510,236 07 Total this extra $ Previous net changes $ Original contract amount $ New contract total $ 5,001,654 20 4,874,842 09 $362,951.82 TillJE CHANGE: Add days a Deduct days 0 Add/deduct days this change 0 Previous add/deduct days 0 Original contract days 300 New contract time 300 CX>NTRACIOR ~~if=o itLV¼%Y ~~~~~~.,,,,(rt Municipal Projects Manager Date City Manager and/or Mayor Date White -Job File Pink -Project Inspector Yellow -Contractor Gold -Purchasing with P.O. Change Order REASON FOR CHANGE: PUBLIC WORKS PROJECT CHANGE ORDER NO. 10 The design engineer under estimated the quantities. A review of the survey notes, plans, and load tickets supports the volume calculations made by the City, being those which were paid, and not the design engineer's estimate. The layout data supported the plan quantity. The load count volumes were adjusted to reflect variables such as void ratio and mounding in the truck. over excavation was not deemed a factor since the elevations required per plan were established and under constant review of the City's resident inspector. CITY OF CARLSBAD :RJBLIC ~RKS POOJECl' CHANGE ORDER NO. 9 OONTRACT NO. 3151 itlc .. -, .. \tr, .. :\· I RJROIASE ORDER NO. __ 57_4_4 __ ACCXXJNT NO. ,-320-820""1840-315.L~ OONTRACIDR'S NAME ___ M_.L_._C_H_I_L_CO_T_E_, _I_N_C. ________________ _ a::>Nl'RACIDR'S .ADI:RESS __ 2_1_60_FL_E_T_CH_E_R_P_A_RK_W_A_Y ,_#F_,_EL_CA_J_O_N ,_CA_9_20_2_0 ______ _ 'lhe Contractor is directed to make the following changes as described herein. Chang'es shall include all laoor, materials, equipment, contract ti.me extensions, am all other gocrls am services required to inplement this change. Payment stated on this change order includes all charges, direct or imirect, arising out of this additional work am is expressly agreed between City am Contractor to \be the complete am final costs hereof. 'll>.e requirements of the specifications, where pertinent am not in cx,nflict with this change order, shall apply to these changes. 'll>.is change order is not effective unless signed by the City Manager arrljor the Mayor. CHANGE: Install. advance sensor signal at Paseo Del Norte and Palomar Airport Road;three loops REASON FOR CHANGE: Design Engineer omitted item from plans. · They are required to ·pro vi de advanced detection for traffic signals. <X>ST: Iunp sum _.x_ Unit prices __ Both __ Total this extra $ 1,340. 00 Previous net changes $ 508,896.07 Original ex>ntract amunt $ 5,001,654.20 Ne"# contract total . $ 5,511,890.27 Date fit? TlME OJANGE: Add days O Deduct days __ o,___ Add/deduct days this change O· Previous add/deduct days Original contract days 300 New contract time 300 White -Jol:,,File Pink -Project Inspector Yellow -Contractor Gold -PW:dlasing with P.O. Charge order CITY OF CARI.SBAD , PUBLIC IDRI<S PRQJECr OIANGE ORDER NO. 8 cnNrRAcr NO. 3151 CDNI.RAcroR•s NAME M.L. CHILCOTE, INC. CDNI.RACIDR'S ADDRESS 2160 FLETCHER PARKWAY, #F, EL CAJON, CA 92020 nie Contractor is directed to make the following changes as described. herein. Changes shall include all labor, ma.terials, equipment, contract time extensions, an::l all other goods an::l servi~ required to inplement this change. Payment stated on this change order includes all chal:ges, direct or imirect, arising out of this additional work _aJ'rl is expressly agreed between City arrl contractor to be the c::anplete an::l final costs hereof. llle requirements of the specifications, ~ pertinent an::l not in conflict with this change order, shall apply to these changes. 'Ibis change order is not effective unless signed by the City Manager amjor the Mayor. a-JANGE: Enlarge driveway entrance to Laurel Tree Lane as follows: · -Expand depressed opening to 40 1 -Expand asphalt transition to 80'south of curb face -Instal 1 the fol lowing driveway structural section 411 AC over 8" Class II base RFASON FOR OIANGE: Improve safety of turning roovements in and out of driveway I1mp sum _,x_. unit pri~ --Both Total this extra $ 5, mr:oo Previous net changes $ 503,715.07 Original contract arrount $ 5,001.654.20 New contract total · $ 5,510,550.27 TIME OIANGE: Add days · 0 Deduct days __ O __ Add/deduct days this change 0 Previous add/deduct days 0 Original contract days 300 New contract time 300 White -Job File Pink -Project Inspector YellC1t1 -Contractor Gold -Purchasing with P.O. Change Order , CI'.IY OF CARI.SBAD FUBLIC ¥K)RKS PRlJECI' CHANGE ORDER NO. 7 <DNTRACT NO. 3151 RJROJASE ORDER NO. 5744 ACCXXJNT NO.· 320 820 1840 3151 ----- <DNTRACIOR'S NAME ____ M_._L._CH_I_L_CO_T_E _________________ _ <DNTRACIOR, s AIDRESS __ ...;..2_16'--0_F.....;L..;..ET__;C=H=ER.....;...;..PA..;..R..;_;K.;.;.;.WA..:..;.Y..L., __;Sc..;.U----IT'"""'E_F'--','--=EL;;;....;;.;CA...;.;;Jc..;.O..;..N ,<--.;..CA..;.....;..9 ____ 20'-"'2..;..0 ___ _ 'Ihe Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, cxmtract time extensions, arrl all other goods arrl services required to inplement this change. Payment stated on this change order includes all charges, direct or irxlirect, arising out of this additional work arrl is expressly agreed between City arrl contractor to be the complete arrl final costs hereof. 'Ihe requirements of the specifications, 'Where pertinent arrl not in ex>nflict with this change order, shall apply to these changes. 'Ihis change order is not effeqtive unless signed by the City Manager am;or the Mayor. SEE ATTACHED REASON FOR CHANGE: SEE ATTACHED I1mp sum _X_ Unit prices __ Both Total this ext.ra $ . 6, 4'8'9.9'0 Previous net changes $ 497,225.17 original contract amount $ 5,001,654. 20 New contract total $ 5,505,729.27 /' --:-l c... . \ TlME CHANGE: Add days O Deduct days _ ____,0...--- Add/deduct days this change 0 Previous add/deduct days 0 original contract days 300 New contract time 300 White -Jab File Pink -Project Inspector Yellow -Contractor Gold -Purchasing with P. o. Change Order PUBLIC WORKS CHANGE ORDER NO. 7 CHANGE: 1. 2. 3. Add additional lighted directional arrow board (purchased for city inventory) Provide temporary connection of 1011 water line cost: $1,907.20 Item 73:13' of 1011 ACP--paid: 287.30 Realign 12" steel water line at College to revise installation to include additional surveying, welding and handholes. cost: $2,980 $3,700.00 1,619.90 Item 77-1 ea 12 11 G.V. paid: 1,255 net of Item 88 4. Relocate storm drain Sta. 39+20 to Sta. 38+96 and add one B-5 Cleanout Cost: $4,395 Item 14-25 1 of 1811 RCP Paid: 3,995 TOTAL CHANGE ORDER AMOUNT REASONS: 1,130.00 400.00 $6,489.90 Lump Sum Lump sum Lump Sum Lump sum Lump Sum Lump Sum 1. Traffic Engineer required revisions to traffic control Substantial vehicular traffic required more obvious delineation. board will be given to U/M Department when work is finished. plan. Signal 2. Telephone construction was expedited and outage time was minimized to the Carlsbad Water District. 3. A new high point occurred in water line and Mr. Lopez of Carlsbad Water District approved installation of additional manual air release valve. Position the flanges on the existing gate valve were not aligned for use on new pipe therefore item 98 was deleted and the cost $210 charged to item 77 i.e. $1,465 less $210 = $1,255 net (cost of additional gate valve) 4. Carl tas requested pressure meter stations to be moved easterly. Carl tas will absorb expense. CI'IY OF CARISBAD PUBLIC K>RKS PROJECI' CHANGE ORDER NO. 6 CONTRACT NO. 3151 RJRCHASE ORDER NO. 5744 ACCOUNI' NO. 320 820 1840 3151 ----- CONTRACR>R'S NAME ___ M_._L_._C_H_I_LC_0_T_E ___________________ _ CONTRACR>R, s ADDRESS __ 2_16_0_F_L_ET_C_H_ER_PA_R_K_WA_Y..._, _S_U_IT_E_F_,,'---EL_CA_J_0N__.~'---CA_9_20_2_0 ____ _ 'lhe Contractor is directed to make the following changes as described herein. Cllanges shall include all lal:x)r, materials, equip:rent, contract time extensions, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between City am Contractor to be the conplete and final costs hereof. 'lhe requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. 'Ibis change order is not effective unless signed by the City Manager a.rd/or the Mayor. CHANGE: SEE ATTACHED REASON FOR CHANGE: SEE ATTACHED <nS'l': I.J.mp sum _x_ Unit prices __ Both __ Total this extra $ 13,768.78 Previous net changes $ 483,456. 39 Original contract amount $ 5.001,654,20 New contract total $ 5,498,879.37 Dlte City' Manager ard;or Mayor /11/hcl' / Dlte TIME CHANGE: Add days -0-Deduct days __ -O_-_ Add/deduct days ·this change -0- Previous add/deduct days -0- 0riginal contract days 300 New contract time 300 White . -Job File Pink -Project Inspector Yellc:M -Contractor . Gold -Purd:lasing with P.O. Cllange ~ PUBLIC WORKS CHANGE ORDER NO. 6 CHANGES: 1. 2. Repair deteriorated asphalt on the south side of existing temporary pavement. Install a French drain from Sta. 47+50 to approximately Sta. 49+50. TOTAL REASONS: $8,810.26 5,058.52 $13,768.78 Lump Sum Lump Sum 1. Design sections of eastern section of temporary road south side ( 311 over native per design) has failed. Traffic hazards exist and must be remedied. Building a stronger section beyond the original design is necessary. 2. A natural path of underground water was discovered when the subgrade, being prepared for base material was determined to be excessively wet and unable to dry out. Compaction requirements could not be met and pumping of the subgrade soil occurred. C1T':l OF CARISBAD RJBLIC ~ PROJECr OIANGE ORDER NO. 5 CONIRAcr NO. 3151 RJR<l:IASE ORDER NO. 5744 ACCXXJNr NO. 320 820 1840 3151 ---- CXJNTRACIOR'S NAME ___ M_. ___ L. ____ C_Hl""-L~C-'-OT'""'E'---_________________ _ CONIRACIOR Is ADDRESS ---=2=1=60=---:...F..:..1 e=t=c=he=r'----"-P=a r::..:;k=w=-a~y ,L....:S=u1.:...:t=e:.....:...;F ,..__..E ..... 1 ....::C,.,,.a,.._j o=n.,_,,,.__,,.,CA'--'---"9""'2=02....,0.__ ____ _ 'lhe Contractor is directed to make the follow'i.rg changes as described herein. Cllan;Jes shall include all labor, materials, equipment, contract time extensions, a.rrl all other goods a.rrl services required to iaplement this change. Payment stated on this change order includes all charges, direct or Wirect, arising out of this additional work a.rrl is expressly agreed between City a.rrl Contractor to be the complete a.rrl final costs hereof. The requirements of the specifications, -wh.ere pertinent a.rrl not in conflict with this change order, shall apply to these changes. This change o:rder is not effective l.ll1less signed by the City ~er arrljor the Mayor. CliANGE: SEE ATTACHED REASON FOR OIANGE: SEE ATTACHED cn;T: I.unp sum ~ Unit prices __ Both Total this extra $ 11 ;uss:-oo Previoos net changes $ 4 72, 371. 39 original contract amunt $ 5.001.654.20 New contract total $ 5,485,110.59 Ce.te City Manager arrljor Mayor ;J,,/2;, TIME OIANGE: Add days -0-Ded.Uct days -0- Add/deduct days this change -0- Previoos add/deduct days original contract days 300 New contract time 300 White -Job File Pink . -Project Inspector Yellow -Contractor · Gold -Purchasing with P.O. Cllan;Je O:rder PUBLIC WORKS CHANGE ORDER NO. 5 CHANGE: 1. 2. 3. 4. Repair slope failure and install riprap to entrance area of 72" drain at Sta. 56+90. Relocate pressure metering station at station 30+40.70 cost: $6,980.00 (Items 77, 84, 85, 92) paid: 3,237.00 $4,350.00 3,743.00 Remove 2 existing street lights cost 640.00 Replace 2 existing old water pressure meters with 2 short lengths of steel pipe (spools) and refurbish water pressure meters. 632.00 5. Provide additional sewer relocation at Sta. 74+50. (Lump sum & Unit Price) cost: $10,320.00 (Item No. 46) paid: 8,600.00 TOTAL CHANGE ORDER .AMOUNT REASONS: 1,720.00 $11,085.00 Lump sum Lump sum Lump Sum Lump Sum Lump Sum Lump Sum Lump Sum 1. Heavy storms damaged the north side entrance slopes to the 72" storm drain. The grade of the slopes needed to be reestablished and protected against future drainage. 2. carltas Corporation wanted the relocation and agreed to reimburse the City for the costs since their proposed intersection interfered with the original placement. 3. The existing street lights were not shown on the original plans and conflicted with the utility connections at that point. 4. The water district requested the change for better operating efficiencies. The costs will be assessed to the water district. 5. A conflict between the force main (sewer) and the storm drain (gravity flow) . The plans did not show it. The grading drain could not be changed without excessive costs and delays. CITY OF CARLSBAD PUBLIC WORKS PROJECT CHANGE ORDER NO. 4 (Less than $5,000) CONTRACT NO. PURCHASE ORDER NO. ------ACCOUNT NO. 320-820-1P40-3151 -----~764 CONTRACTOR'S NAME ___ ~_._r._._r_h_i_l_c_o_t_e •. ,_In_co_rp_o_r_a_t_e._.d _________________ _ CONTRACTOR'S ADDRESS __ ,_,_~_0_F_JP_t_c_.~_e_.r_. _P_a_r_'lcw_R•...;..•_~_,_,i_t_e_. _v~,_F_l_r_a_1_o_n_,_r_A_Q_2_ .. n_,_n_. ______ _ The contractor is directed to make the following changes. Changes shall include labor, material and equipment; payment stated on this change order includes all charges direct or indirect arising out of this additional work. The requirements of the specifications, where pertinent and not in conflict with this order shall apply to these changes. This change order is not effective unless signed by the City Manager. CHANGE: 'Reconstruct failed section of Interim Pavement e&l!Jt of T.aurel Tree T,ane on south side of Patomar Airport Poad. Fxcavate existinR base throu~h suhgrade to sound mRterial and reestahlish sai~ section usi~~ compacted 3/4" rock within suh~rade, t.o~pen with class TI a~~re~ate hase material and surfaced with a minimum of 4" of comnacted super cold mix, leveled to po1JVide a smooth transition in all travel directions with the ad1oininP, existinv, road. REASON FOR CHANGE: · Interi~ pavement instAlled per nesitm, failed due to traffic and water intresion into suhp:radP. COST: Lump sum v Unit prices Both Total thi'se'xtra ,-'J .-1-~n-.-l"\-n Previous net changes $ ~701?11.30 Original contract amount$ ~,noJ,~~ New contract total $ ~,&74,01~.~Q CITY OF CARLSBAD Inspector :) I .~ ( ' i I ' ity Manager Oat TIME CHANGE: Add days n Deduct days o Add/deduct days this change -~0---- Previous add/deduct days o ------Original contract days _~_o __ n ___ _ New contract time -3~n_o __ _ CONTRACTOR I __ .. / ,, . J / '.' ' oat~ .i :~ I White Pink Yellow Gold ,,- -Job File -Project Inspector -Contractor -Purchasing with P.O. Change Order i CITY or CARLSBAD PUBLIC WORKS PROJECT CHANGE ORDER NO. 3 (More than $5,000) CONTRACT NO. 3151 PURCHASE ORDER NO. 5744 ACCOUNT NO. ,20-R20-1840-3151 ------ CONTRACTOR'S NAME r.HILCOTE, INCOFPORATF.n --------------------------------CONTRACTOR'S ADDRESS 21~0 Fletcher Parkway, El Cajon, r.A Q2020 The contractor is directed to make the following changes. Changes shall include labor, material and equipment; payment stated on this change order includes all charges direct or indirect ar1s1ng out of this aQditional work. The requirements of the specifications, where pertinent and not in conflict with this order shall apply to these changes. This change order is not effective unless signed by the Mayor. CHANGE: Apply straw mulch and spray adhesive to north side slopes ·which totals approximately 2~3, 21 ':i sq. ft. REASON FOR CHANGE: Additional erosion control measure as requeste<l by the City En~ineer. COST: 2R1,2J'; sq. ft. x $0.05/sq. ft.• ~14,l~0.75TIME CHANGE: Lump sum Unit prices Y Both Total this extra ,--14,+1t111t11_e,-., • ..,.,~., Previous net changes $ 456 ,mm. 64 Original contract amount $ ... ,,mt,654.211 New 1contract total, $ 5,4?1,8'5.51) \ i i <l,/ ,.... /t ... "· Project Manager, ~ ,(, Date Add days -n-Deduct days Add/deduct days this change -~11~---- Previous add/deduct days --h- -0- Original contract days 1¢.0 New contract time inh / I Date Construction Inspector Date -Job File -Project Inspector -Contractor White Pink Yell ow Gold -Purchasing with P.O. Change Order CITY or CARLSBAD PUBLIC WORKS PROJECT CHANGE ORDER NO. 2 (M~re than $5,000) CONTRACT NO. 3151 PURCHASE ORDER NO. 5744 ACCOUNT NO. 320 -~20-1Q40-31Sl ------ CONTRACTOR'S NAME Chilcote, Incorporated --------------------------------CONTRACTOR'S ADDRESS 2160 Fletcher Parkway, El Cajon, CA 92020 The contractor is directed to make the following changes. Changes shall include labor, material and equipment; payment stated on this change order includes all charges direct or indirect ar1s1ng out of this additional work. The requirements of the specifications, where pertinent and not in conflict with this order shall apply to these changes. This change order is not effective unless signed by the Mayor. CHANGE: Deduct Bi<l Items 11~, 113 & 114 in their entirity. B. I. 112 113 114 REASON FOR CHANGE: Estimated Qty. & Units L.S. 1575 CY 255 CY Unit Cost S 7500.00 6.50 41. 30 Total Deductive Charige = Total Cost $ 7500.on 10,237 .5o _ 10,5 31. 5 O $28,269 .oo The addltive Bid Items 112 -124 is for road and channel drainaae work across the front of the Birtcher Pacific propertv. The owner/Developer is now con- r;+:ructina channel drainage facilities as part of its current. develooment wor!<. ~hannel drainage and assbciated work per ~lans and specifications by the Assessment· District would be redundant. All other road anc associatec work in front of the Birtcher Pacific property will be in aaeordance with Assess- ment District plans. COST: Lump sum Unit prices Both X Total thi"s'Vf.<ff deduc-t"'f\ 28,269.00) Previous net changes.. $ 4H4, 329. 64 Original contract amount $5,001,654.20 New contract total $5,457, 714. 84 / p';~je-cf~·Manag~r ~ 2&t/ ;/ · anager ;" TIME CHANGE: Add days -O-Deduct days Add/deduct days this change --"!-~--- Previous add/deduct days •8= -0- Original contract days 301J New contract time 300 A .. ··= By •,:;;) .... '-•·· -;.-.--.. ,(" ;~ Construction nspector -Job File -Project Inspector -Contractor , .. I White Pink Yellow Gold Purchasing with P.O. Change Order CITY OF CARLSBAD PUBLIC WORKS PROJECT CHANGE ORDER NO. (More than $5,000) , 1 . ' CONTRACT NO. 3151 PURCHASE ORDER NO. 5744 __ 5t>:_:1a...., __ ACCOUNT NO. 320-820-1840-3151 ------ CONTRACTOR'S NAME M. L. Chilcote Cor.1pany, Incorporated CONTRACTOR'S ADDRESS 2J60 Fletcher Parkway, Suite F, El C'a-ion, CA 9'.?020 The contractor is directed to make the following changes. Changes shall include labor, material and equipment; payment stated on this change order includes all charges direct or indirect ar1s1ng out of this additional work. The requirements of the specifications, where pertinent and not in conflict with this order shall apply to these changes, This change order is not effective unless signed by the Mayor •.. CHANGE: Construct roadway anc improvements ,:::n~c relatec -Facilities for PID .1\LT'.":RNNrE NU~'!BER 1 as bid by Contractor, unit i tern numbers 96 throur:rh 10~ inclusive, vaqes 14 and 15, of project soecifications and bid documents per unit and total price. REASON FOR CHANGE: '."'onstruction of BID ALTEP..~mi:"r: rT1 ~E=~·. l recruestec~ by F.ssessm0:nt Di2trict .,..,rope rt:,: Ov:fier. COST: Lump sum Un it pr ices -Both , ,--J '.' ' =j-2-q-,-.-: Total this extra Previous net changes Original contract amount $ $,..., -, -.-. -. -,-.. -. -~ New contract total $ $,l/ ------ /1. \ ; / -c;.,21\ \ '. r ' _ • .{ ( /1 . /. l_,.., I. l t, i . ~ ',-; f ,. Project Manager~ City / . //;;11 .. M!tk Dat.e Munidpa·\·. Projects f-!anager/.-Date // 1/ ·; f ;,/··· . l✓; ·~1,,,,. , ... , ..... !(((' [,, /. ' __ ,;./(/ "1.,.4 Mayor Date TIME CHANGE: i Add days r; Deduct days Add/deduct.days this change ---- Previous add/deduct days Original contract days New corytract time I ,fl\/ / ✓ /J I t / . • , A I \I/ f 1·, /· l ___ }~)J I· ~[S By v, Contractor -•-r, ,<:/~ ,· ! , ._,,~.. I ,, __ ,. . / / .~ .r , I J 1 ~} ·',, Construction Inspector -Job File -Project Inspector -Contractor ' / 7,/ .· 11' ,-("./ ,. /,.,.. Date White Pink Yell ow Gold -Purchasing with P.O. Change Ord1 Deliver All Merchandise To: .-CITY OF CARLSBAD 1200 Elm Avenue Carlsbad, CA 92008-1989 (619) 434-2803 Carlsbad, Callfornla 92008 Mall TWO COPIES of your Invoice to ACCOUNTS PAYABLE; 1200 Elm Avenue, Carlsbad, Ca. 92008 r M L CHILCOTE COMPANY INC 2160 Fletcher Parkway, #F El Cajon CA 92020 7 L ...J 448-9550 QUANTITY UNIT DESCRIPTION Construction of Palomar Airport Road West Assessment District AGENDA BILL 9542 RESOLUTION NO. 88-222 88-223- 88-249 88-250 Council approved 7/19/88 CHARGE:. 320-820-1840-3151 501,654.20 410-820-1880-3151 4,500,000.oa IMPORTANT: PREPAY ALL TRANSPORTATION CHARGES ANO ADD TO YOUR INVOICE. SHOW THIS CHARGE SEPARATELY. REMIT TO: PURCHASE ORDER 5 7-flf. This order N9. must appear 9n all invoices, bills 9f lading, and correspondence. Date Req. No. Dept. VENDOR NUMBER August 2, 1988 Muni Proj 002160 Same ACCOUNT TO UNIT AMOUNl BE CHARGED PRICE 5.aol,654 SUB-TOTAL TAX TOTAL AMOUNT 5,0 Dl, 654.: TERMS ANO CONDITIONS Approved By: 1. The City of Carlsbad wlll not be responsible for articles or services fumlshed offlclals or employeea without a Purchase Order signed by the authorized purchasing officer. 2. The right is reserved to purchase in the open market and to charge the difference to the Vendor in the event that deliveries are not made at the time specified in the bid or contract. 3. Whenever a delivery is rejected the Vendor shall be notified and given reason for the rejection. All rejected deliveries shall be held at Vendor's 'risk, and he shall bear the expense of removal. - 4. We reserve the right to take cash discounts if paid within 30 days of receipt of state- ment. Purchasing Officer City Manager CITY OF CARLSBAD PUBLIC WORKS PROJECT CHANGE ORDER NO. (Mare than $5,000) CONTRACT NO. 3151 PURCHASE ORDER NO. ACCOUNT NO. 320-820-1840-3151 --------------------- CONTRACTOR'S NAME M. L. Chilcote Company, Incorporated CONTRACTOR'S ADDRESS 2160 Fletcher Parkway, Suite F, El Cajon, CA 92020 The contractor is directed to make the following changes. Changes shall include labor, material and equipment; payment stated on this change order includes all charges direct or indirect ar1s1ng out of this additional work. The requirements of the specifications, where pertinent and not in conflict with this order shall apply to these changes. This change order is not effective unless signed by the Mayor. CHANGE: Construct roadway and improvements and related facilities for BID ALTERNATE NUMBER las bid by Contractor, unit item numbers 96 through 106 inclusive, pages 14 and 15, of project specifications and bid documents per unit and total price. REASON FOR CHANGE: Construction of BID ALTERNATE NUMBER l requested by Assessment District Property Owner. COST: Lump sum -Unit Tot al thisext ra Mayor prices -Both X ,-484,329.64 $ $5,,..-, '"0""0""1-, .... 6 .... 5...,4r-.-.2 ... 0' $5,485,983.84 Date TIME CHANGE: Add days O Deduct days 0 Add/deductd~a_y_s-,-this change -~0..-- Previous add/ uct days 0 Original rac days 300 New o tie 300 . {14~ -;;;Jy By Date ~r I D e -Job File -Project Inspector -Contractor White Pink Yellow Gold -Purchasing with P.O. Change Order TRAFFIC LIGHTS: LANDSCAPE: STRIPPING: GROUND RAIL: C & G: STRUCTURES: GUNITE: SELECT ELECTRIC 263-7223 (EDDIE) C & C EVERGREEN 464-2017 (LUPA) PAYCO 422-9204 (BOB) ATLAS 232-1151 MONDALE 583-9364 BBB CONST. 422-6355 ACCURATE 442-0994 AC: SULLY MILLER (JIM) 757-3510 2160 Fletcher Parkway, Suite F, El Cajon, California 92020 • Phone (619) 448-9550 .. • JULY 29, 1988 CHILCOTE, INC., JOB TRAILER: CHILCOTE OFFICE: BUD PERRY O: H: M: MIKE SHAW O: H: M: DAN VALDERS 0: H: M: RUSS SHELDON O: H: FRITZ TAIT H: MIKE BUNN H: NATE OLNEY 0: H: KEVIN COLLINS H: 448-9550 448-9550 443-3039 559-1592 448-9550 483-5787 559-5517 448-9550 443-4726 548-8108 448-9550 748-7037 562-2465 447-5352,447-4057 448-9550 448-8438 489-5931 PRECONSTRUCTION CONFERENCE SIGN-UP SHEET DATE: JULY 28, 1988 FOR TIME: 10:0Q. A.M. PALOMAR AIRPORT ROAD WEST ASSESSMENT DISTRICT · PROJECT NO.: 3151 lJAMTi' At~11·1111 :y '.' . '' ' '' .. 'AnDRESS j,IHnlllJI' P.O. BOX 344 WALTER JOHNSTON DANIELS CABLE T.V. 438-7741 CARLSBAD• CA 92008 I 2075 LAS PALMAS DR. BOB LE NEVE CITY OF CARLSBAD 438-1161 CARLSBAD• CA 92009 7337 TRADE ST. RM.542( D.C. RICHARDS PAC BELL 586-3882 SAN D~_EGO\ CA 92121 3750 HOME AVE. BOB STILE PAC BELL 266-4639 SAN DIEGO, CA 92121 120 N. SECOND AVE. BOB HORST PAYCO SPECIALTIES 422-9204 CHULA VISTA, CA 92010 ' WILLIAM LOPEZ C.R.M.W.D. 438-3367 5950 E.C.R. JERRY WHITLEY C.R.M.W.D. 438-3367 5950 E.C.R. 3130 BONITA RD. ELMER NELSON ELDORADO ENG. 422-6060 CHULA VISTA, CA 5315 VIA ENCINAS DOUG ELLIOTT S.D.G.& E 438-6098 CARLSBAD, CA 5315 VIA ENCINAS JOHN HAYES S.D.G.& E 438-6097 CARLSBAD, CA . BRUCE ELDER S.D.G.& E 438-6222 5016 C.B. BLVD PETE DINUZIO S.D.G.& E 438-6216 5016 C.B. BLVD ' ' ' '' 3703 HAYMAR DR. JIM ALLEN SULLY MILLER 757-3910 CARLSBAD, CA ' ' ' . ' ' .. ' . . . . . 3703 HAYMAR DR. BOB SECHI SULLY MILLER 757-3910 CARLSBAD, CA 5510 MOREHOUSE DR. BETTY DEHONEY WESTEC SERVICES 458-9044 SAN DIF.GO, CA • ~07J" LI\$ ~,,I.MAS DRIVE CARLSBAD, CALIFORNIA 92009-4859 Office of the Municipal Projects July 29, 1988 M. L. Chilcote Inc. Olitu nf Qtarlsbah NOTICE TO PROCEED 2160 Fletcher Parkway, Suite F El Cajon, CA 92020 CONTRACT NO. 3151 TYPE OF CONTRACT: ROAD IMPROVEMENTS AMOUNT OF CONTRACT: $5,001,654.00 TELEPHONE (619) 438-1161 You are hereby notified to commence work on the referenced contract on or before August 1, 1988 complete the work within three hundred calendar days. Therefore, your contract May 28, 1989. t ~ I j / ..... r, , CJ)/0~ ( -\s~-<-J ALP~ONSE N. VIRGILIO/' ' PROJECT MANAGER (___) AJ:mg and are to fully (300) consecutive completion date is I t 't l I 2075 LAS PALMA$ DRIVE CARLSBAD. CALIFORNIA 92009·4859 "Auf'licipa/ .Orojects June 10, 1988 ADDENDUM NO. 1 Qlitu nf Qlarlsba.b RECEIVED JLJN 1 ,1 1988 tHJLCOTE, INC TELEPHONE (619) 438-1161 PROJECT: PALOMAR AIRPORT ROAD, WEST ASSESSMENT DISTRICT, PROJECT NO. 3151 Please include the attached as part of the Contract. \ This addendum, receipt acknowledged, must be attached to proposal form when bid is submitted. Rut Fletcher Purchasing Officer OF ADDENDUM NO. 1. 2075 LAS PALMAS DRIVE CARLSBAD. CALIFORNIA 92009-4859 TELEPHONE (619) 438-1161 Municipal Projects C!tttn nf Qh1rlsbah June 10, 1988 ADDENDUM ONE (PARWAD PROJECT NO. 3151) 1. Specification -Bid Schedule 2. Part I: Pages 6, 8, 9, 10, 11, 12, 13, 15, 16 are replaced with pages 6A, SA, 9A, l0A, llA, 12A, 13A, 15A, 16A. The following changes have occurred within the Bid Schedule: New Bid Item: 14A, 81 Quantity Increases: 35, 51, 72, 76, 80, 92, 101, 107 Quantity Decreases: 58, 59, 61, 65, 66, 67, 84, 85, 93 Omitted Item: 68 Specifications -Part III, Section 3, Page 36, Paragraph 3-1.5 (Measurement Unclassified Excavations): Change depth of structural section from 27" to 2411 • 3. Mitigation Plan Sheet Changes Replace plan sheet L-1, L-2, L-5, L-6, L-7, L-10 and L-11 with LlA, L2A, L5A, L6A, L7A, Ll0A and LllA. The changes reflect the decreased quantities of the above changes plus associated notes. 4. Plan Sheet #2 Replace Plan Sheet 2 with 2A. Typical section for sta. 100 + 94 to sta. 105 + 42.01 and sta. 98 + 68.69 to sta. 105 + 42.01, additive bid items Nos. 98-107 changes to Nos. 115- 124. Typical section sta. 105 + 42.06 to sta. 106 + 37.03, additive bid items Nos. 98-107 changes to Nos. 115-124. 5. Plan Sheet #29 Replace Plan Sheet 29 with 29A. Construction note #2 additive bid item Nos. 95-98 changes to Nos. 112-115. Construction note #3 additive bid items Nos. 96-98 changes to Nos. 113-115 2075 LAS PALMA$ DRIVE CARLSBAD. CALIFORNIA 92009-4859 Municipal Projects June 20, 1988 ADDENDUM NO. 2 QUtu nf Qrarl.sbah TELEPHONE (619) 438-1161 PROJECT: PALOMAR AIRPORT ROAD, WEST ASSESSMENT DISTRICT, PROJECT NO. 3151 Please include the attached as part of the Contract. ~ This addendum, receipt acknowledged, must be attached to proposal form when bid is submitted or as otherwise communicated by the City of Carlsbad to all prospective project bidders by the Purchasing Officer of the City of Carlsbad. Rut Fletcher Purchasing Officer Bidders Signature OF ADDENDUM NO. 2 r 2075 LAS PALMAS DRIVE CARLSBAD. CALIFORNIA 92009-4859 TELEPHONE (619) 438-1161 Municipal Proiects <!titu nf Qtarlshab June 20, 1988 1. 2. 3. 4. ADDENDUM NO. 2 PALOMAR AIRPORT ROAD WEST ASSESSMENT DISTRICT PROJECT NO. 3151 Page 14, paragraph 2, line 4: with (Items 106 and 111). replace (Items 89 and 94) Page 15A, Item No. 106, line 2: replace Item Nos. 85 through 88 at with Item Nos. 96 through 105. Page 16A, Item No. 111, line 2: replace Item Nos. 90 through 93 with Item Nos. 107 through 110. Page 7, Item No. 25, line 1: replace Type B Headwall with Type A or B Headwall. I . I ·~ I ' ,.,, dll - --------------- .. - ..... . ,..,, TABLE OF CONTENTS Part I -Procedural Document NOTICE INVITING BIDS PROPOSAL BIDDER'S BOND TO ACCOMPANY PROPOSAL DESIGNATION OF SUBCONTRACTORS BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 1 4 21 22 24 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 25 CONTRACT CERTIFICATION OF COMPLIANCE LABOR AND MATERIALS BOND PERFORMANCE BOND ESCROW AGREEMENT OR SECURITY DEPOSITS IN LIEU OF RETENTION CITY OF CARLSBAD PAYMENT RELEASE FORM Part 11 -General Provisions SECTION 1 2 3 4 5 6 7 8 9 Plans and Specifications Work to be Done Definitions and I4;nt I Codes and Standards construction Schedule Non-conforming Work Guarantee Manufacturer's Instructions Internal Combustion Engines 26 31 32 34 36 39 1 2 3 4 4 4 5 5 5 .. • ---• -.. -----------• SECTIOH 11 Provisions required by Law 12 Intent of Contract Documents 13 Substitution of Materials 14 Record Drawings 15 Pennits 16 Quantities in the Schedule 18 surveying 19 20 21 22 Utilities Water for Construction Test of Materials Compaction Tests 23 Cleanup and oust Control 24 Special Insurance Instructions for Contractors Part III -Special Provisions 1 2 3 4 General Provision Construction Materials Construction Methods Alternate Rock Products, Asphalt Concrete, Portland Cement Concrete and Untreated Base Material Part IV -Supplemental Special Provisions 1 Costa Real Municipal Water District 2 City of Carlsbad 3 San Diego Gas and Electric Company 4 Pacific Bell Telephone 5 San Diego Regional Coastal Commission 6 State Department of Fish & Game Agreement 11 ~ 8 6 6 6 7 7 7 8 - 9 9 10 10 10 -13 1 31 35 48 1 39 43 45 47 52 1, ,,,,.4 ll• ,,.. Ill• ..... .. -... ---· '-,,,,--.. -• -• --.. --• -----.. .. SEC'J'XQH 7 8 9 Part Y 1 2 3 4 Department of Army Corps of Engineer Permit Trattic Signal Mitigation specification standard Drawings San Diego Area Regional Standard Drawings City of Carlsbad Standard Drawings Costa Real Municipal water District standard Drawings CALTRANS Standard Drawings 54 57 68 116 115 159 175 I ' t ... h• ,,. , .. ,.. llllill --,,!'If,"•, '-' -• -• -• -----• ------• CI'lY OF CARIBIW), CAIJ'.Riti[A Sealed bids for the "Conshuction of Palanar Ail:port Road Inprovements- Assessment District No. 86-1 -Contract No 315111 , consisting of: Schedule I -Grading, street Inprovements, Stonn Drainage Facilities and Appurtenant Work, landscape Mitigation, and Traffic Signal: and Schedule II -Water Line, Pressure :Reducing Stations and Appurtenant Work will be received at the Office of the Purchasing Officer, City Hall, 1200 Elm Avenue, carlsbad, california, until 4:00 P.M. on the 22rrl day of June, 1988, at which tboo they will be opened and read for perfonning the 'iN'Ork as follows: '!he Work and Inprovements herein mentioned are authorized pursuant to the provisions of the ''Municipal Inprovement Act of 191311 , being Division 12 of the Streets and Highways Code of the State of california, and said project will be financed pursuant to borrls being issued acx::o:rding to the tenns and provisions of the "Inprovement Borrl Act of 1915", being Division 10 of said Code. Any awarded of contract shall be subject to the receipt of money fran the sale of borrls. '!he purpose for this is to advise the contractors as to the legal proceedings being follc:Med, as well as the restrictions and corrlitions relating to the award of any contract, i.e. , subject to receipt of money from the sale of borrls. No bid maybe withdrawn for a pericxi of 90 days follc:Ming the opening of said bids. All of the above Work is to be done urrler contract with the city in acx::ordance with those certain Plans, Specifications and Drawings contained in a "Report" contenplated by a Resolution of Intention considered and approved by the City Council of the city of carlsbad, to which "Report" and doa.mtents reference is hereby made for a description of said Work and Inprovement • roNTRACT NO. 3151 '!he 'iN'Ork shall be perfonned in strict confonnity with the specifications therefor as approved by the City Council of the City of carlsbad on file with the City, Clerk. Reference is hereby made to the specifications for full particulars and description of the work. 'lhe City of carlsbad encourages the participation of minority and wamen--amed businesses. No bid will be received unless it is made on a proposal. fonn furnished by the Pl.n.'Chasing Department. F.ach bid must be accompanied by security in a fonn and annmt required by law. '!he bidder's security of the secorrl and third next lc:Mest responsive bidders may be withheld until the Contract has been fully I A lllll •• --- 2 executed. '1he security su1:mitted by all other ~ful bid:iers shall be retunled to them, or deemed void, within ten (10) days after the Contract is awarded. PUrsuant to the provisions of law (Public Contracts Code Section 4590), awropriate securities may be substituted for any obligation required by this notice or for any nonies withheld by the City to en.sure performance urrler this contract. 'Ihe documents which nust be canpleted, prq:ierly executed, arrl notarized are: l. Prq)osal 2. Bidder's Boni 3. Designation of SUbcontractors 4. Bidder's statement of Financial Responsibility 5. Bidder's statement of Technical Ability arrl Experience All bids will be carpared on the basis of the Ergineer' s Estimate. 'Ihe estimated quantities are awroxinate arrl serve solely as a basis for the c:x:mparison of bids • No bid shall be accepted fran a Contractor who has not been licensed in accx:>:rdance with the provisions of state law. 'Ihe Contractor shall state his or her license number arrl classification in the proposal. Sets of plans, special provisions, arrl Contract dcx::urnents may be obtained at the Purc:hasi.rg Department, City Hall, carlsbad, California, for a non-refundable fee of$ 50.00 per set. • 'Ihe city of carlsbad reserves the right to reject any or all bids arrl to waive any minor irregularity or info:rmality in such bids. -- • -• ----.. -·-- • • 'Ihe general prevaili.rg rate of wages for each craft or type of "WOrker needed to execute the Contract shall be those as determined by the Director of In1ustrial Relations pirsuant to the sections 1770, 1773, arrl 1773.1 of the California labor Code. Pursuant to Section 1773.2 of the califomia labor Code, a current COfJ'i of awlicable wage rates is on file in the Office of the Carlsbad City Clerk. 'Ihe Contractor to whan the Contract is awarded shall not pay less than the said specified prevail:in;J rates of wages to all "WOrkers enployed by hlln or her in the execution of the Contract • 'Ihe Prime Contractor shall be responsible to insure canplianoe with provisions of Section 1777.5 of the California Tabor Code arrl Section 4100 et seq. of the Public Contracts Cocffi, "SUblettin;J arrl SUl:xx>ntracti.rg Fair Practices Act." 'Ihe provisions of Part 7, Olapter 1, of the califomia labor Code catllt¥:11Ci.rg with section 1720 shall awly to the Contract for "WOrk • A prebid meeti.rg arrl tour of the project site will not be held. Bidders are advised to verify the issuance of all ackieooa arrl receipt thereof one day prior to bidctin;J. SUl:mission of bids without acknowledgrrent of ad:ierrla may be cause of f di I •' 1'11'1 l1Jil 1111111 •• -.. -------• • • -• -.. -.. -• -----• ,srjO. ·~ ,.,.., 3 Borrls to secure faithful :perfonnance of the work arrl payment of lalx>rers am materials suppliers each in an arrount equal to one huoored percent (100%) am fifty percent (50%) , respectively, of the Contract price will be required for work on this project. '!he Contractor shall be required to maintain insurance as specified in the contract. Nr:f additional cost of said insurance shall be included in the bid price. Approved by the City Council of the City of carlsbad, California, by Resolution No.88-157, adopted on the 17th day of May, 1988. _1. -i i 1 L~ l 1 ) \ i I J 1 I _J City Counc i1 CITY OF CARLSBAD 1200 Elm Avenue Carlsbad, CA 92008 \ CITY OF CARLSBAD PALO~AR AIRPORT ROAD. IMPROVEMENTS ASSESSMENT DISTRICT NO. 86-1 CONTRACT NO. 3151 BID The Undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids and Information for Bidders, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3151 in accordance with the Plans and Specifications of the City of Carlsbad, and the General, Special and Supplemental Special Provisions thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE I Item No~ l Item Descrip. w/Unit•Price or Lump Sum Written in Words Approximate Quantity & Unit ~obilization and Preparatory Work at ~4 ~ ~ ~ ,.,,1.,_e LS 2 o larsLump Sum) ($73,000.00 ~aximum) Un~.lassifi~g Excavation at ~,3~~ Dollirs Per Cubic Yard 268-01-l(w).227.6 267,500 CY Unit Price TOTAL ~ .>v' 73ooa. 73000, - Page4 Item Approximate Item Oescrip. w/Unit Price ·or Quantity 7 Unit No. Lume Sum Written in Words & Unit Price TOTAL • l Uncl ass i fi ed Fil 1 at B,u { ~,~ /1Z!?-3 -G 5( a«;r,o o ~ ( 57,200 CY Dol.fars Per Cubiccf 4 i~ 15,570 LF VZ...(o I)\] 5 611 Type 8-2 1'fedian Curb at j~ ~tt' ~0/10-0 16,072 LF IZ~£T(o boars Per Lineal Foot 6 Asphalt Concrete Pavement (6" thick) at 741+:ifti<'K !'it:~ ;;s-9.Q.,. lo2<{ i ~b 24,100 TON Dollars Per Ton 7 at ;fp e . /g 13 s7o l 36,950 CY l -, 8 Asphalt Concrete Pavement (4~ Thick for Detour Paving) at~, 4~ ~AJ0//vo z1oo~ ;Jc/310 ·~;,-935 TON Dollars Per Ton 9 Untreated Base (8" Thick for -l Detour ~n~ at 21 ".E.-:io 1.rz.. ! t~ 63//th> 970 CY .roars Per Cubic Yard 10 Asphalt Concrete Pavement (3" -~t2;: Temporary Paving) at 735 TON 33 1::, :2y:1zJsy ] ,, ) g' /¾ ?h) \ Doll rs Per Ton . 11 Asphalt Concrete Pavement -( l'' 1 Thi ck for t-tedi an) a . -:J.'°V I 132,175 SF ,1~ $ 'f(p..)2 c...- -' 7 . I I 12 18-Inch Reinforced·Concrete I l l Pipe Storm Drain (1350-D) at lo~ Lf3~7JI) - l ~(Po/,M/ . 1,075 LF I I DciarPer Lineal Foot { 13 18-Inch Reinforced Concrete --1 we Storm Drain (1750-0) at ff~ /JS&) -' ¥f!If: t?:Jjd/100 289 LF _J..., Dolls Per Lineal Foot -} 268-01-l(w).227.6 P? "."" 5 i Item Approximate Item Descrip. w/Unit Price or Quantity Unit No. Lump Sum Written in Words & Unit Price Total 14 24-Inch Reinforced Concrete Pipe Storm Drain (1350-D) at '-13 9-2. 2. 3 o 1f'J .s.!:-.::J~t;t ,.1 ! 9dten; 525 LF Dolars Per Lineal Foot -t I 14A JO-Inch Reinforced Concrete \ ~ J Pipe Storm Drain (1350-D) at 18 !::. 7'/ 17 ~ ~ ~,r.!k>/,<n) 152 LF DolasPer Lineal Foot 15 36-Inch Reinforced Concrete ( . ! Pipe S orm Drain (1350-D) at ii '-I.E. ~'ibt> i ( ~" /d-t) 150 LF I Dol ars Per Lineal Foot -1 ~ 1 16 48-Inch Reinforced Concrete Pipe Storm Drain (1750-D) at '1 l-o_! ..,., ~ ~o t._ ,t/0/.rtHJ -150 LF /3tot> ! 'Dolla~s Per Lineal Foot --' 17 Double 48-Inch Reinforced l Concrete Pip~~in ' 1,.,,.,., j{~/73 U3LfjLfO c:t 1750-D) at ifcU~b,t... ¢7oif@' 142 LF -....~,, , ' ollars Per Lineal Foot r of Trench 18 60-Inch Reinforced Concrete P~ Drain (1350-D) at Jl't q~ ~;i.:t'II~ ~ 7u.i~~ ~~Pl.) 188 LF Dollars Per Lineal Foot 19 72-Inch Reinforced Concrete A.t.,"Jl!e Sta.rm Drain ( 1350-D) at Jl/CJ~ .,Z,,<3?D A-(~~ ti ~/4ov 150 LF DollarsPr Lineal Foot 20 6 f~ feet Box Culvert z,tjz., o.J, 4/l) ooy 1wa ~~ 137 LF Dol1.arsPerLinel Foot 21 T}'pe B ~e~ at . ::,o -/ Cf </;!.I) 1.LVml--.t -7',,1w-l, 4 EA c-<3:;.) [ DoJ.lrs Each 22 Type B I~ft) at d° 2 EA ,,t,,to 1s--~3fv 7w+ivft-, ~~ Dollar Each ,,- J~ 23 ~eB~l;l.~ 10 I) at w,/ 6 EA ;i...100 ~ /~t.110 '} Do~~h Page 6A . 1 Item Approximate Item Descrip. w/Unit Price or· Quantity Unit ~ Lump Sum Written in Words & Unit Price TOTAL .24 Type B-1 Inlet (ll' to 18') l ~~~~ ;P . 9 EA 3~'10 311 y O . --; oollasEach ' ·-· . 1 J 25 Type B Headwa 11 <9-12. T'f p E R (for 18" to 36" RCP) at ~ ~~~~-~~ 13 EA / 2 2,s--=---;:;-qz~ Dollars Each 26 Type A Headwa 11 (for 36° ~~P) '!.t ~ 3 EA /CJo:;;-:.----S7I~ if~P,rc ~ a arsac ', Type A Headwall (for fu. . \ 27 60"-72" RCP) a~ -Jw~ -~~ 3 EA 2/3() -/g390 28 Type A Headwall •, (for Double 48" RCP) at (N <./7, 'o \ 1~~~!~~1~ 2 EA 23~~-)' ;4,fr' Doll a Each ..... ', ~ 29 Wing Type Headwall (for 30" RC P) at ::;,,w;n.,,_ ~ ~ ~~ 2 EA 1/60 -z_, q z,o Ool 1 as Each 30 Wing Type Headwall (for 60" R~ -X.:., .L •. , ~ I>,> 1 EA / 'iaJ-,qo~ Do ars Each •. 31· Straight Headwall ~3• RCS) at 01) l ]q~ --~~t~ l EA 17q~ Dollars Each ... 32 Wing Type Headwall (for 61x3 1 ~?wd(/hu,~ 19 \ - 'i 1 EA oZ 130 ~J3D o ar Each 33 Typ.nn J;•in Cl~n-Out , C,f:--i--' at ~~,:..-~ ~ l EA 21~1" tl""L~ i Dollars Each 1'l.., '1 l 268-01-l(w).227.6 Paae 7 I '. 21 Item No. 34 35 36 37 38 39 40 41 42 43 44 Item Descrip. w/Unit Price or Lump Sum Written in Words Approximate Quantity & Unit 2 EA Rip R~Enercn7 Dissipator at ~~ f 3'%e:o 231 CY olars per Cubic Yard Brow Ditch at ~ £~0/.ttl'j) 4,550 LF Dollars per Lineal Foot 900 LF 3'xy PCC Catch Basin w/Grate at~-~~ 2EA Dbllars Each s..:-1 Channel Excavation Per Sheet 2 {W'ly Sta 98+71.5) at ,a /<Jl) 4,300 CY lars per Cubic Yard Rock Slope Protection for Channel Per Sheet 29 {W'ly Sta 98+71. 5) at ~wt> (,,so/,P"i, _ 480 CY Dollrs per Cubic Yard SidewaJk Underdrain {Mod) at 7wo ~ 4v~ 2 EA Dollars Each Concrete Driveway {7-1/2" !ick) at L«J-0 ~ 7¼"7J 1,050 SF Dollars Per Square Foot Sidewalk (4" thick) at 1'-'-X) ¢ ✓Okt:ro 815 SF Dollars Per Square Foot Landscape Irr!.<lation Sleeves at ..s:;,-. fu-1/1 ~ /1/(171 800 LF Dollars per Lineal Foot Unit Price Total /!8'0--37"o ...,, 20-Zo-t.µ;c/D I 71 I:,,:!_ /11:9, I~ 7fa0 Peteje 8A ( ( l Item Approximate \"-'., Item Descrip. w/Unit Price or Quantity Unit No. Lump sum Written in Words & Unit Price Total ! "I 45 Irr~ation Tap without Meter 00 at__,_,.-. ,Dt .. ~~~i~ 8 EA 725' -~ioo Dollars Each I 46 Sewer Relocation (Sta 97+57) at~~~ . ., LS 1fRoo -f(pOO Dollars (Lump Sum) 47 ~t Manhole to Grade at oO . ~E7 llzw.<. 12 EA 3i~ -4 lo z,o Dollars Each 48 ~truct Manhole at ~ i ?o/6-0 1ttJ 1_9. itfo3 1 90 VLF Dollars Per Vertical Foot 49 Erosion C~rol at ~ -.;, e,lS Zoo -;;_~-z,ao ~~ttMf. «~tt-ct-1~ LS boll rs ( Lump Sum) 50 Traffic c~at ~(;_ 4' Oo ~~ ~ ,u. LS 3,;-s70-3~~7D I 'Dolars (Lump Sum) 51 Guardrail at ~isr✓"V _ro 1,290 LF 1::. -1q e,qS' Dollars Per Lineal Foot 52 Barricades (at College Blvd.) tJP at~~~ 4 EA 'J,S:O _,, /t./do Dollars (Each) 53 Final Striping at l>O &u-Aty~~ ~ fwt)_~~ ~ .,2/.JZS -~t..2.Z~ Dollars (Lump Sum) 54 Final Sig12: at --~~ ~~1~ LS 512) S/7~ Dollars (Lump Sum) Page 9A I l -/ Item No. 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 Item Descrip. w/Unit Price or Lump Sum Written in Words Survey Monument at, -r<==~U,+Jy Dollars Each Approximate Quantity & Unit 11 EA Sheeting, Shori~and ,/ Bracing at ~wl:sef ~~ LS Dollars (Lu um) ~ Traffic Sig~~:1tw-,-a,,_ ,f LS Irrigation H~ ,11.......4-l. ~ {. f}1~ (a) Rainbird 25BR.J,1we.1~rJ;,,ic.. 70 EA (b) Toro 570 -n.,,,.,U;,..., 't. -,,~,,~ 289 EA Valve w/Box Plastic 1-1/2" Quick Coupling Valve Lateral Line \ Mainline 2-1/2" Backflow Preventer Controller w/Box Trees (a) Plant Bands (b) 15 Gal (c) 24" Box Shrubs (a) 1 Gal (b) 5 Gal Hydroseed Omitted 21 EA 13 EA 6,495 LF 4,740 LF 3 EA 1 EA 3,222 EA 176 EA 15 EA 2,627 EA 130 EA 97,700 SF Project Signs (4'x 8 1 mounted) 4 EA SCHEDULE I TOTAL BID ITEMS 1 THROUGH 69 Unit Price Total ~, 101,71/0 -/07 lt/() ~ '1..!!- {l, 75;. 1<-1.s~ 30 ,q ~_E.. /ZO~ /~d~ I ~ gtj f.j1 !>b 3 ~ 1;;-, <o8' </06 /1 go - 513q~e sJCJfs:E 35.;: fi'.la :l_B t</7 .,~ , I.!:- ,, z.,77 ,~ ,as~ 3709 ~ I?.. 8 TL 3-:!. Zi.1/9 o/770 XXX lOA I I I --l ' 't I -I -' I \ ' .. . \ ' --- Item No. Item Descrip. w/Unit Price or Lump Sum Written in Words Approximate Quantity & Unit SCHEDULE II 70 71 72 73 74 75 76 77 78 79 Mobilization and Preparatory Work at ~~ ~ N¾qo ollars (Lump Sum) ($12,500.00 Maximum) Temporary Work for 10" wterline Recon,~;on at -~~iPo//<n) Do 1 rs (Lump Sum) µ Waterline (10" ACP} at LS LS ~=rrfz1..wc2 ~ 104tnJ llrs Per Lineal Foot 1,154 LF Valve Assembly (1011 GV) at ~~lr~~t~ D 1.larsEach Air and Vacuum Valve Relocation at ----:lw:<-~7~ Dollars Each Temporary Work for 12 11 Waterline Reconstruction at ~!welt~~ Waterline (12 11 Steel) at ~ Jw.fl f-'l0/4 DO lrs Per Lineal Foot Valve Assembly (12 11 GV) at 6~~s~~~1#f ~ Meter Station Reconstruction (not including Exterior Electrical Service) at ~rbu·-.t t<A:'<e ~ 1~ Doars (Lump Sum) Exterior Electrical ( or Meter Stat'on 1 EA 1 EA LS 641 LF 5 EA LS LS Unit Price 0-0 Total /tfZ7Q-/thlVV- S"/{) 3ZJO ov ---:, /(j 33 7f!:7J ?.£ Page llA I I [ l ' .J . .J . . ' I . \ \ • I l . i I . ' . I i "'· Item No. 80 81 82 83 84 85 86 87 89 90 .._ .. _ __,r Item Descrip. w/Unit Price or Lump Sum Written in Words Approximate Quantity & Unit Waterline (16" STL for Meter Station Reconstruction) at ~ 'T~ f Alo/fuv 155 LF Doll,rs Per Lineal Foot Demolition & Salvage Of Existing Meter station at Station 39+50 at 741QY+u ,a-m:,;L p-1~-- Dollars (Lump sulnj7 Pressure Regulating Valve Station (not including LS Exterior Elegtrica~ Service) .J--J~~ at~ ~~d.«,_,//4-,,t..;..,{. UV-~ Do ~s(Lump Sum) Exterior Electrical Service tfor PRV Station) at ~two~-iJ~ "0611.ars (Lump sG;f--=t" Waterline {16" ACP) at 1~~ ' 7 0 It t1T) ooiilrsPer Lineal Foot Waterline (12 11 ACP) at ~ tao~02 Dolars Per Lineal Foot Valve Assembly (1611 BV with Thrust Block) at ~.tk~~ DollrsEach ~ Assembly (16" BV) at Z ~~1~ Dollars Each Reinstate Existing Valve Assembly 112!' GV) at Zw.-0~~ Dollars Each LS 5,807 LF 73 LF 2 EA 3 EA 1 EA Man~ Release {1-inch) at ~ ~.±--::lw:ii 3 EA Dollars Eacil-.....,. k~U:t~tse {2-inch) at 7 EA Dollars Each~ Unit Price - Total 3~ lO 1Z'LO _, t.10,-> ZIV Page 12A l I j } . 1 I _j -l ! I \ -l -j "' . 1 ) Item No. 91 92 -- Item Descrip. w/Unit Price or Lump Sum Written in Words Blowoff (4-~ ~~~.,~ ~ Dallas Each Air and Vacuum Valve (1-inch) at ~ifL~ :&,--Dlars Each Approximate Quantity & Unit 5 EA 2 EA 93 Air and Vacuum Valve (2-inch) at z✓bi::t::: ~ ',,L ~~# a Each 94 Fire Hydran~ Assemb~ µ~~~ DoJ.lrs Each 95 SCHEDULE II TOTAL BID ITEMS 70 THROUGH 95 TOTAL BID (BASE BID) SCHEDULES I AND II ITEMS 1 THROUGH 95 3 EA 7 EA .... -· Unit Price Total 0" 1.J]D--13 E$6 - •o .3of-//p/0 -- c>o 2330 -/(p3JD - I [ Page 13A ' \ 1 1 I ·• BID ALTERNATES The Owner may elect, either prior or subsequent to award, to authorize construction of facilities at an alternative location. To assist in such determination, provide total additive costs for the following items of work which indicate .2!!J..l. the change in quantities from the Base Bid. Where items of work indicate reduction in quantities to be constructed, and/or where the Bidder desires to credit the Owner for such reduction, enter "zero" (-0-) at the appropriate bid item and provide the aggregate sum of all such deductions as the appropriate deductive bid items (-Hems 89 a11d 94). /()(p /I/ Individual bid items within Alternates will not incrementally be awarded. Alternates will only be awarded as a complete entity as indicated. Separate items are required only for cost apportionment purposes. Elements of work not addressed will be paid for in accordance with the prices bid within the Base Bid. \ BIO ALTERNATE NO. l Construct roadway and appurtenant facilities to alternative alignments, STA 27+00 to STA 52+50, as indicated on Drawing Nos. 28, and 47 through 55, with references noted thereon. Item Item Description with No. Prices Written in Words 96 Additional (+) Unclassi~d Excavation at ~-5t-:1e./ p Dollars Per Cubj~ Yard 97 Dollars Per Cubic Yard 98 Addition~ Guardrail at ~~ ~Soj/H) 1Tars Per Lineal .Foot 99 Construct Alternate Storm Drain System as follows: 268-01-l(w).227.6 Estimated Quantity and Unit 70,593 CY 3,579 CY 120 LF Unit Cost (Figures) Total (Figures) r" --... ., ,, 1 . } ·1 , . . ) J Item No. 100 101 102 103 104 105 106 Item Descrip. w/Unit Price or Lump sum Written in Words Approximate Quantity & Unit Additional (+) 18" Reinforced Concrete Pipe (1350D) at ~¢No/l(r0 Dolars Per Lineal Foot Additional (+) 2411 RCP Storm Drain (1350D) at ¼-tf: 1¼¥-:£90/tn:> Dollars Per Lineal Foot Construct 17' B-1 Inlet in Lieu of 13' B-1 Inlet at ~~~ Dolar (Lump Sum) Construct 20·1 B-1 Inlet in Lieu of 18' B-1 Inlet at tvW.-7..Lw 4e ... L ~ :t~ Dollars (Lump Sum) Construct 7' Type B-2 Inlet in Lieu of 5 1 Type B Inlet at ~~~-7~ oiia7iump Sum) Construct B-5 Cleanout at ~~ ~ M£, Dollars Each Lump Sum Deduction(-) for Item Nos. 8-6-through 8-8 at ~£'.,,re, C,,(, /"S- Dollars (Lump sum) 156 LF 157 LF LS LS LS 1 EA LS TOTAL BID BID ALTERNATE NO. 1 (ITEMS 96 THROUGH 106) (Figure) Unit Price t./(poo -- Total Ov ----27 o::, ,2. 705:. -e- Page 15A I l ' I • l 1 . I \ ; \ J BID ALTERNATE NO. 2 Construct Waterline and appurtenant facilities to alternative alignment, indicated as Alternate No. 2 on Drawing Nos. 22 and 23. Item No. 107 108 109 110 Item Descrip. w/Unit Price or Lump Sum Written in Words Additional (+) Waterline (1611 ACP) at~ yt;o//()'i) Dollars Per Lineal Foot 8 11 ACP Waterline (CL 200) at 7w~#70/,Q"l) Dollars Per Lineal Foot 1 11 Manual Air Release at ~~1~ Dollars Each 111 Lump Sum Deduction(-) Item Nos • .,g.-e through~ at ,07 ,,o ::j-; efi.,,D Dollars (Lump Sum) TOTAL BID BID ALTERNATE NO. 2 (ITEMS 107 THROUGH ill) Approximate Quantity & Unit 742 LF 110 LF 1 EA 1 EA LS Unit Price Total 'lo~ 30 3<17 t£ 2L71 - uZ> JOID .;.,,-1010 e 0 Page 16A [ -j j . \ } \ . l ) . I ADDITIVE BID ITE~S The Owner may elect, either prior or subsequent to award, to authorize construction of addi~ional facilities as necessary to properly coordinate the work herein with other private work. To assist in such determination, provide total additive costs for the following items of work. Item No. 112 113 114 115 116 117 118 Item Description with Prices Written in Words Existing Channel Demolition Per Sheet 29 (E'ly Station Estimated Quantity and Unit 98+71. 5) at ~~~~~~~-c..11;... LS Dollars (Lump Sum) Chanriel Excavation Per Sheet 29 E'ly Station 98+71.S) at '~vi:) Dollars Per Cubic Yard Channel Rock Slope Per Sheet 29 (E'ly Station 98+~) Protection at~ 1~d/,pt) . Dollars Per Cubic Yard Unclassified Excavation Per Sheets 9 & 10 .(t'.JY .. .Pil~:J' ~~-~~~}')if 'Y~ /7~/Clc, Dollars Per Cubic Yard Unclassified Fill Per Sheets :t & l?Jl);;g;~-~~~-~1.1 · 4 Dollars Per Cubic Yard Cur and Gutter -TY,pe G at A,H)z,tr() 611 Typ' ,B-2 1-iedi an Curb at ™A.r'st' ,l)~~ Oo1ars Per Lineal Foot 1,575 CY 255 CY 2,670 CY 220 CY 670 LF 670 LF 268-01-l(w).227.6 Unit Cost (Figures) /0:13- Total (Figures) -o /0 2?,7 ';>_ /V5°3/ 5! Page 17 . l I --1 l . l " 1 . ] \ I --\ '· . ' i i ) . ' 119 120 121 122 Asphalt Concrete Pavement ( 611 Thi ck) at fa.l:':::fc., ~ ~91/4~. Dollars Per Ton Untreated Base (18" Thick) at ~zt_.._. !'. ~u ct7) Dollars Per Cubic Yard Adj_µst ~h~~o Grade at Vlu-,-¾.U-~ Dollars Each Temporary Paving (3") for Additional~ per Sheets 940 TON 1,600 CY 3 EA 9 & 1 O at ~ ~ f: /()/,, t:JU , 340 TON 123 124 Dollars Per Ton Traffic Control for Additional it.ier Shew z; . olla srm=mp Sum ~ Final Striping for Additional Work Per Sheets 9 & 10 at Zu~~~~ Dollars (Lump Sum TOTAL ADDITIVE BID ITEMS ( 112 THROUGH 124 LS LS ('Figures) ' Addendum (s) No(s) / -f ~ ~ P~ and is/are included in this proosal."° 268-01-l(w).227.6 2 _,o ~ - '1. ,o ~'"J -- ;;;-z.,- / I c., ~Y: st:zo- DOLLARS has/have been received Page 1 B -I I \ \ i ) , __ j'-,v 19 All bids are to be computed on the basis pf the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omissions of the part of the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of Award of Contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bids shall become the property of the City of Carlsbad. Licensed ln accordance with the Statutes of the State of California providini::;Jor the registration of Contractors, License No,,.,._,...,,.._ "',{l'r).. 33 If:;-,:71)-I,,(~ /IT Identification /I . The Undersigned bidder hereby represents as follows: 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 ~nd 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. 4 Accompanying this proposal is _"Bo __ .,,.,_~~d--~ _____________ _ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. STATE OF CALIFORNIA COUNTY OF ___ S_a_n_D_1_· e_g~o ______ _ ~---·-···"·--····--··• ... -..... .,.,,,. ••. -.-.r.•.-.-. ,;-' -~= .OFFICIAl Sl:Al _, EVEl YN L. TURMAN Nl»ARY PUBLIC · CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires August 21, 1990 ACKNOWLEDGMENT-Corporation-Wolcotts Form 222CA·X-Rev. 5·82 ©1982 WOLCOTT$, INC. (prieeclass8·2) \ On this 21 day of June , in the year 19 88. before me, the undersigned, a Notary Public in and for said State, personally appeared Michael Shaw _____________________ , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument on behalf of the Corporation therein named. and acknowledged to me that the Corporation executed it. Notary Public in and for said State. _j .·,,__ \ .. ; 20 The Undersigned is aware of the ~revisions of Section 3700 of the California 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. The Undersigned is aware of the provisions of the State of California 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. Phone Number Date Signature \ Authorized Signature '9-ll,o Fleicbeg PoRKt.Ql~ EL ~A~..o _ __;~;;;..,,o ...... A--"'1(2."'-"r, ..... g.;:.:a,..-.f ..... i.-a_a.___ __ _ Bidder's Address '(1,4 9'clCl~O Type of organization (Individual, Corporation, or Partnership) List below names of President, Secretary, Treasurer, and Manager, if a corporation; and names of all partners, if a partnership: Hau,aAd O t 01 c, @sq_ llnthon J/ me., s/~11() , · Dc,vid 5-+a-f-1-:/ e11.,· Seo tL-efq ~ v / ~-e"s""'= ~ < ,, (f)qna9 :ea.. (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MOST BE ATTACHED) 4 ,· ( CORPORATE SEAL) ,, ACKNOWLEDGEMENT OF SURETY STATE OF CALIFORNIA COUNTY OF SAN DIEGO ON THIS _ ___...l ..... ST .... H.___ DAY OF _ _..,T ..... U..._N-.E ___ _.1_.9...,8.._8 __ BEFORE ME PERSONALLY APPEARED TERRY GAGE , KNOWN TO ME TO B~E ~~E) THE ATTORNEY-IN-FACT OF GOLDEN EAGLE INSURANCE COMPANY, AND ACKNOWLEDGED TO ME THAT HE/SHE EXECUTED THE WITHIN INSTRUMENT. IN WITNESS WHEREOF, I HERETO SET MY HAND AND OFFICIAL SEAL ON THE DAY AND YEAR IN THIS CERTIFICATE FIRST WRITTEN ABOVE. OFFICIAL SEAL !. GIGI MARIE DIRHJZ,\ 1 •~~~\ NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Comm. Exp. Oct. 2. 1990 ,, I j 21 ... BIDDER'S BOND TO ACCOMPANY PROPOSAL 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 will and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden principal for: in the City of Carlsbad, is accepted by the city Council of said City, and if the above bounden 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 any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF,. we hereunto set our hands and seals this day of _____ , 1988. Corporate Seal (if Corporation) By Title surety 4 (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) Principal (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS AND SURETY MUST BE ATTACHED.) C BID BOND NUMBER SUR 01 48 09 - 7 - . BIDDER'S BONO TO ACCOMPANY PROPOSAL KNOW ALL .PERSONS BY THESE PRESENTS: That we I CHILCOTE, INC. Principal, and GOLDEN EAGI.:E INSURANCE c6HPANY Surety, are held and firmly bound unto the City of California, in an amount as follows: (must be at percent (10%) of the bid amount) TEN PERCENT OF BID AMOUNT · , as , as Carlsbad, least ten for which payment will and truly made, we b1nd ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these payments. THE CONDITION Of THE FOREGOING OBLIGATION proposal of the above-bounden principal for: CONSTRUCTION OF PALOMAR AIRPORT ROAD IMPROVEMENT ASSESSMENT DISTRIC NQ. 86-1 CONTRACT NO. 3151 \ 15 SUCH that if the jn the City of Carlsbad, is accepted by the City Council of said City, and if the above bounden Principal shall duly enter into and execute a Contract including required bonds and insurance policies within seven (7) calendar 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 any Principal above named executed this bond as an jndividual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under lhis bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this J.5TH day of ___ J_u_N_E ______ , 1 9 88 • Corporate Seal (If Corporation) COMPANY (Attach acknowledgement of Attorney in fact) (Notarial acknowledgement of execution by all PRINCIPALS and SURETY must be attached.) \ STATE OF CALIFORNIA COUNTY OF ___ S=-a=n~D=i-=e=g=o'--------- ACKNOWLEDGMENT-Corporation-Wolcotts Form 222CA·X-Rev. 5-82 On this 15th day of June , in the year 19_fil1, before me, the undersigned, a Notary Public in and for said State, personally appeared Howard V. Marsa _____________________ , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument on behalf of the Corporation therein named, and acknowledged to me that the Corporation executed it. Notary Public in and for said State. _,,__.,;:©~1~98~2W~O~L~CO~TT~S~.IN~C~.---.:,(P~ri~~:~=~s~.~~:~=~-~.~-~-~~~-~.;;;;;;;;:;;;:;;::=============:::::::::===.:::=::::::::_=-~---=-=-=··=--=-=--=-=-===-:=:::::::::::::::::::::::::::::::::::::=::=====~ GOLDEN EAG~E,INSURANCE COMPANY EXECUTIVE OFFICES San Diego, California BOND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That the Golden Eagle Insurance Company, a Corporation duly organized and existing under the laws of the State of California, having its principal office in the City of San Diego, California does hereby nominate, constitute and appoint Terr Ga e of San Diego, California its true and lawful agent and attorney-in-fact, to make, P.xecute, seal and deliver for and on its behalf as surety, and its act and deed, any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of any and all bonds and undertakings, provided the amount of no one bond or undertaking exceeds - - - - - - - - - - - - - - - -FOUR MILLION DOLLARS - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -($4,000,000.00) - - - - - - - - - - - - - - - - This power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Golden Eagle Insurance Company at a meeting duly called and held on April 10, 1984 which said Resolution has not been amended or rescinded and of which the following is a true, full and complete copy. "RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys-in- Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorneys-in-Fact may be given full power to execute for and in the name of and on behalf of the Company any and all '""" bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney- in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." .c IN WITNESS WHEREOF, the said Golden Eagle Insurance Company has caused these presents to be executed by its officer, with its corporate seal affixed STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS: this March 10, 1986 GOLDEN EAGI.E INSURANCE COMPANY Presidenl On this 10th day of March, 1986, before the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came Michael E. James, President, of GOLDEN EAGLE INSURANCE COMPANY, to me personally known to be the individual and officer described in and who executed the preceding instrument and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Company, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written. ----------------.. ,. STATE OF CALIFORNIA COUNTY OF SAN DIEGO OFFICIAL SEAL MARY E. LEIGH Notary Public•Cahfornia Principal Office In SS: ' ? Notary Public I, the undersigned, Larry G. Mabee, Secretary of the Golden Eagle Insurance Company, do hereby certify that the original POWER OF ATTORNEY, of which the tor1;going Is a full, true and correct copy, is In full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, thli STI!_ day of JUNE , 19 88 LARRY G. MABEE Secretary Any correspondence regarding this Power of Attorney, address to: 7175 Navajo Road San Diego, California 92119-1642 l l 1 I -l -l ' -\ 22 DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the subbids of the following listed Contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications and Section 4100, e~· seq. of the Public Contracts Code -"Subletting and Subcontracting Fair Practices Act. " No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached if required.· Items of Work Full Company Name -'fu11,(. U4Jlrd ,jt.U.1,-r EIU.'1'L1t,, ~· . . ltwA6MH ~+l YH1b$M!J~ 6toPfMj ~ 6p,u41iti.$ ~llll(bRA,l //fUJ$ fa11t£ 01118+~"~ tfb11-D&, -;(i.Jt!,. ..5-f;w,~~ BBB &n{)I_,AIL 4ut,m tl,LLLl2.Bt( ~IU(,nr ~ _--~-d~ H~U...L ~~ lP> Complete Address with Zip Code Phone No. with Area Code ,,. -----.: ...;._J: .,_ ---.!. . - STATE OF CALIFORNIA COUNTY OF San Diego ....,...,..IIY.....,IIJl./"1,,,11,, ..... IV',,/l.i••w•••••".-.•.,,.•.-.~ OFFICIAL SEAL I EVELYN L. TURMAN NOTARY PUBLIC • CALIFORNIA ' PRINCIPAL OFFICE IN •• SAN DIEGO COUNTY My Commission Expires August 21, 1990 'J'.•.-.-.~,v.-.y......,~•-•.-.-.r.•.-~ ACKNOWLEDGMENT-Corporation-Wolcotts Form 222CA-X-Rev. 5-82 ::a HlP? V'"' r,n'!'.,..-:. t~ff' /or•te cl~~s P·?\ .. \ . On this 21 day of June , in the year 19 88, before me, the undersigned, a Notary Public in and for said State, personally appeared Michael Shaw _____________________ , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument on behalf of the Corporation therein named, and acknowledged to me that the Corporation executed it. WITNESS my hand and official seal. Notary Public in and for said State. -1 23 DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached, if required. Full Company Name .,. ;J:'.!y~o ~,~//fi•~ LAl'c 1Jr~A-s fe;,,.1c:-,e,, c~ (!}1,n1 ~ IJffe{ c. \ EB .B Ce:,,t,16 r 12-.J'!,rc. /&;ev&Kb-&vw/k Type of State Contracting License & No. C-ts I} oJ.97D3'-/ c.~~7 341 l,,,,zv C-J4. re, 6 'f &-t. 3> 7 c.,-/ j l7G> 37'{ tr o25.z.2 /..3 Carlsbad Business License No.* Amount of Bid ($ or %) 3/ 0..>,.) * Licenses are renewable annually. If no valid license, indicate "NONE. 11 Valid license must be obtained prior to submission of signed Contracts. (NOTARIAL ACKNOWLEDGEMENT OF EXCEPl'ION MUST BE ATTACHED.) • ( CORPORATE SEAL) Bidder's Company Name .2/t,o F(Cft6#"-Al4kWllv _/,,/., • Bidder's Complefe Address ' \ STATE OF CALIFORNIA COUNTY OF __ .... S,..a...,n---"'D""i..,.e""g...,o.__ ______ _ OFFICIAL SEAL EVELYN L. TURMAN NOlARY PUBLIC· CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commissi,m Expires August 21, 1990 ........... .,, .... ,._ .· . .. . :'.,',"-.",--",/ ACKNOWLEDGMENT-Corporalion-Wolcotts Form 222CA·X-Rev. 5-82 ©1982 WOLCOTTS. INC. (price class 8·2) •' On this 21 day of June , in the year 19-.8.8, before me, the undersigned, a Notary Public in and for said State, personally appeared Michael Shaw _____________________ , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument on behalf of the Corporation therein named, and acknowledged to me that the Corporation executed it. WITNESS my hand and official L-4, ,✓,,---. , -~- Notary Public in and for said State. l _J J J \ l 1 l I 1 I I I I l ! -1 I t I r: 24 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. ·~ signature (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED) ( CORPORATE SEAL) .I DEPARTMENT OF GENERAL SERVICES STATE OF CALIFORNIA GEORGE DEUKMEJIAN, GOVERNOR PO Box 1079. Sacramento 95805 1500 5th Street. Sacramento 95814 9i6; 32J-3i2B t1.3.rch 24. i987 CHILCOTE.. INC. 2160 ~1et:her Parkway El Caion, CA 92020 Su.b 1ect: Prequalification Rating Gentlemen: \ Date cf Financial Statement RECEIVED MAR 25 1987 CHJLCOTfc INC.. License Number 255233 July 31, 1986 Financial Rating .••...•.••.••.•.•.••.•.• $55,170,100.00 JS' ss ~11T1~5 Date Finanriai Rating E:{pires ............... January 31, 1988 .Apf1//t!!ol h>l'l- lf WA1·h.v 5 /r/l.A.,,·r.1,,,/ ~our "Contractor's Statement af £xper1ence and Financial Condition" has Deen reviewed and approved. Th? above rating, less the amount 8f incomplete work on any current contracts with this office, presents the limit to which you mav bid on pro1ects of the Oif1ce ot tne State Arcn1tect 1n the category establisned by the Contractor's State License Board. ~~-n~-~-----~~ Th e a. c o v e or e q u. a l i t ! -~ at-i an rat i n '.! i n c 1 u a es a Le t t er 4 A~&:D r:j· elated~ f-ebruc11-y :s, 1987 lrl the o.mount o-f $1,71.11.1,001_1,l'vENDOR NO. Yr:,u must Jrr:;inqe ta fi i.e a new statement with us one it vou wish to oe recognized continuously as a prequ Stateme~ts are kept on file for eighteen months and c;osclete. . r"o1 frul y, »✓~ ~~ Susan Dona Prequalification Analyst Contract Administration S[1 : 'EC ' E ltl~0K;E':ffihr , l i+ 1 e:J bidder. r-,Nw. Biu.ome G£ii LED. - JOB NO. PHA:iE CODE AMOUNT RETENTION SU.TE OF. CALIFORNIA-THE RESOURCES AGENCY GEORGE 0EUKMEJIAN, Go,,.,no, DEPARTMENT OF WATER RESOURCES P.O. IIOX 388 SACRAMENTO RECEIVED MAR SO 1981 CHILCOTE.._, 95802 March 27, 1987 Chilcote, Inc. 2160 Fletcher Parkway El ·cajon, CA 92020 Prequalification Rating This will acknowledge receipt of your Contractor's Statement of Experience and Financial Condition. The statement has been rated in accordance with the standard procedure of the Department of Water Resources to prequalify you as a bidder on public work under the direction of the Department, pursuant to the State Con'tract Act. On the basis of the financial statement and the experience shown you are prequalified as shown below. \ Date of Statemen't: July 31, 198 6 Type of Work: Grading, Paving, Sewer and Water Line Construction Financial Limita'tion: $53,400,000.00 Expiration Date: January 31, 1988 19 [f '?J R,,; T/JU j N-P,,,, !rt:..d • • ~ -l)w4,J-,,,,,.,5 4-tut-,·v,.,/ The financia 1 limitation shown above will be reduced by the amount of unearned money on all uncomple'ted work under all contracts with this Department. This letter is not a representation that you have been or will be found qualified as to experience for a particular Department contract. Experience requirements of each contract are evaluated separately for that contract. For further informa'tion, you may wish to con"tact Mr. John S. Fraley at (916) 445-y018 Sincer,,ly, , 11J c/z,,_~ £, ~ :eka~d J. Slingerland Contract Coordinator Construction Office Division of Design and Construction ... STATE OF CALIFORNIA COUNTY OF -----"S'""a,....n=--=D=i=e:.cg...,,o'--------- .. ---.1".AJ".A ....... J'l.", ....... .,...,.-..,....Yr/Y\i· ...................... r, OFFICIAL SEAL EVELYN L. TURMAN NOTARY PUBLIC · CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires August 21, 1990 , ........... "r!YV".YJ".•••••--h••••--•••••••,l'.-.-.-.v ACKNOWLEDGMENT-Corporation-Wolcotts Form 222CA·X-Rev. 5-82 ©1982 WOLCOTTS. INC. (pnce class 8-2) J On this _____ ,__ __ day of J•u~1;1 , in the year 19__§_~ before me, the undersigned, a Notary Public in and for said State, personally appeared Michael Shaw _____________________ , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument on behalf of the Corporation therein named, and acknowledged to me that the Corporation executed it. WITNESS my hand and official sea Notary Public in and for said State. -) -' I . l ·-1 -j BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE I 25 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, if notarized or sealed. ,.,... ~ I'\ ,· ' l, i)N Date Name and Phone Contract Name and Address No. of Person Type of Amount of Com leted of the Em lo er to Contact Work Contract &UOur {))ow:: fnoPlfll. n es ~.nw'ZMI ~~$$du ~Alf/JI!',"•~• '1.5 • .st:/ ~ Dfe-<zro ·9 •5000 S1'JI.C,.~ ~ll/lO.)'f' err-.,.,: 54N PAIIL ~,.,...,, a.R40£ "-<a~ D1e!6-o ,a IC.. .S..S 2.0 15r,I~ ~fllltN-1' aJOU: Pl&OPUU,&5;, '$~• t::~~ tl.U1', q,4. ,/.t::Jf/ S"Au o.6-&o '414) 5l> ... ~Q~() s,n~ Jft8!' WA 'TT I~ OU617Ue~ AAylA.JMT 7$1,-44,7 ttlu4o e, a~. Srrut:'-6 '/6~ /9i< PllllD&& ~NU: "Zl~-ft}~--JS~~-6/ZN.)r "~· f11.1':1 t. 'lt/'111 Hlc.J,Jtt,a • s U-424 CAt.11l¥nUJ Hu1' 7 Cll""4 4...,._,"# ; . !! Z.J?• ,,oz., ~. kAJ.J- o 1.., 11 , u It,. • ,., m u,.1 D bA~• .n..t"4.""' 7S>-,'I. J'l,, ""'-""' C. ,.,,. ,-"SI 4 'J.o JG,, A>o :s..,,.. M -# •.s 'I-• 0 I l ~ S Ca /.lt,y w,.,.,,. c..,,,c.1 ... (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.) (CORPORATE SEAL) i . I . j ·-1 j -1 -\ \ ) -i 26 CONTRACT -PUBLIC WORKS , This agreement is made this ~ day of ~1«& between the City of Carlsbad, Caliici'.inia, corporation, (hereinafter called "City"), and Chilcote, Inc. , 1988, by and a municipal whose principal place of business is _2_1_6_0_F_l_e_t_c_h_e_r_P_a_r_k_w_a_y_, __ _ El Ca J on , CA, 9-2 0 2 0 · (hereinafter called "Contractor".) City and Contractor agree as follows: 1. 2. 3. Description of Work. Contractor shall perform all work specified in the Contract documents for: (hereinafter called "project") Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the contract documents. Contract Documents. The Contract documents consist of this Contract; the bid documents, including the .Notice to Bidders, Instructions to Bidders' and Contractors' Proposals; the Plans and Specifications, the Special Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and the bonds for the project; all of which are incorporated herein by this reference. The 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 pf 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 her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance • .... 4. Payment. All full compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per Section 9-3 of the Standard Specifications for Public Works Construction. The closure date for each monthly invoice will be the 30th of each month. !mill ------- --• ... - -.. ... • .. -.. --., --- 5. 6. 7 • 27 Invoices from the Contractor shall be submitted according to the required City format to the City's assigned project manager no later than the 5th day of each month. Payments will be delayed if invoices are received after the 5th of each month. The final retention amount shall not be released until the expiration of thirty-five (35) days following the recording of the Notice of Completion pursuant to California civil Code Section 3184. Independent Investigation. Contractor has made an Independent Investigation of the jobsite, the soil conditions at the j obsi te, 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 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. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the. work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incurred in the suspension or discontinuance of the work. However, Contract shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City . Change Orders. City may, without affecting the validity of the Contract, order changes, modifications and extra work by issuance of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work perf armed unless the City has isslffld a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order deletes any work, the Contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction, the work shall nevertheless proceed and the amount shall be determined by litigation. The only person authorized to order changes or extra work is the Project Manager. The 1111 .. .,. ... ... - • .. • -,, .. • .. • 28 written change order must be executed by the City Manager if it is for $5,000.00 or less or approved by the City Council and executed by the Mayor if the amount of the change order exceeds $5,000.00. 8. Immigration Reform and Control Act. Contractor shall comply with the requirements of the "Immigration Reform and Control Act of 1986" (8 USC Section 1101-1525). 9. 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 Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to California Labor Code, Section 1775, Contractor shall pay prevailing wagers. Contractor shall post copies of all applicable prevailing wages on the job site. 10. Indemnity. 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, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contractor 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; except for loss or damage which was caused solely by the active negligence of the City; 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, unless the loss or damage was caused solely by the active negligence of the City. The expenses of defense include all costs and expenses including attorneys fees for litigation, arbitration, or other dispute resolution method. · 11. Insurance. Without limiting Contractor's indemnification, it is agreed that Contractor shall maintain in force at all time during the performance of this agreement a policy or policies of insurance covering its operations and insurance covering the liability stated in Paragraph 10. The policy or polrties shall comply with the special insurance instructions in the Supplementary General Provisions and shall contain the following clauses; Contractor's liability insurance policies shall contain the following clauses: ,, ' ilk-.:1. - .... , ... • - """ .. • "" ... ... • • 12. 29 A. "The city is added as an additional insured as respects operations of the named insured performed under contract with the City." B. "It is agreed that any insurance maintained by the City shall apply in excess of and not contribute with, insurance provided by this policy." All insurance policies required by this paragraph shall contain the following clause: A. "This insurance shall not be cancelled, limited or non- renewed until after thirty (30) days written notice has been given to the City." B. "The insurer waives any rights of subrogation it has or may have, against the City or any of its officers or employees." Certificates of insurance evidencing the coverage required by the clauses set forth above shall be filed with the City prior to the effective date of this agreement . Workers' Compensation. Contractor shall comply with the requirements of Section 3700 of the California Labor Code. Contractor shall also assume the defense and indemnify and save harmless the City and its officers and employees from all claims, loss, damage, injury, and liability of every kind, nature, and description brought by any person employed or used by Contractor to perform any work under this Contract regardless of responsibility for negligence. 13. Proof of Insurance. Contractor shall submit to the City certification of the policies mentioned in Paragraphs 10 and 11 or proof of worker's compensation self-insurance prior to the start of any work pursuant to this contract. 14. Claims and Lawsuits. Contractor shall comply with the Government Tort Claims Act (California Government Code Section 900 et seq.) prior to filing any lawsuit for breach of this contract of any claim or cause of action for money or damages . 15. Maintenance of Records. Contractor shall maintain and make availabl"e" 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 California 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 . 1'1t1 11111 ~ .. ,IQ<il .... -- 111"- "" ... --.. -.. .. --._ ---.. -.l --- 30 . 16. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the California Labor Code are incorporated herein by reference. 17. 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. 18. 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. 19 . Addi tiona 1 Provis ions. Any additional agreement are set forth in the "General "Special Provisions" attached hereto (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED.) APPROVED AS TO FORM: City Attorney By Title By ATTEST: of this d4t:k I rZa&d~ City Clerk -J STATE OF CALIFORNIA COUNTY OF _..;:S::..::a:;;a;n;:.....;:::Dc..::i:...:e"'"g,.;;;o _______ _ ACKNOWLEDGMENT-Corpomlon-Wolcoll1 Form 222CA·X-Re'I. 5·82 ~1982 WOlCOTTS, INC. (pnce Cilll 8·2) On this 28th day of July , In the year 19 88, before me, the undersigned, a Notary Public in and for said State, personally appeared Michael Shaw ____________________ , personally known to me (llocinveama:111r:1tll:ibubc~) to be the person who executed the within Instrument on behalf of the Corporation therein named. and acknowledged to me that the Corporation executed it. WITNESS my hand and officlZ,4~ I' ,L_,~~ Notary Public in and for said State. 11111! '·' .... -- --... - • .. .. .. .. .. • t 31 CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY "I am 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 I will comply with such provisions before commencin th per'Jlorma of the work of this Contract." ~ CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 "I am aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC Section 1101-1525) and have complied 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." CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM I hereby certify that _ ___..f! ......... h~,~·t-ao---+l:_'l' ___ ._.;z;;----""-~" ......... ~---------- ( Legal Name '-'of Contractor) in preforming under the Purchase Order awarded by the Carlsbad, will comply with the Count of San Diego Action Program adopted by the Board o upe , i current amendments. Date • Signa;'f"e /) (/. fiA-44~ Title (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.) (CORPORATE SEAL) City of ·rmative ing all STATE OF CALIFORNIA COUNTY OF 1San Diego .. ACKNOWI.EDCIMENT-Caq,aratlon-Wolcolta Fann 222CA·X-Atv. 5·82 . C,19112 WOLCOTTS, INC. 1 · clanli-2 On this 28th day of July , In the year 19 88, before me, the undersigned, a Notary Public In and for said State, personally appeared Michael Shaw ____________________ , personally known to me (moqnvmt:mca:J111:1tll:>bl9bc~) to be the person who executed the within instrument on behalf of the Corporation therein named, and acknowledged to me that the Corporation executed it. WITNESS my hand and official seal. Notary Public in and for said State. -- -thousand BOND NUMBER SUR 07 47 13 BOND EXECUTED IN FOUR COUNTERPAR'gND PREMIUM (INCLUDED) LABOR AND MATERilt.I,$ BOND KNOW ALL PERSONS BY THESE PRESENTS: 32 WHEREAS, the City Council of the California, by Resolution No~8-250 City of Carlsbad.( State of , adopted 7/19/tl8 , has awarded to Chilcote Inc. (hereinafter designated as the "Principal"), a Contract for: Construction'of Palomar Airport Road West Assessment District Project #3151 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, said Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond with said Contract, providing that is said Principal or any of his/her or its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon for 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, CHILCOTE, INC. , as Principal, (hereinafter designated as the "Contractor"), and GOLDEN EAGLE INSURANCE COMPANY as surety, are held firmly bound unto the cit¥ gt Gaf.l~Fffd in the sum of Two million five nundred eight hundred ~lOi~JOofiars ($2,500,827.10 ), said sum being fifty percent (50%) of the estimated amount payable by the City of Carlsbad under the terms of the Contract, 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 person or his/her subcontractors fail to pay for any materials, provisions, provender or the 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, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the surety or Sureties will pay for the same, not to exceed the sufll specified in the bond, and, also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 3248 of the California civil Code, •,_, 33 This bond shall insure to the benefit of any and all persons, companies and corporations-entitled to fil~ claims under Title 15 of Part 4 of Division 3 of the California Civil Code (commencing with Section 3082). In the event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has b Contractor and Surety above named, on th 1988. (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION FOR EACH SIGNER MUST BE ATTACHED. ) (CORPORATE SEAL) CHILCOTE, INC. Contractor GOLDEN EAGLE INSURANCE COMPANY Surety the .. ., r.==:::::;.:=~==============================================1 STATE OF CALIFORNIA COUNTY OF SAN DIEGO ACKN0WLE0GMENT-Corporation-Wolcotts Form 222CA-X-Rev. 5-82 ©1982 W0LC0TTS, INC. (price class 8-2) On this 26th day of July . in the year 19 88 , before me. the undersigned, a Notary Public in and for said State, personally appeared Michael Shaw ---------------------· personally known to me ~~Jfrffilt¥Pt~~JelC~~~l!'e) to be the person who executed the within instrument on behalf of the Corporation therein named, and acknowledged to me that the Corporation executed it. WITNESS my hand and official sea~~ Notary Public in and for said State. ACKNOWLEDGEMENT OF SURETY STATE OF CALIFORNIA COUNTY OF SAN DIEGO ON THIS 25TH DAY OF JULY APPEARED TERRY GAGE 1988 BEFORE ME PERSONALLY , KNOWN TO ME TO BE mfiR'tiix.1~btti ) THE ATTORNEY-IN-FACT OF GOLDEN EAGLE INSURANCE COMPANY, AND ACKNOWLEDGED TO ME THAT HE/SHE EXECUTED THE WITHIN INSTRUMENT. IN WITNESS WHEREOF, I HERETO SET MY HAND AND OFFICIAL SEAL ON THE DAY AND YEAR IN THIS CERTIFICATE FIRST WRITTEN ABOVE. OFFICIAL SEAL GIGI MARIE DIRENZA NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN _SAN DIEGO COUN_;Y "'"' i) My Comm. Exp. Oct. ~. 1,,vO ,; ~=--~.,...,...,...,.."""""==·-·-.·~ GOLDEN EAGLE INSURANCE COMPANY EXECUTIVE OFFICES San Diego, California BOND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That the Golden Eagle Insurance Company, a Corporation duly organized and existing under the laws of the State of California, having its principal office in the City of San Diego, California does hereby nominate, constitute and appoint Ter Ga e of San Diego, California its true and lawful agent and attorney-in-fact, to make, execute, seal and deliver for and on its behalf as surety, and its act and deed, any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of any and all bonds and undertakings, provided the amount of no one bond or undertaking exceeds This power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Golden Eagle Insurance Company at a meeting duly called and held on April 10, 1984 which said Resolution has not been amended or rescinded and of which the following is a true, full and complete copy. "RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys-in- Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorneys-in-Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney- in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, the said Golden Eagle Insurance Company has caused these presents to be executed by its officer, with its corporate seal affixed STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS: this March 10, 1986 GOl,DEN EAGtE INSURANC'E {'OMPAN\' President On this 10th day of March, 1986, before the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came Michael E. James, President, of GOLDEN EAGLE INSURANCE COMPANY, to me personally known to be the individual and officer described in and who executed the preceding instrument and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Company, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Sea!, at the City of San Diego, the day and year first above written. -------------------. STATE OF CALIFORNIA COUNTY OF SAN DIEGO OFFICIAL SEAL MARY E. LEIGH Notary Public-California Principal Office In SS: Notary Public I, the undersigned, Larry G. Mabee, Secretary of the Golden Eagle Insurance Company, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 25TH day of JULY , 19~8-8 __ . LARRY G. MABEE Secretary Any correspondence regarding this Power of Attorney, address to: 7175 Navajo Road San Diego, California IJ2 I IIJ-IM2 BOND NUMBER SUR 07 47 13 BOND PREMIUM $47,262.00 BOND EXECUTED IN FOUR COUNTERPARTS P~RFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: 34 WHEREAS, the City Council of the California, by Resolution NoBB-250, to Chi 1 cote , Inc .. the "Principal"), a Contract for: City of Carlsbad, State of adoptedl/19/88, has awarded , (hereinafter designated as Construction of P~lomar Airport Road West Assissment District Project 3151 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, said Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance of said Contract; NOW, THEREFORE, WE, CHILCOTE. INC. I as Principal, (hereinafter designated as the "Contractor"), and GOLDEN EAGLE INSURANCE COMPANY ' as Surety' are .held. an~ firmly bound unto the Ci~Y of carl~b~a in the sum of Five m1ll1on,one thousand.six hundredfl"ft.>1:jc9ffaH0 ~~0 5,001 .654,20 ), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to the said City or its certain attorney, its successors and assigns; 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, his/her or its 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 said Contract and any alteration thereof made as therein provided on his/her or 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 and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue • ... As a part of the obligation secured hereby and in addition to the ·tace amount specified therefore, there shall be included costs and reasonable expenses and fees, including· reasonable attorneys fees, incurred by the City in successfully enfor·cing such obligation, all to be taxed as costs and include in any judgement rendered. 35 And said Surety, for value received. hereby stipulates and agrees that no change, extension.of time, alteratJon or addition to the terms of the Contract, or to the work to be performed thereunder 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. In the event, that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall• not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed Contractor and surety above named on the 1988. (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION FOR EACH SIGNER MUST BE ATTACHED.) ( CORPORATE SEAL) GOLDEN EAGLE INSURANCE COMPANY Surety the . ' •. STATE OF CALIFORNIA COUNTY OF ---"S=A=N'-=D=IE=G=O=--------- ACKNOWLEDGMENT-Corporation-Wolcotts Form 222CA-X-Rev. 5-82 ©1982 WOLCOTTS, INC. (price class 8-2) On this 26th day of July , in the year 1988 , before me, the undersigned, a Notary Public in and for said State, personally appeared Michael Shaw _____________________ , personally known to me ~lleimive&:itocm:Dtt1tll:ibastsc~tist3c~) to be the person who executed the within instrument on behalf of the Corporation therein named, and acknowledged to me that the Corporation executed it. WITNESS my hand and official se~ ~ 4~ Notary Public in and for said State. ACKNOWLEDGEMENT OF SURETY STATE OF CALIFORNIA COUNTY OF SAN DIEGO ON THIS ---"2=5=TH"'--_ DAY OF __ J_U_L_Y __ , __ 1_9_8_8 __ BEFORE ME PERSONALLY APPEARED ____ T_E_R_R_Y_G_A_G_E _____ , KNOWN TO ME TO BE (OB{~ 18mCffle{S~P2~r.(:r;i~l\'m~¥~) THE ATTORNEY-IN-FACT OF GOLDEN EAGLE INSURANCE COMPANY, AND ACKNOWLEDGED TO ME THAT HE/SHE EXECUTED THE WITHIN INSTRUMENT. IN WITNESS WHEREOF, I HERETO SET MY HAND AND OFFICIAL SEAL ON THE DAY AND YEAR IN THIS CERTIFICATE FIRST WRITTEN ABOVE. @ OFFICIAL SEAL GIGI MARIE DIRENZA NOTARY PUBIJC..cALIFORNIA PAINCIPAl OFFICE IN SAN DIEOO COUNTY My Comm. Exp, Oct. 2, 1990 .. ' ' GOLDEN EAGLE INSURANCE COMPANY EXECUTIVE OFFICES San Diego, California BOND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That the Golden Eagle Insurance Company, a Corporation duly organized and existing under the laws of the State of California, having its principal office in the City of San Diego, California does hereby nominate, constitute and appoint Ter Ga e of ____ S_a_n_D_i_e_g_o~, _C_a_lif_o_r_n1_·a ______________________________________ _ its true and lawful agent and attorney-in-fact, to make, execute, seal and deliver for and on its behalf as surety, and its act and deed, any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of any and all bonds and undertakings, provided the amount of no one bond or undertaking exceeds This power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Golden Eagle Insurance Company at a meeting duly called and held on April 10, 1984 which said Resolution has not been amended or rescinded and of which the following is a true, full and complete copy. "RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys-in- Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorneys-in-Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney- in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, the said Golden Eagle Insurance Company has caused these presents to be executed by its officer, with its corporate seal affixed STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS: this March 10, 1986 GOI.Dt:N t:A(;u: INSlJRANn: COMPANY President On this 10th day of March, 1986, before the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came Michael E. James, President, of GOLDEN EAGLE INSURANCE COMPANY, to me personally known to be the individual and officer described in and who executed the preceding instrument and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Company, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Sea!, at the City of San Diego, the day and year first above written. _________________ .... STATE OF CALIFORNIA COUNTY OF SAN DIEGO OFFICIAL SEAL MARY E. LEIGH Notary Public-Cahlornia Principal Office In SS: > ✓ Notary Public I, the undersigned, Larry G. Mabee, Secretary of the Golden Eagle Insurance Company, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 25TH day of JULY 193...,.8"----· LARRY G. MABEE Secretary Any correspondence regarding this Power ot Attorney, address to: 7175 Navajo Road San Diego, California <J2119-IM1 ISSUE DATE IMM/DD/YYI 7/21/88 PACIFIC INSURANCE AGE~CY PO BOX 20160-X THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THt:: COVER• AGE AFFORDED BY THE POLICIES BELOW. ii~-.~:~·-.• ~",: 5AN DIEGO CA 92120 COMPANY LETTER COMPANIES AFFORDING COVERAGE A ASSOCIATED INTERNATIONAL J:.i . . ~iJ;i,;; __________________________ -f COMPANY B I<'' INSURED LETTER i\ c HI L co TE r N c 1-c_o_M_P_A_N_Y_c ____________________ _ ~ 2i60 FLETCHER PARKWAY LETTER ~f;, EL CAJON CA ~~{ f.t.'- 92020 COMPANY D LETTER E tri-/ tr ~~: l~;f . .' THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY !f,t PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOq.JMENT WITH ..,.. RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED ~f HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AN_D CONDITIONS OF SUCH POLICIES. ~-~\~:-1--.--------------.----------------,-------,--------.-----------------ft,ii;, ef/<· co l, .: LTA if~::,, t TYPE OF INSURANCE -~ itfi A GENERAL LIABILITY f'] !~ e~,~~ ~~:-•:~ X COMPREHENSIVE FORM X PREMISES/OPERATIONS X X UNDERGROUND EXPLOSION & COLLAPSE HAZARD PRODUCTS/COMPLETED OPERATIONS X CONTRACTUAL X INDEPENDENT CONTRACTORS X BROAD FORM PROPERTY DAMAGE ' PERSONAL INJURY POLICY NUMBER XS400177 6/25/88 6/25/89 BODILY INJURY PROPERTY DAMAGE Bi & PJ cm.,s,.\Jrn 3,000 PERSONAL INJURY 3,000 3,000 ii '!ii (, . "' ifr-. -r~---------t----------+-------t-------t=~-.------+------Qt •~':J AUTOMOBILE LIABILITY ~;;~'~; i.tl ::: :~:;,."'°' ~i~'.,~,, !i':'C·•j HIRED AUTOS PR0PERTY 1.· .. _:_'.,J,•.I--+-F.-.X-'-:-:-,:-~_:_~_,:_~:_B_~-~'-,,:_:y _____ -+--------------+-------+-------+;_:_;_:;_~_EE-'D-+-------+-------1 UMBRELLA FORM ~~t:~NED fi~ OTHER THAN UMBRELLA FORM i¾).~ 1 -+-W-'--0-R_K_E_R_S_' _C_O_M_P_E_N_S_A_T_I_O_N-+---------------11--------+-------+S-T_A_T_U_TO_R_;YL------,,----'-------- f,{~ AND IEACH AC,,:~ENTI ?}! ,. EMPLOYERS' LIABILITY OTHER :_,,~:. '·•. ~ ·,Iii;; ~-· DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECI.O.L ITEMS I .,.:ff PALOMAR AIRPORT ROAD WEST ASSESSMENT DISTRICT PROJECT ADDITIONAL INSURED PER FORM L9452 ATTACHED fi;eERTI FICATEHOLDER i' . ,,tt;:.: -··1t' ,;,, . f;~; CITY OF CARLSBAD 2075 LAS CARLSBAD PALMAS DRIVE CA 92009-4859 .. : . . . . . REPRESENTATI~ A ETHLO F IDISEASE·POLICY LIMIT! IDISEASE-EACH EMPLOYEE! y ~~ L!i !!'.'~, PACIFIC INSURANCE AGENCY BOX 20160-X .. ., 0 SAN DIEGO CA 92120 CHILCOTE INC 2160 FLETCHER EL CAJON PARKWAY CA 92020 ISSUE DATE IMM/DD/YY) 7/21/88 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE' DOES NOT AMEND, EXTEND OR ALTER THE COVER- AGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A LETTER COMPANY B GOLDEN EAGLE INS LETTER COMPANY C LETTER COMPANY D LETTER ~-.:. f?l !~11l'• '!'T~H"IIIS'll":!!11":S!'!T~O~C'l!'E'!lRl':i"TIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY ~ , PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH t.:.:i RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED ~ "-H-,-E_R __ E_I_N_' _i_s_s_u_B_J_E_c_T_T_o_A_L_L_T_H_E_T..--E_R_M_s_. _E_x_c_L_u_s_1 o_N_s_._A_N_D_c_o_N_D--,-IT_I o_N_s_o_F_s_u_c_H ..... P_O_L_1_c_1_E_s_. ---,-------------------•- ;.1':.i. (TC:,,, TYPE OF INSURANCE POLICY NUMBER pg,;~~~i~~gg!~~~ pg~~\Y1~~/i;,~1~1NI-_L_IA_B--,-IL_IT_Y--,~,;;~7Ma:;HI_T_S_IN-rT_H_O_u_s_A_N_D_s __ w,:i: ~ • AGGREGATE J'.;,c.. -t--------------+--------------+-------1f---------!----!-~01£Ce.iC~U~R~R~E;.:;N!.><£E_-f---------flft! t:i, GENERAL LIABILITY ;y~~ ,.-;;; ~" ~;.-· r· tf ~:; i£'.; CO-..Pf>EHENSIVE FORM H i ?A E~IISES/OPERATIONS Ll'-::ERGROUND UEX'LDSION & COLLAPSE HAZARD l '.P~:.':DUC"!"S/COMPLETED OPERATIONS :co,TRACTUAL !N:)EPENDENT co.~, TRACTORS BROAD FORM PROPERTY DAMAGE PE9SO"AL INJURY ' BODILY INJURY PROPERTY DAMAGE 91 & PD COMBINED PERSONAL INJURY :-~-, ~" r~i:-8--+-A-U'-T-O_M_O_B_I_L_E_L_IA_B_I_L_IT-Y---+-C-A_U_0_5_5_8_4_0 _____ ----s_6_/_2_5_/_8_8-+-6-/_2_5_/_8_9--+8=,No=J~C'71~..,.,~-,-------+-----~ ~L) \l'ltsoN• rr.~ A'\Y ~U70 BODILY ,, ·.. INJURY rt IAL~ OWNED AUTCS 1'e~IDENTI l'1! .• 1~19E::> AUTOS i~~ g_,.~:.c'! NC',-OW"ED AUTOS PROPERTY DAMAGE Jt'j GA'lAGE LIABILITY ~~t.:~NED lt?-t-_.._------+---------t----+------+-----f ~i.L.UJ.,j'------+----~ !ii F.X~~:::E~~::~~~TY OT,;ER THAN UMBRELLA FORM Bl & PD COMBINED ~\\~ i)j'--+-'-------------+--------------f-------+-------+S-T_A_T_U_T_O_R~Y-----T--'--------1~-,!,1 irJj WORKERS' COMPENSATION !EACH ACCIDENT} ~~ AND It.; !DISEASE-POLICY LIMIT! ~~i"·:_+-__ E_M_P_L_O_Y_E_R_S_'_L_IA_B_I_L_IT_Y __ +--------------+-------1-------+---'---,,,------'-D_IS_E_A_s_E-_E_A_CH_E_M_P_LO_Y_EE_IWJ ' .. 'J OTHER ('" . .I,,~ : ~ ~ ~. ;·~ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS .;;: :., .. t ~, .. · PALOMAR AIRPORT ROAD WEST ASSESSMENT DISTRICT PROJECT CITY OF 2075 LAS CARLSBAD CARLSBAD PALMAS DRIVE CA 92009-4859 OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 3 Q DAYS WRITTEN NOTICE TO FICATE HOLDER NAMcD TO THE LEFT, BUT FAILURE TO NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF U N THE COMPANY, ITS AGENTS REPRESENTATIVES. PACIFIC INSURANCE AGE~CY ,a BOX 20160-X SAN DIEGO CA gz1zo CHILCOTE INC 2160 FLETCHER PARKWAY ISSUE DA TE !MM/DD. YV i 7/21/88 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND; EXTEND OR ALTER THE COVER- AGE AFFORDED BY THE POLICIES BELOW. . COMPANIES AFFORDING COVERAGE COMPANY A LETTER COMPANY B LETTER COMPANY C LETTER 5:: EL CAJON CA 92020 COMPANY D FREMONT INDEMNITY ~1 f-L_E_T_T_E_R _____________________________ _:g f :1 ~~~,';,'" E I~~ THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY i: PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CO~DITION OF ANY CONTRACT OR OTHER DOCUMENT WITH .'' RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED f'j HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITION.$ OF SUCH POLICIES. f:C 'col POLICY EFFECTIVE POLICY EXPJRATJOI'. LIABILITY LIMITS IN THOUSANDS I~ -.iLTR GENETRY:~ ~.:~~::T~NCE POLICY NUMBER DATE IMM/DD/YY) DATE IMM/DD/YY) occ~~R~N E AGGREGATE :j BODILY . '1 COMPREHENSIVE FORM ir-.JURY ltJ PREMISES/OPERATIONS t----+-------+------~ ~ UNDERGROUND \ ~:~;}~fy ._lJ_ EXPLOSION & COLLAPSE HAZARD 'J PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS 3, & ?D C0\1B INED ~l1 l::l fJ ::::.:~~:J~::ERTY DAMAGE PERSONAL INJURY ~-~ ~.:· .;J {J:,---;-A-U~T-O_M_O_B_I_L_E_L_IA_B_IL-IT-Y---+--------------r-------+-------,.,~,.,~~'""=t,.,,_i}'"':,--~-------;--------1 1 ~~~ , ,, ·, ==::JSONI .,,., Ji ~ !BC:;JLY i._~_":.~.,:· i::: ::~D AUTOS I Jtl::NTJ !./ .. ~"". ~ . 1 !,, HIRED AUTOS IP;,:)>ERTY 6• ,, NON-OWNED AUTOS ! '.)-','.,AGE fl,_· -1-F.-_ ... x-:-:-~-AG-~-1-:-AB-s1_1:-11T-:-v------+--------------1-------+-------i1-~-~-~'_:_?N_E_u-1-------+--------<i!,,,i 1~1 UMBRELLA FORM g~t1:FNED j~i--+_-L.o_T_H_E_R_T_H_A_N_u_M_B_R_E_LL_A_F_O_R_M ________________ f--------+-------+----'--------'--------lel!'! f10 I! WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY OTHER WP8746282201 11/01/87 11/01/88 STATUTORY (EACH ACCIDENT• CDISEASE-POLICY LIMIT! IDISEASE-EACH EMPLOYEE I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS PALOMAR AIRPORT ROAD WEST ASSESSMENT DISTRICT PROJECT CITY OF CARLSBAD 2075 LAS PALMAS DR CARLSBAD CA 92009-4859 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO TIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO H NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF D PON THE COMPANY, ITS AGENTS R REPRESENTATIVES. """ 1111111 --- ---• -• -• -------- - ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION 36 This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Elm Avenue, Carlsbad, California, 92008, hereinafter called "City" and whose address i-s hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the Owner, Contractor and Escrow Agent agree as follows: 1. Pursuant to Section 4590 of Chapter 13 of Division 5 of Title 1 of the Government Code of the State of California, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by City pursuant to the construction Contract entered into between the City and Contractor for in the amount of _______ dated (hereinafter referred to as the "Contract"). A copy of said contract is attached as Exhibit "A". When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within ten (10) days of the deposit. The market value of the securities at the time of the substitution shall be at 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 and shall designate the contractor as the beneficial owner. Prior to any disbursements, Escrow Agent shall verify that the present cumulative market value of all securities substituted is at least equal to the cash amount of all cumulative retention under the terms of the Contract. 2. The City shall make progress payments to the Contractor for such fu~s 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. ! ., -----.. -- • ---• -• -------- 37 3. Alternatively, the City may make payments directly to Escrow Agent in the amount of retention for the benefit of the City until such time as the escrow created hereunder is terminated. 4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses any payment terms shall be determ.ined-·by the 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. 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 (7) days written, notice to the Escrow Agent from the City of the default of the Contractor, the Escrow Agent shall immediately convert the securities to cash and shall distribute the case as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contractor has complied with all requirements and procedures applicable to the Contract, 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 monies and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to Sections 4 and 6, inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harm.less from Escrow Agent's release and disbursement of the securities and interest as set forth above. 4 10. The names of the persons who are authorized to sign five {5) 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: I ; t j II '1 ----... --.. -----• -• -.. ---- -- For city: For Contractor: For Escrow Agent: Title Name 38 Signature ______________ _ Address _______________ _ Title Name Signature Address _______________ _ Title Name Signature Address 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: For Contractor: Title Name Signature ______________ _ Address Title Name Signature ______________ _ Address _______________ _ - ,_ ,,, ' V ,l'•tt, 'l'-' -., -• ---• -----------• -• -------- 39 RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensation of whatever nature due the Contractor for all labor a~d materials furnished and for all work performed on the above-referenced project for the period specified above with the exception of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ ---------------- DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and released any claim the Contractor may have, of whatever type or nature, for the period specified which is not shown as a retention amount of a disputed claim on this form. This release and waiver has been- made voluntarily by Contractor without any fraud, duress or undue influence by any person or entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, and work due Subcontractors for the specified period have been paid in full and that the parties signing below on behalf of Contractor have expressed authority to execute this release • DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) BY BY I ! I I 1·~ !,.ii. 111'!1 "' Ill ., -· •• ,., 11111 ., •• • .. • ---• --- PART II -GENERAL PROVISIONS SECTION 1 PLANS ANO SPECIFICATIONS Section 1 Plans and Specifications The Specifications for the Work shall consist of the latest edition of the Standard Specifications for Public Works Construction (1985 Edition), hereinafter designated SSPWC, as issued by the Southern California Chapters of the American Public Works Association, the Contract Documents, and the General, Special and Supplemental Special Provisions thereto. The Construction Plans consist of 54 sheets designated as City of Carlsbad. Drawing No. 283-7, Sheet Nos. 1 through 24 and 26 through 55 • Sheet 1 Sheet 2 Sheet 3 Sheet 4 Sheet 5 Sheet 6 Sheet 7 Sheet 8 Sheet 9 Sheet 10 Sheet 11 Sheet 12 Sheet 13 Sheet 14 Sheet 15 Sheet 16 Sheet 17 Sheet 18 Sheet 19 Sheet 20 Sheet 21 Sheet 22 Sheet 23 Sheet 24 Sheet 25 Sheet 26 Title Sheet Index Sheet STA 22+34 to STA 33+50 STA 33+50 to STA 46+00" STA 46+00 to STA 58+00 STA 58+00 to STA 70+00 STA 70+00 to STA 77+48+ STA 77+48+ to STA 89+50 STA 89+50-to STA 101+75 STA 101+75 to STA 109+77+ Expanded Plan -College Boulevard Curb Return Profiles -College Boulevard Storm Drain Profiles Storm Drain Profiles Storm Drain Profiles Waterline -STA 27+00 to STA 33+50 Waterline -STA 33+50 to STA 46+00 Waterline~ STA 46+00 to STA 58+00 Waterline -STA 58+00 to STA 70+00 Waterline -STA 70+00 to STA 77+48+ Waterline -STA 77+48+ to STA 89+5-0- Waterline -STA 89+50-to STA 101+75 Waterline -STA 101+75 to STA 109+77+ P.R. Station Sites (Not Used) Pressure Reducing Station 268-01-l(w).227.26 Page 1 I • -.. -----• --• -• -.. --------- PART II -GENERAL PROVISIONS SECTION 1 -Plans and Specifications SECTION 2 -Work To Be Done Sheet 27 Meter Station Relocation Sheet 28 Waterline Relocation Sheet 29 Drainage Channel Sheet 30 Temporary Drainage Swale Sheet 31 Details Sheet 32 Detour and Grading Sheet 33 Detour and Grading Sheet 34 Construction Phasing -STA 22+34 to STA 46+00 Sheet 35 Construction Phasing -STA 27+00 to STA 46+00 Sheet 36 Construction Phasing -STA 46+00 to STA 70+100 Sheet 37 Construction Phasing -STA 46+00 to STA 70+00 Sheet 38 Construction Phasing -STA 70+00 to STA 89+50 Sheet 39 Construction Phasing -STA 70+00 to STA 89+50 Sheet 40 Construction Phasing -STA 89+50 to STA 109+77+ Sheet 41 Construction Phasing -STA 89+50 to STA 109+77+ Sheet 42 Construction Phasing -Details Sheet 43 Striping & Signing -STA 27+00 to STA 46+00 Sheet 44 Striping & Signing -STA 46+00 to STA 70+00 Sheet 45 Striping & Signing -STA 70+00 to STA 89+50 Sheet 46 Striping & Signing -STA 89+50 to STA 109+77+ Sheet 47 Alternate A -STA 27+00 to STA 33+50 Sheet 48 Alternate A -STA 33+50 to STA 46+00 Sheet 49 Alternate A -STA 46+00 to STA 52+50 Sheet 50 Alternate A -Detour & Grading Sheet 51 Alternate A -Detour & Grading Sheet 52 Alternate A -Storm Drain Profiles Sheet 53 Alternate A -Waterlline STA 27+00 to STA 33+50 Sheet 54 Alternate A -Waterline STA 33+50 to STA 46+00 Sheet 55 Alternate A -Waterline STA 46+00 to STA 52+50 Sheet TS Traffic Signal -Intersection Palomar Airport Road & College Sheet Ll-11 Landscape Mitigation Plan The Standard Drawings utilized for this Project are the San Diego Area Regional Standard Drawings (1985 Edition), hereinafter designated SORSD, as issued by the San Diego County Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawings. Costa Real Municipal Water District Standard Drawings, and other selected standard drawings. Copies of pertinent Standard Drawings are enclosed with these Documents • Section 2 Work to be Done The Work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. 268-01-l(w).227.26 Page 2 ----.. -----• -• -• --.. ----- PART II -GENERAL PROVISIONS Section 3 -Definitions and Intent Section 3 Definitions and Intent A. City Engineer, Engineer, Water District Engineer, Water District Representative: The above words shall mean the City of-Carlsbad Project Manager. 8. 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. C. 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 Citj Engineer", unless stated otherwise. D. Equals and Approvals: Where the words "equal", "approved equal 11 , "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. E. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his 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 her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment and transportation. 268-01-l(w).227.26 Page 3 I , I' r·1, 11..i --· - ---• -• -• • • ---- -f --- PART II Section 4 Section 5 Sect1on 6 -GENERAL PROVISIONS -Codes and Standards -Construction Schedule -Non-Conforming Work Section 4 Codes and Standardi Standard Specifications incorporated in the requirements of the Specifications by reference shall be those of the latest edition at the time of receiving Bids. It shall be understood that the manufacturers or producers of materials so required either have such Specifications available for reference or are fully familiar with their requirements as pertaining to their product or materi a 1. Section 5 Construction Schedule A construction schedule is to be submitted by the Contractor per Section 6-1 of the SSPWC at the time of the pre-construction conference. No changes shall be made to the construction schedule without the prior written approval of the City Engineer. Any progress payments made after the scheduled completion date shall not constitute a waiver of this paragraph or any damages. Coordination with the respective util 1ty company for removal or relocation of conflicting ut i 1 it i es sha 11 be requirements' of the Contractor prior to commencement of Work by the Contractor . The Contractor shall begin Work within 15 calendar days after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the Work to completion within ,300consecutive calendar days. If the completion date is not met the Contractor will be assessed the sum of $750.00 per day for each day beyond the completion date as liquidated damages for the delay. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages • Section 6 Non-Conforming Work The Contractor sha 11 remove and rep 1 ace any Work not conforming to the Pl ans and Specifications upon written order by the City Engineer. Any cost caused by reason of this non-conforming Work shall be borne by the Contractor. 268-01-l(w).227.26 Page 4 P""'*" 1 ... ----"· ---• -• -II -• -------- PART 11 -GENERAL PROVISIONS Section 7 -Guarantee Section 8 -~anufacturer 1s Instructions Section 9 -Internal Combustion Engines Section 10 -City Inspectors Section 7 Guarantee All Work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" and any faulty Work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. Section 8 ~anufacturer's Instructions Where installation of Work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute the. necessary copies of such instructions, including two (2) copies to the City Engineer. Section 9 Internal Combustion Engines 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 City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. Section 10 City Inspectors All Work shall be under the observation of a City Construction Inspector. Inspectors shall have free access to any or all parts of Work at any time. Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of Work and character of materials. Inspection of Work shall not relieve Contractor from any obligation to fulfill this Contract. 268-01-l(w).227.26 Page 5 ' . I ' I ' l . I~ Iii ---.... -------• ---------- PART II -GENERAL PROVISIONS Section 11 -Provisions Required by law Deemed Inserted Section 12 -Intent of Contract Documents Section 13 -Substitution of Materials Section 11 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 the Contract shall be read and enforced as though it were 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. Section 12 Intent of Contract Documents The Contractor, her/his Subcontractors and materi a 1 s suppliers, sha 11 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 throughout 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 her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance. Section 13 Substitution of Materials The Proposal of the Bidder shall be in strict confonnity with the Drawings and Specifications, and be based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipment, or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer, made in writing, shall include proof of the State Fire "1arshal's approval (if required). all necessary information, Specifications, and data. If required, the Contractor, at her/his own expense, sha 11 have the proposed substitute, materi a 1 , apparatus, equipment, or process tested as to its quality and strength, its physical, chemical, or other characteristics, and its durability, finish, or efficiency by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment, or process indicated or specified. Such substitution proposals shall be made prior to beginning of construction, if possible, but in no case less than ten (10) days prior to actual installation. 268-01-l(w).227.26 Page 6 J ' I , 1 ,, - --.. ----• --------.. - ?ART II -GENERAL PROVISIONS Section 14 -Record Drawings Section 15 -Permits Section 16 -Quantities in the Schedule Section 14 Record Drawings - The Contractor shall provide and keep up-to-date a complete "as-built" record set of transparent sepias, which sha 11 be corrected daily and show every change from the original Drawings and Specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other Work not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of Drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer on completion of the Work. Section 15 Permits The general construction, electrical, and plumbing permits will be issued by the City of Carlsbad at no charge to the Contractor. The Contractor is responsible for all other required licenses and fees. Section 16 Quantities in the Schedule The quantities given in the schedule, for unit price items, are for comparing Bids and may vary from the actual final quantities. Some quantities may be increased and others may be decreased or entirely eliminated. No claim shall be made against the City for damage occasioned thereby or for loss of anticipated profits, the· Contractor being entitled only to compensation for the actual Work done at the Unit Prices Bid. The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergencies to increase or decrease the quantities of Work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the City Engineer will direct the Contractor to proceed with the said Work as so modified. If an increase in the quantity of Work so ordered should result in a delay to the Work, the Contractor will be given an equivalent extens1-., time. 268-01-l(w).227.26 Page 7 ''" -• .. --------• • ----.. - PART II -GENERAL PROVISIONS Sect ion 17 -Safety & Protection of Workers · and Pub 1 i c Section 18 -Surveying Section 19 -Utilities Section 17 Safety & Protection of Workeri 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 f-1unicipal 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. He/she 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 shal 1 post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. Section 18 Surveying Contractor shall employ a Licensed Land Surveyor or Registered Civil Engine~r to perform necessary surveying for this Project. Requirements of the Contractor pertaini_ng to this item are set forth in Section 2-9.5 of the SSPWC, as modified by Section 1-2.8 of Part III herein. Contractor shall include cost of surveying service within approp_riate items of proposal. No separate payment will be made. Section 19 Utilities Utilities for the purpose of these Specifications shall be considered as including, but not limited to, pipe lines, conduits, transmission lines, and appurtenances of "Public Utilities" (as defined in the Public Utilities Act of the State of California) or individually solely for their own use or for use of their tenants, and storm drains, sanitary sewers, and street lighting. The City of Carlsbad and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans all utilities which exist within the limits of the Work. However, the accuracy or completeness of the utilities indicated on the Plans is not guaranteed. Service connections to adj a cent property may or may not be shown on the Pl ans. It sha 11 be the responsibility of the Contractor to determine the exact location and elevation of all utilities and their service connections. The Contractor shall make 268-01-l(w).227.26 Page 8 -- ----------• ------------ PART II -GENERAL PROVISIONS Section 19 -Utilities Section 20 -Water for Construction his/her own investigation as to the location, type, kind of material, age· and condition of existing utilities and their appurtenances and service connections which may be affected by the Contract Work, and in addition he/she shall notify the City as to any utility, appurtenances, and service connections located which have been incorrectly shown on or omitted from the Plans. · The Contractor shall notify the owners of all utilities at least 48 hours in advance of excavating around any of the structures. At the completion of the Contract Work, the Contractor shall leave all utilities and appurtenances in a condition satisfactory to the owners and the City. In the event of damage to any utility, the Contractor shall notify the owners of the utility irrmediately. It is the responsibility of the Contractor to compensate for utility damages. The temporary or permanent relocation or alteration of utilities, including service connect i ans, desired by the Contractor for his/her own convenience shall be the Contractor's own responsibility, and he/she shall make all arrangements regarding such Work at no cost to the City. If delays occur due to utilities relocations which were not shown on the Plans, it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities which interfere with the construction, the Contractor, upon request to the City, may be permitted to temporarily omit the portion of Work affected by the utility. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the City. All costs involved in locating, protecting and supporting of all utility lihes shall be included in the Price Bid for various items of Work and no additional payment will be made. Section 20 Water for Construction The Contractor shall obtain a construction meter for water utilized during the construction under this Contract. The Contractor sha 11 contact the appropriate water agency for requirements. The Contractor shall include the cost of water and meter rental within appropriate items of the proposal. No separate payment will be made. 268-O1-l(w).227.26 Page 9 I , ·~ j'1'1fl!I, -• -- ---• -• -----• -• --.. - PART 11 -GENERAL PROVISIONS Section 21 -Test of ~aterials Section 22 -Compaction Tests Section 23 -Cleanup and Dust Control Section 21 Test of fl'aterials - Testing of materials shall conform to Section 4-1.4 of the SSPWC and the following: Except as elsewhere specified, the Agency will bear the cost of testing material and/or workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the City Engineer, the source of supply of each of the materials shall be approved by him 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 trial, it is found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved materials from other approved sources. After approva 1 , any materi a 1 which becomes unfit for use due to i-mproper storage, handling or any other reason shall be rejected. Section 22 Compaction Tests Al 1 backfil 1 and subgrade shall be compacted in accordance with the notes on the Plans and the SSPWC. Compaction tests may be made by the City and all costs for such testing shall be borne by the City. Said tests may be made at any place along the Work as deemed necessary by the City Engineer. The costs of any re-tests made necessary by non-compliance with the Specifications shall be borne by the Contractor. Section 23 Cleanup and Oust Control Cleanup and dust control shall conform to Section 7-8.1 of the SSPWC and shall be executed even on weekends and other non-working days at the City's request • 268-01-l(w).227.26 Page 10 1u.. • '""" ---.. ----• -• -• • ?ART II -GENERAL PROVISIONS Section 24 -Special Insurance Instructions for Contractors Section 24 Special Insurance Instructions for Contractors Contractor shal 1 procure and maintain for the duration of the Contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Work hereunder by the Contractor, his agents, representatives, employees or Subcontractors. If the insurance is on a "claims made" basis, coverage shall be maintained for a period of three years from the date of completion of the Work. The cost of such insurance shall be included in Contractor's Bid. The insurance company or companies shall meet the requirements of City Council Resolution No. 8108. A. Minimum Scope of Insurance Coverage shall be at least as broad as: I. Insurance Services Office Form Number GL-0002 (Ed. 1/73) covering Comprehensive General Liability; and Insurance Services Office Form Number GL-0404 covering Broad Form Comprehensive General Liability; and 2. Insurance Services Office Form Number CA-0001 (Ed. 1/78) covering Automobile Liability, Code 1 "any auto"; and 3. Workers' Compensation as required by the Labor Code of the State of California and Employers' Liability Insurance; and 4. The Owner may require the Contractor to procure, before commencing any work, insurance to indemnify the Owner from any damage to the work caused by earthquake or by tidal wave or by both such occurrences. Such determination by the Owner will be made prior to the award of the Agreement to the Contractor and the Contractor will be notified of such determination concurrently with the Notice of Award. If the Owner determines not to require the Contractor to procure such insurance, the Contract Price sha 11 be reduced by the amounts set forth in the bid items for the premium for such insurance • • B. Minimum Limits of Insurance -------- Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the pol icy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employers are additional insured. 268-01-l(w).227.26 Page 11 l Hh --- -.. • -.. ---.. ---• -- PART II -GENERAL PROVISIONS section 24 -Special Insurance Instructions for contractors 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employers• Liability: Workers' Compensation limits as required by the Labor Code of the State of California and Employers• Liability limits of $1,000,000 per accident. c. Deductibles and Self-Insured Retentions Any deductibles of self-insured retentions must be declared to and approved by the City. o. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverage: a. The City, its officials, employees and volunteers are to be covered as insured as respects: Liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contract; premises owned, leased or used by the Contractor; or automobiles owned, leased, hired or 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. 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 excess of the contractor's insurance and shall not contribute with it. Page 12 I""' ,, .... ,. --- • -• -• -• -• -• -• ---- 2. PART II -GENERAL PROVISIONS Section 24 -Special Insurance Instructions for Contractors c. Any failure to comply with reporting prov1s1ons of the· policies shall not affect coverage provided to the City, its officials, employees or volunteers. All Coverages Each insurance policy required by this clause shall be endorsed to st ate that coverage sha 11 not be suspended, voided, cance 1 ed, reduced in coverage or in 1 imi ts except after forty-five ( 45} days I prior Written Notice by certified mail, return receipt requested, has been given to the City. If the insurance is suspended, voided, canceled, reduced in coverage or in limits, the Contractor shall obtain other insurance which complies with these requirements. E. Acceptability of Insurers Insurance is to be placed with insurers with a Bests' rating of no-less-than A:XI unless otherwise authorized by City Council Resolution No. 8108. F. Verification of Coverage Contractor shall furnish the City with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms provided by the City and are to be received and approved by the City before Work commences. G. Subcontractors Contractor shall include all Subcontractors as insureds under its policies or s ha 11 furnish separate cert i fi cat es and endorsements for each Subcontractor. All coverages for Subcontractors sha 11 be subject to a 11 of the requirement stated herein. 268-01-l(w).227.26 Page 13 I ; 111,,i - - -., .. • -• -• -• -------- 1-1 GENERAL PROVISIONS PART II I . SPECIAL PROVISIONS Section 1 General Provisions 1-1.1 General. General Provisions of these Special Provisions shall conform to Part 1 of the SSPWC, except as modified hereinafter. 1-1.2 Definitions. Add the following to Section 1-2: Agreement -The written agreement with the City of Carlsbad covering the performance of the Contractor I s improvement work which sha 11 include and make reference to pl ans, specifi cati ans, and faithful performance bonds; also, any and all supplemental agreements amending or extending the work contemplated and which may be required to complete the work in a substantial and acceptable manner. Suppl ementa 1 agreements are written agreements covering a lterat i ans, amendments or extensions to· the agreement and may include contract change orders • Final Acceptance - A written notification by the City relieving the Contractor of the maintenance responsibilities under the public improvement agreement for improvements constructed in accordance with approved plans and specifications notwithstanding the Contractor's obligations for the one year guarantee or warranty period under the agreement. The date of the final acceptance shall be the start date of the one year guarantee or warranty period and the date the City assumes the maintenance responsibilities. Owner -Where used, Owner shall be construed to mean the City of Carlsbad. Standard Drawings -Standard drawings shall mean the San Diego Area Regional Standard Drawings (1985 Edition) together with the City of Carlsbad Standard Drawings, Costa Real Municipal Water District standard Drawings, American Public Works Association Standard Drawings, and CalTrans Standard Drawings. 268-02-l(w}.227.27 Paae 1 1.illll -.. ---- .. - -... ------------ -- 1-2 PART III -SPECIAL PROVISIONS Sectjon 1 -General Provisions· Standard Special Provisions -Standard Special Provisions shall mean the "Standard Special Provisions for use with the APWA/AGC 'Standard Specifications for Public Works Construction' (1985 Edition)," approved and adopted by the Regional Standards Corrmittee, prepared by the County of San Diego Department of Public Works, January 1986. SCOPE AND CONTROL OF THE WORK 1-2.1 Modify Section '2-3.1 as follows: Delete the second paragraph, being "Section 4100.5 establishes that, ••• streets or highways, including bridges." • 1-2.2 Modify Section 2-3.2 as follows: Delete the first sentence, being "Except for that portion ••• will not be required.". 1-2. 3 Add the following paragraphs as Section 2-3.2.1: The Contractor shall review each condition of this Contract and cause to be inserted in all Subcontracts comparable provisions relative to the Work to bind Subcontractors to the Contractor by the terms of the Subcontract Documents insofar as applicable to the Work of Subcontractors in the same manner that Contractor is bound to Owner (e.g., payment bond, insurance, arbitration, termination on unauthorized assignment or on bankruptcy, etc.), and to give the Contractor the same power as regards terminating any Subcontract that the Owner may exercise over the Contractor under any provision of the Contract Documents. Copies of Contracts between the Contractor and any Subcontractors shall be furnished to the Owner upon request • All payments by Contractor to Subcontractor(s) which involve material made by joint check shall specifically allocate the payment between the materialmen involved and the Subcontractor. Nothing contained in this Contract shall create any contractual relation between any Subcontractor and the Owner. 1-2.4 Add the following sentence to the fourth paragraph of Section 2-4: The Performance Bond must remain in effect for a period of one (1) year after substantial completion, which is the period of the Contractor's warranty. 1-2.5 Add the following paragraphs as Section 2-5.1.1: The Contractor may be furnished additional instructions and detail Drawings by the Engineer, as necessary to carry out the Work required by the Contract Documents. 268-02-l{w).227.27 Page 2 .. , l;l.i; - --• • ---• -.. -., ---- PART III -SPECIAL PROVISIONS Section 1 -General Provisions The additional Drawings and instruction thus supplied part of the Contract Documents. The Contractor sha 11 Work in accordance with the additional detail instructions. will become a carry out the Drawings and 1-2.6 Replace the third paragraph of Section 2-5.3 with the following paragraphs: When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that he has reviewed, checked and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The following Contractor's certification shall appear on all submittals: "It is hereby certified that the (equipment, material) 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. Certified By: Date " ---------- The following procedures will apply to Shop Drawing submittals: a. The Contractor shall submit to the Engineer for approval, six {6) copies of all Shop Drawings. These Drawings shall be complete, certified by the Contractor, and shall contain all required information in detail. The Contractor shall make any corrections . to Shop Drawings required by the Engineer. b. When approved by the Engineer, each copy of the Drawings will be stamped approved, signed, and dated by the Engineer. c. Three (3) sets of said approved Drawings will be returned to the Contractor. d. The approval of the Drawings shall not be construed as a complete check, but will indicate only that the general method of construction and detailing is satisfactory. e. Upon the Contractor I s receipt of approved Shop Drawings, he shall furnish to the Engineer instruction and maintenance manuals and parts lists of all major equipment furnished. Data in these manuals shall cover completely all items as specified and as supplied • 268-02-l(w).227.27 Page 3 - - -• -• --• • -• -• ---.. PAKI 111 -~Pt~lAL PKUV!~lUN~ Section 1 -General Provisions 1-2.7 Add the following paragraphs to Section 2-6: fv1aterials, supplies or equipment to be incorporated into. the Work shall not be purchased by the Contractor or the Subcontractor subject to a chattel mortgage or under a condH.ional sale contract or other agreement by which an interest is retained by the seller. Whenever under this Agreement it is provided that the Contractor shall furnish materials or manufactured articles, or shall do Work for which no detailed Specifications are set forth, the materi a 1 s or manufactured articles shall be of the best grade in quality and workmanship obtainable in the market from firms of established good reputation, or, if not ordinarily carried in stock, shall conform to the usual standards for first class materials or articles of the kind required, with due consideration of the use to which they are to be put. In general, the Work performed shall be in full conformity and harmony with the intent to secure the best standard of construction and equipment of the Work as a whole or in part. All equipment, materials, and supplies to be incorporated in the Work shall be new, unless otherwise specified. The Contractor will pay all sales, consumer use, and other similar taxes assessed by Federal, State or local authorities where the Work is performed. 1-2.8 Delete Section 2-9.3 in its entirety and replace with: 2-9.3 Survey Service. All construction surveying shall be performed under the supervision of a Registered Civil Engineer or Licensed Land Surveyor at the expense of the Contractor. As a minimum, survey stakes shall be set and stationed by the Contractor's surveyor as follows: 1. Curbs 2. Curb Returns 3. Headers 4. Sewers 5. Storm Drains 6. Waterline 7. Structures 8. Rough Grade 50' Intervals (25' intervals for horizontal and vertical curves) BCR, 1/4, 1/2, 3/4 and ECR Points 50' Intervals 50' Intervals 50' Intervals 50' Intervals 4 Corners with Reference Elevations As required to achieve cut or fill to finished grade (or flowline) as indicated on a grade sheet. The Contractor shall transfer grade hubs for construction and inspection purposed to crown line base grade of streets as required by the Engineer. The Contractor shall provide the Engineer with three copies of survey cut or grade sheets prior to commencing construction of surveyed item. 268-02-l(w).227.27 Page 4 I'\ ,. -------- -" -• -• ---- PART III -SPECIAL PROVISIONS Section I -General Provisions 1-2.9 2-10.1 Add the following paragraphs to Section 2-10: Project Manager's Authority 2-10.1.1 The Project Manager shall act as the representative of the City of Carlsbad and the Costa Real Municipal Water District during the construction period. He shall decide questions which may arise as to quality and acceptability of materials furnished and Work performed. He shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Engineer will make visits to the site and determine if the Work is proceeding in accordance with the Contract Documents. 2-10.1.2 The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship and execution of the Work. Inspections may be at the factory or fabrication plant of the source of material supply. 2-10. L 3 The Project Manager will not be responsible for the construction means, controls, techniques, sequences, procedures, or construction safety. 2-10.1.4 The Project Manager shall promptly make decisions relative to interpretation of the Contract Documents. 2-10.1.s Any plan or method of Work suggested by the Project Manager, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor. The Project Manager, the City of Carlsbad, nor the Costa Real Municipal Water District shall assume any responsibility therefor. 2-10.2 Inspection and Testing 2-10.2.1 All materials and equipment used in the construction of the Project shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the Contract Documents. 2-10.2.2 The Owner shall provide all inspection and testing services not required by the Contract Documents. Performance of these tests and all costs will be borne by the owner; except, that the cost of any test which shows unsatisfactory results shall be borne by the contractor • 2-10.2.3 The testing and Documents. Contractor inspection shall provide,at services required his by expense, the the Contract Page 5 :'flll\ I ,1 ~ llilllll' .. ------- - -----• -• ---., --- PART III -SPECIAL PROVISIONS Section 1 -General Provisions 2-10.2.4 If the Contract Documents, iaws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than the Contractor, the Contractor will give the Engineer timely notice of readiness. The Contractor will furnish the Engineer the required certificates of inspection, testing or approval. All inspection fees imposed by public agencies other than the Owner shall be paid for by the Contractor. 2-10.2.5 Inspections, tests, or approvals by the Engineer or others shall not relieve the Contractor from his obligations to perform the Work in accordance with the requirements of the Contract Documents • 2-10.2.6 The Engineer and his representatives will at al 1 times have access to the Work. In addition, authorized representatives and agent of any participating Federal or State agency shall be permitted to inspect all Work, materials, and other relevant data and records. The Contractor wi 11 provide proper faci 1 it i es for such access and observation of the Work and also for any inspection, or testing thereof. 2-10.2.7 If any Work is covered contrary to the written instruction of the Engineer or Work done for which the Contractor has not requested and received inspection, it must, if requested by the Engineer, be uncovered for his observation and replaced at the Contractor's expense. 2-10.2.8 If the Engineer considers it necessary or advisable that covered Work be inspected or tested by others, the Contractor, at the Engineer's request, will uncover, expose or otherwise make available for observation, inspection or testing as the Engineer may require, that portion of the Work in question, furnishing all necessary labor, materials, tools and equipment. If it is found that such Work is defective, the Contractor will bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction. If, however, such Work is not found to be defective, the Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction, and an appropriate Change Order shall be issued. 2-10.2.9 Upon request of the Engineer, the Contractor shall furnish certification of compliance that fabricated or manufactured products conform to the standards of the industry as specified in these Contract Documents and that said fabricated or manufactured products were fabricated or manufactured under the quality control standards of the stated Specifications of these Contract Documents. 268-02-l(w).227.27 Page 6 1111 - - ----- • -• -• ---- PART III -SPECIAL PROVISIONS Section 1 -General Provisions 1-3 CHANGES IN THE WORK 1-4 1-5 1-3.1 Add the following sentence to Section 3-1.2: Payments resulting from value engineer·ing proposals, as approved by the Engineer, shall be made subject to the terms of Item 4 of the Contract. 1-3.2 Add the following paragraph as Section 3-2.1.1: ~--...... _ 3-2.1.1 The Engineer, also, may at any time, by issuing a Field--......_ Order, make changes in the details of the Work. The Contractor shall proceed with the performance of any changes in the Work so ordered by the Engineer unless the Contractor believes that such Field Order entitles him to a change in Contract Price or Time, or both, in which event he shall give the Engineer Written Notice thereof within seven (7) days after the receipt of the ordered change. Thereafter the Contractor shall document the basis for the change in Contract Price or Time within thirty (30) days. The Contractor shall not execute such changes pending the receipt of an executed Change Order or further instruction from the Owner. CONTROL OF ~ATERIALS , 1-4.1 Add the following sentence to the second paragraph of Section 4-1. 5: This 35-day period of time is included in the number of days allowed for the completion of the Work. 1-4.2 Add the foll owing paragraph after the third paragraph of Sect ion 4-1. 5: Any cost differential resulting from the approval of a substitution shall be deductible from the Contract Price and the Contract Documents shall be appropriately modified by Change Order. The Contractor warrants that if substitutes are approved, no major changes in the function or general design of the Project will result. Inc i denta 1 changes or extra component parts required to accommodate the substitute wi 11 be made by the Contractor without a change in the Contract Price or Contract Time • UTILITIES 1-5.1 No change herein. Reference is hereby made to Part IV - Supplement Special Provisions of these Contract Documents and Specifications for particular requirements for public utilities affecting the Work. 268-02-l(w).227 .27 Page 7 ,., llt,.., '1111/ • ,., IM ---• ---... -.. -• -• ---• ---• --- PART III -SPECIAL PROVISIONS Section 1 -General Provisions 1-6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 1-6.1 Add the following paragraphs as the first paragraphs of Section 6-1: A pre-construction conference will be held prior to commencement of the Work. Attendees sha 11 be the Contractor, his Subcontractors, if applicable, the Owner, the Erigineer, representatives of Federal, State or· local regulatory or enforcement agencies, and any ot~ parties deemed appropriate by the Owner. . . -- Al 1 understandings, interpretations and agreements reached at the pre-construction conference shall be reduced to writing by the Engineer and mailed to all parties attending said pre-construction conference. The understandings, interpretations and agreements set forth therein shall thereinafter be considered as a part of the Contract Documents. 1-6.2 Add the following paragraphs after the first paragraph (prior to modification herein) of Section 6-1: The schedule shall be prepared so that it can be updated by the Contractor when significant changes in an activity time and/or completion time occur, as the Engineer may direct. After the schedule is approved by the Engineer, six (6) copies shall be furnished to the Engineer for distribution. All costs for schedule preparation and printing shall be included in the Contractor's Bid. The Engineer reserves the right to alter said schedule to prevent excessive public nuisance or to exclude areas where rights-of-way acquisition might still be in progress, or provide timely facilities for testing and connection to other installations dependent upon this Project • 1-6.3 Add the following paragraphs after Section 6-3.1: 6-3.1.1 The Owner may suspend the Work or any portion thereof for a period of not more than ninety (90) days or such further time as agreed upon by the Contractor, by Written Notice to the Contractor and the Engineer which notice shall fix the date on which Work shall be resumed. The Contractor wi 11 resume that Work on the date so fixed. The Contractor wi 11 be al lowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension. 268-02-l(w).227.27 Page 8 IC ,, I" , ... , , .. --- -• --• -• • • -• ----- PART III -SPECIAL PROVISIONS Section 1 -General Provisions 6-3.1.2 If, through no act or fault of the Contractor, the entire Work is suspended for a perfod of more than ninety ( 90) days by the Owner or under an order of court or other public authorHy, or by request of litigation relating to the Project, or the Engineer fails to act on any request for payment within thirty (30) days after it is submitted, or the Owner fails to pay the Contractor substantially the sum approved by the Engineer or awarded by arbitrators within thirty (30) days after it is submitted, or the Owner fails to pay the Contractor substantially the sum approved by the Engineer or awarded by arbitrators within thirty ( 30) days of its approva 1 and presentation, then the Contractor may, after ten (10) days from delivery of a Written Notice to the Owner and the Engineer, terminate the Agreement and recover from the Owner payment for all Work executed and all expenses sustained. In addition and in lieu of terminating the Agreement, if the Engineer has failed to act on a request for payment or if the Owner has failed to make any payment as aforesaid, the Contractor may upon ten (10) days Written Notice to the Owner and the Engineer stop the Work until he has been paid all amounts then due, in which event and upon resumption of the Work, Change Orders sha 11 be issued for adjusting the Contract Price or extending the Contract Time or both to compensate for the costs and · delays attributable to the stoppage of the Work. 6-3.1.3 I.f the performance of all or any portion of the Work is suspended, delayed, or interrupted as a result of a failure of the Owner or Engineer to act within the time specified in the Contract Documents, or if no time is specified, within a reasonable time, an adjustment in the Contract Price or an extension of the Contract Time, or both, shall be made by Change Order to compensate the Contractor for the costs and delays necessarily caused by the failure of the Owner or Engineer. 1-6.4 1-6.4.1 Default by Contractor. Replace Section 6-4 with the following paragraphs: If the Contractor is adjudged a bankrupt or insolvent, or if he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for the Contractor or for any of his property, or if he files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or applicable laws, or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if he repeatedly fails to make prompt payments to Subcontractors for labor, materials or equipment or if he disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the Work or if he disregards the authority of the Engineer, or if he otherwise violates any provision of the Contract Documents, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor and his 268-02-l(w).314.27 Page 9 --... ---,. -• -- • ------ PART III -SPECIAL PROVISIONS Section 1 -General Provisions surety a m1n1mum of ten {10} days from delivery of a Written Notice, terminate the services of the Contractor and take possession ·of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor, and finish the Work by whatever method he may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Project, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor will pay the difference to the Owner. Such costs incurred by the Owner will be determined by the Engineer and incorporated in a Change Order. Where the Contractor's services have been so terminated by the Owner, said termination shall not affect any right of the Owner against the Contractor then existing or which may thereafter accrue. Any retention or payment of monies by the Owner due the Contractor will not release the Contractor from compliance with the Contract Documents. After ten (10) days from delivery of a Written Notice to the Contractor and the Engineer, the Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the Project and terminate the Agreement. In such case, the Contractor shall be paid for all Work executed and any expense sustained plus reasonable profit. The Owner's authority and responsibility with respect to termination for convenience of Owner or upon breach of contract are set forth in more detail in Section 1-6.5 of these General Provisions. 1-6.5 1-6.5.1 Termination of Contract. Replace Section 6-5 with the following paragraphs: The performance of Work under this Contract may be terminated by Owner in accordance with this clause in whole or from time-to-time in part whenever Owner or Owner's Representative detenni nes that such termination is in the best interest of Owner. Any such termination shall be effected by delivery to Contractor of a Notice of Termination specifying the extent to which performance of Work under the Contract is terminated, the date upon which the termination becomes effective, and the reason for the termination. After receipt of a Notice of Termination, except as otherwise directed by Owner or Owner's Representative, Contractor shall: a. Stop Work under the Contract on the date and to the extent specified in the Notice of Termination; 268-02-l(w).314.27 Page 10 ll ll .. ----.. 1111111 -- 1111111 ... 1111111 -.. • .. .. • PART Ill -SPECIAL PROVISIONS Section 1 -General Provisions b. Place no further orders or subcontract for materials, services, or facilities, except as may be necessary for a completion of such portion of Work under the Contract as is not terminated; c. Terminate all orders and Subcontracts to the extent that they rel ate to the performance of Work terminated by the Notice of Termination; d. Assign to Owner in the manner, at the times, and to the extent directed by Owner or Owner's Representative all of the right, title, and interest of Contractor under the orders and Subcontracts terminated, in which case Owrrer shall have the right, in its discretion, to settle or pay any or all claims arising out of the termination of such orders and Subcontracts; e. Settle all outstanding liabilities and all claims arising out of such termination of orders and Subcontracts to the extent Owner may require; f. Transfer title and deliver to Owner, in the manner, at the times, and to the extent, if any, directed by Owner {l) the fabricated or unfabricated parts, Work in progress, completed Work, supplies, and other material produced as a part of, or acquired in connection with the performance of Work terminated by the Notice of Termination and (2) the completed or partially completed Plans, Drawings, information, and other property which, if the Contract had been completed, would have been required to be furnished to Owner; g. Use his best efforts to sell, in the manner, at the time, to the extent, and at the price or prices directed or authorized by Owner or Owner's Representative any property of the types referred to in f. above, provided Contractor (1) shall not be required to extend credit to any purchasers, and (2) may acquire any such property under the conditions prescribed by and at the prices approved by Owner or Owner's Representative. The proceeds of any such transfer or disposition shall be applied in reduction of any payments to be made by Owner to Contractor under this Contract or shall otherwise be credited to the price or cost of the Work covered by this Contract or paid in such other manner as Owner or Owner's Representative may direct; h. Complete performance of such part of the Work as shall not have been terminated by the Notice of Termination to the satisfaction of Owner; 268-02-l(w).314.27 Page 11 Ii .. -- -.. .. -.. • .. • • • • PART Ill -SPECIAL PROVISIONS Section 1 -General Provisions i. Take such action as Owner or Owner's Representative may direct for the protection and preservation of the property related to this Contract which is in the possession of Contractor and which the Owner has or may acquire an interest. After receipt of a Notice of Termination, Contractor shall submit to Owner his Termination Claim, in the form and with certification prescribed by Owner or Owner's Representative. This Claim shall be submitted promptly but in no event later than (3) months from the effective date of termination, unless one or more extensions in writing are granted by the Owner or Owner's Representative upon Contractor's Written Request within such (3)-month period or any authorized extension of the (3)-month period. Owner may deny or grant the request for an extension of Time as Owner may determine in its sole discretion. Owner's decision to grant or deny the extension shall be final and binding on all parties to this Contract. Upon failure of Contractor to submit his Termination Claim within the time allowed, Owner or Owner's Representative may determine, on the basis of information available to him, the amount, if any, due to the. Contractor by reason of termination and shall thereupon pay to Contractor the amount so determined. Contractor and Owner may agree upon the who 1 e or any part of the amount paid to Contractor by reason of the total or partial termination of Work pursuant to this clause provided an agreement, in writing, has been reached within three months following the date the Termination Notice has become effective • In the event Contractor and Owner are unable to agree on the termination price, Owner shall pay to Contractor the amount determined by Owner ·or Owner's Representative, in it sole discretion, to be fair and equitable under the circumstances excluding amounts Owner and Contractor have agreed to in accordance with the terms of this Section. In no event shall Contractor be entitled to receive any amount upon termfoation of this Contract which exceeds the total Contract Price reduced by the amount of payments otherwise made and further reduced by the Contract Price of Work not terminated, by the fair value, as determined by Owner or Owner's Representative, in its sole discretion, or property which is destroyed, lost, stolen, or damaged so as to become undeliverable to Owner, by all unliquidated advances or other payments on account made to Contractor app 1 i cab 1 e to the terminated portion of the Contract, by any claim which Owner may have against Contractor in connection with this Contract, by the agreed price for, or the proceeds of sale of any materials, supplies, or other things acquired by Contractor or sold, pursuant to the provisions of this clause and not otherwise recovered or credited to 268-02-l(w).314.27 Page 12 I • m --------• • -.. • .. ,. .. • • ,. PART III ~ SPECIAL PROVISIONS Section 1 -General Provisions Owner, and· by estimated or actual costs to correct Contractor's Work which Owner or Owner's Representative, in it sole discretion, determines to be defective. The decision of Owner or Owner's Representative in determining the proper termination amounts shall be final and binding on all parties to this Contract. Unless otherwise provided for in this contract, Contractor shall, from the effective date of termination until the expiration of three years after final settlement under this Contract, preserve and make available to Owner at all reasonable times at the office of Contractor, and without charge of any kind to Owner, all Contractor's books, records, documents, and other evidence bearing on the costs and expenses of Contractor under this Contract. For this purpose, Contractor specifically consents to allow Owner to receive such copies of Contractor's tax returns as Owner may deem necessary to verify Contractor's costs. In the event Owner terminates the Contract in whole or in part due to the failure of Contractor, its agents, servants, employees or Subcontractors to perform any Work in the time or manner designated in the Contract Documents, Owner shall immediately serve Written Notice of the Termination upon the Surety and the Contractor, and the Surety shall have the right to take over and perform the Contract; provided, however, that if the Surety within fifteen (15) days after the serving upon it of a Notice of Termination does not give the Owner Written Notice of his intent ion to take over and perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving said Notice, the Owner may take over the work and prosecute the s·ame to completion by Contract or by any other method he may deem advisable for the account and at the expense of the Contractor, and his Surety shall be liable to the Owner for any excess costs or other damages occasioned the Owner thereby, and in such event the Owner may, without liability for so doing, take possession of and utilize in completing the Work such materials, appliances, plants, and other property belonging to the Contractor that may be on the site of the work and be necessary therefor. For any portion of such Work that the Owner elects to complete by furnishing his own employees, materials, tools and equipment, the Owner shall be compensated for such in accordance with the schedule of compensation for force account work in the article on payment for changes in the Work • In the event Owner terminates the Contract as a result of a breach of any Contract terms by Contractor, its agents, servants, employees or Subcontractors, if the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Work, including, but not limited to, all costs to Owner arising from professional services and attorneys' fees and all costs generated to insure or bond the Work of substituted Contractors or Subcontractors utilized to 268-02-l(w).227.27 Page 13 • ,.•'1!) •-~ tllllll .. -------• 11111! • -• ... ,,. ·11111 ,. -• ·• • • • ....._,, ~'°''\ .,,., PART III -SPECIAL PROVISIONS Section 1 -General Provisions complete the Work, such excess shall be paid to Contractor. If such costs exceed the unpaid balance, Contractor shall pay the difference to Owner promptly upon demand; on fairure of Contractor to pay, the Surety shall pay on demand by Owner. Excessive costs not paid by Contractor or its Surety within thirty (30) days following the ma i 1 ing of a demand for such co·sts by Owner sha 11 earn interest at the rate of fifteen percent (15%) per annum or the maximum rate authorized by California law, whichever is lower. 1-6.6 Delays and Extensions of Time. 1-6.1.1 Add the following paragraphs following the last paragraph of Section 6-6: The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due to the fol lowing, and the Contractor has promptly given Written Notice of such delay to the Owner or Engineer: a. To any preference, priority or allocation order duly issued by the Owner. b. If delays are caused by unforeseen events beyond the control of both the Contractor and the Owner, such delays · wil 1 entitle the Contractor to an extension of Time as provided herein, but the Contractor shall not be entitled to damages or additional payment due to such delays. War, government regulations, labor disputes, strikes, fires, floods, adverse weather necessitating cessation of work, other similar action of the elements, inability to obtain materials, equipment or labor, required "extra Work 11 , or other specific reasons as may be further described in the Specifications may constitute such a delay. No extension of Time will be granted for a delay caused by the inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof of the inability to obtain such materials in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule • c. To any delays of Subcontractors occasioned by any of the causes specified in Paragraphs 1a 1 and 1b• of this article. d. If delays beyond the Contractor's control are caused by reasons other than those mentioned above but substantially equal in gravity to those enumerated, and an extension of Time is deemed by the Engineer to be in the best interests of the Owner, an extension of Time may be granted, but the Contractor shall not be entitled to damages or additional payment due to such delays. 268-02-l(w).227.27 Page 14 .i1.J-- ,.., - ill •• •• - • - - • 1-6.7 PART III -SPECIAL PROVISIONS Section 1 -General Provisions If delays beyond the Contractor's control are caused solely by action or inaction by the Owner, such delays will entitle the Contractor to an extension of Time. e. Extensions of Time, when granted, will be based upon the effect of delays to the project as a whole and will not be granted for non-controlling delays to minor included portions of Work unless it can be shown that such delays did, in fact, delay the progress of the Project as a whole. f. If the Contractor desires payment for a delay or an extension of Time, he shall, within thirty (30) days after the beginning of the delay, file with the Owner a Written Request and report as to the cause and extent of the delay. The request for payment or extension must be made at least fifteen (15) days before the specified completion date. Failure by the Contractor to file these items within the times specified will be considered grounds for refusal by the Owner to consider such request. Time of Completion. 1-6.7.1 Add the following paragraphs to Section 6-7.1: The Date of Beginning and the Time for Completion of the Work are essential conditions of the Contract Documents and the Work embraced shall be commenced on or before a date specified in the Notice to Proceed. The Contractor will proceed with the Work at such rate of progress to insure full completion within the Contract Time. It is expressly understood and agreed, by and between the Contractor and the Owner, that the Contract Time for the Completion of the Work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the Work. If the Contractor shall fail to complete the Work within the Contract Ti me, or requests for extension of Time approved by the Owner, then the Contractor will pay to the Owner the amount for liquidated damages as specified in the Agreement for each calendar day that the Contractor shall be in default after the time stipulated in the Contract Documents. 268-02-l(w).227.27 Page 15 ----------.. ill .. .. ---- --- 1-7 1-6.8 1-6.8.1 PART III -SPECIAL PROVISIONS Section 1 -General Provisions Completion and Acceptance. Add the following paragraph to Section 6-8: Payment of undisputed Contract amounts is contingent upon Contractor furnishing Owner with a release of all claims against Owner arising by virtue of the Work related to such amounts. Disputed claims in stated amounts may be specifically exempted by Contractor from the operation of the release. 1-6.9 1-6.9.1 Liquidated Damages. Add the following paragraph to Section 6-9: In case the Work called for under this Contract is not completed within the time limit stipulated herein, the Owner shall have the right, in lieu of assessing liquidated damages, to extend the Time of Completion thereof. If the time limit be so extended, the Owner s ha 11 have the right to charge to the Contractor and to deduct from the final payment for the Work, the actual cost to the Owner of engineering, inspection, superintendence, and other overhead expenses which are directly chargeable to the Contract and which accrue during the period of such extension, except that the cost of final surveys and preparation of final estimate and the cost accruing by reason of unavoidable delays shall not be included in such charges. RESPONSIBILITIES OF THE CONTRACTOR 1-7.1 Add the following paragraph as the first paragraph of Section 7-1 (Section 7-1, "CONTRACTOR'S EQUIP~ENT AND FACILITIES", to be designated Section 7-1.1 with appropriate references thereto noted): 7-1 SUPERVISION OF WORK The Contractor shall supervise and direct the Work. He will be solely responsible for the means, methods, techniques, sequences and procedures of construction • 1-7 .2 Replace Section 7-2.1 with the following paragraph: The Contractor shall employ only such foremen, mechanics and laborers as are competent and skilled in their respective lines of work, and whenever the Engineer shall notify the Contractor that any man on the Work is, in his opinion, incompetent, unfaithful, intemperate, or disorderly or refuses to carry out the provisions of this Contract, or uses threatening or abusive language to any person on the Work representing the Owner, or is otherwise unsatisfactory, such man 268-O2-l(w).227.27 Page 16 - ----• • • • • • • .. • • • - .. • PART III -SPECIAL PROVISIONS Section 1 -General Provisions shall be discharged immediately from the Work and shall not be re-emp 1 eyed upon it except with the consent of the Engineer. Such discharge shall not be the basis of an~ claim for damages against the Owner or his agents. 1-7.3 Replace Section 7-3 with the following paragraphs: The Contractor shall not corrmence any Work under the Contract Documents until he obtains at his own expense all required insurance. Such insurance must have the approval of the Owner as to Company, limits, form and amount. The Contractor shall not permit any Subcontractor to commence Work on the Project until the Subcontractor has a 1 so comp 1 i ed with these insurance requirements. The types of insurance which the Contractor shall secure and maintain for the full Contract Time are Worker's Compensation Insurance, Comprehensive General Liability Insurance, Builder's Risk 11 All Risk" Insurance, and Earthquake and Tidal Wave Insurance as hereinafter specified. Nothing contained in these insurance requirements is to be construed as limiting the extent of the Contractor's responsibility for payment of damages resulting from his operations under the Contract Documents. Before commencing any Work, the Contractor shall submit written evidence that he and all Subcontractors have obtained for the Contract Time full Worker's Compensation Insurance coverage, including Occupational Disease coverage, for all persons whom they employ or may employ in performing the Agreement. Such insurance shal 1 at all times be maintained in strict accordance wi.th-the requirements of the current California Worker's Compensation Insurance laws. In case any employees are to be engaged in hazardous Work under the Contract Documents and are not protected under the Worker's Compensation Insurance laws, the Contractor and all Subcontractors under him who employ such persons, shall provide adequate insurance for the protection of such employees • Before commencing any Work, the Contractor shall procure for the entire Contract Time full Comprehensive and General Liability Insurance and Vehicle Liability Insurance coverage as hereinafter specified. Such insurance shall insure the Contractor and all Subcontractors for all claims for personal injury, including sickness and death, and all claims for destruction of or damage to property, including loss of use, arising out of or in connection with any ope rat ions under the Contract Documents, whether such operations be by the Contractor or by any Subcontractor under the Contractor, or by anyone directly or indirectly employed by the Contractor or by any Subcontractor • Such General Liability Insurance shall be written witn a limit of 1 iabil ity of not-less-than $1,000,000 for all employees and agents • A deductible amount of $25,000 on all perils will be allowed • 268-02-l(w).227.27 Page 17 --,. --- • -• -• ,,. • , ... • -• • PART III -SPECIAL PROVISIONS Section 1 -General Provisions The Owner may require the Contractor to procure, before convnenci ng any Work, insurance to indemnify the Owner from any damage to the Work caused by earthquake or by tidal wave or by both such occurrences. Such determination by th·e Owner will be made prior to the award of the Agreement to the Contractor and the Contractor w-ill be notified of such determination concurrently with the Notice of Award. · If the Owner determines not to require the Contractor to procure such Insurance, the Contract Price shall be reduced by the amounts set forth in the bid items for the premium for such Insurance. If the Owner deterrni nes to require the Contractor to procure such Insurance, such Insurance shall include as additional named Insureds the Owner, Owner's Representative, the Engineer and his consultants, and each of their officers, anployees, and agents. The policy or policies for such Insurance may provide for a deductible amount not-to-exceed five (5) percent of the Contract Price. As provided in Sections 4150 and 4151 of the California Government Code, the Contractor is responsible for the cost of repairing or restoring Work up to five percent of the contract amount. Prior to commencement of any Work under the Contract Documents, the Contractor shall obtain and furnish to the Owner a Certificate of Insurance as to each type of Insurance required by this Section. The forms of Certificate of Insurance provided in Section 1.8 of the Procedural. Documents must be used for the Insurance required herein, and no substitutions will be accepted by the Owner. The Contractor and any Subcontractor, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, will indemnify, defend and hold harmless the Owner and the Engineer and their agents and employees from and against all claims, damages, losses and expenses including attorney's fees arising out of or resulting from the performance of the Work, provided that any such claims, damage, loss, expense or fees is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom; and is caused in whole or in part by any act or omission of the Contractor, Subcontractor, or any person or entity employed by them, directly or indirectly • The indemnities named on this Section shall be entitled to designate the attorney of their choice and indemnator agrees to pay the fee of the attorney so designated • 268-02-l(w).227.27 Page 18 --------• --• -• .. • • -• .. - • PART III -SPECIAL PROVISIONS Section 1 -General Provisions In· any and all claims against the Owner or the Engineer, or any of their agents or employees, by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable the indemnifica- tion obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under Workmen's Compensation Acts, Disability Benefit Acts or other Employee Benefits Acts. The obligation of the Contractor under these paragraphs shal 1 not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, Drawings, opinions, reports, surveys, Change Orders, designs or Specifications. The Contractor shall indemnify, defend and save the Owner, the Owner's Representative, the Engineer, and their consultants, and each of their officers, employees and agents harmless from all costs, lasses, expenses, damages, attorneys' fees, and other costs, including all costs of defense, which any of them may incur with respect to the failure, neglect, or refusal of Contractor to faithfully perform the Work and all of Contractor's obligations under the Agreement, including but not limited to, Contractor's failure to complete any portion of the Work by the Time specified in the Contract Documents. Such costs, expenses, and damages shal 1 include all costs incurred by the Owner, the Owner's Representative, the Engineer, and their consultants to defend against any claims, stop notices, or lawsuits based thereon in which any of them is made a party • The indemnities named on this Section shall be entitled to designate the attorney of their choice and indemnator agrees to pay the fee of the attorney so designated. 1-7.4 Workers' Compensation Insurance. No change to Section 7.4. 1-7. 5 1-7.5.1 Permits • Add the following paragraph to Section 7-5: Permits and licenses of a temporary nature necessary for the prosecution of the Work shall be secured and paid for by the Contractor unless otherwise stated. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the Owner, unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the Work as drawn and specified. If the Contractor observes that the Contract Docume~ts are at variance therewith, he shall promptly notify the Engineer in writing, and any necessary ·Changes shall be adjusted as provided for, Changes in the Work. 268-02-l(w).227.27 Page 19 ---• ---• -• -• -• ... • .. -.. 1-7 .6 PART III -SPECIAL PROVISIONS Section 1 -General Provisions The Contractor's Representative. No change to Section 7-6. 1-7.7 1-7.7.1 Cooperation and Collateral Work. Add the following paragraphs to Section 7-7: The Owner reserves the right to let other Contracts in connection with this Project. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their Work, and shall property connect and coordinate his Work with theirs. If the proper execution or results of any part of the Contractor's Work depends upon the Work of any other Contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such Work that render it unsuitable for such proper execution and results. The Owner may perform additional Work related to the Project by himself, or he may let other Contracts containing provisions similar to these. The Contractor wi 11 afford the other Contractors who are parties to such Contracts (or the Owner, if he is performing the additional Work himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of Work, and shall properly connect and coordinate his Work with theirs. If the performance of additional Work by other Contractors or the Owner is not noted in the Contract Documents prior to the execution of the Contract, Written Notice thereof shall be given to the Contractor prior to starting any such additional Work. If the Contractor believes that the performance of such additional Work by the Owner or others involves him in additional expense or entitles him to an extension of the Contract Time, he may make a claim therefor as provided herein. 1-7.8 Project Site Maintenance • No change to Section 7-8. 1-7.9 Protection and Restoration of Existing Improvements. 1-7.9.l Add the following parc,graph after the first paragraph of Section 7-9: The Contractor will remedy all damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone jor whose acts any of them be 1 iable, except damage or loss attributable to the fault of the 268-02-l(w).227.27 Page 20 1,,,. ----------• .. 1111 -.. -- • • • .. • PART III -SPECIAL PROVISIONS Section 1 -General Provisions Contract Documents or to the acts or omissions of the Owner or the Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and. not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the Contractor. 1-7.10 Public Convenience and Safety. 1-7.10.1 Add the following paragraphs as the initial "General" paragraph of Section 7-10: 7-10.1 General. The Contractor will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. He will take all necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury or loss to all employees on the Work and other persons who may be affected thereby, all the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site, and other property at the site or adjacent thereto, including trees, shrubs,_ lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. Until the formal acceptance by the Owner of the performance of the Contractor hereunder, either by furnishing equipment and/or materials or by performance of Work, the Contractor shal 1 have the charge and ca re thereof and sha 11 bear the risk of injury or damage to any part thereof by the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the Work. The Contractor sha 11 rebuild, repair, res tore, and make good all injuries or damages to any portion of that which he is to provide or complete hereunder occasioned by any of the above causes before completion and acceptance and shall bear the expense thereof. In case of suspension of Work from any cause whatsoever, the Contractor shall be responsible for all equipment and/or materials then upon Owner property and shall properly store them, if necessary, and shall erect temporary structures where necessary in so doing. Nothing in these Contract Documents sha 11 be considered as vesting in the Contractor any right of property in materials used after they have been attached or affixed to the Work or the soil upon Owner's real property, but all such materials shall, upon being so attached or affixed, become the property of the Owner • 1-7.10.2 Add the following to Section 7-10.3: Traffic controls shall be in accordance with Section 8-550 of Department of Transportation Planning Manual, Part 8, and the Department of Transportation 1'fanual of Traffic Controls. In the event that the Contractor fails to install barricades or such other warning devices as may be required by the Engineer, the City may, at its sole option, install the warning devices and charge the Contractor $IO/day/warning device • 268-02-l(w).227.27 Page 21 ti·f>t - ------- • -• -• • • -.. • .. • PART III -SPECIAL PROVISIONS Section 1 -General Provisions The project plans indicate general direction ,for and sequencing of t ra ffi c contra l requirements for the project. The Contractor sha 11 review and adjust the procedures indic~ted to be consistent with his operations and the detail requirements specified. The Contractor shall additionally be cognizant of the recommendations provfded within .the "Work Area Traffic Control Handbook" (Published by Building News, Inc., 3055 Overland Avenue, Los Angeles, CA, 90034) and approved and endorsed by ITE, APWA and ~TTEA. Transition period and local area controls not specifically indicated shall conform to the previously specified requirements and guidelines. Flagmen, when required, shall be equipped in conformance with Section 12-2.01 of the Department of Transportation Standard Specifications. Traffic-handling equipment and devices, as indicated, specified and required, shall conform to Section 12-3 of the Department of Transportation Standard Specifications. Payment for traffic control will be made at the Lump Sum Price Bid therefore. The contract Lump Sum Price paid shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and doing all work involved in providing such traffic control procedures, except detour paving and preparatory work associated therewith, which is provided for separately within the Bid Schedule. Traffic control costs include, but are not limited to, required demolition work, temporary earthwork, temporary drainage, warning signage, delineators, barricades, temporary striping, temporary signing, removal of temporary facilities and such other work, including flagmen, sequencing directional signals, and other contra 1 s necessary to accomplish the work with due regard for public safety and effective prosecution of the work. 1-7.10.3 Add the following as Section 7-10.5: 7-10.5 Hours of Work. All work shall normally be performed between the hours of 7:00 a.m. and sunset from ~ondays through Fridays. The Contractor shall obtain the approval of the Engineer if he/she desires to work outside the hours stated herein. 1-7.10.4 Add the following paragraph as Section 7-10.6 • 7-10.6 Emergencies. In emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Engineer or Owner, shall act to prevent threatened damage, injury or loss. He will give the Engineer prompt Written Notice of any significant changes in the Work or deviations from the Contract Documents caused thereby, and a Change Order shall thereupon be · issued covering the changes and deviations involved • 268-02-l(w).227.27 Page 22 I, 1,. ------• ---... -• • --• --... -.. -... - PART III -SPECIAL PROVISIONS Section 1 -General Provisions 1-7 .11 Patent Fees or Royalties. . 1-7.11.1 Add the following sentence to Section 7-11: However, if the Contractor has .reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the Engineer. 1-7.12 Advertising. No change to Section 7-12. 1-7.13 Laws to be Observed. 1-7.13.1 Add the following paragraphs to Section 7-13: 7-13.1 As a convenience to the Contractor, the following paragraphs identify laws, ordinances and regulations believed to be applicable to the Work, together with Contract requirements engendered therefrom. The Contractor shall verify applicability and variance to this listing and shall be solely responsible to compliance with all legal requirements affecting the Work to be done. The Contractor will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction, including the applicable provisions of the California Occupational Safety and Health Act of 1973, Part 1, Division 5, of the Labor Code 6300, et. seq., and the Construction Safety Orders of the Division of Industrial Safety. He will erect and maintain, as required by the conditions and progress of the Work, all necessary safeguards for safety and protection. He will notify owners of adjacent utilities when prosecution of the Work may affect them • Prior to the beginning of any Work, the Contractor shall obtain, at his sole expense, a permit from the California Division of Industrial Safety for Work on the Project, and shall provide a copy of same to the Owner •. In accordance with Government Code notify Underground Service Alert excavation with a description of determine if any participant has a area. 268-02-l(w).227.27 Section 4216, Contractor shall at least two days prior to the area to be excavated to subsurface i nsta 11 at ion in the Page 23 ,, ' 'ifi.+f - -• • .. • -----... - -... - • PART III -SPECIAL PROVISIONS Section 1 -General Provisions The Contractor sha 11 not commence any excavation over five ( 5) feet in depth until he has submitted to the Owner a detailed Plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during any such excavation and such plan has been accepted by the Owner or by a registered ci vi 1 or structural engineer, employed by the Owner, to whom authority to accept has been delegated. If such plan varies from the shoring system standards prolllJ 1 gated by the Department of Industrial Safety, the Plan shall be prepared by a registered civil or structural engineer employed and paid by the Contractor. Nothing in this section shall be deemed to allow the use of a shoring, sloping, or protective system less effective than that required by the Construction Safety Orders. Nothing contained in this Article shall be construed as relieving the Contractor of the full responsibility for providing shoring, bracing, sloping, or other provisions which are adequate for worker protection. In addition to any requirements imposed by law, the Contractor shall shore up, brace, underpin, and protect, as may be necessary, all foundations and other parts of al 1 existing structures adjacent to and adjoining the site of the Work which are in any way affected by the excavations or other operations connected with the performance of the Work. Whenever any notice is required to be given by the Owner or the Contractor to any adjacent or adjoining 1 andowner or other party before commencement of any Work, such notice shall be given by the Contractor. The Contractor shal 1 not load nor permit any part of any structure to be loaded with any weights that wi 11 endanger the structure, nor shall subject any part of the Work to stresses or pressures that will endanger it • The Contractor 1 s attention is directed to Division 2, Part 7, Chapter 1 of the Labor Code of California and especially to Article 2 (Wages) and Article 3 (Working Hours) • a. The Director of the Department of Industrial Relations has found and detennined the general prevailing rates of wages in the locality in which the public Work is to be performed, copies of which are maintained at the Owner 1 s principal office, and are available to any interested party on request. Contractor shall post a copy of said document at each job site. The Contractor shal 1 forfeit to the Owner a penalty of Twenty-Five {25) Dollars for each calendar day, or portion thereof, for each worker paid less than the stipulated prevailing rate, and shall in addition pay to each worker for each such day the difference between the prevailing rate and the actual wage paid. 268-02-l(w).227.27 Page 24 ' .. - -----• -• -• -• --.. • ---- PART III -SPECIAL PROVISIONS Section 1 -General Provisions b. In accordance with Sections 1773.1 and 1773.8 of ,the labor Code the Contractor shall pay travel and subsistence payments to each workman needed to execute the Work as such travel and subsistence payments are defined in the applicable collective bargaining assurances filed with the Department of Industrial Relations. c. Pursuant to labor Code Section 1810, et. seq., it is stipulated hereby that eight (8) hours labor constitutes a legal day's work hereunder. d. Pursuant to labor Code Section 1813, it is stipulated hereby that the Contractor shall, as a penalty to the Owner, forfeit Twenty-Five (25) Do 11 ars for each workman employed in the execution of this Contract by the Contractor or by any Subcontractor hereunder for each calendar day during which such workman is required or permitted to work more than eight (8) hours in any one calendar day and forty (40} hours in any one calendar week, unless such worker receives compensation for all hours worked in excess of 8 hours at not less than 1-1/2 times the base rate of pay, in violation of the provisions of Article 3 {commencing with Section 1810), Chapter 1, Part 7, Division 2, of the labor Code. e. The Contractor is aware of and will comply with the provisions of Labor Code Sections 1777 .5 and 1777 .6, as amended effective January 1, 1977, with respect to the employment of apprentices. Pursuant to Section 1777 .5, it is hereby stipulated that the Contractor wil 1 be responsible for obtaining compliance therewith on the part of any and all Subcontractors employed by him in connection with this Contract. In accordance with Section 1777.3 of said Labor Code, the Owner will file with the Department of Industrial Relations, Division of Apprenticeship Standards, on 11 Extract of Public Works Contract Award 11 upon issuing the Notice of Award in the form appended herein. f. Attention is directed to the provisions in Section 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any Subcontractor under him. 268-02-l{w).227.27 The Contractor and any Subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 of the Labor Code in the employment of apprentices • Page 25 I "" '"" -------• -• -.. -• • • -• .. • • . PART III -SPECIAL PROVISIONS Section 1 -General Provisions Information r~lative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. In the event of any legal or equitable proceeding to enforce the terms or conditions of this Agreement, the parties agree that venue shal 1 be in the judicial district in which the office of the Owner is 1 ocated. If any provision of this Agreement is held by a Court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions shall nevertheless continue in full force without being· impaired or invalidated in any way. Al 1 clauses contained in the Contract Documents shal 1 be interpreted in a manner which renders them valid under applicable provisions of State and Federal law where a consistent interpretation is possible. In the event that any arbitration proceeding, administrative proceeding or litigation in law or in equity, including an action for declaratory relief, is brought to enforce or interpret the provisions or performance of this Agreement, the prevailing party shall be entitled to the award of a reasonable attorney's fee and the costs of the proceeding, which shall be determined by the Court or the presiding officer at the proceeding, authorized to make a determination of the issues at the hearing level, or in a separate action brought for that purpose, in addition to any other relief to which the prevailing party may be entitled. If any party to this Agreement becomes a party to any litigation, administrative proceeding or arbitration concerning the enforcement or interpretation of the provisions of this Agreement or the performance of this Agreement by reason of any act or omission of another party or authorized representatives of another party to this Agreement and not by any act or omission of the party that becomes a party to that proceeding or any act or omission of its authorized representatives, the party that causes another party to become involved in the proceeding shall be liable to that party for reasonable attorney fees and costs of the proceeding incurred by that party in the proceeding. The award of reasonable attorney fees and costs shall be determined as provided above • 268-02-l(w).227.27 Page 26 Ir, 1, --.. -.. - -- -• -• --.. -• • • .... .. PART III -SPECIAL PROVISIONS Section I -General Provisions In the event opposing parties have each prevailed on one or more causes of action actually contested or admitted by pleadings or pre-hearing documents on file, the presiding officer may offset such fees and costs between prevailing parties after considering the necessity of the proceeding and the importance of the issue or issues upon which a party has prevailed. It shall be the responsibility of the Contractor to maintain an accurate payro 11 record showing the name, address, Social Security Number, work classification, straight time and overtime hours worked each day and week, and the actual per-diem wages paid to each employee in accordance with Labor Code 1776, and to insure that each Subcontractor on the Project also complies with all provisions of Labor Code 1776 and this Contract provision. All payroll records shall be certified as accurate by the applicable Contractor or Subcontractor or its agent having authority over such matters. The Contractor shall insure that all payroll records are available· for inspection at the Contractor's principal office during nonnal" business hours, and shall notify the Owner, in writing, of the place where all payroll records are located from time to time. Contractor shall furnish a copy of all payroll records, upon request, to emp 1 oyees or their authorized agents, to the Owner, to the Division of Labor Standards Enforcement, and to the Division of Apprenticeship Standards of the Department of Industrial Relations • Contractor shall also furnish a copy of payroll records to the general public upon request provided the public request is made through the Owner, the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement or the Department of Industrial Relations. In no event shall members of the general public be given access to payroll records at the Contractor's principal office. Records made available to the general public in accordance with the prior paragraph shall be marked or obliterated in such a manner that the name and address of the Contractor and/or Subcontractor and the name, address and telephone number of all employees does not appear on the modified records • Contractor shall file a certified copy of any requested payroll records with the entity that requested such records within ten {10) days of the date a Written Request for payrol 1 records has been received • 268-02-l(w).227.27 Page 27 ll I +'I'll --.. -.. ------,. ,. --.. - 1-8 PART III -SPECIAL PROVISIONS Section 1 -General Provisions Failure of Contractor to comply with any prov1s1on of this Section or Labor Code 1776 within ten (10) days of the date a Written Request for compliance is received shall result in a forfeiture of $25.00 per calendar day or portion thereof, for each worker, until strict compliance is obtained. Upon notification by the Division· of Apprenticeship Standards or _the Division of labor Standards Enforcement of the Department of Industrial Relations, the Owner shall withhold penalties under this Section or Labor Code 1776 from the Contractor's progress payments then due. By entering into this Contract or any Subcontract pursuant to this Contract, the Contractor and each Subcontractor who performs Work or supplies goods, services or materials hereby offers and agrees to assign to the Owner all rights, title, and interest in and to all causes of action it may have under Federal or State AntiTrust Law, including, but not limited to, any antitrust action any of them may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or under the Cartwright Act (Chapter 2 colllllencing with Section 16700 of Part 2 of Division 7 of the Business and Professions Code), arising from the purchases of goods, services or materials pursuant to this Contract or any related Subcontract. This assignment is made and becomes effective at the time the awarding body tenders final payment to the Contractor, without further acknowledgment of the parties. Contractor shall insure that a comparable provision is included in all Subcontracts at all tier levels which are executed pursuant to this prime Contract. Contractor shall have the rights set forth in Section 4553 and 4554 of the Government Code. 1-7.14 AntiTrust Claims. No change, reference Section 1-7.13 above. 1-7.15 Payroll Records. No change, reference Section 1-7.13 above. FACILITIES FOR AGENCY PERSONNEL Provide Class 11811 Field Office pursuant to Section 8-2.2. 268-02-l(w).227.27 Page 28 I_., ... ---.. --• -• -- -.. .. -, .. --.. PART III -SPECIAL PROVISIONS Section 1 -General Provisions 1-9 ~EASURE~ENT ANO PAYMENT 1-9.1 9-3.4.1 Add the following paragraph as Section 9-3.4.1: Mobilization and Preparatory Work. Payment for mobilization and preparatory Work wil 1 be made at the lump-sum price bid therefor in the schedule. The Contract lump-sum price paid for mobilization shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the Work involved in mobilization and preparatory Work as specified herein. Progress payments for mobilization and preparatory Work will be made as follows: 1. For the first progress payment (after the Contractor's acceptance of the Notice to Proceed} 10 percent of the amount bid for mobilization and preparatory Work will be all owed. 2. When 2.5 percent of the total original Contract amount is earned fr~m other schedule items, an additional 20 percent of the amount bid for mobilization and preparatory Work will be allowed • 3. When 5.0 percent of the total original Contract amount is earned from other schedule items, an additional 20 percent of the amount bid for mobilization and preparatory Work wi 11 be a 11 owed • 4. When 10.0 percent of the total original Contract amount is earned from other schedule items, an additional 30 percent of the amount bid for mobilization and preparatory Work will be allowed. 5. When 25.0 percent of the total original contract amount is earned from other schedule items, an additional 20 percent of the amount bid for mobilization and preparatory Work wi 11 be a 11 owed • 1-9.2 Add the following paragraphs as Section 9-3.4.2: 9-3.4.2 Sheeting, Shoring and Bracing. 9-3.4.2.1 General. Contractor shall install all sheeting, shoring, bracing and such other protective measure required by law or necessary for worker protection in excavations • 268-02-1 (w) .227. 2 7 Page 29 -·- .. -• ·• -- - • - ''" • t-10 PART III -SPECIAL PROVISIONS Section l -General Provisions 9-3.4.2.2 Payment. Sheeting, shoring and bracing, or equivalent, wi 11 be paid for at the Contract Lump-Sum Price Bid. Payment shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all Work involved in providing such protection. Payment shall include the cost of preparation and submittal of Plans and obtaining the required permit from the State Division of Industrial Safety. GUARANTY 1-10.l Add the following paragraphs as Section 1-10: The Contractor shall guarantee that all materials and equipment furnished will be new unless otherwise specified • The Contractor shall guarantee all materials and equipment furnished and Work performed for a period of one (1) year from the date of Substantial Completion. The Contractor warrants and guarantees for a period of one (1) year from the date of Substantial Completion of the system that the completed system is free from all defects due to faulty materials or workmanship and the Contractor shall promptly make such correcti ans as· may be necessary by reasons of such defects inc 1 udi ng the repairs of any damage to other parts of the system resulting from such defects. The Owner will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other Work that may be made necessary by such defects, the Owner may do so and charge the Contractor the cost thereby incurred. The Performance Bond shal 1 remain in full force and effect through the guarantee period. 268-02-l(w).314.27 Page 30 l 'I 'l't ,111 -.... - .. ----• -- --.. - - PART III -SPECIAL PROVISIONS Section 3 -Construction ~ethods 300-9.2.2.l Seed ,..ix •. The seed mix shall be a combination of the following seeds at the specified rates per acre: . a. Atriplex Semibaccata 10 pounds b. Artemesia Californica 2 pounds c. Dimorphotheca Aurantianca 4 pounds d. Encelia Californica 4 pounds e. Erigonum Fasciculatum 20 pounds f. Eschscholzia Californica 12 pounds g. Lolium Perennae 20 pounds h. Lotus Scoparius 4 pounds i. ,..imulus Puniceus 4 pounds j. Poterium Sanguisorba 10 pounds k. Trifolium Hirta 30 eounds Total Seeds Per Acre 120 pounds 300-9.2.2.2 Hydroseed ,..aterials. Hydromulch shall be Con Wed Silva Fiber or equal. Hydromulch additive shall be Ecology Controls ~-Binder or equal. Hydroseed fertilizer shall be R Binder commercial 16-20-0 or equal • Seed mixes for each mix shall be delivered to the jobsite in sealed, unopened, labeled containers listing the total pure live seed analysis report and its respective corresponding lot number sna11 be indicated. The seed supplier shall scarify and dehull such seeds that are so specified; perform fertilizing, catalytic pre-merge, hormone activator, and/or boiling water as per manufacturer's instructions. Any deviations from these procedures, pure-live seed count, species and quantities must be authorized in writing by the Engineer. Seed shall be a new crop, of purity and germination rate standards of the industry, fresh and viable, free of noxious weeds and shall bear a guaranteed analysis. The weights of the various seed to be used in the slurry shall be determined from marked weights per sack and sack count or by weighing on approved scales • Hydroseed materials for non-irrigated areas shall consist of the following per acre: a. Hydromulch b. Hydromulch additive c. Hydroseed fertilizer d. Water e. Seed t-iix 268-02-l(w).227.29 2,000 pounds 40 pounds 200 pounds 3,000 pounds 120 pounds Page 39 ' ~' ,, ·--- -.. -------• ------- PART III -SPECIAL PROVISIONS Section 3 -Construction ~ethods 300-9.2.2.3 Hydroseed Application Equipment. Hydraulic equipment used for the application of fertilizer, seed, and slurry of prepared wood pulp or fiber shall be of the _"Super Hydroseeder 11 type as approved by the Engineer. No known equal. This equipment shall have a built-in agitation system with an operating capacity sufficient to agitate, suspend and homogeneously mix a slurry containing mulch, fertilizer, additive and seed. "The slurry distribution lines shall be large enough to prevent stoppage and shall provide even distribution of the slurry. The slurry tank shall be mounted on a traveling unit which will place the slurry tank and spray nozzles within sufficient proximity to the areas to be sprayed so as to provide uniform distribution without waste. 300-9.2.2.4 Application Areas. Areas which shall receive hydroseeding include, but are not necessarily limited to, all slopes in excess of 5% within the road right-of-way and all disturbed areas outside of road rights-of-way which are not required by the Contract Documents to be otherwise landscaped or surface improved. 300-9.2.2.5 Application Procedures. a) Do not put seed into water until just before the start of seeding, allowing only time for adequate mixing. b) Using the wood pulp as a guide, the equipment operator shall spray the soil with a uniform visible coat of slurry. The slurry shall be applied in a sweeping motion, in an arched stream, so as to fa11 like rain allowing the wood fibers to build upon each other, until a complete, even coverage coat is achieved • c) Delivery time (moment from placing seed in water until tank is empty) shall not exceed 30 minutes. d) Seed mix shall be added to the slurry on the project site in the presence of the Engineer. 300-9.2.2.6 Post-Application Procedures. AlJ bare spots in hydroseeded areas shall be re-hydroseeded by the Contractor within seven { 7) days after direct ion by the Engineer and/or as necessary for full plant coverage. Such direction of areas to be rehydroseeded will be given within 30 days after the completion of work or portion thereof • 300-9.2.2.7 ftiaintenance. The Contractor shall maintain all hydroseeded areas, starting with the application operations and continuing for specified calendar days after all planting is complete and approved by the Engineer. ~aintenance does not start until after installation of materials has been accepted. Provide all equipment and means for proper application of water to those planted areas not equipped with an irrigation system. Hand water in irrigated areas where necessary. 268-02-l(w).227.29 Page 40 , .. I \ Id I Hl -.. -- ---·- -., ----· -• --- --- 3-2 3-3 3-4 PART III -SPECIAL PROVISIONS Section 3 -Construction ~ethods The maintenance period shall be for 90 calendar days. 300-9.3 Payment. Full compensation for any required erosion control shall be considered as included in the Lump Sum Price Bid and no separate compensation will be allowed therefore. SUBGRADE PREPARATION 3-2.1 applicable thereto. General. portions t,iodify Section 301-1 of the SSPWC to include the of the Standard Special Provisions relating UNTREATED BASE ---·•'~"-' 3-3.1 General. Modify Section 301-2.1 and 301-2.4 of the SSPWC ....,.. to include the following provisions: 301-2.1 t,iaterial. Untreated base shall be crushed aggregate base. 301-2.4 Payment. The quantity shown in the bid schedule for untreated base is based upon a eighteen-inch (18 11 ) thickness for Pavement Section and an eight-inch (811 ) thickness for detour paving and a four-inch {4 11 ) thickness under sidewalk, each at locations as indicated on the drawings. Payment, at the Unit Price Bid, will be made for the quantity as adjusted by the Engineer to confonn to the actual thickness of the structural section constructed, as determined by field "R 11 value tests. No compensation, other than that for the modified quantity, will be allowed for changes to conform to a different thickness of structural section from that shown on the Plans. ASPHALT CONCRETE PAVEMENT 3-4.l General. Section 302-5 of the the Standard Special following provisions: Asphalt concrete pavement shall conform to SSPWC as modified to include those portions of Provisions relating to that Section and the 302-5.l f,1aterial. Asphalt concrete shall be III-C2-AR-4000. Reference also modifications specified in Part III, Section 4 herein. 302-5.8 Payment. The Contract Price Bid shall include the cost of furnishing and applying prime coat and tack coat. The quantity shown in the bid schedule for asphalt concrete pavement is based upon thicknesses of six-inch (611 ), four-inches (4 11 ) and one-inch (1 11 ) for paving, detour paving and median paving, respectively, each at 268-02-l(w).227.29 Page 41 ,!'!ill -... ---• -• -• -• -.. ------- 3-5 Section 3 -Construction ~ethods locations as indicated on the drawings. PayJnent, at the Unit Price Bid, will be made for the quantity as adjusted by the Engineer to conform. to the actual thickness constructed, as determined by field "R 11 value tests. No compensation, other than that for the modified quantity, will be allowed for changes to conform to a different thickness of structural section from that shown on the Plans. CONCRETE CURBS, WALKS,GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 3-5.1 General. The above items shall conform to the details shown on the Plans and included herewith and Section 303-5 of the SSPWC as modified to permit the use of alternate rock material -Type S as specified in Section 400 as modified herein and as Section 303-5 is modified by the applicable portions of the Standard Special provisions relating to that Section and the following provisions: 303-5. 1. 3 Driveways. Ori veways are to conform to Standard Drawi n;1-- No. Gl4 modified to a thickness of 7-1/2 11 • L- 303-5.5.5 Alle Intersections, Access Rams, and Drivewa s. Finishing of access ramps including pedestrian ramps shall be as indicated on reference drawings. 303-5.9 Measurement and Payment. Curb and gutter and curb shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb wi 11 be paid for across the length of local depressions. 3-6 UNDERGROUND CONDUIT CONSTRUCTION 3-6.1 General. Modify Section 306 of the SSPWC to applicable portions of the Standard Special Provisions that Section, with the exception of revisions to 306-1.4.5 and 306-1.4.8, and the following: include the relating to Subsections 306-1.3.4 Compaction Requirements • replace with the following: Delete Section 306-1.3.4 and "Trench backfill shall be densified to a minimum of 90 percent relative compaction." 306-1.3.5 Trench Resurfacing. Delete the last paragraph of Section 306-1.5.1 and replace with the following: "Payment for trench resurfacing shall be taken to be included within the appropriate item of work and no separate payment wi 11 be made therefore." 268-02-l{w).227.29 Page 42 ·~ fflllll ---• --- ----• -.. -... ----.. -- Section 3 -Construction f,4ethods 3-7 CURB INLETS, LOCAL DEP~ESSIONS, CATCH BASINS, PIPE COLLAR, AND HEADWALLS 3-8 3-9 3-7.1 General. The above items shal1 conform to the requirement of the Drawings, to Sections 303-1 and 303-2 of the SSPWC, and to the applicable Standard Drawings except a·s modified herein. For the purpose of this Section, Section 303-1 shall be modified to permit the use of alternate rock material -Type S as specified in Section 400 as modified herein. For the purpose of this Section, Sections 303-1 and 303-2 shall also be modified to include the applicable portions of the Standard Special Provisions relating to those Sections and the following: 3-7.2 Pipe Collar. Pipe collar shall be installed where required by the Plans and shall conform to the City of Carlsbad Supplemental Standard Drawing No. DS-5. The shape on the bottom portion of the collar shall be as shown on Standard Drawing No. D-62. 3-7.3 Payment.• Payment shal 1 be made on the basis of the Contract Price Bid for each item and shall also include full compensation for manhole frames and covers, reinforcing, mi see 11 aneous meta 1 items, and pre-cast concrete sections, and a 1l appurtenant items required to complete the work as indicated. Payment for local depression, including abutting 1 inear curb, shall be included within the Contract Price Bid for curb inlet. Payment for pipe collar shall be included within the appropriate item bid and no additional compensation sahll be allowed therefore. RIP RAP ENERGY DISSIPATER 3-8.1 General. Rip rap energy dissipater shall conform to the rock class, dimensions, filter material, and type shown on the Plans and shall be in accordance with the Standard Drawings, Sections 200-1.6 and 300.8 of the SSPWC as modified herein. 3-8.2 "4easurement and Payment. Rip rap energy dissipaters will be paid for at the Contract Price Bid per cubic yard, complete and in pl ace, in accordance with the Contract Documents or as directed by the Engineer. The Unit Price Bid shall include full compensation for furnishing all labor, tools, equipment, materials and incidentals and for doing all Work involved in the construction including but not limited to earthwork, rock, filter material and fill, where required. STREET SURVEY "40NUMENTS 3-9 .1 Genera 1 • Street survey monuments sha 11 conform to Standard Drawing No. "4-10 except that locations will be as shown on the Pl ans. Street survey monuments shall conform to Section 309 of the SSPWC as modified by those portions of the Standard Special Provisions relating to that Section, except that locations shall be as shown on the Plans. 268-02-l(w).227.29 Page 43 .... 11111 ---• • --.. -• -• -• .. • .. • -• --- 3-10 3-11 Section 3 -Construction ~ethods 3-9 .2 Payment. Payment for street.. __ survey monuments sha 11 include all costs, including surveying services as specified, for the installation of survey monuments, complete and in place, at the unit price bid. STREET LIGHTING AND TRAFFIC SIGNALS 3-10.1 General. Street lighting and traffic signal work shall conform to the Plans, Standard Drawings and requirements specified in Section 307 of the SSPWC except as supplemented and modified hereinafter. 3-10-1.1 ~odify Section 307 of the SSPWC to include the applicable portions of the Standard Special Provisions relating thereto and in conformance with references to the State of California Department of Transportation (CALTRANS) Standard Specifications, Section 86, and requirements specified hereinafter. 3-10.1.2 Supplement Section 307-1.2 of the SSPWC with the additional requirements of CALTRANS Standard Specifications Section 86-1.02. 3-10.2 CALTRANS fl exi b 1 e be used. Conduit. Replace Section 307-2.5 of the SSPWC with Standard Specifications Section 86-2.05, except liquidtight metal conduit and intermediate steel conduit (IMC) shall not 3-10.3 Bonding and Grounding. "1etal water service piping shall not be used for grounding purposes. 3-10.4 Wiring. Supplement the requirements of Section 307-2.6 of the SSPWC with the additional requirements specified within the CALTRANS Standard Specifications Section 86-2.09 • 3-10.5 Inductive loops. Supplement the requirements of Section 307-4.9.3 with the additional requirements specified with the CALTRANS Standard Specifications Sections 86-5.01A(4) and 86-5.0lA(S) • TRAFFIC SIGNING, STRIPING AND PAVEMENT MARKINGS 3-11.1 General. Traffic signing, striping and pavement markings shall conform to the Plans; the State of California Traffic Sign Specifications; the State of California Department of Transportation Standard Specifications Sections 82, 84 and 85; and the State of Ca 1 iforni a Department of Transportation Traffic t-'anua 1, a 11 as supplemented and modified herein • 3-11.2 Signing. Traffic signing shall conform to the following requirements • 268-02-l(w).227.29 Page 44 ' 1 Id l"'I I 'tii, ,, ... --.. - -• .. • • • -•• .. • ---· Section 3 -Construction ~ethods 3-11.2.1 General. The Contractor shall-.provide and install all final signs, markers and delineators at locations shown on the plans and specified herein. 3-11.2.2 Sign ~aterials. Signs shall conform to the current requirements of the State of California: Department of Transportation Traffic Sign Specifications specified herein with the changes indicated. "Specifications for Reflective Sheeting Aluminum Signs" Section II .8., III.A.11.a., III.C.l., IV. II.C. I I.O .• IV,II.E. III.B.l. IV. VI. II .c . 268-02-l(w).227.29 Change "Transportation Laboratory" shall be considered changed to "Engineer". "Property of State of California" and "Property State of California" shall .be considered changed to "Property of City of Carlsbad". Contractor to obtain his detail drawings. Transportation" shall be to "Engineer". own set of reduced "Department of considered changed "State" sha 11 be considered changed to "City". Thickness of aluminum sheet shall be 0.063 inches. "Office of Business Management Warehouse" shall be considered changed to "Project Site". "State of California" shall be considered changed to "City of Carlsbad. 11 Show the manufacturer's name instead of the manufacturer 1 s number. \ Page 45 .. -.. --- - .. ---• • • -----• -- Section 3 -Construction f,1ethods "Specifications for Reflex Reflectors f_or Traffic Signs, Delineators, and Warning Devices. ·-· Section Change A. G. Use center-mount design. "State of California" shall be considered changed to "City of Carlsbad". 3-11.2.3 Sign Post ,,.aterials. Sign posts shall be 2-7/8 inch O.D., SCH 10, 0.120-inch wall thickness, aluminum alloy, 6063-T6, clear anodized poles confirming to the requirements of ASTM B221. 3-11.2.4 Installation of Traffic Signs. Traffic signs shall be installed at the locations shown on the plans and as specified herein. The signs shall be mounted on posts in accordance with Section 56, "Signs" of the State Standard Specifications. All fastening hardware is to be provided by the Contractor. The sign post shall be set in a minimum IO-inch diameter by 2-foot, 2-inch deep 500-C-2500 concrete footing. The post shall be set vertical at 2 feet behind the curb face, embedded a minimum of 2 feet, 0 inches into the footing with 2-inch minimum cove. The sign post sha 11 be 1 ong enough to mount the required sign at its proper height in accordance with the California Department of Transportation's Traffic Manual. 3-11.2.5 the Lump wi 11 be 1-7.10.2 . Payment. All costs for final signing shall be included in Sum price bid as specified and no additional compensation a 11 owed therefore. The contractor is referred to Section 3-11. 3 Marke rs and De 1 i neators. ft1arkers and de 1 i neators sha 11 conform to the materials and installation requirements specified in CALTRANS Standard Specifications Section 82. 3-11.3.1 Payment. Markers and deli neators as indicated and required shall be paid for within the Lump Sump prices bid for Traffic Control and/or Final Striping, each as appropriate, and no additional compensation shall be allowed therefore • 268-02-l(w).227.29 Page 46 ------11111 -----.. .. ------- 3-12 Section 3 -Construction ,,.ethods 3-11.4 Traffic Stripes and Pavement t-4arkings. Traffice stripes and pavement makrings as indicated and required shall conform to the requirements specified in CALTRANS Standard Specifications Section 84, except: 1. The Contractor shal 1 establish proposed control for traffic striping for approval by the Engineer; 2. The Contractor shall provide all materials required for execution of the work; and 3. Delete all references to measurement and payment. 3-11.4.1 Payment. Traffic stripes and pavement markings as indicated and required shall be paid for within the LU"1P SU"1 prices bid for traffic control and for final striping, each as appropriate, and no additional compensation will be allowed therefore. 3-11.5 Pavement "1arkers. Pavement markers shall conform to the materials and installation requirements of CALTRANS Standard Specifications Section 85, except: 1. Submit "1anufacturers 1 or Suppliers' Certificate of Compliance in lieu of sampling and testing specified, and 2. Delete all references to measurement and payment. 3-11. 5 .1 Payment. Pavement markers as indicated and required shall be paid for within the LU"1P SUfw' prices bid for traffic control and for final striping, each as appropriate, and no additional compensation will be allowed therefore. 3-11.6 Traffic signing, striping and pavement marking shall be paid for at the Lump Sum prices bid and shall include applicable labor, tools, equipment, materials and incidentals for doing all Work in installing the traffic signing, striping and pavement markings. SURVEYING 3-12.l General. The Contractor shall provide the survey service required by Section 2-9.3 of the SSPWC as modified hereinbefore. The Work shall be performed under the supervision of a Registered Civil Engineer or Licensed Land Surveyor. The Engineer shall be furnished with three sets of grade sheets • 3-12.2 Payment. No payment shall be made for this survey service and the cost of all labor, materials and equipment required to perform the Work shall be included within the appropriate bid item. 268-02-l(w).227.29 Page 47 "' ll 1·~ i;I 111 ,Ii -- , . .. -----• -• -• -• -• ---- -- 4-1 GENERAL PART II I SPECIAL PROVISIONS Section 4 Alternate Rock Products, Asphalt Concrete, Portland Cement Concrete and Untreated Base ~aterial t-iodify Sections 400-1 through 400-4 of the SSPWC to include the applicable portions of the Standard Special Provisions relating to those Sections, particularly as follows: 4-1.1 Combined Aggregates. Add the following to Section 400-4.3 of the SSPWC. "The exact percentage of asphalt to be included in the mix shall be subject to the approval of the Engineer." 4-1.2 Asphalt Concrete Berm. Asphalt concrete dikes (berms) shall be Type A Section conforming to Standard Drawing No. G-5. Asphalt concrete shall conform to Section 400-4 of the SSPWC ai moaified herein. The amount of asphalt binder used shall be increased one percent by weight of the aggregate over the amount of asphalt binder used in the asphalt concrete placed on the traveled way. 4-1.3 Measurement and Payment. Aspha 1 t concrete dikes {berms) wi 11 be paid for at the Contract Price Bid per 1 i near foot {measured in the horizontal plane) of such dike installed in accordance with the Contract Documents or as directed by the Engineer. The Unit Price Bid shall be considered to include full payment for all materials, labor, equipment and incidentals, including tack coat, required to construct the dike (benn) in accordance with the Contract Documents • 268-O2-l(w).227.3O Page 48 'II , .. • ----• ----... • -.. --... ------ PART IV SUPPLE,..ENTAL SPECIAL PROVISIONS SECTION 1 COSTA REAL ~UNICIPAL WATER DISTRICT 4-1.1 · General. Procedural Documents, Gene:--al Provisions and Special Provisions govern the work herein. Where requirements specified within the Special · Provisions are at variance with the requirements specified herein, these Supplemental Special Provisions shall govern. 4-1.2 4-1. 2.1 Earthwork (Water Mains). General. 4-1.2.1.1 Earthwork. Earthwork shall consist of performing all operations to clear, grub, excavate, backfill, and remove and replace pavements for the installation of pipelines and appurtenances. Earthwork shall include the removal of water and all materials of whatever nature. 4-1.2.1.2 Scope of Work. The Contractor shall provide all labor, materials, tools, and equipment necessary to complete all of the earthwork as required. Excavation shall include the removal of water and all other unsatisfactory material of whatever nature and shall include the clearing of sites for construction. 4-1.2.1.3 Earthwork and Repairs in City, County and State Rights-of-way shall be done in accordance with requirements and provisions of the permits issued by those agencies in addition to the requirements of these Supplemental Special Provisions. If a permit is not required, earthwork and repairs shall conform to the standards of the agency in whose right-of-way the work is done, in addition to the requirements of these Supplemental Special Provisions • 4-1.2.1.4 Relative Compaction. Relative compaction specified herein shall be a percentage of the maximum density at optimum moisture content as determined in accordance the latest revision of California Test "4ethod No. 216, AST"4 Designation No. 01557. (Note 2 in "4ethod C applicable only if the percentage of plus 3/4-inch (3/4") material is greater than ten percent (10%) by weight of the original sample.) 268-01-l(w).227#2.2 Page 1 ,~ ,.,., - ·!lilt -----.. --• -• -• -• -• • • -• -- -·--- PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS Section 1 -Costa Real ~unicipal Water District 4-1.2.1.5 Safety P:--ecautions. All excavations shall be performed, protected, and supported as required for safety and in the manner set forth in the Operation Rules, Orders, and Regulatfons prescribed by the Division of Industrial Safety of the State of California. Barriers shall be placed at each end of all excavations and at such places as may be necessary along excavations to warn all pedestrian and vehicular traffic of such excavations. Lights shall also be placed along excavations from sunset each day to sunrise the next day until such excavation is entirely refilled. 4-1.2.1.6 Blasting. Blasting for all excavation will be permitted only after securing approval of the District and only when proper precautions are taken for the protection of persons and property. The hours of blasting will be fixed by the District. Any damage caused by blasting will be repaired by the Contractor at his expense. The Contractor's method of b 1 ast i ng and procedures sha 11 conform to State laws and local ordinances. Precautions should be taken to post signs warning operators of radio equipment to stop transmitting in any area in which blasting operations are in progess. The Contractor shall also obtain permission from the Fire Department in whose jurisdiction the blasting is taking place. The following precautions shall also be taken: 1. Electric blasting caps should not be transported in cars with two-way radios. 2. Electric blasting caps should be transported in their original containers and none should have their wires extended. 3. All cars with two-way radios while within 300 feet (300') of any electric blasting operation should have the transmitter turned off • 4. Only a non-electric blasting method such as blasting cap and fuse or primacord with blasting cap and fuse should be permitted if within two (2) miles of a commercial broadcasting station. s. A falling pin seismograph shall be employed by the Contractor during blasting as directed by the District • 4-1.2.1.7 Obstructions. The Contractor's attention is directed to the possible existence of pipe and other underground improvements which may or may not be shown on the plans. The Contractor shall preserve and protect any such improvements whether shown on the plans or not. Such improvements, in order to prosecute the work, sha 11 be removed, maintained and permanently replaced, each as appropriate, by the Contractor at his expense. The Contractor's attention is directed to General Provisions, Section 19 for additional :-equirements • 268-01-l(w).227#2.2 Page 2 .. --- • ---• -• -. ----• ---- PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS Section 1 -Costa Real ~unicipal Water District 4-1.2. 1.8 Excavation in County Right-of-Way. Excavation within the right-of-way of the County of San Diego Road Department shall be done in accordance with requirements and provisions of the permits issued by the County of San Diego for the construction within their right-of-way. Such requirements and provisions, where applicable, shall take precedence and supersede the provisions of these Supplemental Special Provisions. 4-1.2.1.9 Excavation in· City of Carlsbad Right-of-Way. Excavation within the right-of-way of the City of Carlsbad shall be done in accordance with requirements and provisions of the permits issued by the City of Ca:-lsbad for the construction within their right-of-way. Such requirements and provisions, where applicable, s ha 11 take precedence and supersede the provisions of these Supplemental Special Provisions. 4-1.2.2 Materials and Workmanship. 4-1.2.2.1 Clearing and Grubbing. All brush, roots, vegetation, rubbish, debris, and other deleterious material shall be removed and disposed of so as to leave the construction site clean and neat • 4-1.2.2.2 Trench Excavation. Trench excavation for pipelines, fittings, valves and appurtenances shall be as follows: Minimum trench width shall be: Nominal Inside Piee Diameter Trench Width 411 through 12" Outside diameter plus 1211 1411 through 24 11 Outside diameter plus 16" 27" through 36 11 Outside diameter plus 20 11 Where shoring or encasement is required, trench widths shall be increased accordingly • 4-1.2.2.2.1 Trench Depth. Trench depth shall be adequate to accommodate the pipe and its foundation at the profile shown on the plans. In the absence of such profile grade, the top of pipe grade shall be located four feet (4') below the street finish grade or five feet (S') below existing ground at the pipe location, whichever is 1 ower. 4-1.2.2.2.2 Pipe Sub~rade. Pipe subgrade at the trench bottom shall have a flat or semi-circular cross section. The bottom of the trench for steel pipe shall be graded and prepared to provide a firm and uniform bearing throughout the entire length of each joint except for required 11bell holes 11 at joints. Pipe shall not be laid on ea:-th mounds. Asbestos-cement couplings shall not rest on the trench bottom • 268-01-l(w).227#2.2 Page 3 lllf,H ---- Ill ----• -• ---------- PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS Section 1 -Costa Real ~unicipal Water District 4-1.2.2.2.3 Foundations In Poor Soil. Foundations in poor soil shall be constructed by :--emoving all soft, spongy, and deleterious materials below pipe bottom grade to a depth determined by the District's Representative. The void.shall then be backfilled to pipe grade with sand compacted to a minimum :--elative compaction of 90 percent (90%). The replacement of unsound materials to a depth as directed by the District below bottom of pipe grade shall be considered part of the work. 4-1.2.2.2.4 Foundations In Rock. Foundations in rock shall be constructed by removing rock a minimum depth of six inches (6 11 ) below bottom of pipe grade and backfilling with sand compacted to a minimum relative compaction of 90 percent (90%}. 4-1.2.2.2.5 Correction of Faulty Grades. All excavations carried below pipe grade shall be backfilled to proper grade with sand compacted to a minimum relative compaction of 90 percent (90%). 4-1.2.2.3 Backfill. All trenches and excavations shall be backfilled after pipe, fittings, valves and appurtenances have been installed. 4-1.2.2.3.1 Procedure In Pipe Zone. The pipe zone shall be considered to extend from the bottom of the excavation to twelve inches {12") above the top of the pipe. Backfill material in the pipe zone shall be sand. Sand shall be free from foreign materials such as dirt, rocks, sticks, vegetation, etc., and shall be so graded that not more than ten percent (10%} by weight shall pass a No. 200 sieve. With prior approval of the District Representative, select native material may be substituted for sand when the native materials are of a uniform granular nature and free from stones, clods or other deleterious materials. Backfil 1 shall be placed in layers simultaneously on each side of the pipe for the full width of the trench. Sand may be placed and compacted in layers up to twelve inches (12") in compacted thickness. All other material shall be placed and compacted in layers not exceeding six inches (6 11 ) in compacted thickness. In placing and compacting the backfill, particular attention is to be given to the underside of the pipe and fittings to provide a firm support along the full length of the pipe. Care shall be exercised in backfilling to avoid damage to any pipe coating. 268-01-l(w).227#2.2 Page 4 I' '--/1 11-d I''~ llillll -------• -• • • • • -• ---• • • "-"-"'' ,_ ,,.,. PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS Section 1 -Costa Real ~unicipal Water District 4.1.2.2.3.2 Procedure Above Pipe Zone. From the top of the pipe zone to the ground surface or finish grade, the material for backfill shall conform to that specified for _the pipe zone except that it may contain stones up to six inches (611 ) in diameter but shall be so graded that at least 40 percent (401) of the material passes a No. 4 sieve. The coarser materials shall be well distributed throughout the finer material. Backfill material shall be placed in layers of a thickness which can be compacted throughout to the specified density with compaction equipment which will not damage the pipe and fittings. 4-1.2.2.3.3 Compaction. All backfill shall be compacted throughout by tamping or water settling to minimum relative compaction of 90 percent (901) or to the density required by the agency in whose right-of-way the work is located, whichever is more restrictive. 4-l.2.2.3.3a Tamrng Method. Backfill material shall be placed in uniform layers o the thickness specified above. The moisture content of the backfill material shall be near or at the optimum required for compaction and each layer shall be tamped until compacted to the required minimum relative compaction. Heavy-duty compacting equipment having an overall weight in excess of 125 pounds shal 1 not be used until backfill has been completed to a depth of two feet (2') over the top of the pipe. 4-l.2.2.3.3b Water Settling "1ethod. This method may not be used when in the opinion of the District's Representative: 1) the backfill material is not sufficiently granular to' consolidate properly by this method, 2) the adjacent soils are not sufficiently pervious to permit the water to drain away, or 3) adjacent soils or nearby structures may be damaged • In the pipe zone, the backfill material shall be placed in uniform layers of the thickness specified above. At the top of each layer, the trench shall be diked at suitable intervals depending upon the slope, and the trench between dikes shall be filled with sufficient water to inundate the backfill materials. The backfill material shall then be agitated to promote its consolidation. Care shall be exercised to prevent floating the pipe. 268-01-l(w).227#2.2 Page 5 --- • --• -• -• • • -• ------ PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS Section 1 -Costa Real ~unicipal Water District Following backfilling of the pipe zone, the trench shall be diked at suitable intervals depending upon slope, and the trench between dikes shall be filled and maintained with sufficient water so that backfill materials subsequently placed will b-e inundated during and following placement. The water level shall be cont:-olled to prevent floating of the pipe. Backfill materials above the pipe zone shall be placed in the water-filled trench in -uniform layers not exceeding 18 inches (18") in thickness. 4-1.2.2 .4 Excess Excavated l-1ateria 1. The Contractor shal 1 make the necessary arrangements for and sha 11 remove and dispose of a 11 excess excavated material. In open terrain, surplus material may be disposed of within the right-of-way by spreading, providing that rocks or lumps which cannot be readily covered by spreading are removed. 4-1.2.2.5 Final Clean-Up. After backfill has been completed, the right-of-way sha 11 be dressed smooth to the contour of the original ground and left in a neat and presentable condition, free of all cleared vegetation, rubbish and other construction wastes. Rocks and lumps which cannot be readily covered by spreading shall be hauled away and disposed of by the Contractor. On slopes where, in the opinion of the District's Representative, rainfall runoff would create an erosion problem, the Contractor shall excavate at approximately 100-foot {100 1 ) intervals V-type intercept ion ditches to collect and carry runoff to the low side of the right-of-way. The interception ditches shall be approximately one-foot (l 1) deep-and shall be skewed approximately 45 degrees (45°} with the center.line of . the right-of-way. 4-1.2.3 Payment. Payment for earthwork, trenching and backfill associated with construction of water system facilities shall be included within the appropriate item of work and no additional payment will be made therefore. 4-1.3 Portland Cement Concrete. 4-1.3.1 General. The Contractor shall furnish all labor, materials, tools and equipment for the construction of plain and reinforced concrete as shown on the plans and herein specified • 4-1.3.2 Materials and Workmanship. 4-1.3.2.1 Cement. Cement shall be Portland Cement Type II, conforming to AST~ Designation ClSO. 4-1.3.2.2 Agfregates. All aggregates used in grout, mortar, and in concrete sha 1 conform to the Special Provisions. The maximum nominal size of coarse aggregate shall be 1-1/2 inches (1-1/2"). 268-01-l(w).227#2.2 Page 6 ... •• --------• .. .. -• -• ----------- PART IV -SUPPLE~ENTA~ SPECIAL PROVISIONS Section 1 -Costa Real ~unicipal Water District 4-1.3.2.3 Water. Water used shall be of potable quality. 4-1.3.2.4 Admixtures. Admixtu:--es to prevent segregation and to improve workab1lity or to accelerate.the setting of the conc:--ete will be penni tted provided the admixture proposed sha 11 first be approved in writing by the District's Representative, and the proportions of the admixture to be used· shall be fixed by the District's Representative. 4-1.3.2.5 Strength Requirements. All concrete shall be proportioned to attain a minimum cylinder strength of 3,250 psi in 28 days unless designated by class. The compressive strengths are to be determined in accordance with AST~ Designation No. C39. Not less than six (6) sacks of cement shall be used per cubic yard. If concrete as shown on the plans is designated by class, said concrete shall conform to the Special Provisions. 4-1.3.2.6 Proportioning. The exact proportions of the concrete ingredients shall be established by a material testing laboratory approved by the District 1s Representative. The Contractor shall notify the District's Representative of his proposed source of aggregate and submit proposed mix design in sufficient advance time to permit the review and approval of the design of the mix. Aggregates shal 1 be proportioned by weight. Cement shall be proportioned by the sack or by weight. 4-1.3.2.7 Mixing. The cement, sand and coarse aggregates shall be so mixed and the quantity of water added shall be such as to produce a homogeneous mass of unifonn consistency. Each mixture used shall be of the batch type and be of a design to ensure uniform distribution of all the materials throughout the mass during the mixing operation when operated at the speed and capacity recommended by the manufacturer, and the mixer shall be so operated. Each mixer shall be so constructed that the District's Representative can conveniently observe the consistency and unifonnity of the concrete in the mixer during the operation • Only sufficient water shall be used in mixing any class of concrete to produce a workable mass suitable for the particular type of construction involved. Water shall be added prior to or during the mixer charging operation. The mixing of each batch after all materials have been placed in the mixer shall continue for not less than 90 seconds for a stationary mixer smaller than two (2) cubic yards in capacity and for not less than two (2) minutes for a larger stationary mixer. If transit mix concrete is used, the mixing time shall not be less than three (3) minutes for each cubic yard of capacity. The mixture sha 11 be continuously agitated unt i1 a 11 of the concrete has been 268-01-l(w).227#2.2 Page 7 r.1• 1 .... r""I ~ - lillf .. -~ -----• -• -• -• -• -• -- ... PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS Section l -Costa Real ~unicipal Water District discharged from the mixer drum. The total elapsed time between the introduction of water to the batch and deposition the complete mix in the forms shal 1 not exceed 60 minutes for conc:--ete mixed in transit mixers. The manufacturer's guaranteed capacity of the drum shall not be exceeded. 4-1.3.2.8 Placing. Concrete shall be placed only in the presence of the District's Representative and not until all formwork, reinforcement, installation of items to be embedded, and preparation of concrete surfaces to be bonded have been inspected and approved by him. Concrete surfaces on or against which other concrete is to be placed shall be thoroughly cleaned of surface laitance and clean aggregate shall be exposed. Abrasive blast cleaning may be required. Each concreting operation shall be continuous until the placing in the course, section or monolith is completed. Fresh concrete shall not be permitted to fall from a height greater than six feet (6 1 ) without the use of adjustable length pipes or "elephant trunks." In order to assure that there will be no interruption in such continuous placing, the Contractor shall have available standby concrete mixing equipment ready for use in case of breakdown, or he sha 11 make arrangements, satisfactory to the District I s Representative, with the supplier of the concrete, if transit mix concrete is being used, so that the District's Representative may be assured that once placement is started, it can be completed without interruption. The vibrating equipment, including standby equipment, shall be at the site and tested in the presence of the District's Representative during the day prec~ding the planned day of placement. Appropriate mechanical vibration shall be used in placing concrete to eliminate stone pockets and voids, to consolidate each layer with that previously placed, to completely embed reinforcing bars and other embedded items, and to bring just enough fine materi a 1 to the faces of top and exposed surfaces to produce a smooth, dense and even texture. Vibrators shall be of the high-frequency internal type and the number in use shall be ample to consolidate the incoming concrete to a proper degree within 15 minutes after it is deposited in the forms. In all cases, at least two (2) vibrators shall be available at the site. The use of extern a 1 vibrators for compacting concrete will be permitted when the concrete is otherwise inaccessible for adequate compaction, provided the forms are constructed sufficiently rigid to resist displacement or damage from external vibration and the vibrators are approved by the District's Representative • 268-01-l(w).227#2.2 Page 8 •·41 !l'ffl ,. -., ------------• • .. .. -------- PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS Section 1 -Costa Real ~unicipal Water District 4-1.3.2.9 Forms. All forms shall be smooth, mortar-tight, true to the required lines and grades, and of sufficient strength to resist any appreciable amount of springing out of shape during the placing of concrete. All foreign matter shall be removed from forms before concrete is placed therein. Forms previously used shall be thoroughly cleaned before re-use. Prior to placing concrete, all forms shall be oiled with a high penetrating form oil which leaves no film on the surface that can be absorbed by the concrete. Immediately prior to placing concrete, all forms shall be thoroughly wetted. Forms shall not be removed until the concrete has hardened sufficiently to safely support its own weight and possible construction loads. Forms supporting concrete members which are subject to direct bending stress shall not be removed or struck until concrete test cylinders show that a strength of not less than 2,500 psi in compression has been attained. In no case, however, shall forms be removed or released prior to the expiration of 48 hours following placing of the concrete. Forms for all surfaces which will not be completely enclosed or hidden below the final surface of the ground shall be made of surfaced plywood. Insofar as practicable, forms shall be so constructed that the form marks will conform to the general lines of the structure. All sharp edges shall be chamfered with one-inch by one-inch (l" x l") triangular fillets. Form clamps and ties with effective water stops shall be used to maintain accurately the specified wall thicknesses. These ties shall be either of the threaded or snap-off type so that no metal will be left within 1-1/2 inches (l-1/211 ) of the surface of the wall. The use of twisted wire ties will not be permitted. 4-1.3.2.10 Openings. Pipe sleeves, inserts for pipe connections, anchors, and forms for pipe holes-must be accurately placed and securely fastened to the forms in such a manner that the placing of concrete will not alter their alignment or location. 4-1.3.2.11 Joints. Construction joints shall be made only where shown on the plans unless otherwise approved by the District's Representative. In case of emergency, construct ion joints shall be placed as directed by the District 1 s Representative • After the pour has been completed to the construction joint and the concrete has hardened, the entire surface of the joint shall be thoroughly cleaned of surface laitance and clean aggregate shall be exposed by abrasive blast cleaning. Wire brushing and air and water jets may be used while the concrete is fresh, provided ~esults equal to abrasive blast cleaning are obtained. 268-01-l(w).227#2.2 Page 9 --.. --- • ---• -.. ------- ' PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS Section 1 -Costa Real Municipal Water District Const:--uction joints shall be keyed. Keyways shall be formed by beveled strips or boards placed at right angles to the direction of shear. Except whe:--e otherwise shown on the plans or specified, keyways shall be at least 1-1/2 ir!ches (1-1/211 ) in depth over at least 25 percent (25%) of the area of the section. When it is necessary to make a joint because of an emergency, reinforcing steel shall be furnished and placed across the joint as directed by the District Engineer. Furnishing and placing such reinforcing steel shall be at the Contractor's expense and no payment will be made therefor. 4-1.3.2.12 Curing. Except as described below, all newly placed concrete shall be kept wet by the continuous application of water for the first seven (7) days after the concrete has been placed. Concrete surfaces which will be below ground after backfilling and minor structures, such as pipe headwalls, pipe anchor blocks, catch basins, and the like, may be cured by the application of pigmented curing compound. The curing compound shall meet the specifications of AASHTO Designation 1'1-148 Type II, White Pigmented. Application shall be done with hand-spraying equipment in a manner satisfactory to the District's Representative. Surfaces to be cured by the pigmented curing compound method shall be kept moist or wet until the curing compound is applied, and the curing compound sha 11 not be applied until all patching or surface finishing has been completed. The pigmented curing compound shall not be applied to the surfaces of construction joints or on reinforcing steel. 4-1.3.2.13 Surface Finishes. During the placing of concrete, care shall be taken in vibrating or other consolidating of the concrete to ensure surfaces of even texture, free from voids. Immediately after the forms have been removed, all form bolts shall be removed to a minimum depth of 1-1/2 inches (1-1/2 11 ) below the surface of the concrete. All holes and depressions caused by the removal or cutting back of such form bolts shall be cleaned and filled with cement mortar composed of one (1} part by volume of cement to two (2) parts of sand. The mortar shall contain sufficient white cement to tint the mortar to the shade of the surrounding concrete. Care shal 1 be exercised to obtain a good bond with the concrete • All rock pockets and honeycomed areas shall be repaired by ·chipping back to solid concrete and filling the resulting space in the same manner as specified for bolt holes. This work shall be done immediately following the removal of forms. If, in the judgment of the District's Representative, voids are of such an extent or character as to affect the strength of the structure materially or to endanger the 1 if e of the steel reinforcement, he may dee 1 are the concrete unacceptable and require the removal and replacement of that portion of the structure. 268-01-l(w).227#2.2 Page 10 , ... 1:'IJtml, • • -----------• -• -.. -• -------- PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS Section 1 -Costa Real Municipal Water District Except for surfaces which are to be buried, all fins and other projections shall be removed and the surfaces shal 1 'be brushed with stiff wire brushes or otherwise finished until a un~form color has been obtained. The use of carborcmdum stones may be requ~red to remove unsightly bulges or discolorations. The object of these operations is to obtain smooth, even surfaces of uniform appearance, free from unsightly bulges or·depressions due to form marks and other imperfections. The Contractor's attention is called to the fact that the degree of care exercised in building forms and the character of materials used in formwork are the main factors affecting the amount of finishing which will be required. A 11 fl at work sha 11 be finished and worked from the poured s 1 ab and floated and steel troweled to a smooth, hard finish. 4-1.3.2.14 Reinforcement. Reinforcing bars shall be deformed billet-steel bars for concrete reinforcement conforming to ASTM Designation: A615, Grade 40 or 60, as indicated, or low alloy steel conforming to ASTM Designation A706. The various grades of steel may not be used interchangeably in structures. Bars shall not be bent or straightened in a manner that would injure the material. Hooks shall conform to the Manual of Standard Practice of the American Concrete Institute. Main reinforcing bars shall not be spliced except as shown on the -· plans. Splices at points of maximum stress shall be avoided. Where bars are spliced, they shall be lapped at least 30 bar diameters and wired together to provide a minimum distance of two inches (2") between the splice and the nearest adjacent bar or surface of the concrete. Splices shall be staggered at least 40 bar diameters. Metal :--einforcement shal 1 be accurately placed as shown on the plans and shall be securely held in position by wiring at intersections with No. 16 or larger wire and by using supplemental reinforcing or approved spacers. The minimum spacing center to center of parallel bars shall be three (3) times the diameter, but in no case shall the clear distance between bars be less than two inches (2"). All bars shall have a clear coverage of 1-1/2 bar diameters but not less than one inch (l") measured from the surface of the concrete to the outside of the bar. For formed surfaces to be in contact with soil, minimum cover shall be two inches (2"). For concrete placed against earth, minimum cover shall be three inches (3"). 1-1etal supports may be used provided no portion of the support extends to within 1-1/2 inches (1-1/2") of the surface of the concrete. Wooden supports shall not be used. Wire mesh used for reinforcement shall be rolled flat before placing concrete and sha 11 be supported and tied to prevent movement during concrete placement. Mesh shall conform to ASTM Designation No. Al85. 268-01-l(w).227#2.2 Page 11 ,1,~ --------• .. - -------- PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS Section 1 -Costa Real ~unicipal Water District Heinforcement, at the time conc:--ete is placed, shall be f:--ee from rust, scale or other coatings that would dest:--oy or reduce the bond. 4-1.3.2.15 Rubber Waterstops. ~aterials,· fabrication, and splices s h a 1 1 c o n fo rm t o t h e Spec i a 1 P r o v i s i o n s • S t o p s s h a 1 1 b e f i rm 1 y supported during concrete placement to prevent dislocation and to insure that ends remain at right angles to the construction joints. 4-1.4 Asbestos.Pipe. 4-1.4.1 General. Pipe and fittings shall conform to the AWWA C400-80 (R86 or latest revision) specifications, "Asbestos-Cement Pipe, 4-16 Inches for Water" and couplings, Pressure Class 150 or Class 200, as designated on the plans. 4-1.4.2 Asbestos-Cement Pipe 4-1.4.2.1 Genera 1. Where water mains sha 11 be asbestos-cement, installation shall include all pipe fittings and thrust blocks, valves, and other service facilities and shall be installed as specified hereinafter. All pipe shall be carefully handled and stored to prevent damage and contamination. Fittings for asbestos-cement pipe, including tees, crosses, plugs, bends, and adapters, shall be cast-iron or ductile-iron. Other fittings, as required, shall be provided for the various types of pipe connections as indicated and as hereinafter specified. 4-1.4.2.2 Quality. Asbestos-cement pipe shall be of the class shown on the plans, as manufactured by Johns-~anville Company, Certain-Teed Corporation, Capco or approved equal. Each coupling sleeve shall be tested to a hydrostatic pressure equal to four (4) times the recolllllended maximum operating pressure; and each length of pipe tested to three and one half (3-1/2) times the recommended maximum operating pressure. 4-1.4.2.3 Couplings and Adapters. Couplings or sleeves shall be of a type recorimended by the manufacturer of the pipe furnished • Adapters shall be of a type approved for this particular work by the pipe manufacturer and the District Engineer • 4-1.4.2.4 Cast Iron Fittings. Cast-iron fittings shall conform to the specifications of AWWA/ANSI Cll0/A21.10-82 (or latest revision). They shall be of the type required for the type of pipe used and shal 1 be cement mortar 1 ined in accordance with AWWA/ANSI Cl04/A21.4-85 (or latest revision). 268-01-l(w).227#2.2 Page 12 !II\ ,ilill ------------ • -• -• -------- PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS Section 1 -Costa Real ~unicipal Water District Bel 1 ends of fittings for use with asbestos-cement pipe shall be cast or machined to meet the dimensions and tolerances recommended by the manufacturer of the pipe approved for use on the project. The ring groove and all interior surfaces of the bell shall be smooth and free from ridges, notches, or uneven surfaces. 4-1.4.2.5 Laying Pipe. Pipe of the va:-ious types and sizes indicated shall be furnished and installed in accordance with the drawings. Proper and suitable tools and appliances for the safe and convenient handling and laying of the pipe and special fittings shall be used. Al 1 pieces shall be carefully examined for defects and no piece shall be laid which is known to be defective. If any defective piece should be discovered after having been laid, it shall be removed and replaced with a sound one in a satisfactory manner by the Contractor at his own expense. The pipes and special fittings shall be thoroughly cleaned before they are laid, shall be kept clean until they are accepted in the completed work, and when laid shall conform accurately to the lines and grades given by the Engineer. Open ends s ha 11 be p 1 ugged when work is ·stopped for the night or for any other reason. Special care shall be exercised to avoid leaving bits of wood, dirt and other foreign particles in the pipe. If any such particles are discovered before the final acceptance of the work, they shall be removed and any damaged or otherwise unsuitable pipe, valves and fittings replaced, as required by the District Engineer, at the Contractor's expense. Pipe delivered to the site and subjected to excessive periods of dust or any other objectionable contamination before being placed in the trench shall be cleaned by air hose or other satisfactory method, then swabbed thoroughly with a chlorine solution of a strength satisfactory to the District Engineer. The pipe shall then be hosed out with pure water. Where the objectionable contamination might be inju:--ious to health, the pipe so contaminated will be rejected and the Contractor shall remove same from the site. 4-1.4.2.6 Bedding of Pipes. Shall be in accordance with these Supplemental Provisions for earthwork, Section 4-1.2. Bedding shall be on an even grade and of good alignment, with continuous bearing on the bottom of the trench. Excavation shall be made for collars or bells. 268-01-l(w).227#2.2 Page 13 ---------• -• -• ---• • -- PART IV -SUPPLEMENTAL SPECIAL PROVISIONS Section 1 -Costa Real ~unicipal Water District 4-1.4.2.7 Abestos-Cement Ptpe. Shall be laid in the t:-ench true to 1 ine and grade and shal 1 be uniformly and continuously supported upon the bottom of the trench for the entire length of each section. Jointing shall be accomplished by placing the sleeve and rubber ring, or rings, over the exposed end of the last sectton of the pipe laid; then, plac~ng the section of pipe in place and pulling the sleeve and rings ave:--the joints by a means approved by the District Engineer. The ends of the pipe secti ans sha 11 be separated by a space of not less than one-eighth of an inch (1/8"), and not more than one-quarter of an inch (1/4"). After the coupling has been pulled into place, the location of the rubber rings shall be checked by a metal gauge. Joints between asbestos-cement pipe and cast-iron or steel pipe shall be made by using Smith-Blair Type 431 or Romac Style 501 adapters, flanged coupling adapters, or approved equal. Changes in horizontal and vertical alignment shall be made whenever possible by deflecting each joint a maximum of two degrees (2°) for factory belled pipe and a maximum deflection of four degrees (4°) for unbelled pipe. Joints of less than 6 1611 lengths shall not be used for this purpose unless special approval is given by District Engineer. Milled over-all short lengths (MOA'S) shall be used only for making closures and at fittings and gate valves, subject to the requirements of Section 4-1.4.6. Reference also Section 4-1.4.7 regarding use of polyvinyl chloride (PVC) pressure pipe for ~QA pipe. Cast-iron fittings shall be used for all bends where deflection exceeds maximum deflection as stated above. The pipe shall be well bedded for its entire length between fire hydrants and/or valves and/or fittings. Ample room shall be left around all fittings and valves for ease in inspection to insure that the fittings and valves do not support the pipe. The Contractor shall back all dead-ends and fittings with concrete thrust and support blocks and anchors as indicated and/or as directed by the District Engineer. Contractor shall install a minimum of 3 1 311 section of pipe and a maximum of 6 1611 section of pipe into all fittings. In a short section of pipe between two fittings, a coupling shall be installed. Flanges shall be firmly bolted with machine, stud or tap bolts of the proper size as specified in these Supplemental Special Provisions for Steel Pipe, Section 4-1.5. 4-1.4.2.8 Concrete Thrust Blocks of an adequate size and mass sh a 11 be poured at a 11 changes in direction or reduction in size to resist thrust in either direction. The concrete shall be 5-sack mix (2000 psi in 28 days) and shall conform to these Supplemental Special Provisions for Portland Cement Concrete, Section 4-1.3. The thrust b 1 ocks sha 11 comp 1 ete ly fi 11 the space between the fittings and the trench wall. At all bends or angles, the concrete shall be poured to the top of the fitting. Concrete shall not be placed in direct contact with the AC pipe adjacent to the fitting. 268-01-l(w).227#2.2 Page 14 I'll •• ------------• -• ... • ----,. . --- PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS Section 1 -Costa Real ~unicipal Water District 4-1.4.2.9 Location Tape Installation. See Section 4-1.6, Valves and Hydraulic Specialties, regarding location tape installation. 4-1.4.3 Earthwork. All earthwork shall conform to these Supplemental Special Provisions for Earthwork, Section 4-1.2. 4-1.4.4 Connection to Existing t-tains. Before work of any nature is begun which would interfere with the operation of the existing main, the Contractor shall have on hand at the site of the work all of the materials necessary for the orderly and uninterrupted prosecution of the work. The Contractor shall make the necessary arrangements with the District and the District's Representative for any shutdown and give ample notice of the period for which the shutdown is required to be scheduled. The opening and closing of all valves shall be done in the presence of the District's Representative. The Contractor shall obtain an Encroachment Pennit from the District prior to making a connection. 4-1.4.5 Field Testing and Sterilization. The Contractor shall provide temporary blocking, plugs, flanges, etc., as may be necessary to field test and sterilize the pipes. The limit of testing and sterilizing required shall be at points of connection to existing pipelines. All testing and sterilization shall conform to these Supplemental Special Provisions for Testing and Sterilization, Section 4-1.8. 4-1.4.6 Prohibition of Field Cutting. Field cutting of asbestos cement pipe wil 1 not be permitted. Where adjustments of pipe lengths are required, closure couplings as manufactured by Certainteed Corporation, or approved equal, may be utilized. 4-1.4.7 Special Use of Poly-vinyl Chloride (PVC) Pressure Pipe: The Contractor shall be permitted to utilize "Poly Vinyl Chloride (PVC) Pressure Pipe, 4-12 Inches for Water" per C-900-81 (or latest revision) as herein modified in lieu of asbestos cement pipe as set. forth in this secti·on of the Standard Specifications for "milled over-all" (t-tOA) pipe sections. This general approval shall be 1 i mi ted for use of PVC to "mi 11 ed over-a 11" (t-40A) pipe sect i ans a maximum of 61611 pipe lengths. PVC pipe sections for ft40A use shall be supplied with outside diamaters compatable with those of adjoining asbestos cement pipe. Such PVC pipe sections shall be "Tuf-Link" as manufactured by J .t-t. or approved equa 1. Where otherwise shown on approved plans or with written approval by the District Engineer, PVC pipe may be utilitized for specific applications such as crossings under sewer mains. 268-01-l(w).227#2.2 Page 15 i • 1'!11' - ---• -• • -• ------ PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS Section 1 -Costa Real ~unicipal Water District 4-1.4.8 ~easurement and Payment. Payment for waterline will be made at the appropriate contract unit price bid per lineal foot, complete and in place, in accordance with the contract documents or as directed by the Engineer. The unit price shal 1 include full compensation for furnishing al 1 labor, tools, equipment, mate~ials and incidentals and for doing all work involved in the construction of such water main. The unit price shall -include but shall not be limited to the cost, in place, of pipe, couplings, fittings, joints, wire or tape, thrust restraints, earthwork and the cost of all testing and disinfection, connections to existing lines unless otherwise specifically noted to be part of another bid item, all certifications, pavement removal and replacement, and cleanup and no additional compensation will be allowed therefore. Measurement will be made in a horizontal plane along the longitudinal axis of the water main. No deduction in length will be made for valves or joints. Where intersecting water mains are constructed under this project the measurements for each leg shall extend to the centerline intersections. 268-01-l(w).227#2.2 Page 16 --------------------- 4-1.5 PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL ~UNICIPAL WATER DISTRICT Steel Pipe 4-1.5.1 General. Pipe and fittings shall conform to the specifications for steel pipe and fittings. 4-1.5.2 Welded Steel Pipe. 4-1.5.2.1 Quality Of Steel. Steel plates or sheets used in the manufacture of the pipe shal 1 conform to the physical properties of American Society for Testing ~aterials Specification A283 Grade "C" (for plates) or Specification A570 Grade 1130 11 (for sheets), both of the latest revision. The plates or sheets shall conform to the gauge or thickness shown on the plans, said gauges being in accordance with Manufacturer's Standard Gauge Table and having a definite thickness equivalent for each gauge number (see American Iron and Steel Institute 11Manual of Steel Construction", latest edition, Section 6, U.S. Standard Gage). 4-1.5.2.2 Fabrication. Pipe shall be manufactured in accordance with AWWA Specification C200-80 (or latest revision), except as herein provided. The diameter specified shall refer to the finished net inside diameter of the completed pipeline and the Contractor shall take into consideration lining thickness in placing order for pipe. The pipe shall be manufactured in courses not less than ten feet (10 1 ) long, having not more than two (2) longitudinal and three (3) c i rcumferent i a 1 seams per sect ion, except where shorter lengths or more than one of either type of welded seam are required by special conditions and approved by the District Engineer. All longitudinal seams shall be butt welded from the exterior against copper faced mandrels with either single or twin arc electrodes, depending on the wall thickness. All circumferential seams shall be butt welded from the exterior, and when required from the interior as well, using single arc electrodes for each such weld. All seams shall be welded by an approved shielded arc process which protects the weld metal from the atmosphere while cooling and which assures full fusion with the parent metal and complete penetration. All pipes and pipe joints shall be of uniform diameter and workmanship. Any pipe, either before or after pl acing of cement mortar lining and cement mortar coating, will be rejected if not in complete accordance with these specifications. The manufacturer of the pipe to be furnished shall have had three (3} years of experience manufacturing pipe of a similar size and type. The District Engineer shall be the sole judge that this experience qualifies the manufacturer to furnish the pipe. 268-01-l(w).227#2.3 Page 17 ' I 'H jljlllfl". ,11111 .. ---------,,,_~ -• -• -----• -• -----• PART IV -SUPPLEMENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL MUNICIPAL WATER DISTRICT 4-1.5.2.3 Ends Of Pipe Sections. Standard ends of pipe sections shall be bell and spigot, rubber gasket type, as shown on the drawings or approved by the District Engineer, circular in shape and so designed and fabricated that when-the pipe is laid, the joint will be self-centering. The joint shal 1 be so designed that the gasket wi 11 be completely enclosed by steel on al 1 four sides. Both ends s ha 11 be formed in such a manner to insure perfect roundness of the ends and a groove of uniform dimensions. The difference in circumferential measurement between the outside circumference of the spigot and the inside circumference of the bell shall be 6/100-inch (0.06") minimum and 18/100-inch (0.1811 ) maximum. The gasket shall not be required to bear the weight of the pipe. The outlined interior surface of the bell and the uncoated exterior surface of the spigot shall be protected by a corrosion resistant paint. The joint shall be so proportioned and the gasket shall be of such a size that the gasket will be confined and compressed sufficiently to make a water-tight joint under the combined condition of maximum bell circumference and maximum unsymmetrical closure. The manufacturer shall keep production records of measurements made on the bell and spigot of each length of pipe. Other ends, where called for on the drawings, shall be of the following types or equals. 4-1.5.2.3.l Ends For Mechanically Coupled Field Joints. Ends for Dresser-type couplings shall be plain, with the weld bead ground flush outside for the required distance back from each end. For Victualic-type couplings, ends shall be banded, or provided with shouldered ends. For bolted joints, ends of sections shall be swaged, if required • 4-1.5.2.3.2 Plain Ends Fitted With Flanges. Ends to be fitted with flanges sha 11 have the weld bead ground flush for the di stance the flange is to slip over the end. Flanges shall be welded to the pipe ends with full fillet welds both inside and outside. Flanges shall confonn to the requirements of these Supplemental Special Provisions for Valves and Hydraulic Specialties, Section 4-1.6.3.4. All flange bolts and nuts, except where otherwise specified, shall be made of the best quality refined iron or mild steel, and shall have sound, well fitting threads. Bolts shall be provided with standard hexagonal cold-pressed nuts and standard square heads, unless hexagonal heads are required for c 1 ea ranee. Fl an ge bo 1 ts for each size of flange shall be of the diameter required, and of such a length that, after installation. they will not project more than three-eights inch (3/811 ) beyond the outer face of the nut. Gaskets of 11Cranite,11 or equal, one-sixteenth inch (1/1611 ) thick shall be used in all flanged joints, full face type. 268-01-l(w).227#2.3 Page 18 ,,,, I 1jj..,t, 111t1 1111,1 --------.. ---• • .. ----.. ,_ - -.,.~ PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL ~UNICIPAL WATER DISTRICT 4-1.5.2.3.3 Ends of Pipe Sections -Welded Joints. One (1) of each section shall be swaged out to foim a female or bell end which shall permit the male or spigot end to enter approximately one inch (l") with a clearance of approximately 1/32 inch (1/32"). The spigot end shall be "sized" to permit it to enter the bell end of the adjacent section and the weld bead shall be ground flush for the distance it is to enter the bell end. 4-1.5.2.3.4 Welded Joints shall be completed in the trench. When the pipe is being laid, both the spigot and the bell ends shall be thoroughly cleaned of all foreign matter and all protective material sha 11 be removed from the surfaces that are to be in contact at the joints. Just prior to joining the two ends together, each end of the pipe shall be "buttered11 with cement mortar in such a manner and in sufficient quantity to completely fill the space between the respective mortar linings. After the joining is completed, the pipe interior shall be swabbed to remove all excess mortar by drawing an approved type swab or squeegee through the pipe. For pipe 24 inches (24") in nominal inside diameter and larger, a one-half inch (l/2") recess between adjacent linings shall be provided and later pointed from the inside with cement mortar and troweled smooth. All welding shall be done by experienced welders, qualified in accordance with the Standards of the American Welding Society. Field welding shall comply with the requirements of AWWA C206-82, standard for field welding of steel water pipe. In a 11 hand welding, the metal sha 11 be deposited in successive layers and the minimum number of passes or beads in the completed ~eld shall be as follows: Steel Cylinder Thickness Inches Smaller than 3/16" 3/16" and 1/4" 5/1611 3/811 Fill et Weld ~inimum Number of Passes 1 2 3 3 Where welded joints are designated on the Plans, the pipe may be joined with rubber gaskets as specified in the above provision for rubber ring joints in lieu of slip (lap) joints. The outside recess between the bell and spigot shall then be caulked with a rod to facilitate the welding. The weld shall be continuous for the full circumference of the pipe. After the joints have been welded, the joint shall be grouted with cement mortar in the same manner as specified for rubber ring joints. 268-01-l(w).227#2.3 Page 19 , r1 ',I,.. ,. --• ---., ---• -• --• • ,., --• ---• PART IV -SUPPLEMENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL MUNICIPAL WATER DISTRICT 4-1.5.2.3.5 Bonded Joints. Standard rubber gasket joints shall be electrically bonded with steel jumper rods in accordance with the Standard Drawing. 4-1.5.2.4 Rubber Gasket. The rubber gasket used for sealing field joints shall be made of special composition rubber, shall be circular, and of such size as to provide a water-tight joint. The rubber compound shall consist of first grade natural rubber, synthetic rubber, or suitable combination thereof. The gasket shall be the sole element depended upon to make the joint watertight. The gaskets shall be furnished with the pipe. Gaskets shall conform to the fa 11 owing physical requirements when tested in accordance with Federal Test Method Standard No. 601. 4-1.5.2.4.1 Tensile Strength. The tensile strength of the compound shall be not less than 2,700 psi for natural rubber or 2,300 psi for synthetic rubber. (Method 4111.) 4-1.5.2.4.2 Elongation of Rupture. Two-inch (2") gauge marks shall stretch to not less than ten inches (10") at rupture. (~ethod 4121.) 4-1.5.2.4.3 Specific Gravity. The specific gravity shall be between 1.15 and 1.25. (~ethod 3311.) 4-1.5.2.4.4 Tensile Strength After Aging. The tensile strength of the compound shall be not less than eighty percent (80%) of the tensile strength before aging after being subjected to an accelerated aging test in an air oven for 96 hours at 158°F (~ethod 722), or in an oxygen bomb test for 48 hours at 158°F and 300 psi (~ethod 7111). 4-1.5.2.4.5 Testing. Each section of pipe shall be hydrostatically tested under an internal pressure to eighty-five percent {85%) of the specified yield point fiber stress of the plate or sheet furnished • Hydrostatic testing sha 11 otherwise con form to the requirements of AWWA C200-80. All leaks shall be repaired by chipping to sound metal, hand welding, and the section then re-tested. All tests shall be made against a fabricated field joint mandrel. 268-01-l(w).227#2.3 Page 20 /l!flff -• 11111 ---• • -• -----.. ---- PART IV -SUPPLEr,4ENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL r,4UNICIPAL WATER DISTRICT 4-1.5.2.4.6 Application Of Cement ~ortar Lining And Coating 4-1.5.2.4.6.1 General. Cement mortar linings and coatings shall comply with AWWA Standard C205-85 (or latest revision), except as herein modified. 4-1.5.2.4.6.2 t-4aterials. .Pipe shall comply with detail specifications herein for Welded Steel Pipe. All objectionable matter, such as loose mill scale, rust, dirt, oil or grease, shall be removed from the pipe prior to the application of the cement mortar lining and coating. No strength value shall be given concrete mortar or any reinforcing material for withstanding internal pressure. Cement used in cement mortar shall comply with ASTt-4 Specifications Cl50, Type II. Aggregate used in cement mortar shall be composed of clear, sharp, durable grains graded as required by the application process. Water used in cement mortar shall be clean and free from objectionable quantities of organic matter, alkali, salts or other deleterious substances. The cement mortar used for the inside and outside coatings shall be composed of mixtures of cement, aggregate and water as above, well mixed and of the proper consistency to produce dense, homogeneous lining and coating materials. All cement mortar shall develop an ultimate compressive strength of not less than 2,600 psi at seven (7) days and 4,500 psi at 28 days as determined by AST"1 Specification C39, latest revision. The mortar used for lining and coating shall consist of one (1) part of Portland Cement to not more than three (3) parts of aggregate by weight with a minimum amount of water to give the best overall results with the particular material and method used for the work. Steel reinforcing wire used in the outside cement mortar coating shall be bright basic wire of low carbon, open hearth steel, not annealed after the last draw, and with a minimum ultimate tensile strenght of 80,000 psi, and conforming to Asn-1 Specification A82, "Cold Drawn Steel Wire for Concrete Reinforcement." 4-1.5.2.4.6.3 Interior Lining. The cement mortar shall be applied to the inside of each section of pipe by means of troughs or retracting feed lines while the pipe is rotated with its axis in a horizontal position. This initial application shall produce a uniform 1 ongitudinal di stri but ion throughout the 1 ength of pipe. Then the pipe shall be rotated at a speed which will uniformly distribute the mortar around the inside circumference of the pipe and produce a dense, smooth and uniformly compacted lining. During the spinning operation, surplus water, which has been forced to the surface of the lining, shall be removed by a blower or other suitable means. Immediately after the spinning operation, each section of pipe shall be tilted to drain off any excess water still remaining, and each end 268-01-l(w).227#2.3 Page 21 I ' !liill• --.. ---.. • --.. ----• ---- PART IV· -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL ~UNICIPAL WATER DISTRICT shall be capped with a waterproof cove:--, properly attached, to prevent the escape of moisture fro~ the interior ·of the pipe. The pipe shall be carefully moved to a storage area and cured under sprinklers without being disturbed for not less than four (4) days if an exterior cement mortar coating is to be applied, or for not less than seven (7) days if the exterior coating is omitted. 4-1.5.2.4.6.4 Exterior Coating. The cement mortar shall be applied to the outside of each section of pipe by means of a nozzle, or nozzles, through which the mortar is forcibly expelled against the outside surface of the pipe in such a manner as to form an even, dense and tightly adhering coating. During the coating operation, the pipe shall be rotated and moved in a longitudinal direction beneath the coating nozzles. The rotation and longitudinal travel of the pipe shall be uniform and at the proper rate to provide a coating of the specified thickness. The standard reinforcing for the cement mortar coating shall be a spirally wound steel reinforcing wire of the specified gauge, embedded in the coating. The wire shall be 14-gauge at one-inch (l") pitch. Immediately after the coating has been completed, the outside of each end of each section shall be cleaned to bare metal and shall have the mortar troweled and ·shaped to suit the type of joint being used. All bare metal exposed at the ends of each section of pipe shall be cleaned and suitably protected. The pipe shall then be cured under sprinklers for not less than four (4) days before being disturbed. 4-1.5.2.4.7 Inspection. The District Engineer or his authorized representative shall at all times have the right to inspect the work and materials. The manufacturer shall furnish the District Engineer reasonable facility for obtaining such ~nformation as he may desire regarding the progress and manner of the work and the character and quality of materials used. 4-1.5.2.4.8 Loading and Transportation. After the pipe has been properly cured, it shall be loaded on trucks or railroad cars and, when necessary, supported in such a manner, using adequate dunnage, steel saddles and padding, to insure the safekeeping of the pipe while in transit. During the loading and unloading operations, the pipe sha 11 be handled in a workman 1 i ke manner, and every precaution shall be taken to prevent damage to the coating. Under no circumstances are sections to be dropped or bumped. District's Representative shal 1 be present during loading and unloading operations. 268-O1-l(w).227#2.3 Page 22 - ·-.. -------• -----• -• • ------• --• PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION l -COSTA REAL ~UNICIPAL WATER DISTRICT 4-1.5.2.4.9 Laying Pipe. Pipe of the various types and sizes indicated shall be furnished and installed in accordance with the drawings. Proper and suitable tools and appliances for the safe and convenient handling and laying of -the pipes and special fittings shall be used. Al 1 pieces shal 1 be carefully examined for defects and no piece shall be laid which is known to be defective. If any defective piece should be discovered after having been laid, it shall be removed and replaced with a sound one in a satisfactory manner by the Contractor at his own expense. The pipes and special fittings shall be thoroughly cleaned before they are laid, shall be kept clean until they are accepted in the completed work, and when laid shall conform accurately to the lines and grades given by the Engineer. Open ends shall be plugged when work is stopped for the night or for any other reason. Special care shal 1 be exercised to avoid leaving bits of wood, dirt, and other foreign particles in the pipe. If any such particles are discovered before the final acceptance of the work, they shall be removed and any damaged or otherwise unsuitable pipe, valves and fittings replaced, as required by the District Engineer, at the Contractor's expense. Pipe delivered to the site and subjected to excessive periods of dust or another objectionable contamination before being placed in the trench shall be cleaned by air hose or other satisfactory method, then swabbed thoroughly with a chlorine solution of a strength satisfactory to the District Engineer. The pipe shall then be hosed out with pure water. Where the objectionable contamination might be i nj uri ous to hea 1th, the pipe so contaminated wi 11 be rejected and the Contractor shall remove same from the site. · 4-1.5.2.4.9.1 Bedding of Pipes. Bedding of pipes shall be on an even grade and of good alignment with continuous bearing on the bottom of the trench. Excavation shall be made for collars or bells. 4-1.5.2.4.10 Concrete Thrust Blocks. Concrete thrust blocks shall be shown on the plan_s. Concrete shall be a minimum of 5-sack, 2,000 psi as specified 1n these Supplemental Special Provisions for Portland Cement Concrete, Section 4-1.3 • 4-1.5.3 Earthwork. All earthwork shall conform to these Supplemental Special Provisions for Earthwork, Section 4-1.2. 4-1.5.4 Connection to Existing Mains. Before work of any nature is begun which would interfere with the operation of the existing main, the Contractor shall have on hand at the site of the work all of the materials necessary for the orderly and uninterrupted prosecution of the work. The Contractor sha 11 make the necessary arrangments with the District and the District's Representative for any shutdown and give ample notice of the period for which the shutdown is required to be scheduled. The opening and closing of all valves shall be done in the presence of the District's Representative. The Contractor .shall obtain an encroachment permit from the District prior to making a connection. 268-01-l(w).227#2.3 Page 23 ·--.. ----• - • -• -------- PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 1 COSTA REAL ~UNICIPAL WATER DISTRICT 4-1.5.5 Field Testing and Sterilization. The Cont:--actor shall provide temporary blocking, plugs, flanges, etc., as may be necessary to field test and sterilize the pipes. The limits of testing and sterilization required shall be at butt strap closures and connections as shown on the plans. All testing and sterilization shall conform to these Supplemental Special Provisions for Testing and Sterilization, Section 4-1.8. 4-1.5 .6 Shop Drawings. Prior to fabrication, the Contractor shall submit shop drawings prepared by the pipe manufacturer showing details of materials and dimensions to be supplied. Shop drawings shall be accompanied by a factory certification that the materials to be supplied will comply in all respects with the plans and specifications for the work. · 4-1.6 Valves and Hydraulic Specialties. 4-1.6.l General. All valves and hydraulic specialties required by the plans and specifications and furnished by the Contractor shall be put into operation before acceptance of the work. Such operation shall be in accordance with every detail of operation, and such valves and/or hydraulic specialties shall show no sign of leakage. Glands and other appurtenances shall be in first class working order • 4-1.6.2 Gate Valves. Gate valves shall be furnished by the Contractor and installed, complete with piping, fittings, valve boxes and covers, at the locations indicated on the plans and in accordance with these specifications. Unless otherwise shown on the plans, all gate valves shall have non-rising stems, and "O"-ring seals. 4-1.6.2.1 Scope, 4-12 Inch. These specifications cover iron-body resil iented-seated gate valves with non-rising stems with a design working pressure of 200 psi. All valves shall comply with AWWA Standard C509-81 or its latest revision. All internal and external ferrous metal surfaces shall be factory epoxy coated to a minimum thickness of 4 mils and meet AWWA Standard CSS0-81 or its latest rev1s1on. The resilient gate shall be fully encapsulated. Valve stems shall be NDZ-S bronze, Copper Development Association (CDA) Alloy No. C99500 with a maximum of 2% zinc and 2% aluminum, and a minimum tensile strength of 70,000 psi and a minimum yield strength of 40,000 psi. Gate valves 4-12 inch shall be American 80 CRS Valves or approved equal • 268-01-l(w).227#2.3 Page 24 --- -----., .. ----------• PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL ~UNICIPAL WATER DISTRICT 4-1.6.2.2 Scope, 14 11 and Larger. These specifications cover iron body bronze mounted gate valve·s of the double disc, parallel seat, bottom wedging type, and non-rising stem, for cold water service for 150 psi or 250 psi. Bronze for interior parts of valves shall be ASTM B62 (85-5-5-5) bronze, and shall contain not more than two percent (2%) aluminum, and not more than seven percent (7%} zinc. Stems shall meet the strength requirements below: Minimum Tensile Strength Minimum Yield Strength. Minimum Percent Elongation in 211 60,000 psi 30,000 psi 10 percent 4-1.6.2.3 Quality. All Class 150 gate valves shall .be ftfueller, or approved equal, manufactured in accordance with the AWWA Specification C500-80 (or latest revision). All Class 250 gate valves shall be Mueller Class 250, or approved equal. 4-1.6.2.4 Three-Inch (3 11 } and Smaller Gate Valves. The body and all interior working parts, except the stem, shalt be constructed of ASTftf 862 (85-5-5-5} bronze. The stems shal 1 be of bronze and have the additional strength requirements as specified below. Minimum Tensile Strength Minimum Yield Strength Mi~imum Percent Elongation in 2" 60,000 psi 30,000 psi 10 percent 4-1.6.2.5 Valve Boxes. The Contractor shall furnish new valve boxes and estensions for all new valves, Brooks Traffic Box 4-TT Series, J & R or approved equal, except that valve boxes for normally closed valves shall be Brooks drawing 3-RT or approved equal. See CRMWD Drawing No. 10 for "Buried 2 1/2" Gate Valve Installation". 4-1.6.3 Hydraulic Specialties 4-1.6.3.1 Victaulic Couplings. Victaulic couplings shall be designed for a water working pressure equal to the design pressure for which they are to be install ed. They shal 1 be equipped with rubber gaskets for water service. They shall be designed for use with cast-iron pipe or fabricted steel pipe with shouldered ends. Bolts shall be of alloy steel. Couplings shall be Style No. 41, 44, 7 7 or a style approved by the District Engineer, as manufactured by Victualic Company of America, or approved equal. 4-1.6.3.2 Flexible Coupling. Flexible coupling shall be of the compression rubber gasket tyupe as manufactured by Dresser, Style No. 38 (steel couplings for cast-iron pipe), or by Smith-Blair Type No. 431, or approved equal, as required for the particular type of pipe involved and approved by the District Engineer. 268-01-l(w).227#2.3 Page 25 I ;.- i,4,{ I , l,o,<(, ---• --,. -----.. -.. -• -ill -• ---• PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL MUNICIPAL WATER DISTRICT 4-1.6.3.3 Pressure Gauges. The Cont:-actor shall furnish and install pressure gauges at the locations shown on the plans. Gauges shall be Ashcroft 3-1/2 inch (3-1/2") 1009A 1/4 L.0-200 psi with 1/4 inch (l/411 ) N.P. T., and shall be supplied with shut-off cooks from tapped connection to 1/4 inch (1/4 11 ), or approved equal. A bronze corporation stop shall be placed between the tapped connection and the bushing. 4-1.6.3.4 Flanges, Gaskets, Studs and Nuts 4-1.6.3.4.l The Pipe, Fittings, and Gate Valves shall be designed to operate at the safe working pressures as designated on the plans or as specified elsewhere in these specifications. All flanges shall be specified in the American Standard Association Specifications with the exceptings hereinafter noted. 4-1.6.3~4.2 The Contractor Shall Furnish the District Engineer certified copies of the manufacturer's test reports that all types of valves, fittings and specials, including their flanges, have passed the hydrostatic test as set forth in the specifications. The Contractor shall furnish to the District Engineer satisfactory test certificates 'that a 11 flanges con form to these spec i fi cations. 4-1.6.3.4.3 Cast-Iron Flanges. Cast-iron flanges shall be ASA Designation B16.l, latest revision, for ClasS-125 and ASA Designation B16.2, latest revision, for Class 250. One-hundred fifty pound (150 lb.) and three-hundred (300 lb.) steel flanges shall be ASA Designation 816.5, latest revision. Flanges shall be as specified by ASA Designation with the exception that all classes of flanges to be buried shall be flat faced with ring-type gaskets. Flanges to be placed in structures, either underground or above ground, shall be as follows: Cast-iron flanges Class 125 or 150-pound steel flanges shall be flat faced with ring-type gaskets; Cast-iron flanges Class 250 or 300-pound steel flanges shall be raised with ring-type gaskets. In any case, flange thickness shall not be less than that designated by applicable ASA Specifications • 4-1.6.3.4.4 Forged Steel Slip-On Flanges or Welding Neck Flanges. Forged steel slip-on flanges or welding neck flanges, when called for on the drawings, shall be furnished for all companion flanges and connections· and shall be Taylor forged steel fittings or approved equal. 4-1.6.3.4.5 Blind Flanges. Blind flanges shall be plate-type flanges conforming to the requirements hereinafter specified or shall be Taylor forged steel or approved equal. Plate-type flanges shall be penni tted for b 1 ind flanges, reducing flanges, speci a 1 flanges and flanges which are greater in diameter than 24-inch (2411 ) nominal size. Flanges 26 inches or greater in diameter shall be manufactured to MSS (t-ianufacturer's Standardization Society) SP-44 standards • 268-01-l(w).227#2.3 Page 26 I;., 1111111 11111 ·-----• -------.. ----- PART IV -SUPPLE~ENTAL SPECIAL P~OVISIONS SECTION 1 -COSTA REAL ~UNICIPAL WATER DISTRICT Plate flanges less than two inches (2") in thickness shall be machined from stee 1 p 1 ate conforming to the requirements of ATS"1 Standard A285, firebox, Grade C. Plate flanges two inches (2") or more in thickness shall be machined· from forged steel conforming to the requtrements of AST~ Standard Al81, Class 60. 4-1.6.3.4.6 Gaskets for Flanged Joints. Gaskets for flanged joints shall be made of asbestos composition sheet packing, graphited on both sides, 1/16-inch (l/16") thick and of the type required for the joining of the type facing on the flanges being used. Gaskets shall be of a quality equal to Crane Company's Granite, Johns-f-1anville 60 or Garlock No. 7021. 4-1.6.3.4.7 Studs for Flange Connections. The studs for flange connections shall conform to the requirements of AST"1 Standard Al93, Grade B-7, except that requirements specified herein shall control where at variance with said AST~ Standard. Studs threaded full length, each with one (1) nut, shall be furnished for flange bolting. Nuts shall conform to the requirements of AST~ Standard Al94, Grade 1 or Grade 2. The fit shall be free fit (Class 2), except that medium fit (Class 3) shall be provided in holes tapped for studs. Threads made by rolling will not be permitted. Studs will be of such length that not less than 1/4-inch (1/4") nor more than 3/8-inch (3/8"} will project through the nut when drawn tight. 4-1.6.4 Plug Valves: Plug valves shall be furnished by the Contractor as indicated on the plans, and shall be installed, complete with piping, fittings, valves boxes and covers at the locations indicated on the plans and in accordance with these specifications. 4-1.6.4.1 Quality: All plug valves shall be Roclcwell Nordstrom semi-steel plug vafves, or approved equal, with either gearing modified for buried service with two-inch (2") square operating nut or operating hand wheel, as indicated on the plans. 4-1.6.5 Butterfly Valves 4-1.6.5.I Butterfly Valves shall be furnished by the Contractor as indicated on the plans and shall be installed complete with piping, fittings, valve boxes and covers at the locations indicated on the plans and in accordance with these specifications. 4-1.6.5.2 Butterfly Valves as shown on the plans shall comply with AWWA Standard for Rubber Seated Butterfly Valves C504-80. All butterfly valves shall be flanged • 268-01-l(w).227#2.3 Page 27 I,,, 1 IOI .... ---.. --·---- ---- - - PART IV -SUPPLEfw4ENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL ~UNICIPAL WATER DISTRICT 4-1.6.5.3 Quality: All butterfly valves shall be Dresser No. 450 or 1450, or approved equal as indicated on the plans. Only butterfly valves 12 inches (12"} in diameter and larger may be used. All butterfly valves used must be. flanged and where used in asbestos-cement pipelines, shall have approved flanged adapters so that appropriate thrust blocks may be installed as shown in the Standard Drawings. Butterfly valves shall be supplied with manual operators unless otherwise specified. Butterfly valves may be used only when so indicated on the plans. 4-1.6.6 Air Release and Vacuum Valves: The Contractor shall furnish air release and vacuum valves at all locations shown on the plans and other high points as deemed necessary to District Engineer including all pipe, valves, fittings, valve boxes and covers as shown on the plans and standard drawings necessary for a complete and operating system. 4-1-6.6.1 Quality: Combination air release and vacuum valves shall be APCO heavy-duty combination air release valves, or approved equal, size as indicated on the drawings. 4-1.6.7 Fire Hydrants: Fire hydrants shall be Jones 3700, or approved equal, and installed per District Standards. 4-1.6.8 Copper Water Tube: Copper water tube shall confonn to 11 Standard Specifications for Seamless Copper Water Tube, 11 ASTr,t Designation No. 888, Type K (soft), latest revision. 4-1.6.8.1 Co~per Water Tube Within Enclosed Areas: All copper water tubes within enclosed areas, that are exposed, shall conform to "Standard Specifications for Seamless Water Tube," ASTM Designation No. 888, Type K (hard), latest revision. 4-1.6.8.2 Joints: All sweat-type fittings shall be silver soldered, 15 percent (15%) SILFLO, or approved equal. 4-1.6.9 Buried Pipe, Flanges, and Valves 4-1.6.9.1 Buried Pipe, Flanges, and Valves: All underground valves, flanges, nuts and bolts shall be coated with two (2) coats of E. C. 244 as manufactured by 3-1'1 Company, or non-oxide grease, or approved equal, and then double wrapped with 10 mil PVC (or equivalent to 20 mil total) and all seams taped to prevent the entry of moisture. (Reference Supplemental Special Provisions, Section 4-1.10.) 4-1.6.9.2 Buried Cogper Tubing: All underground (buried) copper tubing, brass, pipe, fittings, valves, and appurtenances shall be wrapped (or PLASII-Sleeve L.A.Pfw40 or approved equal protected) with 10 mil PVC and taped securely to tubing. All seams sha11 be taped to prevent the entry of moisture. 268-01-l(w).227#2.3 Page 28 - ----• • 111111 -• 11111 ----..., .. --• -• -• ------.. PART IV -SUPPLE"4ENTAL SPECIAL PROVISIONS SECTION l -COSTA REAL fi4UNICIPAL WATER DISTRICT 4-1.6.9.3 Location Tape Installation: All buried waterlines shall require location tape 1nstalled over centerline of the water line and 12 inches (1211 ) above the tope of pipe. Tape shall be metalized foil core two-inch (211 ) width "Detectable Terra Tape" or approved equal. 4-1.6.9.4 Service Connections: All water service connections, regardless of main size or services size, shall be made with bronze daub le strap saddles. Saddles sha 11 be James Jones Co. J-979 or approved equal, and shall be supplied with flat silicon bronze straps and bronze nuts. Saddles shall be tapped with iron pipe threads. Full circle openings for the straps shall be provided in the saddle. Slotted openings are not acceptable. 4-1.6.10 Payment. Payment for valves and hydraulic specialties shall be made upon the unit price bid and shall include but not be 1 imited to the cost of earthwork, pavement removal and replacement, piping or tubing, valves, valve boxes, fittings, thrust restraints, connections to other pipes, fittings, adaptors, certifications, testing, disinfection, and cleanup and no additional compensation will be allowed therefore. Payment for waterline connections designated on the drawings and provided within the Bid Schedule will be made at the unit price bid and shall include but not be limited to the cost of earthwork, pavement removal and replacement, piping or tubing, valves, valve boxes, fittings, thrust restraints, connections to other pipes, fittings, adaptors, certifications, testing, disinfection, and cleanup and no additional compensation will be allowed therefore. Payment for service connections shall be included within the appropriate bid item and no additional allowance will be made therefore. 268-01-l{w).227#2.3 Page 29 '1'"1 i ' -.... , ----.. ------• ---.. -... ---- --• ¾,~,-- • 4-1. 7 PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL ~UNICIPAL WATER DISTRICT Pressure Reducing Station ~echanical Equipment. 4-1.7.1 General: All pressure reducing station mechanical equipment, valves and hydraulic spec}alties required by the plans and specifications and furnished by the Contractor shall be put into operation before acceptance of the work. Such operation shall be in accordance with every detail of operation, and such mechanical equipment, valves and/or hydraulic specialties shall show no sign of leakage. Glands and other appurtenances shall be in first cl ass working order • 4.1.7.2 Gate Valves: Gate valves shall be furnished by the Contractor and installed, complete with piping and fittings, at the locations indicated on the plans and in accordance with these specifications. Unless otherwise shown on the plans, all gate valves shall have non-rising stems, and non-ring seals. 4-1.7.2.1 Scope: These specifications cover iron-body resiliented-seated gate valves with non-rising stems with a· design working pressure of 200 psi. All valves shall comply with AWWA Standard C509-81 or its latest revision. All internal and external ferrous metal surfaces shall be factory epoxy coated to a minimum thickness of 4 mi 1 s and meet AWWA Standard C550-81 or its latest revision. The resilient gate shall be fully encapsulated. Valve stems shall be NDZ-S bronze, Copper Development Association (CDA) Alloy No. C99500 with a maximum of 2% zinc and 2% aluminum, and a minimum tensile strength of 70,000 psi and a minimum yield st-rength of 40,000 psi. Gate valves 4-12 inch shall be American 80 CRS Valves or approved equal. 4-1.7.3 Hydraulic Specialties: 4-1.7.3.1 Victaulic Couplings: Victaul ic couplings shall be designed for a water working pressure equal to the design pressure for which they are to be installed. They shall be equipped with rubber gaskets for water service. They shall be designed for use with cast-iron pipe or fabricated steel pipe with shouldered ends • Bolts shall be of alloy steel. Couplings shall be Style No. 77 or a style approved by the District Engineer, as manufactured by Victaulic Company of America, or approved equal • 268-01-l(w).227#2.4 Page 30 - -. - ---.. ---- """ .. --.,_ •• ---.. --- .. -- PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL ~UNICIPAL WATER DISTRICT 4-1.7.3.2 Pressure Gauges: The Contractor shall furnish and install pressure gauges at the locations shown on the plans. Gauges shall be Ashcroft 3-1/2 inch (3-1/2"} 1009A 1/4 L.0-200 psi with 1/4 inch { 1/4") N. P. T., and sha 11 be supp 1 i ed with shut-off cocks from tapped connection to 1/4 inch (1/4"), or approved equal. A bronze corporation stop shall be placed between the tapped connection and the bushing. 4-1.7.3.3 Flanges, Gaskets, Studs and Nuts: 4-1.7.3.3.1 The Pipe, Fittings and Gate Valves shall be designed to operate at the safe working pressures as designated on the plans or as specified elsewhere in these specifications. All flanges shall be specified in the American Standard Association Specifications with the exceptions hereinafter noted. 4-1.7.3.3.2 The Contractor shall furnish the District Engineer certified copies of the manufacturer's test reports that all types of valves, fittings and specials, including their flanges, have passed the hydrostatic test as set forth in the specifications. The Contractor shal 1 furnish to the District Engineer satisfactory test certificates that all flanges con.form to these specifications. 4-1.7.3.3.3 Cast-Iron Flanges: Cast-iron flanges shall be ASA Designation 816.1, latest revision, for Class 125. One-hundred fifty pound (150 lb.) steel flanges shall be ASA Designation B16.5, latest revision. Flanges shall be as specified by ASA Designation with the exception that all classes of flanges to be buried shall be flat faced with ring-type gaskets. Flanges to be p 1 aced in structures, either underground or above ground, sha 11 be as fo 11 ows: Cast-i ran flanges Class 125 or 150-pound steel flanges shall be flat faced with ring-type gaskets. In any case, flange thickness shall not be less than that designated by applicable ASA Specifications. 4-1.7.3.3.4 S.O.W.O. Flan es, For ed Steel Sli -on Flan es: Forged steel slip-on f anges, when called for on the drawings, shall be furnished for all companion flanges and connections and shall be Taylor forged steel fittings or approved equal. 4-1.7.3.3.S Gaskets for Flanged Joints: Gaskets for flanged joints shall be made of asbestos composition sheet packing, graphited on both sides, 1/16-i nch (1/1611 ) thick and of the type required for the joining of the type facing on the flanges being used. Gaskets shall be of a quality equal to Crane Company's Granite, Johns-t-1anville 60 or Garlock No. 7021. 268-01-l(w).227#2.4 Page 31 - m1• .... .... Ill •11 •• -• ---• -.. -----.. --- , .. ---- PART IV -SUPPLEMENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL ~UNICIPAL WATER DISTRICT 4-1.7.3.3.6 Studs for Flange Connections: The studs for flange connections shall conform to the requirements of ASTM Standard Al93, Grade B-7, except that requirements specified he:-ein shall control where at variance with said AST~ ~tandard. Studs threaded full length, each with one (1) nut, shall be furnished for flange bolting. Nuts shall conform to the requirements of ASTM Standard Al94, Grade 1 or Grade 2. The fit shall be free fit {Class 2), except that medium fit (Class 3) shall be provided in holes tapped for studs. Threads made by rolling will not be permitted. Studs will be of such length that not less than 1/4-inch (1/4") nor more than 3/8-inch (3/8") will project through the nut when drawn tight • 4-1.7.3.4 Pressure Reducing Valves shall be furnished by the Contractor as indicated on the plans and shall be installed complete with piping and fittings at the locations indicated on the plans and in accordance with these specifications. All valves shall be cast iron body with stainless steel trim with a design working pressure range of 30-250 psi upstream and 20-200 psi downstream. All internal and external ferrous metal surfaces shall be factory epoxy coated to a minimum thickness of 12 mils. Flange ends shall conform to ANSI B16.1, Class 125. All pressure reducing valves shall be CLA-VAL Model 92G-02 (Class 125), Muesco Figure 115-11 (Class 125). 4-1.7.3.5 Pressure Relief Valves shall be furnished by the Contractor as indicated on the plans and shall be installed complete with piping and fittings at the locations indicated on the plans and in accordance with these specifications. All valves shall be Cast Iron Body with stainless steel trim with a design working pressure of 20-200 psi. All internal and external ferrous metal surfaces shall be factory epoxy coated to a minimum thickness of 12 mi 1 s. Flange ends shall conform to ANSI B-16.1, Class 125. All Pressure Relief Valves shall be CLA-VAL Model 50A-0l (Class 125), Muesco Figure 1116 (Class 125), or approved equal • 4-1.7 .4 Structures and Supports: 4-1.7.4.1 Pipe Supports shall be furnished by the Contractor and installed at the locations indicated on the plans and in accordance with these specifications. All supports shall be Fee & Mason Figure 291 or approved equal. 4-1.7.4.2 Concrete Vault: The Contractor shall furnish concrete vau 1t as shown on plans. Vault sha 11 be constructed in conformance with the plans, details and requirements specified in Section 4-1.3. Access hatch shall be Bilco J-4 or approved equivalent. Access steps shall be polypropylene coated steel conforming to dimensional requirements of governing agencies. 268-01-l{w).227#2.4 Page 32 - "I , .. ,_, -• -.. ... ... 11111 -., -.. • -- ,_, - Ill • -• • .. • • • • IJIII • -Ill ·-, ~· 4-1.7.5 PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL ~UNICIPAL WATER DISTRICT ~echanical Systems: 4-1.7.5.1 Wall t'4ounted Fan shall be furnished by the Contractor as indicated on the plans and shaTl be installed complete at the location indicated on the plans and in accordance with these specifications. Fan shall be 611 diameter and shall have a performance range up to 200 cfm. 4-1.7.S.2 Sump Pump shall be furnished by the Cont:-actor as indicated on the plans and shall be installed complete with piping and fittings at the locations indicated on the plans and in accordance with these specifications. Pump sha 11 be cast iron body with bronze ball check capable of handling 45 gpm. Pump shall be able to handle up to 5/8" solids and have a minimum discharge size of 1-1/4 inches. Pumps shall be Hydramatic No. SP 25 (1/4 HP, 12OV, 10), or approved equal • 4-1. 7. 5.3 Exhaust/Intake Vents sha 11 be furnished and i nsta 11 ed by the Contractor complete as indicated on the plans and in accordance with these specifications. Vent pipe shall be 6" diameter galvanized steel with welded mushroom type hood. Hood and Vent shall be Alhambra foundry A2163 or approved equal. Primer and Pa int for above ground portion of steel pipe vents shall be zinc-rich primer with two coats of chlorinated rubber-modified-alkyd paint to a total of 6 mils thickness and shall meet AWWA Standard C2O4-75 or it's l ate st rev i s i on • 4-1.7.6 Payment. Payment for pressure reducing station will be made at the Lump Sum price bid and shall include but not be limited to full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing all earthwork, concrete work, mechanical work, electrical work, architectural work, site work and installing all equipment including, but not limited to, piping, valves, specials, pressure reducing valves, pressure relief valve, utilities, and appurtenances and all other necessary items as specified and indicated as required for a complete, operable and functional pressure reducing station. 4-1.8 Testing and Sterialization 4-1.8.1 General: These specifications designate the requirements for field testing and sterilization of all water mains and appurtenances intended for the conveyance of potable water under pressure • 4-1.8.1.2 Sco~e of Work: The Contractor shall furnish all labor, materials {including water), tools and equipment necessary to provide and complete field testing and sterilization as specified • 268-01-l(w).227#2.4 Page 33 • ,i ,., '"" - • PART IV -SUPPLE,fi4ENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL f'1UNICIPAL WATER DISTRICT 4-1.8.2 Field Testing: 4-1.8.2.1 Pressure Test: After the pipe and all appurtenances have been laid and backfilled and the required compaction obtained and approved, the pipe shall be subjected to a four (4). hour hydrostatic pressure test. This test shall consist of subjecting the pipeline to a hyd:-ostatic pressure of 75 psi in excess of the designated working pressure specified for the cl ass of pipe at the low point in the section being tested. The pressure test shall be made subsequent to any trench backfill compactive weight in excess of 125 pounds. 4-1.8.2.2 t-Aaximum Length of Pipe to be included in any one test shall be not more than 2,500 feet or the distance between valves, whichever is greater. 4-1.8.2.3 Preparation: The lines shall be filled with water at least 72 hours prior to testing. While filling and immediately prior to testing, all air shall be expelled from the pipeline. Where air valves or other suitable outlets are not available for releasing air or applying the test, taps and fittings approved by the District's Representative shall be installed and later securely plugged. 4-1.8.2.4 Procedure: The pressure in the pipeline shall be pumped up to the spec1f1ed test pressure. When the test pressure has been reached, the pumping shall be discontinued until the pressure in the line has dropped 25 psi, at which time the pressure shall again be pumped up to the specified test pressure. This procedure shall be repeated until four (4) hours have elapsed from the time the specified test pressure was first applied. At the end of this period, the pressu:-e shall be pumped up to the test pressure for the last time. Pressure test equipment shall be inspected and approved by the District Engineer prior to use. 4-1.8.2.5 Leakage: Leakage shall be considered as the total amount of water pumped into the pipeline during the four (4) hour period, including the amount required in reaching th,e test pressure for the final time. Leakage shall not exceed the rate of four (4) gallons per inch of nominal inside diameter per 1,000 feet (1,000') of pipe per 24 hours. If leakage exceeds this rate, the leak points shall be located and stopped, and all defective pipe, fittfngs, valves and other accessories discovered shall be removed and replaced with sound material and the test shall be repeated until the leakage does not exceed the rate specified above. All perceptible leaks shall be similarly repaired. The lossage wil 1 be from a container with chlorinated water that will be accessible to measurement of water used in the four (4) hour test. 4-1.8.2.5.1 Welded Steel Water f'1ains: No leakage will be allowed for welded steel water mains. 268-01-l(w).227,2.4 Page 34 • "' • ------ • • • --,. • -.. "" '" " 'I PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL ~UNICIPAL WATER DISTRICT 4-1.8.3 . Sterilization: 4-1.8.3.1 Chlorination: After ~ater system installation, the entire pipeline, including all valves, fittings, hydrants, service laterals and other accessories, shall be sterilized in accordance with AWWA Specification C601-81 (or latest revision), which provides: Chlorine gas or chlorine compound solution shall be placed into the mains to form a chorine concentration of approximately 25 ppm or that which will provide a minimum residual of 10 ppm in all parts of the line after 24 hours have elapsed • During the sterilization process, all valves, hydrants and other accessories shall be operated. After chlorination, the water shall be flushed from the line at its extremities until the replacement water is equal chemically and bacteriologically to that of the permanent source of supply. The Contractor shall keep chlorine residual testing and indicating apparatus available on the site during the entire sterilization period. The District shall be notified 24 hours prior to the commencement of the sterilization process and a District Representative shall be at the site at the start of the sterilization process and at the completion of the process. If a break occurs after the hydrostatic and chlorine tests, the line will be rechlorinated and retested at the direction of the District Engineer • 4-1.8.4 Bacteriological Test: At the completion of the system and before the system is placed in service, bacteriological tests shall be taken at various points as determined by the District Engineer. The bacteriological tests shall be made by a certified laboratory selected by the District. All tests shall conform to the requirements of the California Health and Safety Code, the California Water Code, the California Administrative Code, and in accordance with the AWWA Specification C601-81 (or latest revision) • 4-1.8.5 Cross Connection Avoidance: When filling, flushing or otherwise providing a connection between an existing potable water system and an unaccepted water system being tested and sterilized, the Contractor shall, at the option of the District Engineer, install an approved backflow prevention device in the interconnection. 4-1.8.6 Payment. Payment for testing and sterilization shall be made within the appropriate prices bid and no additional compensation will be allowed therefor. 268-01-l(w).227#2.4 Page 35 •• •• • ... • ... - '"' .. • 'Ill " , 4-1.9 PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL ~UNICIPAL WATER DISTRICT Painting 4-1.9.1 General: Al 1 exposed ferrous metal surfaces and appurtenant facilities, either inter~or or exterior, sha11 be painted as herein specified. Storage tanks and/or other majo:--structures shall be painted in accordance with detailed special provisions included in their respective pr.oject plans and specifications. 4-1.9.2 Surface Preparation: Surfaces to be painted shall first be thoroughly cleaned to remove di:--t, loose scale, rust, oil, grease or other foreign matter immediately prior to painting. Cleaning shall be done with abrasives, scrapers, wire brushes, sandblasting, solvents or other means approved by the District's Representative. 4-1.9.3 Exposed Ferrous f'1etal: Exposed ferrous metal appurtenances, under either interior or exterior conditions, shall be painted. Such appurtenances include, but shall not be limited to, valves, fittings, supports, piping, vents, etc. 4-1.9.3.1 Prime Coat: Surfaces to be painted shall receive a prime coat of Rust-0leum No. 769 Damp Proof Red prime, or approved equivalent. 4-1.9.3.2 Finish Coat: After pr1m1ng, a finish coat shall be applied. The finish coat shall be Rust-0leum No. 865 enamel or approved equivalent. If in the op1n1on of the District's Representative, there is inadequate coverage, a second application may be required. The finish coat{s) shall be Rust-Oleum Dunes Tan or equal • 4-1.9.4 Valve Box Lids: Valve box lids shall receive two (2) coats of Praline No. 806 S.Y., striping yellow or approved equal • 4-1.9 .5 Fi re Hydrants: Fi re hydrants and fire hydrant va 1 ves shall receive a prime coat of Praline No. 116 primer and two (2) coats of Praline No. 1014 enamel, medium yellow, or approved equal. 4-1.9.6 Brass, Bronze and Copper: Brass, bronze and copper appurtenances except fire hydrants and hydrant valves sha 11 not be painted unless specifically called out on project plans and specifications • 4-1.9.7 Payment. Payment for painting will be made within the appropriate work items bid and no separate payment will be made therefor. 268-01-l(w).227#2.4 Page 36 -.. - ... ... ... .. PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION l -COSTA REAL ~UNICIPAL WATER DISTRICT 4-1.10 Polyethylene Wrap 4-1.10.1 General: requirements for the polyethylene wrap. These specifications installation; measurement designate and payment the for 4-1.10.1.1 Scope of Work: The Contractor shall furnish all labor materi a 1 s, tools and equipment necessary to construct complete and ready for service the polyethylene w:"'ap of at least 8-mils in thickness. The wrap shall be placed around all cast iron (ductile) fittings and pipe, flexible cast iron (ductile) or steel couplings, adapters and va 1 ve bodies, which wi 11 be exposed to earth backfill • Such wrap shall overlap adjoining pipe coating by at least 12 inches (1211 ) and.shall be placed prior to placing concrete anchor, thrust, and support blocks. Wrap shall be firmly held together with Scotch No. 33 tape or approved equal. 4-1.10.1.2 Application: 4-1.10.1.2.1 Cast-Iron Pipe, Ductile-Iron Pipe and Steel Pipe and Fittings: 4-1.10.1.2.1.1 Before lowering the pipe from the trench side into the trench, it shall be raised with a crane about three feet above the ground, by use of a sling or pipe tongs. A cut section of the polyethylene tube about two feet longer than the pipe shall then be slipped over the spigot end of the pipe and bunched up, accordion fashion, between the spigot end of the pipe and the supporting sling or pipe tongs. 4-1.10.1.2.1.2 The pipe shall then be lowered into the trench, the spigot end shall be seated into the bell of the previously installed pipe and the pipe shall then be lowered to the trench bottom. A shallow bell hole shall be provided to facilitate wrapping of the joint. 4-1.10.1.2.1.3 The joint shall then be made up in normal fashion. 4-1.10.1.2.1.4 The sling or tongs shall then be removed from the center of the pipe length. The bell end of the pipe shall then be raised about three or four inches and the previously placed polyethylene tube shall be extended along the full length of the barrel. About one foot of tube shall be left bunched up at each end of the pipe to provide overlap of the adjoining pipe. 4-1.10.1.2.1.5 To make the overlap joint, the plastic tube shall be pulled over the bell of the pipe, folded around the adjacent spigot and secured to the pipe with about three circumferential turns of t WO -i n Ch w i d e p 1 as t i C ad he s i Ve t ape • Th e p 1 as t i C tu be On the adjacent spigot shall then be pulled over the above secured wrap on the pipe bell and sealed in place behind the bell with about three circumferential turns of two-inch wide plastic adhesive tape. 268-01-l(w).227#2.4 Page 37 ---- • • • -,,,. • - ""' "" PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 1 -COSTA REAL ~UNICIPAL WATER DISTRICT 4-1.10.1.2.1.6 The loose plastic wrapping on the pipe shall be pulled snugly around the pipe barrel, the excess mate:--ial shall be folded over at the top of the pipe and the fold shal 1 be secured by use of six-inch long strips of two-inch wide plastic adhesive tape spaced about three feet along the pipe bar:"el. 4-1.10.1.2.2 Iron Fittings, Valves and Appurtenances: Bu:"ied fittings, valves, and appurtenances shall be hand wrapped with polyethylene film secured in place with plastic adhesive tape, as specified. Bends, reducers and offsets shall be wrapped with polyethylene tube in the same manner as pipe. All fittings, valves and appurtenances shall be double wrapped. Valves shall be wrapped by extending the tube wrap from adjacent pipe over bells or flanges of the valve and sealing to the valve body with two-inch wide plastic adhesive strips wrapped transversely around the valve body. Valve bodies shall then be wrapped by placing a flat sheet of the plastic film under the valve body, extending the film to cover the valve body to the stem and securing the film in place with two-inch wide strips of plastic adhesive tape. Hydrant ells and riser shall be wrapped with polyethylene tube and film to the ground level of the hydrant. All fittings to be encased or backed with concrete shall be completely wrappeg with polyethylene film prior to placing concrete • 4-1.10.1.3 Payment: Payment for furnishing and installing polyethylene wrap shall be considered to be included in the contract unit or lump sum prices paid for the various items or work and no additional allowance will be made therefor. 268-01-l(w).227#2.4 Page 38 Ji . ---- .. .. • • "' .. ... 268-02-l(w)227#2.10 PART IV SUPPLEMENTAL SPECIAL PROVISIONS SECTION 2 CITY OF CARLSBAD Page 39 --- -• • .. • .. • • • .. ... PART IV -SUPPLE~ENTAL SPECIA~ PROVISIONS SECTION 2 -CITY OF CARLSBAD 4-2.1 General. Procedural Documents, General Provisions and Special Provis1ons govern the work· herein. Where requirements specified within the Special Provisions are at variance with the requirements specified herein, these supplemental Special Provisions shall govern. 4-2.2 Fees and Charges. The Contractor is advised that all nonnal City fees and charges will be required and that these fees and charges shall be included within appropriate items of bid. 4-2.3 Siltation and Sediment Control Requirements. Requirements for the control of silt and sediment from construction activities in the project area: 4-2.3.1 All clearing and grading operations shall be avoided between 1 November and 1 April, if possible. The existence of bare graded or cleared lands extending into this period shall require compliance with all of the following provisions: 4-2.3.2 Provide sediment basins of adequate size to contain all anticipated sediment runoff. The sediment basins shall be provided at the lower end of every drainage area producing sediment runoff. The basins shall be ~aintained and cleaned to construction contours after every runoff producing storm. The basins shall be semi-pennanent structures that would remain until soil stabilizing vegetation has become well established on all erodible slopes. Sedimentation basins may not be removed or made inoperative without prior approval of the-Engineer • 4-2.3.3 Sewer or storm drain trenches that are cut through basin dikes or basin inlet dikes shall be plugged with sandbags from top of pipe to top of dike. 4-2.3.4 All utility trenches shall be blocked at the prescribed intervals with a double row of sandbags with a top elevation, two sandbags below the graded surface of the street. Sandbags are to be placed with lapped courses. The intervals prescribed between sandbag blocking shall depend on the slope of the ground surface, but not exceed the following: 268-02-l(w)227#2.10 Page 40 -----------• 11111 .. • -• - • PART II I SPECIAL PROVISIONS Section 2 Construction ~aterials 2-1 ROCK 1'1ATERIALS 2-2 2-3 2-4 2-1.1 General. Modify Section 200-1.1 of the SSPWC to include the following provision: "Alternate Rock Material, Type S, may be used on the work (Reference Section 400). 2-1.2 Stone for Rip Rap. Modify Section 200-1.6 of the SSPWC to include the applicable portions of the Standard Special P:--ovisions relating to that Section. PORTLAND CEMENT CONCRETE 2-2.1 General. Modify Section 201-1 of the SSPWC to include the applicable portions of the Standard Special Provisions relating to that Section. 2-2.2 Job Site tw1ixing. Job site mixing will not be permitted except as allowed pursuant to Subsection 201-1.4 of the SSPWC or as otherwise authorized by the Engineer. 2-2.3 Expansion Joint Filler and Joint Sealants. Delete Section 201-3.3, Polystyrene Joint Filler, in ,ts entirety. tw1ASONRY tw1ATERIALS 2-3.l Concrete Block. Modify Section 202-2.1.2 of the SSPWC to include the applicable portions of the Standard ·Special Provisions relating to that Section • ASPHALT CONCRETE 2-4.1 General. tw1odify Section 203-6 of the SSPWC to include the applicable portions of the Standard Special Provisions relating to that Section. 268-02-l(w).227.28 Page 31 I.,. 1·~ I~, ·- 11,,.; . ,~ 11111 ----""' -• -• ---• -- "' • --... ,, •. '11/N --• 2-5 2-6 PART III -SPECIAL PROVISIONS Section 2 -Construction ~aterials MISCELLANEOUS 1"ETAL ITEMS 2-5.1 Chain Link Fabric. 1"odify Section 206-6.3 of the ssP·wc to include the applicable portions of the Standard Special Provisions relati~g to the Section. PIPE 2-6.1 Asbestos Cement Sewer and Stenn Drain Pipe. Section 207-6 in its entirety. Delete 2-6.2 Asbestos Cement Pressure Pipe. Delete Section 207-7 in its entirety • 2-6.3 Vitrified Clay Pipe. 1"odify Section 207-8.2.1 of the SSPWC to include the applicable portions of the Standard Special Provisions. 2-6.4 Cast Iron and Ductile Iron Pipe. "'odify Section 207-9.2.6 of the SSPWC to include the applicable portions of the Standard Special Provisions relating to that Section. 2-6.5 Corrugated Steel Pipe and Pipe Arches. Add to Section 207-11.1 of the SSPWC the following: "Unless otherwise specified, the minimum gage for corrugated metal pipe shall conform to the following: Gage 8" to 24" inclusive 16 30" to 35" inclusive 14 42 11 to 48" inclusive 12 54" to 66" inclusive 10 72 11 to 96 11 inclusive 8 A bituminous coating shall be a-pplied to all corrugated pipe and bands in accordance with the requirements of this Section prior to shipment from the factory." 2-6.6 Pipe Appurtenances. 2-6.6.1 Add to the SSPWC as Section 207-20 the applicable portions of the Standard Special Provisions relating to that Section, except as further modified hereinafter. 2-6.6.2.1 Add to the Standard Special Provisions immediately following the Title 11207-20 Pipe Appurtenances" the following: "207-20.1 General. Unless otherwise specified, all pipe appurtenances sha 11 comply with the appropriate standard drawing of the City of Carlsbad." 268-02-l(w).227.28 Page 32 "I~ .. ----• ---• -.. - PART III -SPECIAL PROVISIONS Section 2 -Construction "1aterials 2-6.7 Asbestos P:--oducts. Amend-Sections 207-10.4.3, 207-10.4.5 and 207-11.5.3 of the SSPWC to include the following: "Asbestos materials shall not be used.11 2-6.8 · Correction. Correct the reference to Asphalt "1astic Coating in Sections 207-12.4 and 207-14.2 of the SSPWC to read: II . . . Subsection 207-11.5.3." 2-7 ELECTRICAL COt-1PONENTS 2-7.1 General. t-'lodify Section 209 of the SSPWC to include the applicable portions of the Standard Special Provisions relating to the f o 11 owing: 2-7.1.l "1odify Sections 209-2.1, 209-2.3 and 209-2.4 in conformance with the Standard Special Provisions. Supplement the requirements of Sections 209-2.1 and 209-2.4 of the SSPWC with the additional applicable reqirements specified within the State of California Department of Transportation (CALTRANS) Standard Specifications, Section 86-6 and 86-2.08, respectively. 2-7.1.2 Add Sections 209-2.5, 209-2.6, 209-2.7, 209-2.8, 209-2.9 and 209-2.10 in conformance with the Standard Special Provisions. • 2-8 SOILS AND AGGREGATE TESTS -• -----• ------- 2-9 2-8.1 General. Modify Section 211 of the SSPWC to include the applicable portions of the Standard Special Provisions relating to the following: 2-8.1.1 t-1odify Sections 211-2.1 and 211-2.2 in conformance with the Standard Special Provisions. 2-8.1.2 Add Section 211-5 in conformance with the Standard Special Provisions. LANDSCAPE AND IRRIGATION t-1ATERIALS 2-9.1 General. Modify Section 212 of the SSPWC to include the following revisions: 2-9. 1. 1 Delete Section 212-2.1.6 in its entirety. 2-9.1.2 t-1odify Sections 212-1.1.2, 212-1.2, 212-1.3, 212-1.4, 212-1.5, 212-2 and 212-3 to include the applicable portions of the Standard Special Provisions. 2-9.1.3 Add Sections 212-1.2.6, 212-1.4.7, and 212-1.6 in conformance with the Standard Special Provisions. 268-02-l(w).227.28 Page 33 I ' I ' l I . ,, •''t 1>11- ... -- !i!J'f ... ------• -.. .. • ,. --.. .. ,,, ,.,.,,, PART III -SPECIAL PROVISJONS Section 2 -Construction ~aterials 2-10 ENGINEERING FABRICS 2-10.1 Add to the SSPWC as·Section 214 the applicable portions of the Standard Special Provisions relating to that Section. 268-02-l(w).227.28 Page 34 I ,_,ti I iffl IQ • • -- ~" -... -- -• -.. -.. -.. -• •· ... -- 3-1 PART II I SPECIAL PROVISIONS Section ·3 Construction ~ethods EARTHWORK 3-1.1 General. Earthwork shall conform to Section 300 of the SSPWC, except as modified herein • 3-1.2 Requirements. Add the following to Section 300-1.3.2: d. Pipelines -Where an existing abandoned pipeline is not otherwise removed by the grading operation, it shall be removed within 20 feet of street area and within all areas of excavation or fill and replaced with properly compacted soils. In all other areas, the pipe shall be completely p 1 ugged with concrete or be removed. The removed portion of the pipe line shall be salvaged to the yard of the owner of the utility when required by the Engineer. 3-1.3 Unclassified Excavation. Add the following Subsections to Section 300-2.2: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, such compressible soils shall be removed from areas to receive fill or from areas upon which surface improvements are to be placed. The removal of such compressible soil shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in which case it wil 1 be paid for in accordance with Subsection 300-2.2.1 • 268-02-l(w).227.29 Page 35 ,. -.. -- 1111 .. ,. --- ·-- .. -.. -.. - - Section 3 -Construction ~ethods f ' I ' 300-2.2.4 Instability of Cuts. The .Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be -paid for in accordance with Subsection 300-2.2.1. However, if due to the character of the Work such removal is not properly compensible at the Contract Unit Price for unclassified excavation, the Work may be paid for in accordance with Section 3 • 3-1.4 Slopes. Modify the first sentence of the second paragraph of Section 300-2.5 of the SSPWC to read as follows: The tops of excavation slopes and the end limits of excavations shall be rounded and provide smooth transitions to abutting existing ground, and these quantities will not be included in the quantities to be paid for as excavation. 3-1.5 Measurement Unclassified Excavation • Modify Section 300-2.8 oft e to inc ude t e o owing provisions: / The quantity shown in the Bid Schedule for unclassified excavation is based upon street structural sections of .27 inches for pavement section and 12 inches for detour paving, each at locations as indicated on the drawings. Should the Contractor disagree with the existing ground elevations shown on the Plans to the extent that such a discrepancy will be the basis of request for a change in the quantity for which payment is to be made, he shall notify the Engineer, in writing, 72 hours in advance of any disturbance of the original ground. Should such notice not be given, the quantity for which payment is to be made will be based upon the existing surface elevations shown on the Plans. Such notice shall include the location and extent of the discrepancy and supporting evidence of the discrepancy. The Engineer will promptly review such notice and notify the Contractor of his findings within 72 hours of his receipt of such notice • 3-1.6 Payment {Unclassified Excavation). Modify Section 300-2.9 of the SSPWC to include the following provisions: Payment, at the unit price bid, will be made for the quantity as adjusted by the Engineer to conform to the actual thickness of the structural section constructed, as determined by field "R" value tests. No compensation other than that for the modified quantity wi 11 be a 11 owed for changes to conform to a different thickness of structural section as so determined. Payment shall include costs of grading for access road shown on the Drawings and sha 11 include the cost of the earthen swa l es shown on the Drawings, except drainage channel as provided otherwise within the Bid Schedule. 268-02-l(w).227.29 Page 36 -------.. - ---•· ------ -.. - ... - Section 3 -Construction Methods i V 3-1.7 Preparation of Fill Areas. Add._the following to Section 300-4.2 of the SSPWC: Areas to receive fill, including areas overexcavated as directed by the engineer, sha 11 be scari f,i ed to a depth of 6 to a inches, brought to near optimum moisture conditions a·nd compacted to at least 90 percent relative compaction. Add the following to Section 300-4.4 of the SSPWC: Benching shall conform to the City of Carlsbad Supplemental Standard Drawing GS-14. Quantities for benching preparatory to f il 1 placement, where required, are considered incidental work and these quantities will not be included in the quantities to be paid for as excavation. 3-1.8 Slopes. Add the following to Section 300-4.8 of the SSPWC: Compaction of fill slopes should, as a preferred method, be achieved by overbuilding the slopes laterally and then cutting back to the compacted core at design line and grade. However, should the compaction of slopes be not obtained in that manner, fill slopes. s ha 11 be backro 11 ed at intervals not greater than four feet as the fill is placed, followed by final compaction of the entire slope. The outer 8 inches of the slope surface may be rolled to a relative compaction of 85 percent. Feathering of fill over the tops of slopes wi 11 not be permitted. The tops of slopes shall be rounded as detailed on City of Carlsbad Supplemental Standard Drawing GS-14. 3-1.9 ~easurement and Payment (Unclassified Fill). Modify Section 300-4.9 of the SSPWC to include the following provisions: The quantity used in detennining payment for unclassified fill shall also include the quantities of fill required to replace material removed under the direction of the engineer. The quantity shown in the Bid Schedule for unclassified fill is based upon street structural sections of 24 inches for pavement sections and 12 inches for detour paving each at locations as indicated on the drawings. Payment, at the unit price bid, will be made for the quantity as adjusted by the Engineer to conform to the actual thickness of the structural section constructed, as determined by field "R" value tests. No compensation other than that for the modified quantity will be allowed for changes to conform to different thicknesses of structural section as so determined. Should the Contractor disagree with the existing ground elevations shown on the Plans to the extent that such a discrepancy will be the basis of request for a change in the quantity for which payment is to be made, he shall notify the Engineer, in writing, 72 hours in advance of any disturbance of the original ground. Should such notice not be given, the quantity for which payment is to be made will be based upon the existing surface elevations shown on the Plans. 268-02-l(w).227.29 Page 37 - ----• --• • • --· -· • -- • ---- -- --- PART III -SPECIAL PROVISIONS Section 3 -Construction ~ethods Such notice shall include the location and extent of the discrepancy and supporting evidence of the discrepancy. The Engineer will promptly review such notice and notify the Contractor of his findings within•72 hours of his receipt of such notice. · 3-1.10 Imported Borrow. "4odify Section 300-5.2 of the SSPWC in conformance with the Standard Special Provisions • 3-1. 10.1 "4easurement and Payment. Replace the second paragraph of Section 300-5.4 of the SSPWC with the following: Quantities of imported borrow will be measured and paid as specified for unclassified excavation on Subsections 300-2.8 and 300-2.9 • 3-1.13 Rip Rap for Rock Slope Protection. Add Subsection 300-8 to the SSPWC in conformance with the Standard Special Provisions. 3-1.14 Temporary Erosion Control. Add Subsection 300-9 to the SSPWC as follows: 300-9 TE~PORARY EROSION CONTROL 300-9.1 Genera 1. Temporary erosion control shall conform to the requirements shown on the Plans, specified herein, and as elsewhere required by the Contract Documents. 300-9.2 Scope. Temporary erosion control shall include, but not be limited to, the work specified herein, and shall additionally include such additional measures, as may be directed by the Engineer, to properly control maintenance of the site area and construction impacts upon areas receiving drainage flows from the project area. 300-9.2.1 Grading Controls. The Contractor shall provide temporary earth berms, sandbags and similar measures, coordinated with his construction procedures, as necessary to control site erosion during the construction period. Detail requirements are specified in Part IV, Section 2 • 300-9.2.2 Non-Irrigated Erosion Control. At the completion of finish grading of construction area, the Contractor shall provide hydroseeding of the construction area as specified herein. Non-irrigated erosion control includes, but is not limited to, furnishing all materials, labor and transportation required to execute this work as specified herein and as necessary to complete the contract, including: a. Hydroseeding; and b. Hydromulching 268-02-l{w).227.29 Page 38 ~,111111, 111111, ., .... --... -• -• • • -.. • • .... .. 111 • .. .. ·~ ... 4 Grade of the Street Less than 2% 2% to 4% 4% to 10% Over 10% Interval As Required 100 feet 50 feet 25 feet 4-2.3.5 After sewer utility trenches are backfilled and compacted, the surfaces over such trenches shall be mounded slightly to prevent channeling of water in the trench area. Care should be exercised to provide for cross flow at frequent intervals where trenches are not on the centerline of a crowned street. 4-2.3.6 All building pads should be sloped towards the driveway and velocity check dams provided at the base of all driveways draining into the street. 4-2.3.7 Provide velocity check dams in all unpaved graded channels at the intervals indicated below: Grade of Channel Less than 3% 3% to 6% Over 6% Intervals Between Check Dams 100 feet 50 feet 25 feet 4-2.3.8 Provide velocity check dams in all unpaved street areas according to recommended criteria indicated on the enclosed graph entitled Sandbag Barrier Spacing for Erosion Control in Graded Streets. Velocity check dams may be constructed of sandbags, timber, or other erosion resistant materials approved by the Engineer, and shall extend completely across the street or channel at right angles to the centerline. Velocity check dams may also serve as sediment traps • 4-2.3.9 Provide a sandbag silt basin or trap by every storm drain inlet to prevent sediment from entering drain system • 4-2.3.10 Sandbags and fill material shall be stockpiled at intervals, ready for use when required • 4-2.3.11 All erosion control devices within the development should be maintained during and after every runoff producing storm, if possible. ~atntenance crews will be required to have access to all areas. . 268-02-l(w)227#2.10 Page 41 I ' --... --• ·• ... • • , . • •1111 .. •• 4-2.3.12 Provide rock riprap on curv~s and steep drops in all erosion prone drainage channels within the work. This protection is intended to reduce erosion caused by the increased flows that may be anticipated from denuded slopes, or from impervious surfaces, resulting from the work. 4-2.3.13 Any proposed alternate control measures must be approved in advance by the Engineer. 268-02-l(w)227#2.10 Page 42 • - .. • • 'lllt • • .. • ... • "' 268-02-l(w)227#2.10 PART IV SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 3 SAN DIEGO GAS AND ELECTRIC CO~PANY Page 43 I ' ,, 1 ' !11"'1\ l!ow 111111 WI -.... ---.. , . • --• Ill .. -.. ,,, -"I .. "" • ., PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 3 -SAN DIEGO GAS & ELECTRIC CO~PANY 4-3.1 General. Procedural Documents, General Provisions and Special Provisions govern the work herein. Where requirements specified within the Special Provisions are at variance with the requirements specified herein, these Supplemental Special Provisions shall govern. 4-3.2 Fees and Charges. All necessary fees and charges required by the San Diego Gas & Electric Company will be paid for by the City. 4-3.3 Coordination. The Contractor is advised that all necessary coord1nation and construction obligations required by the serving utility shall be included within the appropriate items of bid and no additional compensation will be allowed therefore. 268-O2-l(w)227#2.1O Page 44 .~1.1 --• ,. .. • • "" • 268-02-l(w)227#2.10 PART IV SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 4 PACIFIC BELL Page 45 ,<fl lff """' - ---• .. • -.. - • .. PART IV -SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 4 -PACIFIC BELL 4-4.1 General. Procedural Documents, General Provisions and Special Provisions govern the work herein. Where requirements specified within the Special Provisions are at variance with the requirements specified herein, these Supplemental Special Provisions sha 11 govern. 4-4.2 Fees and Charges. All necessary fees and charges required by Pacific Bell will be paid for by the City. 4-4.3 Coordination. The Contractor is advised that all necessary coord1nat1on and construction obligations required by the serving utility shall be included within the appropriate items of bid and no additional compensation will be allowed therefore. 4-4.4 Notice-and Contacts. Pacific Bell requests 30-day advance notice prior to accomplishing required work. Contacts are: Bud Dinges {619) 741-3157 D. C. Richards (619) 586-3882 4-4.5 Reconstruction. Pacific Bell will construct seven (7) new manholes and approximately 5,600 feet of 9-4" conduit along the south side of Palomar Airport Road within the new franchise area. This work can begin when fQnal grade is established and will require approximately 60 working days • 268-02-l(w}22712.10 Page 46 1111·1 ,.,~ •i -.. -• -• -• Ill • -• • • ·• • • f//1 " ... "-, ... · 268-02-l(w)227#2.10 PART IV SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 5 SAN DIEGO REGIONAL COASTAL COMMISSION Page 47 - - • • • • "" • • STATE OF CALIFORNIA-THE RESOURCES AGENCY GEORGE DEUKMEJIAN, Go_,. CALIFORNIA COASTAL COMMISSION Date April 22, 1988 SAN DIEGO COAST DISTRICT 1333 CAMINO DEL RIO SOUTH, SUITE 12.5 SAN DIEGO, CA 92108-3.520 (619) 297-97.ilO On April 14, 1988 application of the attached standard below: __ _.._ _____ ........,~ ....... :..-.---- Application No. 6-88-40 Pagel of 4 NOTICE OF INTENT TO ISSUE PERMIT • the California Coastal Commission approved the City of Carlsbad • subject to and special conditions, for the development described Description: Widening of Palomar Airport Road from two to four lanes with median over a linear distance of 7,900 feet. Also proposed is the construction of a parallel, temporary detour road, a water diversion channel and implementation of a mitigation program to off-set project impacts to wetland and riparian habitat. Site: Zoning OS Plan Designation Open Space Palomar Airport Road between Paseo del Norte and El Camino Real, Carlsbad, San Diego County The permit will be held in the San Diego District Office of the Commission, · pending fulfillment of Special Conditions 1, 2, and 3 . When these conditions have been satisfied, the permit will be issued. CHARLES DAMM DISTRICT DIRECTOR BY Page 48 -• - ... ·•• •• ·1111 • .. • .. .. ·ill NOTICE OF INTENT TO ISSUE PERMIT 6-88-40 Page 2 of~ STANDARD CONDITIONS: 1. Notice of Receipt and Acknowledgement. The permit is not valid and development shall not conmence until a copy of the permit, signed by the pennittee or authorized agent, acknowledging receipt of the permit and acceptance of the tenns and conditions, is returned to the Conmission office. 2. Expiration. If development has not commenced, the pennit will expire two years from the date on which the Conmission voted on the application. Development shall be pursued in a diligent manner and completed in a reasonable period of time. Application for extension of the pennit must be made prior to the expiration date. 3. Compliance. All development must occur in strict compliance with the proposal as set forth below. Any deviation from the approved plans must be reviewed and approved by the staff and may require Conmission approval. 4. Interpretation. Any questions of intent or interpretation of any condition will be resolved by the Executive Director or the Conmission. 5. Inspections. The Conmission staff shall be allowed to inspect the site and the development during construction, subject to 24-hour advance notice . 6. Assignment. The permit may be assigned to any qualified person, provided assignee files with the Commission an affidavit accepting all terms and conditions of the permit. 7. Terms and Conditions Run with the land. be perpetual, and it is the intention of to bind all future owners and possessors terms and conditions. SPECIAL CONDITIONS: These terms and conditions shall the Commission and the permittee of the subject property to the The permit is subject to the following conditions: l. Wetland Mitigation Program. Prior to the issuance of the coastal development permit, the applicant shall submit a revised and detailed mitigation program to offset the proposed elimination of wetland and riparian species. The mitigation program shall include the establishment of new wetland habitat at a ratio of 4:1 for each square foot of wetlands which will be disturbed as a result of the project and establishment of new riparian habitat at a ratio of 3:1 for each square foot of such habitat which will be disturbed as a result of the project. The calculations of such ratios shall be based on boundary determinations approved by the Executive Director in consultation with the California Department of Fish and Game . Page 49 !1111! '""' ... • ·•· -... • .. .. NOTICE OF INTENT TO ISSUE PERMIT 6-88-40 Page 3 of _i_ SPECIAL CONDITIONS, continued: Said habitat replacement/mitigation program shall identify, in detail, the areas to serve as mitigation sites, the type and size of wetland and riparian species to be planted, and implementation methods. The plans shall include a hydrology/irrigation plan which will assure a consistent source of suitable water to assure that (re)established vegetation areas will be maintained in .a thriving condition. The plans shall also include a timing schedule to ensure that mitigation is provided, at the latest, concurrent with widening of the roadway and a method for the assurance of future protection of the area as a mitigation site. The submitted plans shall also include provisions for monitoring and supplementing the mitigation efforts to insure the success of the program. The detailed mitigation plan shall be subject to the review and written approval of the Executive Director. 2. Runoff and Erosion Control Plans. Prior to the issuance of the coastal development permit, the applicant shall submit final grading, drainage and erosion control plans for the project. The plans shall be subject to the review and written approval of the Executive Director and shall incorporate the fo 11 owing: A. Drainage and Runoff Control The applicant shall submit a drainage and runoff control plan designed by a licensed engineer in hydrology and hydraulics and shall be prepared in accordance with the 1980 Carlsbad Master Drainage Control Plan, including the Model Erosion Control Ordinance of the plan. Runoff control shall be accomplished by a variety of measures, including, but not limited to; on-site catchment basins, siltation traps and energy dissipators. B. Grading and Soil Stabilization Practices. For all phases of construction, the applicant shall comply with these additional provisions on grading and erosion control: 1) All runoff and erosion control devices shall be developed and installed prior to or concurrent with any on-site grading activities. 2) Unless otherwise specified, all grading activities shall be prohibited within the period from October 1st to March 31st of each year . 3) All areas disturbed by grading, but not completed during the construction period, shall be planted and stabilized prior to October 1st with temporary or permanent (in the case of finished slopes) erosion control measures and landscaping . Page 50 - -.. ... .. .. • -• - • • .. .. NOTICE OF INTENT TO ISSUE PERMIT 6-88-40 Page 4 of __.1_ SPECIAL CONDITIONS, continued: 3. Staging Areas/Protective Fencing. Prior to the issuance of the coastal development permit, the applicant shall submit a plan for the protective fencing off of the wetland and riparian areas adjacent to the project site which are not proposed for disruption pursuant to the project plans. The plan shall identify all staging areas and shall specifically prohibit operating or parking of earth-moving equipment, stockpiling of earthwork or other disturbances within wetland/riparian areas, except as permitted in the approved project. The plan shall provide for the installation of the required fencing prior to any earthwork, grading or site clearance. Said plan shall be subject to the review and written approval of the Executive Director. Coordination with the District staff of the Coastal Commission shall also be provided, in order to allow for a field inspection after said fencing is in place, but prior to commencement of grading, to assure compliance with the intent of these special conditions. (1037N) Pa2e 51 l ' -.. .... • • 268-02-l{w)227#2.10 PART IV SUPPLE~ENTAL SPECIAL PROVISIONS SECTION 6 DEPART~ENT OF FISH & GAl-4E Page 52 •\ , • • Notification No. Y-88-17 THP No. _____ _ AGREEMENT REGARDING PROPOSED STREAM OR LAKE ALTERATION THIS AGREEMENT, entered into between the State of California, Department of Fish and Game, hereinafter called the Department. and Al Virgilio, 2075 Las Palmas Dr •• with the city of Carlsbad . State of California 9200$ftereinafter called the operator, is as follows: WHEREAS, pursuant to Division 2, Chapter 6 of California Fish and Game Code, the operator, on the ll.:th day of Jan , , 19 88 , notified the Department that he intends to substantially divert or obstruct. the natural flow of, or substantially change the bed. ,channel or bank of, or use material from the streambed ofithe followi~g water: Encinas Creek , in the County of San Di ego , State of California, S 22 T 2 S R 4W . WHEREAS. the Department (represented by Vic Yoder ( Warden #271) has made an inspection of subject area on the ' . 23rd day of February -and later dates . 1981L, and) has determined that such o~rations may substantially adversely affect existing fish and wildlife resources including:--:----:--:------------ 1rn Wl. thin, around and downstream to the .mcinas Creek work site area. ,1111----------------------------------------------· ""11 THEREFORE, the Department hereby proposes measures to protect fish and wildlife during the operator's work. The operator hereby . agrees to accept the following recommendations as part of his work: Numbers I/ l , 3, 10, 19 , 21, 22 • 1111111 -·- - • from the list of reeemmendations on the back of this page and the following special recommendations: I. All work in or near the stream or lake shall be confined to the period From date signed to June JO , . 12att!f 2.The creek shall not be moved or redesigned in any way. ).Drainage channels or coverts from Palomar Airport road can drain into the creek. Rip-Rap or other simular product will be used where these channels or coverts empty into the creek, to provide a buffer from siltation and "" erosion. 4.Removal of trees will be re laced at a to 5.Replacement of trees will be of the follow soecies: Black willows Arro o W llows, s acin at least 12 feet a art and or sand bar l'lillows Mule Fat w.1.llows, spacing at least 5 feet apart. The operator, as designated by the signature on this agreement. shall be responsible for the execution of all elements of this agreement A copy of this agreement must be provided to contractors and subcontractors and must be in their possession at the work site . If the operator•s work changes from that stated in the notification specified above, this agreement is no longer valid and a new .. notification shall be submitted to the Department of Fish and Game. Failure to comply with the provisions of this agreement and with other 111 pertinent Code Sections, including but not limited to Fish and Game Code Sections 56.50. 5652 and 5948, may result in prosecution. Nothing in this agreement authorizes the operator to trespass on any land or property, nor does it relieve the operator of responsibility .. for compliance with applicable federal state, or local laws or ordinances. • THIS AGREEMENT IS NOT INTENDED AS AN APPROVAL OF A PROJECT OR OF SPECIFIC PROJECT • FEATURES BY THE DEPARTMENT OF FISH ANO GAME. INDEPENDENT REVIEW AND RECOMMENDATIONS WILL BE PROVIDED BY THE DEPARTMENT AS APPROPRIATE ON THOSE PROJECTS WHERE LOCAL, STATE, OR • FEDERAi!. PERMITS OR OTHER ENVIRONMENTAL REPORTS ARE REQUIRED . • ' . ., ~--* -1i1Uft .... • - ·• .. • .. • ,. -,. • -• ... .. ... -41 • " PART IV SUPPLEMENTAL SPECIAL PROVISION SECTION 7 DEPARTMENT OF THE ARMY CORPS OF ENGINEERS PERMIT Page 54 . ' ,, ''111, -• -- .... .. --• ... .. ... •• ,. ,. ., AEPLV TO ATTENTION Of: Office of the Chief Regulatory Branch DEPARTMENT OF THE ARMY LOS ANGELES DISTRICT. CORPS OF ENGINEERS P.O. IOX 2711 LOS ANGELES. CALIFORNIA 90053·2325 April 29, 1988 City of Carlsbad.Planning Department ATTN: Mr. Al Virgilio 2075 Las Palmas Drive Carlsbad, California 92009 Gentlemen: This is in reply to your application (No. 88-098-PB) dated December 22, 1987 for a Department of the Army Permit to discharge dredged and/or fill material into an unnamed drainage in Canyon de las Encinas to allow widening of approximately 1.5 miles of Palomar Airport Road east of I-5, city of Carlsbad, San Diego, Ca. Regulations for our permit program, published in the Federal Register, include Part 330 -Nationwide Permits (see the enclosure). Your proposed activity is covered under the nationwide permit for discharges of dredged or fill material into non-tidal rivers, streams and their lakes and impoundments, including adjacent wetlands, that are located above the headwaters, which would cause the loss or substantial adverse modification of less than one acre of such waters (Section 330.5 (a)(26)(i)) • As long as you comply with the nationwide permit conditions (Section 330.5 (b)), an individual permit is not required • This letter does not convey any property rights, either in real estate or material, or any exclusive privileges. Also, it does not authorize any injury to property or invasion of rights or any infringement of Federal, State, or local laws or regulations, nor does it obviate the requirement to obtain State or local assent required by law for the activity • If you have any questions please call Pam Beare, Regulatory Branch, at (213) 894-5606 any workday before 3:00 PM • Enclosure Sincerely, f?,~l~~ Richard Harlacher Chief, Southern Section Page 55 I I - • • • .. • .. "' .. PART IV SUPPLEMENTAL SPECIAL PROVISIONS SECTI·ON 8 TRAFFIC SIGNAL Page 56 • - • • • -.. .. •• TRAFFIC SIGNAL INSTALLATION -Furnishing and installing traffic signals and payment therefor shall conform to the provisions in Section 86, "Signals & Lighting, 11 of the CAL TRANS Standard Specifications, and these Special Provisions. Equipment List and Drawings Equipme11t list and drawings of electrical equipment and material shall conform to the provisions in Section 86-1 .03, "Equipment List and Drawings", of the CAL TRANS Standard Specifications and these Special Provisions. The controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing, so that, when the cabinet door is fully open, the drawing is oriented with the intersection. The Contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, vehicle detector sensor units, control units and amplifiers. The maintenance manual and operation manual may be combined into one manual. One copy of the maintenance and-operation manual shall be submitted to the City prior to installation. The maintenance manual shall include, but need not be limited to the following items: (a) Specifications (b) Design Characteristics (c) General Operation Theory (d) Function of all Controls (e) Trouble Shooting Procedure (Diagnostic Routine) (f) Block Circuit Diagram (g) Geographical Layout of Components ( h) Schematic Diagrams ( i) List of Replaceable Component Parts with Stock Numbers Foundations Foundations shall conform to the provisions of Section 86-2. 03, "Foundations," of the CAL TRANS Standard Specifications and these Special Provisions. Portland cement concrete shall conform to Section 90-1 0, "Minor Concrete," of the· CAL TRANS Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except concrete for pile foundations shall contain not less than 564 pounds of cement per cubic yard . The Fifth Paragraph in Section 86-2.03, "Foundations," of the CALTRANS Standard Specifications is amended to read: "Cast in drilled hole concrete pile foundations for traffic signal and lighting standards shall conform to the provisions in Section 49, "Piling", with added requirements that standards shall not be erected until seven (7) calendar days have elapsed after placing the concrete and that material resulting from drilling holes shall become the property of the Contractor. 11 Page 57 - ,,.,. ... ,., ... • ... • ,., Excess unclassified material resulting from foundations or grading shall become the property of the Contractor and shall be properly disposed of. Conduit Conduit shall conform to the prov,s,ons of Section 86-2. OS "Conduit" of the CALTRANS Standard Specifications and these Special Provisions. Rigid metal conduit to be used as a drilling or jacking rod shall be fitted with suitable drill bit for the. size hole required. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating the pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Heavy wall Underwriters Laboratories approved polyvinyl chloride (P.V.C. Sch. 40) conduit may be used in sidewalk and roadway areas provided the proper depth is adhered to. If the jacking method is used, a hole must be bored and prior to removal of the boring tool, the polyvinyl chloride shall be pulled back through the bored hole. At locations where conduit is to be installed by jacking or drilling as provided in Section 86-2.0SC, "Installation," of the CALTRANS Standard Specifications, and if delay to any vehicle will not exceed 15 minutes, conduit may be installed by the trenching method as follows: Trenching Installation of Conduit. -Conduit shall be placed under existing pavement in a trench approximately two inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed six (6) inches in width. Conduit depth shall not exceed twelve (12) inches or conduit trade-diameter plus ten inches, whichever is greater, except that at pull boxes the trench may be hand dug to required depth. The top of the installed conduit shall be a minimum of nine (9) inches below finish grade • The outline of all areas of pavement to be removed shall be cut to a minimum depth of three (3) inches with an abrasive type saw or with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with commercial quality concrete, containing not less than 564 pounds of cement per cubic yard, to not less than O. 1 O foot-below the pavement surface. The top O. 1 O foot sha II be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. Page 58 ' ,, '"'II ,, .. ----• .. • .. • - • • • -• " Pull Boxes Pull boxes shall conform to the prov1s1ons in Section 86-2.06, "Pull Boxes," of the CAL TRANS Standard Specifications and these Special Provisions. Grout in bottom of pull boxes will not be required. Conductors and Wiring Conductors and wiring shall conform to the prov1s1ons in Section 86-2. 08, "Conductors," and Section 86-2 .09 "Wiring, 11 of the CAL TRANS Standard Specification and these Special Provisions. Vehicle detector lead-in cables within the controller cabinet shall be labeled with the appropriate detector number identification that is shown on the construction plans. The label shall be a permanent type. Conductors shall be spliced by the use of "C" shaped compression connectors as shown in the CAL TRANS Standard Plans. Splices shall be insulated by "Method 8 •11 Field Testing Field Testing shall conform to the prov1s1ons in Section 86-2 .148 "Field Testing", of the CAL TRANS Standard Specifications and these Special Provisions. Meggar test for traffic signal and lighting conductors shall be performed in the following order: Signals: After conductors are connected to signal head terminal, and before connection to controller • Lighting: Before fuses are installed in fused splice connectors • Load side conductors in signal heads shall be disconnected from terminal blocks during the test. The full cost for the Contractor performing this field testing in the presence of the Engineer shall be included in the lump sum price for Traffic Signal and Street Lighting Installation and no additional payment will be allowed therefor • Painting Painting shall conform to the prov1s1ons in Section 86-2 .16, "Painting". of the CAL TRANS Standard Specifications and these Special Provisions • All paint is to be furnished and applied by the Contractor at his expense. ' Factory finish will be satisfactory for new luminaires and no further painting will be required. Page 59 91 ... • ... • --.. .. !ill Steel poles and mast arms shall not be painted except that all cuts or damaged edges shall be covered in accordance with Section 75-1 .OS, "Galvanizing. 11 of the CAL TRANS Standard Specifications. Signal Controller Model 170 traffic controller units, cabinets, and auxiliary equipment shall conform to the provisions in Section 86-~ .11 "Model 170 Controller Assembly" of the CAL TRANS Standard Specifications and these Special Provisions. The controller. shall be equipped with CAL TRANS local intersection control program 176 and a full complement of prom chips. The Contractor shall install the new Type 170 controller in a model 332 cabinet. Emergency Vehicle Preemption Emergency vehicle preemption shall be a modulated light signal detection system which shall conform to the details shown on the plans and these Special Provisions • A. a . GENERAL -Each modulated light signal detection system shall consist of an optical detector/discriminator assembly or assemblies located at the traffic signal. Each system shall permit detection of Class II (Emergency) Vehicles. They shall be capable of being detected at any range of up to 1800 feet ( 550 meters) from the optical detector. The modulation frequency for Class 11 signal emitters shall be 14.035 Hz±0.250 Hz. OPTICAL DETECTION/DISCRIMINATOR ASSEMBLY 1. General -Each optical detection/discriminator assembly shall consist of one or more optical detectors, connecting cable and a discriminator module. Each such assembly when used with standard emitters shall have a range of at least 1800 feet ( 550 meters) for Class II signals. Range measurements shall be taken with all range adjustments on the discriminator module set to "maximum. 11 2. Optical Detector -Each optical detector shall be a weatherproof unit capable of being easily mounted on a mastarm. The housing shall have at least one opening threaded for 3/4-inch conduit, through which all wiring shall enter. Each detector shall weigh not more than 2 pounds and shall present a maximum wind load area of 36 square inches. Each detector shall be capable of receiving optical energy from one of two axially opposed directions. The reception angle shall be a maximum of ±6 degrees ( 12 degrees total included angle) measured in the horizontal plane about the center axis of Page 60 .. , .... -.. -• - ·• ,. .. .. the light sensing element. The reception angle in the vertical plane measured about the center axis of the light sensing element shall be maximum of 4 degrees above and 8 degrees below that center axis. Measurements are to be taken at a range of 1800 feet (550 meters) for each Type 11 emitter. All internal circuitry shall be solid state and electric power shall be provided by the r~spective discriminator module. 3. Cable -Emergency Vehicle Pre-emptor Detector Lead-in Cable shall conform to the provisions of Section 86-2. 08, "Conductors, 11 of the Standard Specifications and these Special Provisions. Emergency vehicle pre-emptor detector lead-in cable shall meet the characteristics of IPCEA-S-61-402 or NEMA WCS, Section 7 .4, 600V. Control Cable, 75°C, Type B. Conductors shall be 3 No. 20-7x28 stranded. Conductor strands shall be individually tinned. Conductor insulation shall be a low-density polyethylene material having a minimum thickness of 25 mils. Conductors shall be color coded; 1 -yellow, , 1 -blue and 1 - orange. The cable shall have 1 No. 20-7x28 stranded, tinned, bare drain wire. The drain wire shall be placed between the insulated conductors and a shield • The shield shall be of tinned copper-brass or aluminum polyester tape with a nominal 20% overlap. The conductive surface of the shield shall be in contact with the drain wire. Capacitance measured between any conductor and the other two conductors and the shield shall not exceed 48 piccfarads per foot when tested at 1000 hertz • The cable jacket shaU be a black PVC material rated for 600 volts and 75c and shall have an average minimum wall thickness of 45 mils. The finished outside diameter of the cable shall be between 0. 28 and 0.30 of an inch. The cable jacket shall be marked with the manufacturers name, insulation type designation, number of conductors and conductor size, and voltage and temperature ratings . Page 61 ill.iii "" ... - --• .. • -- • -• --• 4. Discriminator Module -Each discriminator module shall be designed to be compatible and usable with a Model 170 controller unit and to be mounted in the input file of a Model 332, or Model 336 controller cabinet. In addition, each discriminator module shall conform to the requirements of Chapter I of the State of California, Department of Transportation, "Traffic Signal Control Equipment Specifications," dated April, 1978, and to all addendums thereto current at the time of project advertising. Each discriminator module when used with its associated detectors shall be capable of: a) Receiving Class 11 signals at a range of up to 1800 feet (550 meters). b) Decoding the signals on the basis of frequency: 14.035 Hz ± 0.255 Hz for Class II signals c) Establishing the validity of received signals on the basis of frequency and length of time received. A signal shall" be considered valid only when received for more than 0.50 second. No combination of Class I signals shall be recognized as a Class 11 signal regardless of the number of signals being received, up to a maximum of ten signals. Once a valid signal has been recognized its effect shall be held by the module in the event of temporary loss of the signal for a period adjustable from 4.5 seconds to 11 seconds in at least 2 steps at 5 seconds ±0.5 second and 10 seconds 10.5 second • d) Providing an output that will result in a "low" or grounded condition of the appropriate input of a Model 170 controller unit. For Class II signals the output shall be steady. Each discriminator module shall receive electric power from the controller cabinet at either 24 volts DC or 120 volts AC. Each channel together with its associated detectors shall draw not more than 100 milliamperes at 24 volts DC nor more than 100 milliamperes at 120 volts AC. Electric power, one detector input for each channel and one output for each channel shall terminate at the printed circuit board edge connector pins listed below. Page 62 "" ,,,1 ... ., ... ., -.. - • ... ... .. ,, " Board edge connector pin assignment shall be as follows: A DC Ground B ±211 voe C NC D Detector Input, Channel A E ±211 VDC to detectors F Channel A Output (c) H Channel A Output ( E) PNC R NC S NC T NC U NC V NC J Detector Input, Channel K DC Ground to Detectors L Chassis Ground B W Channel X Channel Y NC B Output (C) B Output (E) M AC- N AC+ (C) Slotted for Keying Collector (E) Emitter Z NC (NC) Not connected; cannot be used by manu- facturer for any purpose. Two auxiliary detector inputs for each channel shall enter each module through the front panel connector. Pin assignment of the connector shall be as follows: 1. Auxiliary Detector 1 Input, Channel A 2. Auxiliary Detector 2 Input, Channel A 3. Auxiliary Detector 1 Input,· Channel B 4. Auxiliary Detector 2 Input, Channel B Each channel output shall be an optically isolated NPN open collector transitor capable of sinking 50 milliamperes at 30 volts and shall be compatible with the Model 170 controller unit inputs. Each discriminator module shall be provided with means of preventing transients received by the detector(s) from affecting the Model 170 controller assembly • Each discriminator module shall have a single connector board, shall be capable of being inserted into the input file of a Model 332 or Model 336 cabinet and shall occupy one slot width of the input fire. The front panel of each module shall have a handle to facilitate withdrawal and the following controls and indicators for each channel: a) Three separate range adjustments each for Class 11 signals. b) A three-position, center-off, momentary contact switch, one position (up) labeled for test operation of Class II signals. - ,..,. ... ,,. ,,. .. ... ... • .. •• c) A 11 signai11 indication and a "call" indication each for Class 11. The "signal" indication denotes that a signal above the threshold level has been received. A "call" indication denotes that a steady, validly coded signal has been received. These indications may be accomplished with a single indication lamp; "signal" being denoted by a flashing indication and "call" with a steady indication. In addition, the front panel shall be provided with a single circular, bayonet-captured, multi-pin connector for two auxiliary detectors inputs for each . channel. Connector shall be a mechanical configuration equivalent to a Ml L-C-26482 with 10-4 insert arrangement, such as Burndy Metalock Bantam series, consisting of: Wall Mounting Receptacle, UTGO-10-4P with SM20M-1 gold plated pins. Plug, UTG6-10-4SN with SC20M-1 gold plated sockets; cable clamp and strain relief that shall provide for a right angle turn within 2 .5 inches (64mm) maximum from the front panel surface of the discriminator module. For Module 2 (J-13): Position 7 8 9 10 11 12 Assignment +24VDC From (J-13E) Detector Ground from (J-13K) Channel A Auxiliary Detector Input 1 Channel A Auxiliary Detector Input 2 Channel B Auxiliary Detector Input 1 Channel B Auxiliary Detector Input 2 Wiring for a Model 336 cabinet shall conform to the following: Slots 10 and 11 of Input Fi le II I" have each been wired to accept a 2-channel module . Field wiring for the primary detectors, except 24 volt DC power, shall terminate on terminal boards on the rear of the Input File 11 111 • Position assignments on the input file terminal boards are as follows: Position I dent. Assignment 1-100 1-l0J 1-11 D 1-1 lJ 1-l0E 1-11 E 1-l0K 1-11 K Channel A Detector Input, 1st Module Channel B Detector Input, 1st Module Channel A Detector Input, 2nd Module Channel B Detector Input,-2nd Module + 24 VDC to Detectors + 24 VDC to Detectors DC Ground to Detectors DC Ground to Detectors Page 64 : l. \ j, ·" . ,. - • -- • - - -• • • ... • All field wiring for the auxiliary detectors shall terminate on terminal board TB-2 in the controller cabinet. Position assignments have been reserved as follows: Position Number 1 2 3 4 5 6 C. SYSTEM OPERATION Assignment Auxili~ry Detector Input No. 1 Auxiliary Detector Input No. 2 Auxiliary Detector Input No. 3 +24VDC From 1-1 OE +24VDC From 1-11 E DC Ground From 1-1 OK and 1-11 K The Contractor shall demonstrate that all of the components of each system are compatible and will perform satisfactorily as a system. Satisfactory performance shall be determined using the following test procedure: 1 • Each system to be used for testing shall consist of an optical emitter assembly, an optical detector, at least 200 feet of connecting cable and a discriminator module. 2. The discriminator module shall be installed in the proper input file slot of Model 332 controller cabinet. The controller cabinet, together with a Model 170 controller unit with the appropriate operating program, a Model 210 monitor unit and 120 volt AC power will be available • 3. Tests shall be conducted using a Class I I signal emitter and a distance of 1800 feet between the emitter and the detector. All range adjustments on the module shall be set to 11 Maximum11 for each test. 4. Each above test shall be conducted for a period of one hour, during which the emitter shall be operated for 30 cycles, each consisting a one minute 11on 11 interval and a one minute "off" interval. During the total test period (a) the emitter signal shall cause the proper response from the Model 170 controller unit during each 11on11 interval and (b) there shall be no improper operation of either the Model 170 controller unit or the monitor unit during each "off" interval. Signal Face and Signal Heads Signal faces, signal heads and auxiliary equipment, as shown on the plans, and the installation thereof, shall conform to the provisions in Section 86-4 11 Traffic Signals and Fittings" of the CAL TRANS Standard Specifications and these Special Provisions. All signal faces and all. arrow indications shall be provided with 12-inch sections and glass lenses • 111, - .. .. .. - • • -• Ill All lamps for traffic signal units shall be furnished by the Contractor. Non-metallic vehicle signals may not be substituted for the type specified in Paragraph 1, Section 86-4.01 (B). "Housing" of the CALTRANS Standard Specifications. All vehicle signals shall be of the same material. Pedestrian Signals Pedestrian signals shall conform to the provrs,ons in Section 86-4.05, "Pedestrian Signal Faces." of the CAL TRANS Standard Specifications and these Special Provisions. Pedestrian signals shall be Type G with international symbols. Each Type G pedestrian signal shall consist of a housing with front screen. a message plate and two light sources, each consisting of luminous tubing and power supplies for the luminous tubing. The message plate shall be 1/8-inch nominal thickness, ultraviolet-stabilized, prismatic-patterned polycarbonate plastic; 3/ 16-inch nominal thickness hammered wire-glass; or 3/16-inch nominal thickness ultraviolet-stabilized, prismatic-patterned acrylic plastic. The message plates shall have a flat-back surface over the entire projected area except where the symbols are located. The material used to mask the message plate shall be hard and durable and shall bond such that it will not flake nor peel when the message plate is in use or is washed. The symbols shall be the only illuminated portion of the message plate. The message plate shall be sealed to a polycarbonate case to form a dusttight and weatherproof module. The module shall contain and properly support the luminous tubing and power supplies • Each I ight source shall have a separate power supply • shall require less than 30 watts with a power factor percent over a range of input voltages from 1 OS to 130, (+/-l)Hz. Each power supply of not less than 90 at a frequency of 60 Each symbol shall not be less than 11 inches high and not less than 7 inches wide. Detectors Detectors shall conform to the prov1s1ons in Section 86-5, "Detectors, 11 of the Standard CAL TRANS Specification-s and these Special Provisions. Loop detector lead-in cable shall be Type B • Page 66 I'/\ -., ... • - - -- - • .. ,. -.. .. .. ""' .. Internally Illuminated Street Name Signs Internally illuminated street name signs shall conform to the provisions of Section 86-6.065 of the CALTRANS Standard Specifications. Internally illuminated street name signs shall be Type A. Signs, Regulatory Signs shall conform to these Special Provisions, the Plan~ and the State of California Traffic · Manual. The Contractor shall furnish and install the regulatory signs as shown on the plans. The signs shall be aluminum with a minimum .080 gauge thickness. All signs shall be reflective • Payment Payment for traffic signal installation shall be at the contract lump sum price and shall be considered full compensation for furnishing all labor, materials, equipment, and incidentals necessary to perform the work. •• ... ·•Ill ,.. ··• • ... -.. •• • ... -•• •• ... SECTION IV SUPPLEMENTAL SPECIAL PROVISIONS SECTION 20 MITIGATION SPECIFICATIONS EROSION CONTROL AND LANDSCAPING PLANTING Page 68 ,, ,, •• ·- ... SECTION 20 EROSION CONTROL AND LANDSCAPE PLANTING 20-1 GENERAL 20-1.01 Description -This work shall consist of performing erosion control, highway planting {1nclud1ng installing or modifying Irrigation facil1ttes), and other work necessary for Improving the appearance of the roadside and preserving the highway Investment. Erosion control and highway planting shall be performed in accordance with these specifications, the special provision, the detai Is shown on the plans, and as directed by the Engineer . 20-2 LANDSCAPE MATERIAL 20-2.01 Topsol I -Topsoil shall be obtained from sources within the project or sha11 consist of Imported topsoils obtained from sources outside the highway right of way or from both such sources, whichever is provided in the special provisions . ~.. Topsoi I obtained from sources within the right of way shal I be ... excavated to the lines and depths as directed by the Engineer. Al 1 lumps or clods shall be broken up before the topsoil is spread . ... -... .. • • .. .. • Imported topsoil shall consist of material obtained from sources outside the limits of the project. Unless designated in the special provisions, the Contractor shall make his own arrangements for obtaining imported topsoil and he shall pay all costs involved. 20-2.02 Commercial Fertilizer -Commercial fertilizer shall conform to the requirements of the California Food and Agricultural Code. Commmercial fertilizer for erosion control work, as specified in Section 20-3, "Erosion Control," shall be In pe11eted or granular form and shall have a minimum guaranteed chemical analysis of 16 percent nitrogen and 20 percent phosphoric acid. The fert11izer for erosion control work need not contain water soluble ·potash . Page 69 - -.. ---- ... -• .. .. .. • .. ... ,. Commercial fertilizer for highway planting work as speclf1ed tn Section 20-4, "Highway Planting," shall be of the form (pelleted, granular, or tablet) and chemical analysts specified in the spectal provtstons. 20-2.03 So11 Amendment -Soil amendment shall be a wood or bark product, treated to absorb water quickly, or a relatively dry, organic compost derived from sewage sludge or rice hulls; shall be rlable and pass a one-inch sieve and shaJI comply with the requirements In the California Food and Agricultural Code. Rtce hull compost shall not contain I lving vegetat Ion, dirt or other objectionable mateiral, pathogenic viruses, fly larvae, insecticides, herbicides, fungicides nor poisnous chemicals that would inhibit plant growth. 20-2.04 (Blank) 20-2.05 Iron Sulfate -Iron sulfate shall be ferrous sulfate In pelleted or granular form containing not less than 18.5 percent Iron expressed as metallic iron. Iron sulfate shall conform to the requirements of the California Food and Agricultural Code. 20-2.06 (BLANK) 20-2.07 Fiber -Unless otherwise specified, r iber shall be produced from non-recycled wood, such as wood chips or similar wood materials, and shal 1 not be produced from sawdust or from paper, cardboard, or other such materials. Fiber shall be of such character that the fiber will dtsperse Into a uniform slurry when mixed with water. water content of the fiber before mixing Into a slurry shall not exceed 15 percent or the dry weight or the fiber. The percentage of water In the fiber shall be determined by Caltfornla Test 226. Commercially packaged fiber shall have the moisture content of the ftber marked on the package. Fiber shall be colored to contrast with the area on which the fiber is to be applied, shall be non-toxic to plant or animal life and shall not stain concrete or painted surfaces . 20-2.08 (BLANK) 20-2.09 (BLANK) Page 70 !II 111 • .. ·- - ... ... - lll • - a • -.. ... .. • ... 1111 ... .. 20-2. 1 O Seed -All seeds that are required to be labeled under the Ca11forn1a Food and Agr1culturaJ Code, shall be labeled in accordance with sa1d code. Before seeding, the Contractor shal I furnish written evidence (seed label or letter) to the Engineer that seed, not required to be labeled under the Cal1fom1a Food and Agricultural Code, conforms to the purity and germination requirements In the special provisions. The percentage of seed germination shaJI Include the germination percentage of any hard seed . If seed conforming to the specified purity of germination Is not read11y available, seed w1th less than the specified purity or germination may be used under the following conditions: 1. The application rate for such seed shaJI be increased to compensate for the Jess than specified purity or germination . 2. Prior to using such seed, the Contractor shall submit to the Engineer the purity and germination percentages and the proposed increased application rate for such seed. 3. No such seed shall be used before the Engineer has approved, in writing, the use of such seed and the increased application rate. 4. The additional seed required because of the Increased appl !cation rate shall be furnished and applied at the Contractor's expense. Seed specified without a purity or germination requirement shall be labeled to tnclude the name, date (month and year) collected, and the name and address of the seed supplier. Said seed, at the time of sewing, shall be from the previous or current year's harvest. All shipments of seed not accompanied by a valid California Nursery Stock Certificate shall be reported to the County Agrlcultural Commissioner at the point of destination for inspection and shall be held until released by the Commissioner . Seed treated with mercury compounds shall not be used . Page 71 .. • ·• -·- ,II - ·- "" .. • - • .. .. • ., 1111' .., • -• All legume seed shall be pellet-tnnoculated wtth a vtable bacteria compatible for use with that species or seed. All Inoculated seed shall be labeled to show the weight of seed, the date or inoculation, and the weight and source of 1nnoculant materials. Legume seed shall be pellet-innoculated as provided in Bulletin AXT-280, "Pellet Inoculation of Legume Seed," of the University of Ca11forn1a, Agricultural Extension Service, except the lnnoculant shall be added at the rate of five times the amount recommended on the innoculant package . 20-2.11 Stabilizing Emulsion -StabtJtztng emulsion shall be a concentrated liquid chemical that forms a plastic ftJm upon drying and allows water and atr to penetrate. The film shall be non-flammable and shall have an effective life of at least one year. Stab1 liztng emulsion shall be non-toxic to plant or animal life and non-statntng to concrete or painted surfaces. In the cured state, the stabtJtztng emulsion shall not be re-emulsiftable. The material shall be registered with and licensed by the State of California, Department of Food and Agriculture, as an "auxiliary soil chemical." Stabilizing emulsion shall be mixable with water at the time of mixing and appl icat1on. 20-2. 12 (BLANK) 20-2.13 Plants -Plants shall be the variety and size shown on the plans or tn the special provisions and shall conform to the requirements or these spectrtcattons. No plant shall be transported to the planting area that Is not thoroughly wet throughout the ball or earth surrounding the roots. Any plant that, tn the opinion or the Engineer, has a damaged root ball, or ts dry, or in a wilted condition when delivered to the planting area w111 not be accepted and shall be replaced by the Contractor at Ms expense . 1),,.,,,.,,. '7? " .. -• .. ,.. ,1111 ... - • ··• ... ... .... Each plant shall be handled and placed 1n the approved manner for that species or variety, and all necessary precauttons shall be taken to insure that the plants wt II arrtve at the site of the work tn proper condition for successful growth. Trucks used for transporttng plants shall be equipped with covers to protect plants from windburn. All plants furnished by the Contractor shall be true to type or name as shown on the plans and shall be tagged Identifying the plants by species or variety; however, determtnatlon of plant species or variety will be made by the Engineer, and h1s decision shall be final. Plants shall be lndivtdually tagged or tagged in groups by species or variety. All plants shal1 comply w1th Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shal1 accompany each shipment of plants and certificates shall be de11vered to the Engineer . The Contractor shall obtain clearance from the County Agricultural Commissioner, as required by law, before planttng plants delivered from outside the County in wh1ch they are to be planted. Evidence that such clerance has been obtained shall be flied with the Engineer . Plants furnished by the Contractor shall be healthy, well-rooted and roots shall show no evidence of havtng been restricted or deformed at any time. Plants shall be well-grown, free from insects, pests, and disease and shall be grown in nurseries which have been inspected by the State Department of Food and Agriculture and have complied with the regulations thereof. Root condition of plants furnished by the Contractor in containers wi II be determined by removal of earth from the roots of not less than two plants or more than 2 percent of the total number of plants of each species or variety, except when container-grown plants are from several sources, the roots of not less than two plants or each species or variety from each source w111 be inspected by the Engineer. In the event that the sample plants inspected are found to be defective, the Engineer reserves the right to reject the entire lot or lots of plants represented by the defective samples. Any plants rendered unsuitable for planting because of this inspection w111 be considered as samples and will not be paid for . The Contractor shall notify the Engineer when plants are to be shipped to the project site. Such notification shall be given not less than 1 O days prior to the actual shipment date . Page 73 ·• "" 11111 "" .. -.. .. .. .. • • --... • • --- - -·-- 20-2.14 Water -Water shal I be of such qual1ty that it w1 ll promote germ1nat1on of seeds and growth of plants. 20-2.15 P1pe -Pipe and fittings shall be as specified 1n these spectf1cat1ons and the special provisions. 20-2. 1 SA Steel P1pes -Steel pipes and couplings and wrought fron coupl1ngs shall conform to the specif1ca1tons of ASTM Designation: A 120, standard we1ght,· galvanized. Fittings, except for couplings, shall be galvanized malleable Iron, banded and. threaded, conforming to ANSI Standard: B 16.3, 150 pound class. 20-2.15B Plastic Pipe -Plastic pipe for irrigation systems w111 be shown on the plans as plastic pipe supply line and plast1c pipe 1rr1gation line . 20-2.15B( I> Plastic P1pe Supply L1ne -Plast1c p1pe supply I1ne shall be polyv1nyl chlor1de (PVC) of the types and classifications shown on the plans or specified in the special provisions. Plastic p1pe supply line shall be approved by the National Sanitation Foundation and shall conform to the requirements of either ASTM designation: D 2241 or D 2672, except that plastic pipe supply line with a bell socket formed as an integral part of the pipe for use with rubber ring gaskets shall conform to the requirements of ASTM Designation: D 2241. The belled portion of said pipe for use wtth rubber ring gaskets shall conform to the physical and material requirements of ASTM Designation: D 2241, shall be formed to maintain uniformity in alignment and roundness, and shall be free or irregularities and defects. The minimum wall thickness in the bell socket shall be at least equal to the specified minimum wan thickness of the pipe . Plastic P1pe supply line and fittings that are on the supply side of control valves and are 2 inches or larger in diameter shal I be either the rubber rtng gasket type or the solvent cemented type, except that all pipe and fittings Installed in conduits shall be the solvent cemented type. All other plastic pipe supply lines and fittings shall be the solvent cemented type. Page 74 ,,. ... - -• --... 1111 - .. • • • -• • .. - Threaded fttt1ngs and f 1.tt1ngs to be solvent cemented to plastic pipe supply Jtne shall be inject1on molded PVC, Schedule 40, conforming to the requirements of ASTM Desfgnatton: D 2466, except that f1ttlngs to be solvent cemented to plasttc pipe supply 11ne 2 Inches in diameter or larger with a pressure ratfng of 315 pound per square inch shall be Injection molded PVC, Schedule 80, conforming to the requirements of ASTM Desfgnatfon: D 2467. Fittings equipped with rubber ring gaskets for supply llne shall be either injection molded PVC plastic pipe fittings, conformfng to the requfrements or ASTM Designation: D 2466, or machined plpestock fittings, conforming to the requirements of ASTM Designation: D 2241, w1th the exception In both appltcatlons of the dimensions and configurations or the barrel portion, wh1ch receives the rubber ring. Rubber rings shall conform to the requirements of ASTM Designation: D 1986 . Solvent cement and primer for PVC plastic pipe and fittings for supply line shall be of commercial quality speciflcally manufactured for use with rigid PVC plastic pfpe and fittings. The solvent cement and primer used shall be made by the the same manufacturer. The color of the primer shall contrast wf th the color of the pipe and fittings. 20-2.158(2) Plastic Pipe Irrigation Lfne -Plasttc pipe irrfgatlon line shall be polyethylene pipe conforming to the provisions In this Section 20-2.156(2), as shown on the plans or as specified in the special provisions. Polyethylene pipe shall conform to the specifications of ASTM Designation: D 1248, Type 11, Class C, Grade P23 and shall withstand a 60-minute hydrostatic pressure test of I 50 pounds per square Inch when tested tn accordance with ASTM Designation: D 1598. Wall thfcknesses or polyethylene pipe shall conform to the followlng when determined In accordance with ASTM Designation: D 2122. The polyethylene pipe shall provide leak-free, non-separating connections suitable for the purpose Intended when connected to the fittings specified herein . Polyethylene pipe shall show no evidence of faflure when tested by the following environmental test: Page 75 I'll• ,,. .. •• --... -- • .. • ... • -• • • ... .. -- Environmental Stress Cracking Test -For each test, use six randomly selected 1 O-tnch long specimens. Insert a IO percent oversized barbed fttting into one end of each specimen. The barbed f1tttng shall have an outside diameter, which Is 1 o percent greater than the maximum outside barb diameter specified 1n Table I of ASTM Destgnatton: D 2609 for the pipe size being tested. Place the specimens in a IO percent "lgepal C0-630" solution at 122 F. for a 24-hour period. After 24 hours, examine the specimens for fat Jure . Uttlity grade polyethylene pipe will not be acceptable. A Certificate of Compliance for the polyethylene pipe shall be furnished to the Engineer in accordance with the provisions In Section 6-1.07, "Certificates of Comp I iance." Fittings may be used with polyethylene pipe shall be the compression type, shall be of commercial quality, and shal1 be recommended by the manufacturer of the polyethylene pipe. Fittings shaJI have female sockets with an internal barb to provide a positive pipe-to-fitting connection that wil I not separate at the designated pressure. 20-2. I SC <BLANK) 20-2.16 Conduit -Conduit placed by jacking or dri 11 ing shall be welded steel pipe conforming to the provisions in either ASTM Designation: A 53 or A 120. Welded steel pipe shal I be either black or galvanized pipe and shall have welded or threaded Joints . The minimum wall thickness for the various sizes of welded steel pipes shall conform to the following: Pipe with wal I thtckness greater than above specified may be required to withstand Jacking or drilling opearat1ons. Add1t1onal wal1 thickness reQuired shal1 be determined by the Contractor and shall be furnished at his expense . Conduit placed in open trenches shall be asbestos-cement pipe, corrungated steel pipe, corrugated aluminum pipe, or acrylonitrfJe-butadiene-styrene composite pipe. The size and 1<1nd of conduit to be 1nstal1ed w11 I be designated in the Engineer's Estimate or specified in the special provtstons. When alternative conduit Is desfgnated ,, ---- - .... - -.. .. • -• -• --• .. • - • in the Engineer's Estimate or specified in the special provisions, the kind of conduit to be tnsta11ed shall be selected by the Contractor from the a11owable kinds or alternative conduit specified tn the special provisions. Asbestos-Cement pipe shall be Class 3300, Type 11 pipe conforming to the requirements tn ASTM Destgnatton: C 428. Each asbestos-cement pipe length shall be provided with a sleeve coup11ng designed to maintain alignment and Insure tight flexible joints. The couplings shall be either the same composition as the pipe or a plastic material that will resist attack from normal atmospheric and so1l conditions. Acrylon1trne-Butad1ene-styrene composite pipe shalJ conform to the requirments in ASTM Designation : D 2680. Couplfngs sha11 be Type SC (solvent cemented). 20-2.17 Sprinklers -Sprfnkelers shall conform to the requirements tn the special provisions and as shown on the plans. 20-2. 18 (BLANK) 20-2.19 Spray Nozzles -Spray nozzles for nozzle line shall have property throw to adequately cover the areas to be watered. 20-2.20 (Blank) 20-2.21 Quick CoupHng Valves -Quick coupling valves shall be the 3/4 inch double slot type with self-closfng cap unless otherwise shown on the plans. Except for the cap, quick coupling valves shall be of brass or bronze construction . 20-2.22 (BLANK) 20-2.23 Control Valves -Control valves shall be the electric remote control or the manual type straight or angled pattern globe valves, as shown Page 77 .. •• -• ------.. -.. -.. --.. -.. - • .. on the plans. Valves shalJ be of either brass, bronze or cast 1ron construction w1th replaceable compression disks or diaphrams, and shalJ be the same s1ze as the p1pel1ne which said valves serve, unless otherwise shown on the plans. Control valves shall be capable of wlthstandtng a cold water working pressure of I so pounds per sQuare Inch . 20-2.24 Valve Boxes -Valve boxes shalJ be a combination of polyolef1n and Inorganic components, and shall normally be unaffected by moisture, corrosion and the effects of temperature changes. The box shall have a minimum tensile strength 3,400 psi, a minimum compression strength of 3,350 psi and a flexural modulus of 191,000 psi. 20-2.25 Backflow Preventers -Backflow preventers shall be one of the approved reduced pressure principle devices listed by the Cross-Connection and Water PolJution Control Section of the Los Angeles County Department of Health Services, 313 North Figueroa Street, Los Angeles, CA 900_12. Backflow preventers shall be factory assembled and shall include two check valves, one pressure dlff erent ial relief valve, two gate valves, and four test cocks. Backflow preventers, strainers, and valves shalJ be the same size as the pipeline in which they are installed, unless otherwise shown on the p I ans . . 20-2.26 Valve Assembly Units -Valve assembly units shall conform to the requirements in the special provisions . 20-2.265 (BLANK) 20-2.27 (BLANK) . 20-2.28 Gate Valves -Gate valves shall be either flanged, threaded or ring type, fron or bronze body, bronze trimmed valves with rising (internally threaded) or non-rising stem, and shall withstand a cold water working n---"'tO -- • - -... • • - - • ,. ---.. -.. • • ... -.. -... pressure of 200 pounds per square inch. All threaded type valves, except gate valves for backflow preventers, shall be provtded with a union on each s1de of the valve. Handles shall be brass, bonze, or steel. 20-2.29 Unions -Unions shall be brass or malleable iron. All unions shall withstand the working pressure range requirements of the pipes with whfch they are used. 20-2.30 Wye Strainers -Wye Strainers shall have an al I-bronze body w1th a removable No. 30-mesh stainless steel or monel strainer. Strainers shall be equipped with a hose bib. Strainers shall be capable of withstanding a cold water working pressure of I SO pounds per square inch . 20-2.31 (BLANK) 20-2.31 A Irrigation Controllers -Irrigation contro1lers shall conform to the requirements speclf1ed herein and in the special provisions. Battery controllers shall operate on batteries of the type and size recommended by the manufacturer of the controllers. Other controllers shall operate on 120-volt, alternating current and shall supply 24 to 30-volt alternating current for operating electric remote control valves. The controllers shall be housed in pedestal or wall-mounted enclosures as designated In the Engineer's Estimate, or as specified in the special provisions, or as shown on the plans. The enclosures shall be weatherproof and constructed of either fiberglass or metal. The fiberglass enclosures shal I have a mint mum 12,000 psi flexural strength and an 8,000 psi tensile strength . The color of the enclosures shall be as shown on the plans or as specified 1n the special provisions. If no color ls shown or specified, the color shall be the manufacturer's standard color .. · The enclosures shall have a door lock for which two keys shall be provided. 20-2.318 (BLANK) Page 79 :11 '" • • - 'Ill ----• - -·• .. • • .. • -... 20-2.31 C PuJJ Boxes -Pull boxes shall be No. 5 or larger unless otherw1se shown on the plans, and sha11 conform to the provis1ons in these provisions, "Mater1a1s," except all pull boxes sha11 be precast, reinforced concrete, or as shown on plans. Pull box covers sha11 be marked "SPRJNKLER CONTROL," fn accordance wtth these provtstons, except pull boxes used solely for servfce connections shall be mar:~ed "SERVICE." Conductors for operation below 50 volts sha11 be direct burial and shall be the underground feeder type identified as (UF) with a minimum thtckness of polyvinyl chloride insulation of 56 mils for conductors No. IO and smaller and 70 mils for conductors No. 87 and larger . 20-2.31 E Electric Remote Control Valves -Electric remote control valves shall conform to the prov1s1ons in Section 20-2.23, "Control Valves," and the requirements in the special provisions. Page 80 ,,/Iii •• - 20-3 EROS I ON CONTROL 20-3.01 Descript1on -Th1s work shall cons1st of furnlsh1ng erosion control materials, prepar1ng slopes and planting areas, applying fertl ltzer, seed, f1ber, and stabtllztng emuls1on and planting the areas shown on the plans or designated by the Engineer and as specified In these specifications and the special provisions. Type "D" erosion control work shall consist of mixing seed, fertll1zer, fiber, and water and applying said mixture with hydro-seeding equipment In two separate appllcatlons as specified In these specifications and the special provisions . • 20-3.015 Materials -Materials sha11 conform to the prov1s1ons In • Section 20-2, "Mater1als." -- • - -- '11!1 •• -• ----• -• --- 20-3.02 Preparation -Preparat1on shall Include all the work required to make ready the areas for eros1on control materials . Loose rocks larger than 2 I /2 Inches in maximum dimension and debris brought to the surface of the ground during cultlvat1on shall be removed and disposed of outside the highway right-of-way as provided In Section 7-1.13, unless otherwise permitted by the Engineer. Removing and d1spos1ng of rocks and debris brought to the surface of the ground during cultivation, extra work as provided in Section 4-1.03D. Removing and disposing of rocks and debris from embankments constructed as part of the work will be considered as included In the contract price. No additional compensation will be allowed therefor. 20-3.03 (BLANK) 20-3.04A (BLANK) 20-3.048 Hydro-seeding -Hydro-seeding shall consist of mixing and applying seed:, commerc1al fert111zer and stab111zing emulsion, ·or any combination thereof, wtth fiber and water . The materials and the quantities thereof to be mixed with water wt 11 be specified In the special provisions. The quantity of water shall be as needed for appl1cat1on, except that when stabilizing emulsions specified, the ratio Page 81 ... , .. , - ------- .. --• --• - - - of total water to total stabiltzing emulsion in the mixture shall be as recommended by the manufacturer of the emulsion but shall not exceed 6 gallons of water for each 5 pounds of stab11izing emulsion solids specified. M1x1ng of matertals for application with hydro-seeding equipment shall be performed 1n a tank with a bui It-in continuous agitation system of sufffcfent operating capacity to produce a homogeneous mixture and a discharge system, which will apply the mixture at a continuous and uniform rate. The tank shall have a minimum capacity of 1,000 gallons. The Engineer may authorize use of equipment of smaller capacity if it is demonstrated that such equipment is capable or performing all operation sat1sfactor1ly. A dispersing agent may be added to the m1xture provided the Contractor furnishes evidence that the additive 1s not harmful. Any material considered harmful, as determined by the Engineer, shall not be used. Any mixture containing stab1lizing emulsion shall not be applted during rainy weather or when son temperatures are below 40 degrees F. Pedestrians or equipment shall not be permitted to enter areas where mixtures containing stabfJizing emulsion have been applied. 20-3.05 (BLANK) 20-3.06 Measurement -Erosion control will be measured by the square foot or by t-he acre, whichever is designated in the contract item; or the items of imported topsoil, straw, commercial fert1l1zer, seed, fiber, stabilizing emulsion, and plants involved tn the erosion control work w111 be measured by the unit of measure designated in the contract items. The quantity of erosion control to be paid for by the square foot or acre will be calculated on the basts of actual or computed slope measurements. auant1t1es of stabilizing emulsion to be paid for by the pound or ton will be measured by the weight of solfds applied. The weight of solids per gallon on stab11fzing emulsion w111 be determined by multiplying the percent of solids in the emulsion by the weight per gallon of the emulsion. The percent of solids and the weight per gallon of the emulsion will be determined by California Test 402, in the same manner as provided for determining the percent of nonvolat11e content and the weight per gallon of paint. Page 82 -- ·• ---·-----.... ----·--- .. - -.. • """ - auanttttes of commerctal ferttltzer and seed to be patd for by the pound or ton w111 be determtned from marked we1ghts and sack count. auant1t1es of plants to be paid for by the untt wt II be determtned, at the opt1on of the Engtneer, etther by the product of the average plant density and the total area planted; or by actual count of the ltving plants tn place at the complet1on of the erosion control work. The average plant dens tty wi ti be the number of ltvtng plants per square foot, as determined by actual count of test areas chosen as representative of the total planted area. The size and location of the. test areas shall be determined by the Engineer through consultat1on with the Contractor, except that the total area tested shall be equal to not less than 3 percent nor more than 5 percent of the planted area being determined. In case of dtsagreement, the Engineer wtll make the final determtnatton of areas to be tested. 20-3.07 Payment - I terns of eroston control work, measured as provided in Section 20-3.06, "Measurement," wtll be either pa1d for at the contract prtce per square foot or acre for erosion control; or patd for as tndtvidual items at the contract prices per ton or cubtc yard for Imported topsoil, per pound or ton for straw, commerctal fertiltzer, seed, fiber, and stabtltztng emulston, and the contract unit price for plants, whtchever is involved in the erosion control work and designated tn the contract Items. Full compensatton for preparing areas on which hydroseed ts to be placed shall be considered as included in the contract price paid for erosion control, as the case may be, and no separate payment will be made therefor, except as other wise provtded in Section 20-3.02, "Preparation." The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing a11 eroston control work, complete in place, includtng applying water, as shown on the plans, and as specifted in these spectficattons and the special provisions, and as directed by the Engine.er. Page 83 Ii>\ ··II.I ----... -- - ----------.. • - - 20-4 LANDSCAPE PLANTING 20-4.01 Description -This work shall consist of furnishing highway planting materials, clearing planting areas, preparing planting areas, · planting plants, and establishing plants as shown on the plans and as specified in these specifications and the special provisions. 20-4.02 Materials -Materials shall conform to the provisions in Section 20-2, "Materials." 20-4.025 Roadside Clearing -Roadside clearing sha11 consist of clearing trash, debris, and weeds and removing existing plants as specified in these specifications and the special provisions. Roadside clearing shall be performed in those areas specified In the special provisions. At the time of planting, each area to be planted shall be free of trash, debris, and 1 iving weeds. During roadside clearing operations, existing plants where specified in the special provisions or shown on the plans to be removed shall be remov_ed and disposed of outside the highway right-of-way. Trash and debris shall be disposed of outside the right-of-way. 20-4.26 Herbicides -Unless prohibited by the County Agricultural Commissioner, herbicides may be used for highway planting work. If the Contractor elects to use herbicides, such usage shall conform to the requirements of the Callfornia Food and Agricultural Code, these specifications, and the special provisions. The herbicides used to control weeds shall be limited to those specified in the special provisions . Weed oil and granular or pelleted forms of herbicides shall not be used. Page 84 ------• - • -• • -- -- ... • .. The Contractor shal I obtain recommendations for the use of al I herbicides from the licensed Pest Control Adviser in accordance wtth the requirements or the California Food and Agricultural Code. At least 15 days prior to using any herbicides, a copy of such recommendations shall be submitted to the Engineer for approval. The recommendations shall include, but not be I tmlted to, the herbicides to be used, rates of application, methods of application, and areas to which herbicides are to be applied. · · Before ustng any herbicides, the Contractor shall obtain the Engineer's written approval of the Pest Control Adviser's recommendations. When used, herbicides shall be used in accordance with the approved Pest Control Adviser's recommendations. The Contractor shall notify the Engineer at least 24 hours prior to each application of herbicide and shall indicate the hours of application. No application of herbicides shall be made on Saturdays, Sundays, or legal holidays unless otherwise approved by the Engineer in writing . Herbicides shall be mixed in accordance with the instructions provided on the applicable registered label. Prior to mixing any herbicide, a copy of the registered label for the herbicide to be mixed shall be given to the Engineer or, when such copy is unavailable, the Engineer shall be permitted to read the label on the container. Herbicides for weed control shall be applied with a photo-sensitive dye which will produce a contrasting color when sprayed upon the ground. The color shall disappear between 2 and 3 days after being applied. The dye shall not stain any surfaces nor injur plant or animal life, when applied at the manufacturer's recommended application rate. Herbicides shall not be applied when weather conditions, including wind conditions, are unsuitable for such work. Any new or existing plants and soil which, in the opinion of the Engineer, have been damaged by the application of herbicides shall be replaced by the Contractor at his expense . At the end of each work week, a written report of that week's applications of all herbicides shall be submitted to the Engineer . Page 85 -• -- - - 20-4.03 -Preparing Plant1ng Areas -Preparing plant1ng areas shall constst of prepar1ng holes, prepar1ng trenches, cult1vat1ng, construct1ng bas1ns, and dofng any other work necessary to prepare areas for planting, except roadside cleartng work, as spectfted in these specifications and the spectal provtstons and as shown on the plans. Constructing basins shall be constdered as part of the work tnvolved 1n preparing holes and trenches. Unless otherwise spectfted, a planting or planted area shall be any area in whtch the Contractor 1s required to do plant1ng work. The Engineer w111 designate the ground locat1on of all plants by directing the plac1ng of the plants or by d1rect1ng the plac1ng of stakes or other suitable markers. The Contractor shall furn1sh all labor, materials, and transportat1on requ1red to adequately indicate the various plant locatfons. The work involved in preparing planting areas shall be so conducted that the existing flow line in drainage ditches will be maintained. Material shall be removed and disposed of as directed by the Engineer. Unless larger plant1ng holes are specified in the special provisions or shown on the plans, plants sha1J be planted in holes large enough to rece1ve ,.. the root ball, backfill, amendments, and fertilizer. -- -- - ... • • .. - • • At the locations shown on the plans, longitudinal basins shall be formed by constructing a continuous dike on each side of the planting line. Cross checks shall be formed to pond irrigation water around each plant. Water shall not be used for the excavation of planting holes. The planting areas to be cult1vated wi 11 be designated in the special prov1sions. The outer 11m1ts of the areas to be cultivated shall extend 12 inches beyond the outer rows of plants requiring cultivation, unless otherwise spec1f1ed or shown on the plans . Culttvatton shall be performed until the soil 1s in a loose condition to a m1nimum depth of 6 1nches. So11 clods shaJJ not be larger than 2 inches 1n any dimension after cultivation . The use of rubber-tired equtpment will be permitt1ng for cultivating operations, provtded the equipment used completely eradicated any compaction caused by the ttres. Rubber-tired equ1pment of any 1<1nd w111 not be allowed on cultivated areas after cultivation . Page 86 ' I, I" ,111111, ,,_ , .. ,. .. --• -• ------------,. --- -..... - ,...,_ Planting areas that have been cultivated and become compacted for any reason shall be re-cultivated by the Contractor at h1s expense. Rocks and other debris encountered during subsurface soil preparation shall be brought to the surface of the ground at the Contractor's expense. Removing and d1spostng of such rocks and debrts w111 be paid for as extra work. The s1ze of rocks and the quantity of rocks and debris to be disposed of w 11 I be determ 1ned by the Engineer. Pavement, sidewalk, and stmilar paved areas encountered on or beneath the surface of the ground and not shown on the plans tn areas to be prepared for planting, and If ordered by the Engineer, shall be removed and disposed of as directed by the Engtneer. Excavation through satd paved areas, furntshtng and placing topso1J to f1JJ these holes, and removal and disposal of all such pavement wi II be paid for as extra work. 20-4.04 (BLANK) 20-4.05 Planting -No planting shaJJ be done in any area unt1J the area concerned has been prepared in accordance with these spectf1cattons and the special provisions and presents a neat and untform appearance satisfactory to the Engineer. When an irrtgat1on system is requtred it shall be instaJJed and checked for coverage to the satisfaction of the Engtneer prtor to planting. Nursery stakes 1n plant contatners stored at the project stte shall be removed before transporting the plants to the planting areas, unless othewtse directed by the Engineer. Plant Jocattons for trees and shrubs shal I be ad Justed so that no plant ts closer than 8 feet to an Impact or pop-up type sprinkler. Where shrubs are shown on the plans to be planted tn groups, the outer rows shaJJ be parallel to the nearest roadway or rtght-of-way fence. Shrubs In adjacent rows shal I be staggered. Adjustment tn the number or aJtgnment of plants shaJJ be made between the outer rows. No plants shall be disturbed along the roadside on any day than can be planted and watered on that day. Pa~e 87 I I ' ft ~'111"1 ,. ~- •• ------• -------· -.. • ... - 11111111 ·• .. ---.. ,:µ·• ,.,,_.,, Plants shal 1 be removed from the containers in such a manner that the ball of earth surrounding the roots is not broken, and they shall be planted and watered as hereinafter specified immediately after removal from the containers. Containers shall not be cut prtor to delivery of the plants to the planting area. Roots of plants not in containers shall be kept motst and covered at all times and shall not be exposed to the air except while actually being placed in the ground. Before planting in holes or trenches, water shall be applied to the back f 111 with a pipe or tube inserted to the bot tom of the ho I e or trench unttl the backf111 material fs saturated for the full depth. Plants shall be set in the backf111 material, in flat-bottomed holes, to such a depth that after the so11 has settled, the top of the root ball will be even wtth the bottom of the basin or even with the surrounding soi I where there is no basin. Plants shall be planted in such a manner that the roots wt 11 not be restricted or distorted. Any plants that have settled deeper than specified in the above paragraph, or as shown on the plans, shall be raised back to the required level, or replaced at the option of the Contractor. Ground cover plants in areas with an irrigation system shall be planted in blocks which conform to the design of the irrigation system. The are-a covered by one unit of the irrigation system shall be as completely planted as possible, and then watered as provided in Section 20-4.06, "Watering." Ground cover plants shall be planted in moist soil and in neat, stratght rows parallel to the nearest roadway. Plants in adjacent rows shall be staggered. Ground cover plants sha11 not be planted closer than 4 feet to trees or shrubs nor closer than 6 feet to curbs, paved areas, and fences, unless otherwise shown on the plans or specified in the special provisions. Planting done 1n soil that ts too wet, or too dry or tn a condition not generally accepted as satisfactory for planting from an agricultural standpoint will not be accepted. Planting done in so11 which is not properly conditioned as provided in the specifications will not be accepted. No payment wf 11 be made for such planting and any further Pao:~ 88 1,, ---.. ----- - --... ----• - - planting work w111 be suspended until the Contractor has complied, In every way, w1th the spectflcatlons. Trees, shurbs, and vines In ground over areas shall be planted and mulched, when mulch 1s required by the special provisions or shown on the plans before ground cover, plants, or cuttings are planted. AIJ plants shall be watered as provided in Section 20-4.06, "Watering." At the time the plants are planted, wood stakes shall be placed at certain plants, and the plants shall be tied thereto. The plants to be staked shall be as shown on the plans or spec1f1ed in the special provisions. Stakes shall be installed against but not through the plant ball to a minfmum depth of 18 inches below the ground and shall be placed on the stte toward the prevailing w1nd, unless otherwfse directed by the Engineer. Stakes shal I be 1 O feet long of the length w11 I be detemined by the Engineer. The stakes shall be either 2-inch nominal diameter round stakes or 2" x 2" nominal square stakes, at the Contractor's option. The cross-sectional dimensions of 2-inch nominal redwood stake as determined by the Enginer. In no case shall stakes have a cross-section dimension of less than 1 -1 / 4 inches, unless otherwise shown on the plans . Each plant requiring a stake shall be tied to the stake at 2 locations and dfrected by the Engineer. The ties shall be Gro-strait nailed, or equal. The tie shall form a figure eight by crossing the tie between the plant and stake., and the figure eight shall be formed twfce. Each end of the tie shall then be wrapped one and one-half turns around the stake. Other materials and methods approved by the Engineer may be used for ties. Guying. All Trees in a growing container larger than or equal to 24" shall be guyed (3 mtn.l. I) Each guy shall be secured to the appropriate main branch by a loop of No. 12 BWG galvanized iron wire housed 1n garden hose. _ 2) Each guy shall be anchored to a driven stake located at a horizontal distance from the tree equal to the vertical distance from PJ:1100 AO ·-----... • - - - .. --- • --., ., - " .. ·- ground to the connection of guy wire on the tree branch. 3) A 6" galvanized turn-buckle shall be installed in I ine with the branch and anchor. 4) Each guy shall be covered with highly visible garden hose or plastic tubing to a height of 6 feet ( 1.8m) .above grade. S) Slack in each guy shal I be removed by using turn-buckle so as not to bend or twist the plant. From the time plants are planted, until the beginning of the plant establishement period, damage caused by erosion shall be repaired and plants shall be watered as provided tn Section 20-4.06, "Watering;" unsuitable plants shall be replaced as provided 1n Section 20-4.07, "Replacement;" and trash and debris shall be removed and weeds shall be controHed as provided in Section 20-4.025, "Roadside Clearing." In addition to other requirements, planted areas shall be neat and clean before the Contractor is allowed to begin the plant establfshement period. 20-4.06 Watering -If water is available from an irrigation system to be installed under the contract or an existing facility within the limits of the project, water for highway planting work may be obtained from such facility free of charge. Where water is not available from such facility, the Contractor shall make his own arrangements for furnishing and applying water, and he shall pay all costs involved. All trees, shrubs, and vines shall be watered immediately after plant1n~ Water shall be applied until the backfill soil around and below the roots or ball of earth around the roots of each plant is thoroughly saturated. Where watering is done with a hose, a metal or plastic pressure reducing device approved by the Engineer shall be used. Under no circumstances shall the full force of the water from the open end of a hose be allowed to fall within the basin around any plant. Ground cover plants In areas provided with an irrigation system shall be watered by sprinklers. Several consecutive waterings may be necessary to thoroughly saturate the son around each plant. After the first watering, water shall be applied to all plants as often, Page 90 -- .,. -------- --- -• ------- • and 1n sufficient amount as conditions may reQulre to keep the soil and plant roots moist dur1ng the life of the contract. Master remote control valves or gate valves on the discharge side of the backflow preventers shall be kept closed at all times, except while the irr1gat1on system is actually in use. Precautions shall be taken to prevent water from wetting vehicles, pedestrians, and pavement. Any erosion or sltppage of the soil caused by watering shall be repaired by the Contractor at his expense. Compliance with the provisions in this Section 20-4.06 shall not relieve the Contractor of his responsibi ltty for the replacemnt of plants as provided in Section 20-4.07 "Replacement." Any additional watering measures reQufred to maintain the plants in a growing condition shall be furnished by the Contractor at his expense. 20-4.07 Replacement -Replacement of plants that fail to grow wf 11 not be reQufred in areas which are not provided with a sprinkler system. All other plants planted in areas provided with a sprinkler system that show signs of failure to grow at any time, or which are so injured or damaged as to render them unsuitable for the purpose intended, as determined by the Engineer, shall be removed and replaced. Unless otherwise permitted by the Engineer, the Contractor shal I complete replacement of unsuitable plants within two weeks after the Engineer marks or otherwise Indicates that such plants shall be replaced. Replacement planting shall conform to the spacing and size reQuirements specified for the plants being replaced. Replacement ground cover plants shall be the same species as specified for the ground cover being replaced. Other replacement plants shall be either the same species as specified for the ground cover being replaced, or the Contractor and Engineer may agree to the substitution of alternative species of plants to be used as replacements In accordance with the provisions of Sect ton 20-4.07. • Replacement plants shall be furnished and planted by the Contractor at his expense . ... .,. .. -Page 91 UIII --.... iillll .... -... -,.., - . ., .. • • ---.. ----- - 20-4.08 Plant Establishment Work -Plant establishment work shall consist of cartng for the highway planting as specified in this Section 20-4.08 and 1n the special provisions. The Eng1neer w111 notify the Contractor in writing of the start of the fo11owing plant establishement periods and wil 1 furnish statements regarding days credited to the plant establishment work after said not 1 ft cat ton: 1. Type I plant establishment period sha11 be the number of working days specified for plant establishment in the special provtstons and shall begin after all work has been completed, except plant establishment work . 2. Type 2 plant establishment period shall be the time between completion of all planting work, except plant establishment work and acceptance of the contract, provided however that the contract wt I I not be accepted unless the plant establishment work has been satisfactorily performed for at least the number of working days specified for plant establ lshment In the special provisions. If relief from maintenance and responsibility is granted for a completed portion of the work, Type 2 plant establishment period for said completed portion shall be the time between completion of all planting work, except plant establishment work and the granting of relief from maintenance and responsibility, provided however that said relief will not be granted unless the plant establishment work in the completed portion of the work has been satisfactorily performed for at least the number of working days specified for plant establishment in the special provisions. The time required for plant establishment work shall be considered as included In the total time 1 imit specified for the Contract. The Contractor w111 be required to adequately water plants; replace unsuitable plants; do weed, rodent, and other pest control; and perform other work, as determined necessary by the Engineer, every calendar day during the plant establishment period. During the plant establishment period, damage caused by erosion shall be repaired. Working days upon which no work will be required, as determined by the Engineer, will be credited as one of the plant establishment working Page 92 ·• ---------- , ... days, regardless of whether or not the Contractor performs plant establishment work. Worktng days when the Contractor falls to adequately perform plant establtshment work, includtng but not I imit~d to watering plants, replactng unsuitable plants, repairing erosion damage, and doing weed, rodent, and other pest control determined to be necessary by the Engineer. will not be credited as plant establishment working days. Ground cover plant growth which extends onto sidewalks, curbs or dikes, or within 2 feet of shoulders or fences, unless otherwise shown on the plans, shall be removed. Ground cover shall also be kept removed from within the basins, including the basin walls and from planting areas within header boards. Commercial fertilizer shall be applied to trees, shrubs, vines, and ground cover areas, as specified in the special provisions, and shalJ be watered into the soil after each application. The Contractor shall notify the Engineer at least five days prior to applying each application of commercial fertilizer. , .. '. Basins and basin walls shall be kept well formed and free of weeds. -. Plants shall be kept watered, as provided in Section 20-4.06, • "Watering," and unsuitable plants shall be replaced as provided in section 20-4.07, "Replacement." ---• -.. --• - --- During the plant establlishment period, electric automatic irrigation systems shal I be operated In the automatic mode, unless otherwise permitted by the Engineer. When any electric automatic irrigation component is operated manually on a working day, the day wi11 not be credited as a plant establishment working day unless such manual operation has been permitted, in writing, by the Engineer. As part of the plant establishment work, 30 days prior to completion of the plant establishment period, instructions shall be given to the Engineer by a qualtfied person from the Contractor·s personnel on the use and adjustment of the irrigation controllers Installed. Weeds in all roadside clearing and preparing planting areas, as designated in the special provisions, shall be controlled as specified in the special provisions and as directed by the Engineer. Page 93 ,, " -- - Where herbictdes are used to control weeds, as provided in Section 20-4.026," herbicides," weeds shal1 be killed before they exceed 2 inches In length. Where weeds are to be pulJed by hand as specified 1n the special provisions, they shalJ be pulled before they exceed 4 inches in length and disposed of outside the right-of-way the same day on which they are pulJed. Dead weed growth which, in the opinion of the Engineer, wll l interfere with subsequent plant establishment or become unsightly shalJ be removed and disposed of outside the right-of-way. • Weed control, as specified in this Section 20-4.08, shall be performed • as often as required to maintain the project In a neat and uniform condition at al1 times. --- - •• 1. , .. •• •- •• 1• - •• ·-,_ Surplus earth, papers, trash, and debris which accumulate in the roadside clearing and preparing areas as designated fn the special provisions shal I be removed and disposed of outside the right-of-way. Such areas shall be cared for as to present a neat and clean condition at all times. During the plant establishment peirod, trees, shurbs, vines, and ground cover plants, planted as part of the contract, shall be pruned or headed back by the Contractor at his expense when and as directed by the Engineer. In order to carry out the plant establishment work, the Contractor shall furnish sufficient personnel and adequate equipment to perform the work during the plant establtshment period. 20-4.09 Measurement -The work performed under these specifications wi11 be measured by the unft designated in the contract item, and unless otherwise provided will be determined as units from actual count or measurement of the items in place in the completed work. Items to be paid for by the square foot will be calculated on the basis of actual or computed slope measurements . Page 94 ,.- .... ,1, .. ·----- • -------• -• -• .. • -• -• ,., --- Quantities of cultivation to be paid for by the square foot will be calculated on the basis of the area shown on the plans to be planted with plants requ1r1ng cultivation as specified in the special provisions, plus the areas for plants within cultivaiton as specified in the special provisions, plus the area 12 Inches beyond the outer row of said plants in each area . Planting areas for plants within cultivation areas do not require cultivation w111 not be deducted from the cultivalton area to be paid for. Quantities of granular and pelleted commercial fertilizer and iron sulfate to be paid for by the pound or ton will be determined from marked weights and sack count. Quantities of commercial fertilizer tablets to be paid for will be measured by the tablet. Quantities of header boards to be pafd for will be measured by the linear foot as determined from the actual length of the header boards in the fin I shed work. Quantities of the various sizes and types of plants to be paid for by the unit will be determined, at the option of the Engineer, either by the product of the average plant density and the total rarea plants; or by actual count of the living plants in place. The average plant density will be the number of living plants per square foot, as determined by actual count of test areas chosen as representative of the total planted area. The size and location of test areas shal I be determined by the Engineer by consultation with the Contractor, except that the total area tested shall be equal to not less than 3 percent nor more than 5 percent of the planted area being determined. In case of disagreement, the Engineer will make the final determination of areas to be tested. 20-4.10 Payment -When the contract includes separate items and unit or lump sum prices for performing highway planting, the quantities will be pa1d for at the contract unit or Jump sum price or prices for the item of work involved and identified . Plant establishment work will be paid for at a Jump sum price. The lump sum price paid for plant establishment work shall include full compensation for furnishing all labor, materials (including herbicides, commercial fertilizer, and replacement plants), tools, equipment, and incidentals, and for doing all the work involved in establishing plants, as Page 95 , -• .. -.... --· - --- ---• ... --• -- --- shown on the plans as specified In these speclficalons and the special provisions and as directed by the Engineer. All other highway planting work will be paid for at a single contract lump sum price for highway planting or at the contract lump sum or item prices for separate 1tems of roadside clearing, Imported topsoil, prepare planting area, prepare hole, prepare trench, cultivate, iron sulfate, sol 1 amendment, wood chips, tree bark, header board, commercial fertilizer and plant of the group Indicated. The item or items to be paid for and the unit of measure wil I be designated In the Engineer's Estimate . The above prices and payment shall include full compensation for furnishing aJJ labor, materials <including herbicides and replacement plants), tools, equipment, and incidentals, and for doing all the work Involved In highway planting, complete 1n place, including watering, removal and disposal of existing pavement shown on the plans where planting holes or trenches are to be excavated, and excavation and backfill for setting header boards, as shown on the plans, as specified in these specifications and the special provisions and as directed by the Engineer. • Page 96 ' ' -----.. ---- ---• • .. -• • -------- 20-5 LANDSCAPE IRRIGATION 20-5.01 Description -This work shal I consist of furnishing the mater1a1s and installing manual and automatic Irrigation systems as shown on the plans and 1n accordance with these specifications and the special provisions. 20-5.02 Materials -Materials shal I conform to the provisions in Section 20-2, "Materials." 20.5.025 Maintain Existing Water Supply -The Contractor shall notify the Engineer at least 4 days prior to shutting off the water supply to any portion of an existing irrigation system. The Engineer shall also be not If ied when the water supply Is returned to said portion of the irrigation system. Water supply for maintaining existing plantings shall be maintained as specified herein until the permanent water supply or a temporary water supply system, approved by the Engineer, has been provided. If the work causes a continuous Interruption of water supply for more than 3 consecutive days, the Contractor shall water at his expense all existing plantings, lnlcud1ng those being maintained by landscape maintenance forces, in the area Irrigated from that water supply as often as necessary to maintain healthy plant growth. At the option of the Contractor, temporary connections to the existing irrigation system may be provided until the water service has been restored to the Irrigation system . Where work is performed on an existing irrigation system, the system shall be checked by the Contractor for proper operation after the work 1s completed and any malfunctions resulting from the Contractor's operations shall be corrected at the Contractor's expense. 20-5.26 Remove Existing Plants for Trenching -Where new irrigation pipes or control and neutral conductors are Installed by trenching methods in existing ground cover, the ground cover shall be removed. The width of removal shall be sufficient to properly Install such fac111tles, but in no case shall the removal width exceed 5 feet. Removed ground cover shall be disposed of outside the highway right of way. Page 97 - ""I ,.../ ·-• ·"' """ "" MIi ·------.. • --.. .. "'-·~ -• -• -• .. II -• -• -- ""' --- Ground cover removed or rototi lled w1thjn the max1mum 5-f oot w1de removal area shall be replaced with new plants of the same var1ety as the extsttng ground cover. Other ground cover replacement plants shall be from flats and shall be planted 12 inches on center . AJI replacement planting shall be performed before the start of the plant establtshment pertod or at least 15 days prior to the acceptance of the contract tf there is no plant establ1shment period. Plant1ng of plants shall conform to the provisions in Section 20-4.05, "Planting.'' Replacement plantings shal I be watered, at the Contractor's expense, in accordance with the following provisions. Where trenching is performed in areas planted with existing trees or shrubs, the trenching alignment shall be adjusted as necessary to avoid damage to the exist1ng trees or shrubs. 20-5.027 Electrical Installations for Electric Automatic Irrigation Systems -All electr1ca1 equipment shall conform to the standards of the National Electrical Association (NEMA), the Underwriters· Labratories Inc . (UU, the Electrical Testing Labratories (ETU, the national Electrical Testing Association, Inc. (NETA), or the El.ectrical Industries Association CEIA), wherever applicable. In addition to the requirements on the plans, these specifications, and the special provisions. All the materials and workmanship shall conform to the requiements of the National Electrical Code, hereinafter referred to as the Code; California Administrative Code, Title 8, Subchapter 5, Electrical Safty Orders; Rules for Overhead Electrical Line Construction, General Order No. 95 of the Public Utilities Commission; Standards of the American Socity for Testing and Materials (ASTM); American National Standards Institute (ANSI); and any local ordanances which may apply. Wherever referance 1s made to any of the standards mentioned above, the referanca shaH be construed to mean the code, order, or standard that is in effect on the day the Notice to Contractors for the work is dated. 20-S.027A Components -Electrical components for electric automatic irrigation systems shall include automatic controllers, master controller, auxi ltary controllers, and battery controllers, all with enclosures; remote control valves and master remote control valves; valve boxes; pull boxes; conductors between controllers, pumps and valves; and al I appurtenances, Page 98 ,1,1,, ----------.. ----• • -• ---------- incidentals, and accessories required for proper installation and operation of the electrical portions of such systems. All voltages shown on the plans or specified in these specifications or the special provts1ons for electrical componenets for electric automatic irrigation systems shal 1 be considered as nominal. Electrical components requiring modifications to conform to the specified requirements shall have sue~ modifications made by the manufacturer before shipment to the project. 20-5.027B Wiring Plans and Diagrams -Within 30 working days after the Contractor has received notice of approval of the contract and prior to the installation of any electrical materials for an irrigation system (except service>, the Contractor shall submit working drawings to the City Engineer The working drawings shall consist of wiring plans which shall be reproducible, shall conform in scale to the contract plans for irrigation, and shall bear the written approval of the controller manufacturer or his authorized agent. Information shown on the wiring plans shall include, but not be limited to, wire size, conduit, and the wire routes between electrical components. Three copies of the schematic wiring diagram, including any wiring modifications, for each type of controller installed shall be submitted to the Engineer prior to completion of the contract. For each controller, one additional copy of the schematic wiring diagram and a copy of the reduced irrigation plan showing the equipment control led by the controller, including the installed locations and current station numbers for each electric remote control valve shat 1 be laminated with clear, mat-finished plastic not less than 1 0 mils thick, and placed in a heavy-duty plastic envelope. The envelope shall be attached securely to the inside of the controller enclosure or cabinet door. Where the controller enclosure door is not of sufficient s1ze to secure the plastic envelope to the inside of the door, said envelope and contents shall be furnished to the Engineer. 20-5.027C Electrical Energy -Electrical energy for automatic irrigation systems may be obtained by the Contractor free of charge from the service points shown on the plans. Page 99 - 'I --• - 20-5.027D Sprinker Control Crossovers -Sprinkler control crossovers shall be any electrical conduit for sprinkler controls that is installed inside a larger conduit under a roadway or other facility. The work of 1nstall1ng sprinkler control crossovers shall include furn1sh1ng and 1nstall1ng pull wires or ropes, pull boxes and other appurtenances shown on the plans or specified in these specification or the special provisions. Electrical conduit for sprinkler control crossovers shall be rigid non-metallic conduit of the sizes shown on the plans or specified in the special provisions. Where no conductors are to be installed tn the electrical conduit, pull wire or pull rope, shall be installed in the electrical conduit. • A number 5 pull box shall be installed at each end of each sprinkler •• -.. -- contro I crossover . 25-5.027E Service -Electric service installations for electric automatic irrigation controllers shall conform to these specifications . Electrical service installation and materials shall conform to the requirements of the serving ut i Ii ty. .. Service for electric automatic irrigation controllers shall be 120-volt, .. single-phase, AC, and shal I be obtained from the service points shown on the plans. -.. • • lllll • • ---- •Ill •• ilM For new service installations, the service disconnects for the electric automatic irrigation controllers shall be a single-pole, 240-volt, 20-ampere trip molded case circuit breaker in an enclosure as shown on the plans and shall be complete with insulated groundable neutral. The interrupting capacity of the breaker shal I be 10,000 amperes <symmetrical) at 240 volts . Service equipment enclosures shall be galvanized or, at the option of the Contractor, said enclosures may be provided with a factory app11ed rust resistant prime coat and baked enamel finish coat, in lieu of galvanizing. Types I, 11, and Ill service equipment cabinets shall be fabricated from galvanized sheet steel or shall be fabricated from sheet steel and zinc or cadmium plated after fabrication. The cabinets shall be painted in a color that shall closely match the color of the irrigation controller enclosures. .... - • -• -.. - ---.. -.. .. • -II •· - • If an alternative design is proposed for Type 11 II and Ill service equipment cabinet plans of such design shall be submitted to the Engineer for approval. When an existing service installation is to be used a single-pole1 240-volt, 20-ampere trip circuit breaker shal I be provided in the existing installation for automatic irrigation controllers. Unless otherwise shown on the plans, service conductors from service disconnect to the electric automatic irrigation controllers shall be installed in a minimum one inch rigid metallic conduit. Electrical service conduit shall be installed at a minimum depth of 24 inches below the surface of the surrounding grade . Pull boxes shall be installed at the locations shown on the plans or, in long runs, they shall be spaced at not over 200-foot intervals. The Contractor may, at his expense, install additional pull boxes to facilitate his work. The tops of pull boxes installed in walkway and paved areas shall be flush with the surrounding grade. The tops of pull boxes in other areas shall be installed 2 inches above the surrounding grade. 20-5.027F Excavation and Backfi II -Excavation and backfi 11 for installing irrigation electrical facilities shall conform to the provisions specified for installing pipe in Section 20-5.03D, "Trenching and Backf i 11 ing." 20-5.027G Controllers -Controllers, controller enclosures and accessories shall be installed in conformance with the manufacturer's instructions these specifications, the special provisions and as shown on the plans. The installation date and the expiration date of the guarantee for the controllers shall be permanently marked on the inside face of the controllers . • A complete maintenance and operations manual for each type of • controller installed shall be submitted to the Engineer when the schematic wiring diagrams are placed in controllers. -... --Page 101 111,:.. .. - ... - 20-5.027H Va Ives and Valve Boxes -The installation of electric valves and valve boxes ror such valves shall conrorm to the provisions In sect1on 20-5.03F, "Valve and Valve Boxes." 20-5.0271 Conductors, Electrical Conduit and Pull Boxes -The Installation or conductors, e lectrlcal conduit and pul I boxes ror service connections shall conform to the provisions in section 20-5.027E, "Service." conductors shall be color coded when the location or controllers are grouped or placed w1th1n one enclosure, or conductors rrom the controllers are Installed in a common trench. The color of the conductors from any one controller shall be un1form to Its valves. All neutral conductors shall be white. White shall not be used for control conductors. Conductors with green colored insulation shall not be used. Conductors shall be of the size recommended by the manufacturer of the controllers to be Installed. • Each controller shall have a common neutral conductor ft Its respective -... ---· .. -• ----• -----.. valves. Each remote control valve shall have a separate control conductor with no other valves connected to the conductor. At least 2 feet or stack shall be left for each conductor at each pull box. At each valve box, at least 2 feet of slack shall be left for each conductor that is connected to other fac1lities within the box or fs spliced within the box. Conductors shall be wrapped together with electrical tape at 5-foot intervals. Except as otherwise provfded in this paragraph, conductors shall be burled directly 1n the ground. Where conductors are surface mounted, or where conductors pass under paved areas, through pipe conduit, or through concrete, the conductors shall be Installed In electr1cal conduit. Electrical conduit shall be rigid non-metallic conduit, except surface-mounted conduit and conduit Installed through concrete or Installed by Jacking or drtlllng shall be rigid metall lc. Page 102 111111 • -• -• -.. - -- ---• -• -• ------ Where conductors are ins ta I led In the same trench or opening as the pipe, the conductors shall be placed at the same depth as the pipe. At other locations the conductors shall be installed not less than 12 Inches below the ground surface. The Contractor, at his option, may install conductors for an irrigation system by met.hods and with equipment other than by trenching provided the conductors are installed at the depths specified and the conductor Insulation is not damaged by the methods and equl pment used. Pull boxes shall be installed at the following locations: I. At all conductor splices, except splices made in valve boxes. 2. At intervals not to exceed 500 feet along any low voltage, neutral and control conductor runs. Valve boxes installed along a conductor run shall not be considered as pul I boxes in determining the spacing . 3. Within 5 feet of a controller or within 5 feet of a cabinet housing more than one controller for the low voltage, neutral and control conductors connecting to the controllers. 4. At the ends of each conduit for control conductors. 5. Other locations shown on the plans. The tops of pull boxes installed in walkway and paved areas shall be flush with the surrounding grade. The tops of pull boxes in other areas shall be installed 2 inches above the surrounding grade. Splices shall be made only in pull boxes or valve boxes. Splices shall be made as follows: The ends of the wires shall be joined together with an insultated spring type connector without soldering. No exposed bare wire shall extend beyond the connector. The splice insulation material shal I be a 2-component, self-curing, epoxy resin furnished in a double compartment, transparent plastic envelope. The splice Insulation shall be made by thoroughly mixing the 2 componets In the envelope and, after cutting open one end of the envelope, inserting the wire connection into the epoxy resin and then taping shut the open end of the Page 103 - """ ---• ---• --.. ----.. • --.. -• ------ envelope. Other methods may be used to furn1sh and mix these epoxy resin providing such methods are approved by the Engineer. Regardless of the method used for mixing and applying the epoxy, sufftctent epoxy restn shall be provided to completely cover the connector. Conductors in controller cabinets shall not be spliced. Temporary sp11ces used for testing valve circuits shall not be used as permanent sp I tees . All permanent splice connections shall be made with freshly cut and skinned conductors. 20-5.027J Testing -Field tests and a functional test shalJ be performed by the Contractor to demonstrate that all parts of each irrigation system function as specified. Field tests shall be performed on all conductors. Where the conductors are installed by trenching and backfilling, such tests shall be performed after at least 6 inches of backfill material has been placed over the conductors and said material has been compacted as specified in Section 20-5.03D, "Trenching and Backfi 11 ing." The functional test for each electrical automatic controller and associated automatic irrigation system served by a single electric service point, or a group of electric automatic controllers and associated automatic irrigation systems served by a single electric service point, shall consist of not less than 15 consecutive working days of operation during which time each controller shall complete at least 3 complete cycles automatically for each station controlled by the controller. The lengths and frequencies for the cycles w111 be determined by the Engineer. If unsatisfactory performance of any system develops, the condition shall be corrected and the test repeated unt11 15 working days of continuous, satisfactory operation is obtained. The functional test shall be satisfactorily completed prior to the start of the plant establishment period. - •:11' Ml ,,• -~ ,. t~ illllll '" ~ .. M 1111'1 lh ., •1 .. , lit • 11111 .,_, 1111• Ill --~ • • 111!1 • • ii • • -• .... lilll -- .,.,, 20-5.03 Installation -lrr1gatlon systems shall be installed in accordance with the provisions in Section 20-5.027, "Electrical Installations for Electric Automatic Irrigation System," and these spec1ffcations. The irr1gat1on systems as shown on the plans, except for sprinkler locations, are diagrammatic. 20-5.0JA General -All underground .~etallfc pipes, valves or fittings made of dissimilar metals shall be connected through a dielectric coupling or bushfng. Pipe installed In this manner shall be physfca11y separated from other metal objects. Dielectric coup I ings shall phsical Jy separate the pipes a mtn1mum of l /8 inch in all directions. Non-conducting spaces which will fnsure physical separation of pipe from foreign objects may be required as determined by the Engineer. The risers for sprinklers on slopes shall be set approximately perpendicular to the plane of the slope. If the location of a supply line interferes with the drilling of the plant holes, the plant holes shall be so located as to clear the supply lines. supply lines shall not be installed through plant holes unless otherwise shown on the plans. Valves and sprinklers shall be installed 7 feet from curbs, dikes, sidewalks and paved shoulders and 3 feet from fences and walls unless otherwise shown on the plans or specified in the special provisions. The bottom of backflow preventers shall be Installed 12 inches above ground . Foreign material shall be prevented from entering the irrigation system during installation. Immediately prior to assembling, all pipes, valves, and fittings shall be cleaned. All unattached ends of pipe, fittings, and valves shall be plugged or capped pending attachment of additional pipe or fittings. All lines shaJJ be thoroughly flushed out prior to attachment of sprinklers, emitters, and other terminal fittings . 20-5.03B Conduit for Water Line Crossovers and Sprinkler Control Crossovers -The installation of conduit for water 1ine crossovers and sprinkler control crossovers shall conform to the provisions in this Section 20-5.03B . Page 105 ,, ,;'~ '1 14 "' .. • • • • • • -• .. • ... ,,.->Ii/ .... 411 "' • .. -.. • • - ··- -• --·-- The conduit for· water line crossovers and sprinkler control crossovers shall conform to the provisions in Section 20-2.16, "Conduit." Conduit shat I be installed not less than f.5 feet below the curb grade in s1dewalk areas and not less than 3.5 feet below the finished grade in al I other areas. Conduits shall extend 2 feet beyond all paving unless otherwise shown on the plans . Conduit shall be installed under existing pavement by jacking or dri II ing methods. Pavement shall not be disturbed without the approval of the Engineer, and then only in the event obstructions are encountered. When permitted by the Engineer, small holes may be cut in the pavement to locate or remove obstructions. Jacking or drilling pits shall be kept at least 2 feet from pavement edge wherever possible. Excessive use of water that will soften subgrade or undermine the pavement wi 11 not be permitted . The conduit shall be latd in the trench to the lines and grades established by the Engineer. The bottom of the trench shall be graded and prepared to provide a firm and uniform bearing throughout the entire length of the conduit. During backfilling operations, the conduit shall be rigidly supported so that no movement of, or damage to, the conduit or joints will result. Couplings for asbestos-cement pipe shall be installed in accordance with the manufacturer's written instructions; a copy of which shall be furnished to the Engineer prior to installation. After installation of conduits and placing of base and surfacing is completed, the Contractor shall demonstrate that al I conduits are free of obstructions and restrictions. The ends of conduits shall be capped with 30-pound asphalt-saturated felt secured with galvanized wire. The location of each conduit shall be designated by placing Type A pavement marker on the shoulder pavement near each end and over the center line of the conduit. The markers shall be identified by stenciling, with commercial qualfty paint of contrasting color, the words "IRR.Xing" on the shoulder pavement adjacent to each marker. The letters shall be approximately 2 inches in height. Page 106 "' ,1 ,,_ "" ,_ .. '11111 .. • .. • • ... .. .. • -,. - 'i'.f;o - ... ------.. • • ---- Type A pavement markers shall be cemented to the pavement with Standard Set Type adhesive. Before markers showing the location of existing cross-over conduit are removed or disturbed, the conduit location shall be marked on the pavement by the Contractor. Exploratory holes for locating existing conduits shall be excavated at the locations indicated by existing markers or where directed by the Engineer. The Contractor shall excavate and backfi II exploratory holes at any location to a maximum size of 2-1 /2 feet in width, 5 feet in depth and IO feet parallel to the roadway (5 feet on each side of the marker or directed location). If It Is necessary or advisable, as determined by the Engineer, to Increase the size of the exploratory holes beyond the dimensions specified above, such additional excavation and backfill will be paid for extra work . 20-S.03C Water Line Crossovers -Water line crossovers shall be any supply line pipe that Is installed in a conduit under a roadway or other f aci If ty. The work of installing water line crossovers shall include furnishing and installing appurtenances shown on the plans or specified in these specifications or the special provisions. Water I ine crossovers shal I be polyvinyl chloride (PVC) plastic pipe of the sizes and pressure ratings shown on the plans or specified in the special provisions . After completing conduit backfill and prior to performing the pressure test on a water line crossover, the Contractor sha 11 demonstrate that the water line crossover can be moved longitudlnally within the conduit. The water I ine crossover shall then be positioned to extend at least one foot beyond each end of the conduit. Where water line crossovers are not to be connected to other supply lines, the ends of such crossovers shall be capped Immediately after testing. 20-5.03D Trenching and Back fl II Ing -Rocks and other debris encountered during trenching operations shall be brought to the surface of the ground at the Contractor·s expense. Removing and disposing of such rocks and debris w111 paid for as extra work as provided in Section 4-1.03D. The ,,i,1'!'11'<, ,, .,..., ,,,. !ll ,lill .. • ... -.. • ·------· - • ... - • • .. • • • !Ill • -• ·------ size of rocks and the quantity of rocks and debris to be dtsposed of will be determined by the Engineer. Pavement, sidewalk, and s1mi larly paved areas encountered on or beneath the surface of the ground and not shown on the plans in areas to be trenched for 1rr1gat1on pipes, and if ordered by the Engineer, shall be removed and disposed of as directed by the Engineer. Excavating through said paved areas, furn1sh1ng and placing topsoil to f111 resulting holes, and removing and disposing of all such pavement w111 be paid for as extra work . Existing pavement shown on the plans where trenches are to be excavated shall be removed and, unless otherwise permitted by the Engineer, disposed of outside the highway right of way. Trenches for plastic pipe shall be of sufficient width to permit snaking of all plastic pipe not connected by rubber right-type fittings . Trenches for plastic pipe shall be smooth and free of jagged rubble or sharp objects whfch will cause abrupt bending stresses and uneven weight d1stribution during backfilling operations. The backfilling of pipe trenches shall be accomplished in a manner that will protect the pipe from damage from sharp objects. Rocks shall not be placed directly on the pipe. Except as otherwise specified in this Sect ion 20-5.03D, backf i 11 material shall be compacted by ponding or jetting with water until the backf i 11 material, after settlement, is level with the surrounding soi 1. The backfill for excavations outside the right of way and excavations within surfaced areas shall be 90~ compacted in conformance . If for any reason the soil taken from the trench is determined by the Engineer to be unsuitable for a bedd1ng material against the pipe, a suitable material, such as sand or topsoil, shall be furnished and placed as a bedding for the pipe before backfi11ing with the orfginal soil taken from the trench . Furnishing and placing bedding material for pipe when ordered by the Engineer wi II be paid for as extra work . When any backfil1ed area has settled, said area shall be refilled and compacted by the Contractor at hfs expense, Including furnishing, placing and compacting the fill material. Page 108 ,·~ '"' .. -• -• • • - • .. • .. --• -----.. -----• ----- Where supply 11nes or conduits are installed through exist1ng paved areas, the subbase, base and paving removed shalJ be replaced with mater1a1 of equal qua11ty. 20-5.03E Pipe -The Contractor, at his option, may lnstal I plastic pipe supply line with solvent cemented fittings and plastic pipe irrigation line for an irrigation system by methods and with equipment other than by trenching provided the pipes are installed at the depths specified . Where connection is made to existing supply 11nes, compression type f1ttings may be used . Pipe between water meters and plastic pipe supply line through a backflow preventer assembly shall be brass, copper or as otherwise shown on the p I ans . Supply lines shall be installed under paved ditches which are 3 feet deep or less at the flow line. Supply lines that cross paved ditches more than 3 feet deep shall be galvanized steel pipe and shall span the ditches . Supply I ine trenches located adjacent to curbs, dikes and paved shoulders shall be at least 4 feet from said curbs, dikes and paved shoulders. Asbestos-cement pressure pipe, plastic pipe supply line, thrust blocks where required, plastic pipe irrigation line, and fittings shall be installed according to the pipe and fitting manufacturer's instructions shall be furnished to the Engineer before any pipe is installed. Portland cement concrete for thrust blocks shall be produced from commercial qua I ity aggregates and cement and shall contain not less than 470 pounds of cement per cubic yard. Hand mixing of this concrete wi 11 be permitted. A11 pipe shall be cut straight and true. After cutting, the ends shall be reamed out to the ful 1 Inside diameter of the pipe. Male pipe threads on galvanized steel pipe shall be coated with a joint compund that is non-hardening and non-corrosive. Solvent cement welding shall be done in a 2 step process: I -primer; 2 - glue, and accordance with the printed instructions of the solvent cement manufacturer. Page 109 ... .. - , ... .. • .. ,..., -• ---- • -- • • • --- The male port1on of each threaded plastic pipe and fitting connection shall be wrapped w1th at least 2 layers of pipe thread sealant tape <teflon>. All plastic p1pe 1nstal led by trenching and backf11 I ing methods, except pipe connected w1th rubber ring-type fittings, shall be snaked when installed. P1pe connected with rubber ring-type fittings need not be snaked . 20-5.0JF Valves and Valve Boxes· -Spring action check valves (ant1-dra1n valves> shall be installed at the locations shown on the plans. If locat1ons for check valves are not shown on the plans and a contract Item for such valves ls 1ncluded In the Engineer's Estimate, they shall be located as directed by the Engineer. The check valve spring shal 1 be factory set at Io pounds per square inch. Valve boxes with extensions, if required, shaJI be provided for housing contro I va Ives. The tops of valve boxes installed in walkway and paved areas shall be flush with the surrounding grade. The tops of valve boxes in other areas shall be installed 2 inches above the surronding grade . 20-5.03G Pressure Testing -Pressure testing for leakage shall be performed on all pipelines installed by the Contractor, except for non-rigid pipelines and pipelines with spray nozzles installed into the pipe. Pipelines to be tested shall be installed, and all open ends of the pipeline and fittings shall be plugged or capped prior to testing. Pressure tests shall be performed in one or more operations. Pipe I ines installed by trenching and backfilling and pip I ines which are completely visible after installation shall be tested by either Method A or Method B as specified below. The method used will be at the Contractor's option. Water line crossovers that are connected to other pipelines to be tested shall be tested in the same manner as the pipelines to which they are connected. Water line crossovers that are not connected to other pipelines to be tested shall be tested by Method A as specified below except the testing period and allowable drop in pressure shall be modified from one hour to I /2 hour and from 5 pounds per square inch to no drop in pressure, respectively .. All other pipelines including those installed in the gound by methods other than trenching and backfilling, shall be tested by Method A ass specified below. Page 110 .. ,. ,.., ,i,;1111 .,Al"""'"' ,,,. ,.,, 111111 ---.. .. ---------,,_ -• --.. .. -• ---• -• -.. -• ., 20-S.03G( I) Method A -Method A pressure testing procedure for leakage shall conform to the following: The Contractor shall notify the Engineer at least 24 hours prior to performing any pressure test. Pressure tests shall be performed only between the hous of 8:00 a.m. and 5:00 p.m. except that no pressure tests shall be made on Saturdays, Sundays or legal holidays, unless otherwise approved in writing by the Engineer. Each pressure test shall be observed by the Engineer . Pipelines to be tested shall be filled with water, and a pressure gage shall be connected to the pipeline. The pipeline shall then be placed under a pressure of 125 pounds per square inch, except as otherwtse specified below, by air or water pressure, after which the source of pressure shall be cut off leaving the 1 ine under the required pressure. The pressure gage shall be calibrated from O to 200 pounds per square inch in 5-pound increments and shall be accurate within a tolerance of 2 pounds. The pipeline shall be tested under the required pressure for a period of one hour. The pressure gage shall remain in place until each test period has been completed. All leaks that develop in the portion of the system installed by the Contractor shall be located and repaired after each test period when a drop of more than 5 pounds is indicated by the pressure gage. After such leaks have been repaired, the one hour pressure test shall be repeated and any necessary additional repairs made until the drop in pressure is 5 pounds per square inch or less . When a system consists of new pipelines installed by the Contractor and existing pipelines, the testing pressure shall be the pressure of the water source to which the system is to be connected, as measured at the point of the connection, fn lieu of the 125 pounds per square inch specified above. If any such system fafls the specified pressure test, the new pipelines shall be Isolated from the existing pipe I Ines, at the Contractor's expense, and the new pipelines shall be tested separately at 125 pounds per square inch in accordance with these specifications . 20-5.036(2) Method B -Method B pressure testing procedure for leakage shal1 conform to the following: The Contractor shall nottfy the Engineer at least 24 hours prior to performing any pressure test. Pressure tests shall be so performed that the Page 111 .... ,. ... ----• -• - .. • ---• -------- """ • test Ing periods end between the hours of 8:00 a.m. and 5:00 p.m. except that no pressure test period shall end on Saturdays, Sundays or legal holidays, unless otherwise approved In writing by the Engineer. Each pressure test shall be observed by the Engineer. Before any portion of the pipeline on the supply side of a control valve Is back fl lled, water shall be turned Into that portion of the I lne and maintained at ful I pressure from the water source for a period of not less than 8 consecutive hours after all air has been expelled from the lfne. Before any portion of the pipeline on the discharge side of a control vavle is backfilled, a similar test shall be performed, except the test shall be for a duration of one hour. Any leaks that develop In the portion of the system Installed by the Contractor shal I be repaired. After such leaks have been repaired, the pressure test shall be repeated and any add1t1onal necessary repairs made unti I no leaks occur as de~ermined by the Engineer. 20-S.03H Repairs and Coverage -All leaks that develop and all defective material In any portion of the irrigation system installed by the Contractor shal I be repaired or replaced by him. The entire system shall be checked and, if necessary, adjusted for uniform and complete coverage after installing the sprinklers. All emitters shall be checked for proper operation and, If necessary, cleaned or replaced . Any revision of the proposed irrigation systems ordered by the Engineer and necessary to achieve complete and adequate coverage of the areas to be watered wi II be paid for as extra work. 20-5.04 Measurement -The work performed under these specifications for installfng Irrigation systems wHI be measured by units, by the linear foot, by the lump sum price or by any other unit designated In the contract Item and will be ltsted In the Engineer's Estimate by type, classification, size, or whatever information is necessary. a~antltles of galvanized steel pipe and plastic pipe supply lines, irrigation lfnes, and nozzle lines, and the quantities of welded steel pipe conduit, corrugated steel pipe conduit, asbestos-cement pipe conduit, and alternative conduit to be paid for by the It near foot wt II be determined from the slope length designated by the Engineer. Pipe placed In excess or the length designated will not be paid for. Page 112 I l II\ 1,1 •• •• -.. -• ---• -• .. -.. ----• ---- Quantities of control valves, gate valves, garden valves, pressure relief valves, qu1ck coupl1ng valves, check valves, pressure reducing valves, valve assembly untts, f1Jter assembly units, electric automatic controJJers, battery controllers, backflow preventer assemblies, sprinklers, wye strainers, and wye strainer assemblies to be paid for by the unit will be determined from actual count in place. 20-5.05 Payment -When the contract includes separate items for performing 1rrlgat1on system work, the lrrgatton system work will be pa1d for at the contract lump sum or item prices for the items of work involved and identified . Irrigation system work will be paid for at a single contract lump sum price for irrigations system, or irrigation system work will be paid for as individual items as follows: The contract lump sum price for control and neutral conductors; the contract lump sum price for electric service insta11ation; the contract prices per I inear foot for galvanized steel pipe and plastic pipe supply 1 ines, irrigation lines, and nozzle lines; the contract prices per linear foot for welded steel pipe conduit, corrugated steel pipe conduit, asbestos-cement pipe conduit, and alternative conduit; and the contract unit prices for control valves, gate valves, garden valves, pressure relief valves, quick coupling valves, check valves, pressure reducing valves, valve assembly units, filter assembly units, electric automatic controllers, battery controllers, backflow preventer assemblies, sprinklers, wye strainers, and wye strainer assemblies . The item or items to be paid for wil I be designated in the Engineer's estimate . When irrigation system work is to be paid for at a contract lump sum price for irr1gatlon system, such price shall inlcude full compensation for furn1shing all labor, materials, tools, equipment, and Incidentals, and for doing a11 the work 1nvolved In insta11ing the irrigation system, complete in place, Including excavation and backfl11, replacing subbase, base, and pavement where water lines and conduits are insta11ed through paved areas, testing and checking the irrigation system, and maintaining existing water supply, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer. Page 113 ... When the various components of the Irrigation system work are to be ··-pa1d for as 1nd1vtdua1 items as described above, the fol lowing sha11 apply: hi --------- • .. -- • ---- • -- - There are no contract items for master remote control valves, said valves w11J be patd for as electric remote control valves of the sizes involved. Water line crossovers will be paid for at the contract prices per ltnear foot for the various sizes and types of supply line involved, which prices shall include full compensation for testing, checking, and furnishing and 1nsta 11 Ing water I ine crossover appurtenances. Full compensation for furnishing and installing electrical conduit in which control and neutral conductors or service conductors are Installed shall be considered as included tn the contract lump sum price patd for control and neutral conductors or the contract lump sum price paid for electric service installation, whichever appltes, and no separate payment w11 I be made therefor. Where conductors are not Installed in sprinkler control crossover conduit, full compensation for such sprinkler control crossovers, including conduit, pull boxes, pull wires or ropes and other appurtenances, shall be considered as included in the contract prices paid per linear foot for the various sizes and types of pipe conduit in which the sprinkler control crossovers are installed and no separate payment will be made therefor. Full compensation for maintaining existing water supply shall be considered as included In the contract prices paid per linear foot for the various sizes of plastic pipe (supply line) involved and no additional compensation wi 11 be allowed therefor. Full compensation for removing or rototilling, disposing and replacing existing ground cover to install irrigation pipes and conductors in existing ground cover shall be considered as Included in the contract prices paid per linear foot for the various sizes of plastic pipe (supply line) or in the contract lump sum price paid for control and neutral conductors involved, and no additional compensation will be allowed therefor. Full compensation for locating and marking the locations of conduits and capping the ends of conduits shall be considered as included in the contract prices paid per linear foot for the various sizes and types of pipe conduit Involved and no separate payment will be made therefor. ,Iii ,i•ill ... -.. • --.. --·-------• -----• ---- Full compensat1on for replacing subbase, base, and paving where supply 11nes or condu1ts are lnstal led through extsting paved areas shal I be considered as Included in the contract prices paid per I inear foot for the various sizes of plastic pipe (supply line) and for the various sizes and types of pipe conduit Involved, and no separate payment will be made therefor. Full compensation for removing and disposing of existing pavement shown on the plans where trenches for irrigation faci1ities are to be excavated shall be considered as included in the contract prices paid for the items of work requiring the trenching and no separate payment will be made therefor. FuU compensation for performing the functional tests for electric automatic Irrigation systems as specified herein shall be considered as 1ncluded in the contract unit pr1ces paid for the various types of electric automatic controllers involved and no additional compensation will be allowed therefor . Full compensation for furnihsing and installing flexible risers, swing joints and pipe used for risers shall be considered as included in the price paid for the contract item requiring the riser or swing joint and riser and no separate payment wi 11 be made therefor. Full compensation for checking and cleaning emitter and for checking and adjusting the various types of sprinklers for proper rate of flow and coverage, after installation, shall be considered as included in the contract unit prices paid for the various types of sprinklers involved and no separate payment will be made therefor. When there are no separate contract items for material necessary to complete a untt of the irrigation system such materials shall be furnished and Installed. Ful1 compensation for furnishing and Install Ing such materials shall be considered as included in the contract price or prices paid for the unit of the Irrigation system requiring said materials and no additional compensation will be allowed therefor. The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, 1nc1dentals, and for doing all the work Involved In Installing the Irrigation systems, completed In place, as shown on the plans, as specified in these spec1ftcations and the special provisions, and as directed by the Engineer, inlcudlng any structure excavation, structure backfi I, and water Involved. Page 115 , . 'I • --- ----• ----268-02-l(w)227#2.9 PART V STANDARD DRAWINGS SECTION 1 SAN DIEGO AREA REGIONAL STANDARD DRAWINGS Page 116 I • 1 l If' Nil •1111 • --. .._ -illt .. ----• ---• -• --,,,,, --- ~~--.J7 I I I I I 4 n around opening Wing, where occurs on, or DOth SldlS Transition to normal curb height in 10 ~- on both sides unless otherwist noted S11 note 7 Galv. steel angle continuous and prorecuon bar. ;., C • C I • I I ---i,.....:.----, I I I . I : I L-----L~---------l __ .... T ~,. radius 4 H radius _/ I -!&" Curb Line L @6"]' dn,.;,g 0-12 rrr-~ H@ 12"JJ0t6f Ll'-0" 6"~T PLAN L l..e Length shown on plans SECTION B-8 Edge of Gutter Slope floor 12: 1 towards outlet Elev shown k::::::~~~~ ... lSi.t_:_~on~•~pl~a:~;~: :~::.;._;;·-'jj'-'·: _JTL y .ITI- Oetermined by pipe size--4' min, 8' max. SECTION C--C NOTES: 1. Se, Standard Drawings 0-11 &. 0-12 for additional notes and details. 2. Types are designated as follows: (no wing) B, (one wing) B-1, (two wings) B-2. 3. Exposed edges of concrete shall be rounded with a radius of 1/2". 4. When V exceeds 4' steps shall be installed. See Standard Drawing 0-11 for details. S. Concrete gutter to match adjacent gutten. 6. An expansion joint shall be placed at the ends of the inlet where the curb is to adjoin. 7. Provide 1/4" tooled groove in top slab in line with back of adjaant curb • 4·-0.. l L ~~-T SECTION A-A LEGEND ON PLANS 15 • Type B-1 inlet 8. Surfaa of top slab shall be sidewalk finished to drain toward street at a slope of 1/4" per foot. ---l 1 s· 1-_ 9. Maintain 1 1/2" clear spacing between reinforcing and surface unless otherwise noted. •ECQIUl(NO(O IY Tltl SAIi Ql(GO •IG1011Al ST AIIO,UOS C0MMITTU Cl,::!_/:;' ;,;_:._,,f' ~'zc. 1'1$ C..to1\tff1,1HN M r ( t,107 011• DRAWING D 2 NUMBER - SAN DIEGO REGIONAL STANDARD DRAWING CURB INLET -TYPE B Revision By Approved Notes .0. S. Reference '11(.t,. Rebar hV-8. Pa~e 117 Date "7-7<:J /()•iZ ~~ • 111 , Ii • ,1'111l ·- - - -• -.. .. • -.... - • • -... I 4 @ Sooth ways -~ Q :t c:, ... M:...L-~=~~e:3::=::'2~::J:==~j~~~~ 4-#4 :J around pipe --;--1.:.;.__ Slope floor 12 : 1 towards outlet _j rl- > J<~!.--'---Elev shown on plans t t SECTION A-A SECTION 8-8 4. I 4 1 • 4' -1 PLAN NOTES 1. See Standard Drawing 0-11 for additional notes and details. 2. When V excnds 4' neps shall be installed. See Standard Drawing Q. 11 for details. 3. Exposed edges of concrtte shall be rounded with a radius of 1/2". 4. Openings on both sides unless otherwise shown on plans. 5. Maintain l 1/2" clear spacing between reinforcing and surface. Revision Bv Approved Cate SAN DIEGO REGIONAL STANDARD DRAWING Rebar La CATCH BASIN -TYPE F LEGEND ON PLANS ----roi----------t.:::::.,J------ ~fCOMMfNOfO IY TNf SAN OtfGO ~EGIONAl ST ANOAROS C0MMITTU Cl/t../!? ~ iJ-u:. l~1S C--• ~.C.L l!IGI 0111 DRAWING D-7 NUMBER Page 118 ' ,. t•, -I~ ,,,,,_ ~-. ·--.. -.. ----•· ·----• ----• -.. ---·---- PLAN TYPE >-A4 AS A6 A7 AS t Manhole Frame and Cover see drawing M-3 PIPE DIA up to 39" 42" to 48" I 51" to 60" 63" to 72" 75" to B4" X y z 4' 4' 6' s· 4' 6' 6' 4: I 6' 7' 4. 7' 8' 4' a· 2 • .# 4 bars Rounded Pipe Ends See Drawing 0-61 4 • I 4 Around pipe E!ev. shown on plans ---c::::::--~...!...'x: SECTION A-A NOTES 1. See Standard Drawing D· 11 for additional notes and detailL 2. Concrete bast shall bl 560-C-3250 3. All precut components 1hall be reinforced with 1/4" diameter steel, wound spirally on 4" C2nters. 4. All joints shall be set in Class C mortar. 5. Maintain 1 112•c1ear spacing between reinforcing and surface unless otherwise noted. 6. Exposed edges of concrete shall be rounded with a radius of 1/2". C. .. Q .... .., Slope floor 12: 1 towards outlet LEGEND ON PLANS ------ro;c-------------l.::::.! ------ Revision Bv Approved Cate SAN DIEGO REGIONAL STANDARD DRAWING ~£CQMMEIIIOEO IY TH( $.IN O•EGO ~EGIOHA~ STANOARQS COM•IITTEE Lao "?h!,.!!J. ~-'16 - a&..1:; ~ CJ._'-C., lflS c..,,, .. .., ~ C.£. 19101 0111 STORM DRAIN CLEANOUT -T't PE A DRAWING · NUMBER 0-9 Page 119, 'I '1111 ,., -- ------.. ------• ------• ---- 1 t I Xj TYPE B 5 B 6 B 7 B8 B 9 PIPE 0IA I up to 51" I 54" to 60" 63" to 69" 72" to 81" 84" to 90" X y z 4' s· s· 4' I 6' 6' 4' 7' 7' 4' a· 8' 4' 9' 9' ~----1--~-.:__:::._.:__:_~_:,.::_..:_::::::=;::;--Bend 0own i,_ _____ Y ______ • ...il T ~15" (Typ) Manhole frame and cover see drawing M-1 or M-2 Bend Down 15"(Typ) A~ PLAN 4' Dia Diagonal Ban X SECTION A-A : >C a:, ... -::::e .. a a ..,. u ' ,... > ' NOTES 1. See Standard Drawing 0-11 for additional notes and details. 2. All joints shall be set in Class C mortar. 3. Alf precast components shall be reinforced with 1/4" diameter steel wound spirally on 4" centers. 4 .. "1aintain 1 1/2" clear spacing between reinforcing and surface. 5. Concrete base shall be 560-C-3250 6. Exposed edges of concrete shall be rounded witl'I a radius of 1/2". 4 • ii 4 around pipe .!? C. "' 0 .... .., Q Slope floor 12: 1 towards outlet LEGEND ON PLANS -----{;:::J..o ---------~~---- •ECQMM(IIDID IY TME SAIi Ol(GD ~lGIOIIA~ STANOUOS CDMMtTTU SAN DIEGO REGIONAL STANDARD DRAWING Revision Bv Approved Date Lap 't mA 5-!<i a:t../~ ;-~ '.J"i.c.. ms ~ .......... ,...., 111 r i 1:HOJ 3,,, DRAWING NUMBER D-10 STORM DRAIN CLEANOUT -TYPE B Page 120 "•· T1T1• X •1Tr- ->- ~ical l'tinforcing; 4@ l8" 0 m~ --BOX SECTION REINFORCEMENT l t:orizontal reinforcing, see table. r MAXIMUM SPAN DEPTH THICK· HOR.& FLR. >-X or Y V NESS T REINF. J'. 0" to 4' • 0" s·· f 4 j) 18 ... :fi.s 1 1/2" clearance typical ~ 4'. 1" to 7' . 0" 4'. 0". 6"' I • 4 ,~ 12" 7' . 1" [O 8' · O" 6" # 4 @ 8" -->-I • 3' · 0" to 4'. 0" 6" • 4 @ 18. T 4' · 1" to S' · O" 4' . 1" 6" ti 4 @ 12" 2" Typical --l ~ to 5' · 1" to 6' · O" 8' · 0" 6" ., 4 @ 8" TYPICAL BOX SECTION 6' -1" to 8' · 0" 6" ii 4 @ 5·· -·- ... - 10" J'. 0" [O 4' · 0" 8'. I" 6" • 4 @ 15" I 4' · l" 5' · 0" 8" .. 4 @ 12" I to to .... 14" s·. 1" [O 6° · O" 12' · 0" 8" .• 4'@ 8" -~---I . · 1 6' • 1" 8' · 0" •·. :· 4" -to 8" II 4 @ 6" ;~ .--~--$~ j J' . 0" to 4' • O" 6" , 4 @ 12" R } 4' · 1" to 5' · 0" 12' • I" 8" ii 4 @ 12" 5' · I" to 6' · O" to 8" , 4 @ 8" V/Y~ ~-,I. 6' • 1" to 1' . 0" 16' • O" 8" ' 4 @ ti"" <!:,::, ~1 I 3/4" ti steel bars, 7' • 1" to 8' · O" 8" II 5 @ 8" a:•• .. • hot dipped galvanized J'. O" 10 4' · 0" 8" ;/ 4 @ 12" 4' . I" to 5' · O" 16' • 1" 10" ti 4 @ 12" ,/I'. 5' · I" to 6' • O" to IO" ii 4 @) 8" ~--STEP DETAIL 6' · 1" to 7' · O" 20' • O" 10" • 4 @ 6" 1'. 1" to 8' · O" 10" .• 5 @ 8" -3' · O" to 4' · O" 8" II 4 @ 12" 4' · 1" to 5' · O" 20' • 1" 1 O" ' 4 @) 12" -5• • 1" to 6' · O" to 10" f 4 @ a·· -6'-1" to 7' · 0" 24' · O". 10" ,j 4 @ 6' •·· 7' · 1" to 3' · 0" 12" ii 5 @ 8" • .. -NOTES 1. Concrete shall be 560-C-3250 unless otherwise noted. -2. Reinforcing steel shall comply with this drawing unless otherwise specified. 3. Reinforcing steel shall be intermediate grade deformed bars conforming to latest ASTM specifications. -4. Sends shall be in accordance with latest ACI code. -5. Minimum splice length for reinforcing shall be 30 diameters. 6. Floor shall have a wood trowel finish and, except where used· as junction boxes, shall have a minimum slope of I" per foot toward the outlet. 7. Depth Vis m11.··red from the top of th• structure to the flowline of the box. -8. Wall thickness and r.inforcing steel required may be decreased in accordance with table above. 9. Wall thickness shall be stepped on the outside of the box. 10. When th1 structure depth V exceeds 4'. steps shall be cast into the wall at 15 inch intervals from -Is·• above floor to within 12 inches of top of structure. Where pos-sible place steps in wall without pipe opening, otherwise aver opening of smallest diameter. -11. Alternate step may be an approved steel reinforced polypropylene step. ---Revision By Approved Date STANDARD DRAWING RECOMMENDED IY TH( S.r.N C1EGQ SAN DIEGO REGIONAL REGIONAL ST ANO.UOS COMMITTEE Notes -~ I? ~ 7. 7-. -r,. .... .a. --# ,;.v:. CU(../~,;,~ v._4'!, 1'f7S INLETS AND CLEANOUTS Coo•a,,..,w A C.E. 1HOI 0111 -NOTES AND DETAILS DRAWING 0-11 NUMBER --Page 121 •,c,_, .,; l\tl{ illlf 11lit1t "11111 ----. --------,. -"¼,,~ -------• -----• ---- Cl 3/S- o· . . • Protection bar - 112• • Anchor bar @ 3' o.c. max. s· NOTES: a· 0 I I I ..,, I I. I I I . ·. ·J.t(· I ----~J...J . ~ (J a 0 • 0 . 0 112• Radius • d 1 • ; Support bolt 1. Face angle shall be cast into structurt continuous for the full length •L •. 2. All exposed metal parts to b1 hot-dipped galvanized after fabrication. 3. When curb inlet opening height IH) exceeds 6" install I"• steel protection bar. H .c =-·.; .c 112· t 4. Install additional bal'l at 3 1/r clear spacing above fil'lt bar when opening exceeds tJ•. JlCOIUIINOlO IT TMI SAN OllGO . J(GIOIIAl ST AIIIOA-OS C0M1t1nu a:z../:;' ~ ~-l~1S c-. • ...,., "'' IHOI il••· DRAWING NUMBES 0-12 5. When curb inlet opening length exceeds 8' insult 1 • -steel support bolts, spaced at not more than 5' o.c. SAN DIEGO REGIONAL STANDARD DRAWING CURB INLET OPENING Revision Aoproved Angle . 0. s. Note 3 -;I(.~- Angle Ht.8- Page 122 Cate 7. 7'? 11-11- /(}-ft. ,j ''\ .. ---- -------- • ----- PLAN ~8 SECTION A-A J·x 3· Conmuction Joint .¥4 @ 6" C. C. .. SECTION 8-8 NOTES 1. Concrete shall be 560-C-3250 2. O"'inside diameter of pipe or depth of channel. 3. Section ta be sloped laterally with top conforming to the grades of the existing sidewalk and curb. 4. Manhole frame and cover may be deleted with ooen channel. ...:;.. __ For construction through existing curb-Existing Gutter For all new construction- Monolithic Gutter ;..., :::: t 5. Trowwl finish top surface and reproduce markings of existing sidewalk and curb. LEGEND ON PLANS 6. Trowel finish floor of outlet. ==~ Revision Bv Approved Date SAN DIEGO REGIONAL STANDARD DRAWING - AECQMMENOED SY TMe S-'N OIEGO AEGIONAl ST&NOAROS COMMITTEE Bar Size Cone. CURB OUTLET -TYPE A a&./d~ .J-u:.1~,$ c_, ... ,. A c.e. '''°' ,.,, DRAWING NUMBER 0-25 Page 123 , ... ,,,1111 ... , .. - - -- • - -------------- I 1 012 (1' Min) ,,,,.---314• chamfer~ L ELEVATION DOUBLE HEADWALL ELEVATION SINGLE HEADWALL I 9",-_ Rounded pipe ends, y • 1 1 see drawing 0-61. ~ ITT) l~H~':== : L 11: > co r1::-.n~ -:· 7 112"-:-l U ~7 1/Z" l.LE:.l SECTION NOTES 1. . Concrate shall be 560-C-3250 0 H lZ" Z' · 8" 15" z·. 11" 18" 3' · Z" 21" 3' · 5" 24" 3' • 8" 27" 3' · 11" 30" 4' · 2" 33" 4' · 5" -36" 4' • 8" 39" 4'-11" 42" 5·. 2" 45·• 5•. 5" . 48" 5•. 8" 51" 5'-11" 54" 6' . 2" 2. All reinforcing steel I 4 bars. All vertical and horizontal tie bars 18" maximum spacing. L SINGLE Steel Lbs. 5' · 0" 35 6' · 0" 40 7' • O" 50 7' · 6" 60 8'-6" 75 9' · 6" 85. 1 0' · 0" 85 11'. O" 100 12' · 0" 105 12·. 6" 130 13' · 6" 140 14' · 6" 150 15' · 0" 160 16' · 0" 180 17'. 0" 190 •EC:l!Ul(IIOEO 1Y TIil SAIi Ol(GO A(GIOIIA~ STAIIDA~DS CDMMITTE( SAN DIEGO REGIONAL STANDARD DRAWING C!i:t../:;" ,~ v4z.:. ,~,, !:.~ 1-.. .. ,,.. Iii,· C :·u101 5.,, DRAWING NUMBER 0-30 STRAIGHT HEADWALL -TYPE A !CIRCULAR PIPE! 0.60 0.75 0.91 1.02 1.20 1.39 1.52 DOUBLE L Steel Cone Lbs. C. Y. 8' • 0" 50 0.94 9' · 6" 60 1.17 10' · 6" 75 1.35 11' · 6" 90 1.52 12' • 6" 100 1.72 14' • 0" 115 2.00 15'-0" 126 2.21 1.73 16'-0" 130 2.42 1.95 17' · 0" 145 2.65 2.09 18' · O" 170 2.88 2.34 19' · 0" 185 3.13 2.60 20' · 0" 195 3.38 2.75 21'-0" 200 3.64 3.03 22' · 6" 225 4.02 3.31 23' · 6" 240 4.30 LEGEND ON PLANS -------n --------u Revision By Approved Date Cone. ~ ~.d 5-BG . Pag.e 124 ,, ,I ,,. ·-. --• -----.. • ..... ,,. -· ----- Illa -----,. ----- I • ,..;OTES Al I 1 012 (1' mini I I I -Ep-~- L A_J DOUBLE PIPE ELEVATION Al I -€)- I L -1 A~ SINGLE PIPE ELEVATION 1. Concrete shall be 560.C-3250 2. Exposed corners to be chamfered 3/4". 0 A 12" 2'-0" 15" 2' ·0" 18" 2'-0" 24" 2' · 6" 30" 2'-6" 36" 3' ·0" 10" i r- --0-.--~ Rounded Pioe Ends, :.. se• drawing 0·61. I I :: [--+J- < . .• :t .. ~\ I ~-...... ·~:· -I 8 ~ SECTION A-A SINGLE DOUBLE B H L Cone L 8onc C.Y. .Y. 1'·0" 4'-0" 4'-0" .45 5•. S" .62 1' · 1" 4'-3" 5'·0" .63 1'. 1" .85 1'. 2" 4'-6" 6'·0" .83 8' · 6" 1.l2 1' · 5" 5'-6" 8' .o" 1.54 11'. 4" 2.09 1' · 9" 5' -0" 10'·0" 2.41 14' · 2" 3.26 2' -0" 7'. ij" 12'·0" 3.74 17'-0" 5.05 LEGEND ON PLANS ' -----={] ----- ~lCOMMENOlO IY THE SAN OllGO •EGIONA~ SUNOAAOS COMMITTEE SAN DIEGO REGIONAL STANDARD DRAWING Revision By Approved Cate Cone. ~ ~61. 5·8', t,!..j_/:; <~ ..,4i.:_ ;,~s f.'.':::.,.. .. ,,.. ..-r c .,.a, 6 .. ,. DRAWING NUMBER D-32 STRAIGHT HEADWALL -· TYPE B !CIRCULAR PIPE) Page 125 ,,. I' If ,,,. •II# . ---------- ,1111,is '•~,,. -------• ---- ~ • ---- A I t l I u. .., I H-2" cl. ~ 8" ... I -· __ w ____ ..... _,_, -· _ .... E __ U TYPE PLAN WING TYPE 3"~ DIA OF PIPc 18" 24" 30" 36" r--s C ~B ELEVATION DIMENSIONS L E .I F 2·.3 1/8" I 1'·3" 11'-iO 1/2" 3·. 1 7/8" t'-9" 12·.7 1/2" 4'.0 5/8" 2'·3" 13•.4 1/2" 4•.n 112" 2'·9" i4'• 1 1/2" NOTES: 1. Concrete shall be 560.C-3250 SINGLE ?!PE U TYPE WING TYPE CONCISTEEL CONC!STEEL w C. Y. LBS. C. Y.I LBS. 2'·0" 0.55 I 35 0.63 I 43 2'·6" 0.79 47 0.93 I 60 3•.o" 1.05 71 1.291 85 3'·6" 1.33 38 1.691114 2. Exposed corners te> be chamfered 314". . SECTION A-A SECTION B-B DOUBLE PIPE U TYPE IWI NG TYPE CONC:sic.::L CONCISTEEL w C.Y.tLSS. C. Y.I LBS. § ~ 0.82 I 53 0.90 I s, 0 -1.22 I 73 1.361 86 -.!: ... Q, 1.66 I 109 1.92 I 123 <§ 2.19 I 136 2.551162 3. Multiple pipes to be set a distance of 0/2 with a I' minimum between outside diameters of pipes. 4. Top of headwall shalt be placed approximalely parallel 10 profile grade when the grade is 3% or more. 5. Skewed pipes: Dimension W to be increased in width or length due 10 skew or multiple pipes. 6. For pipe wall thickness greater than 3" use alternate Oetail-C. ~ECDMMEN0E0 IY TME $AN DIEGO ~EG1011Al STAN0,U0S C0MMITTE( DRAWING NUMBER 0-34 SAN DIEGO REGIONAL STANDARD DRAWING WING AND U TYPE HEADWALLS FOR 12" TO 36" PIPES ~~ I I I" ,1-1-~1, -, ,-,-,-17 r,-,-1-1 I ---,- WING WALL REINFORCING I I ALT. DETAIL C LEGEND ON PLANS __ (? --~ ===ts Revision av Aooroved Date Cone. ~ 7??. o. 5.g,; Page 126 M~ ·iill ""' ., . -·• ,,. .. ·-• =II, -- ---.. ... • ------ <O + C w Varies ______ __.._Ia" I-I I --1 , 5@ 12·751~[2.; 5 : /I 5 @ 12" ..__....._ ________ ...,1~: 1_J -----J _, ----J ~ -1: 1 1o ·• . PLAN U TYPE WING ~ ~si <Q ;... -~ \1 B ELEVATION SECTION B-8 DIA. DIMENSIONS SINGLE PIPE DOUBLE PIPE OF UTYPE Wlt\G TYPE UTYPE !'MNGTYPE I OJNC.iSld IJJM: STEL COIIC IST2.. m~.C.ISTEE. PIPE L E F w C. Y. I LBS. C.Y. I LBS. w C.Y. I L3S. C.Y. I LBS. 42" 3'•71/4"1 2'-0"1 3' -0" 4'.-0" 1.571 117 1.90 I 135 2.69 I 190 3. i61 · 214 48" 4'-6" 2' -s·· I 3' -9" 4' _,, •0 1.971 153 2.481 184 3.43 I 252 4.061 288 54" 15 · · 4 7 /8"1 3' · 0" I 4'-6" 5'-0" 2.41 l 190 3.07 246 z <1:1 4.241 319 5.061 368 ;: z 60" 6' · 3 3/4"1 3' · 6" I s·. 3" S'-6" 2.881 239 3.75 I 294 o< 5.131 386 6. 171 442 --J 56" 7'. 2 1/2"1 4' -0" I 6'·0" 6'-0" 3.38 I 294 4.52 356 <1:1 c.. 6.08 I 454 7 .20 I 516 72" 8', 1 3/8" 4'-6"1 6'-9" 6',6" 3.931 368 5.52 417 v.,Z 7.111 522 8.30 I 588 <O 7 8" 9··.0° 5'-0'1 7' -6" 7',0" 4.501 444 6.70 503 8.20 I 595 9.501 693 84" 9'-103'4" 5'-6"1 a·. 3" 7'-6" 5.211 540 8.15 619 9.50 I 687 10.801 786 Note: O,mens1ons E and L apply to wing type only • NOTES 1. Skewed Pipes: Dimension W to bt increased to take cara of increased width or length due to skew of multiple pipes. 2. .Tops of headwalls, on grade culverts, shall be placad parallel to profile grade when the grades art 3" or more. 3. Concrete shall bt 560-C-3250 4. Exposed corners shall be chamfered 314•, 5. Multiple pipes shall be set a distance of 012. with a 1' minimum, between outside diameters of pipes. 6. For pipe wall thickness greater than 3• use Alternate Oetail-C. WING WALL REINFORCING LEGEND ON PLANS ==tr ==lb Revision Bv Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENOEO IY TIil SAN OtEGO REGIONAl ST.lNOAROS COMMITTEE Cone. "J1"t.t,. -5.a:, WING AND U TYPE HEADWALLS FOR 42" TO 84" PIPES tUt-./:7~ .J-u:. /'75 Co.,.,_., R C.E. 19IOI 0111 DRAWING NUMBER D-35 Page 127 - ·-----. -• -----• ... ... ·--• --.. • "'"' ----------- iS ci C N .E E c 3: .... ... C C N .. ·.-:. -lC0MMEl'l0EO IY TM( Ulf Ol(GO REGIONAl STANDARDS COMMITTU · ,:t.-:t_/:f' ~~ ._,4L:_ lf7S r,:; .. , .. ,.,,., -i r C ; i•Oi :,,, DRAWING NUMBER 0-40 20 or '1.W (min.) 0 or W 6" wide slot PLAN Endwall (typ.) = - NOTES: G • Pipe Diameter W ,. Bottom Width of Channel .5T (min.) Flow Sill, Clau 420-C-2000 Concrete SECTION A-A I. Plans shall specify: Blanket . : : : ........ . A) Rock class and thickness (Tl . 20 or 2W SECTION B-B Bl Filter material. number of layers and thickness • 2. Rip rap shall be either quarry stone or broken concrete (if shown on the plans.) Cobbles are not acceptable • 3. Rip rap shall be placed over a filter blanket which mav be either granular material or plastic filter cloth. 4. See standard special provisions for selection of rip rap and filter blanket. 5. Rip rap energy dissipatorl shall be designated as eirher Type 1 or Type 2. Type 1 shall be with concrete sill: Type 2 shall be without sill. • SAN DIEGO REGIONAL STANDARD DRAWING Revision By I Approved Date Sill. filter .,. 1-tf.., 8. ,o-tz. RIP RAP ENERGY DISSIPATOR Page 120 I'll". ·- ---- • ----- ------ • ---.. ci .., l . • ~ _g C Q Cl c:n ~ N C .. .2 .. ... ;; C. > ::::::, .. u .. .. "" u C. u 0 .. Ill -;; Trench Width 0 a !!! ,g ;; . .. N .. C s I'll • :::E -5 =5 c:n C -= .. :i ;: 8" min 12" max • ; invert elevation ' ' N .. C. a: ' I ' ! L 4" clearance (min.I 1" max graded aggregate. SECTION NOTES t. For trenching on improved streets see Standard Drawing G-24 or G-25 for resurfacing details. 2. (•) indicates minimum relative compaction. -(CDIIIM(IID(D IT fME SAN Dt(GD -fGIDNAl ST AND.ODS COMMtTT(l a:IJ~ ,;,~ ,Ji.:. ms ,; ....... ,.4,,.. "'r t ;~~oJ J••• DRAWING NUMBER SAN DIEGO REGIONAL STANDARD DRAWING PIPE BEDDING AND TRENCH BACKFILL FOR STORM DRAINS Revision Bv Reference Aar:iroved Page 129 Date IO•!Z. ,_,.,,j. ,,,, h rfl·l11i• 111r111 ,:i,i.,f.,, . ------.. -• --,._ """ --· .. ------------- Face of drainage structure Face al drainage structur1 Face of drainage structure 6" 6" Concrete pipe Concrete pipe min Concrete pipe min R R R BELL END SPIGOT END CUT END R =-Thickness of pipe Face of drainage structure 6" min NOTE . :-.~ Corrugated steel pipe \ :-;\ .' _;{:" \ ~~{l ,_ The rounded areas may be built up of cement monar or poured in place with the drainage structure. ___ .._-r.;_..-, R- R a Inside diameter of pip• 10 Revision By Approwd Dare SAN DIEGO REGIONAL STANDARD DRAWING l(C01111l110(0 IY TM( SAIi DIEGO IEGIOIIAL ST AIIOAIOS CDIIIIIITTU (Ut../t/ ~ q-44:_ "'S ROUNDED PIPE ENDS C.--I.C.l. l!IDJ ~,ca IN DRAINAGE STRUCTURES DRAWING O-Sl NUMBER _Page 130 I .. ---------- --• ----• -------- ... C ~ C :, :: u C. Cl -;; Revision .. Q, Cl -;; Brow Ditch bonom mav bt rounded at the option of the contractor. TYPE A TYPE C NOTES 3" 470-C-2000 concrete or _/ 3" 2500 psi, air i;ilaced concrete with l½"xl½" 17 gage stucco nening. BROW DITCH l". ,, m, .,.:, 3" 470-C-2000 concrete or · · / 3" 2500 psi, air placed concrete with l½"xt½" 17 gage stucco netting. TERRACE DITCH 1. Longitudinal slope of lined ditch shall be 2% minimum. 2. Over slope down ditches shall employ 6" thickened edge section at both sides of ditch. 24" min TYPE B ~, J TYPE 0 LEGEND ON PLANS Approved Date SAN DIEGO REGIONAL STANDARD DRAWING AECOMMENOEO IY TM( s.&11 OIEGtl AEGIOIIAl STAIIOUQS CCMMITTU DRAINAGE DITCHES - att../:?~ .r~_ ,,,,s c_ .... .., • c. £. 1 Hcf a .. , DRAWING NUMBER D-75 Page 131 ., ,1 .. IW '"' ,, .. ---- • ... • 9' ----• .. • ---- ----- •£C0MMUt0£0 I" rltl ~ O!ECO •fCIONAl STA,.OUOS CQMMtrTU (.!..~,J:, .. ,.~ -...4.zc. /¥:1 ': .•. ,, .. , ~ .-( ;'\'.:)1 J ,,, DRAWING NUMBER 0-76 m SAN DIEGO REGIONAL STANDARD DRAWING SINGLE BOX CULVERT Revision Bv Aooroved I Date Enlaraecl I I I Page 132 111 ""' - ... -- • -• .. --.. --.. ------ TYPE B PLAN TYPE A TYPE A TYPE B END ELEVATION STRAIGHT WINGWALLS i.,,., f#:11 ·~·.,.. I .,,,u ~ s,,.,,·,·w, I ,.,L . TYPICAL SECTION H,. 4' thru 12' TYPICAL SECTION H • 13' thru 16' ELEVATION , __ -- _,. ,•~ I~,_.._,~,,,,. J" DETAIL X TYPE C .. ,,.~.-- DETAIL Y SECTION 8-8 TYPICAL LAYOUT ,.,.,,.,,..,., , •• o1 ·:· ,,.,.. "'"'~•'•• .,,,.,,~. ,,.,,, : ~'~~~:~;· .,.,., . .. i .. 'O ' ll•lr •• Q -' .. ~I I II , I ..... --..--• ·•·~•" I...JL.:-1-!..., ~I -t,-1 1": -T: I I NOTES U,,,I $1,.un:,. •Z0.000•6.i.l• •II00 .. 4.i, 1t•,O ..,,,.___, ,.,. ,, •• .,. •1:+ r.,,,..,,,,..,,. c, • ..,,.,,,, ,.,.,,,. ~ .,,,,,"'., , ••• , .,,,.. "'"' llttl ..,,._ ., 1"" £,,,.,,..., ,. 6,,,, ~MMhtllll ~.,.,, .. ,.. ,._,ti. "'·"· ,, ••• ~ ,., ,• ,; .. ,.., .,~,,., ... JjJ:J l/MIHMt ltfli,C/ttt#~ ,,,,,, , •• , • ...-3•111 ., • ..,,.,, ,._ I',..,._, ,,,,,.,,,,.,,,,_ • .,. fl/ll#allOII/I 1:1 ,.,e,..,,~. o~ .. ,,.,., ·H: ·L:·11··11: Cln .....• ,,,._,..11.,.· ,,..,,,,,, ... ,,...., .. ,,.."'.,.,.· Revision By Approwd Date SAN DIEGO REGIONAL STANDARD DRAWING AICDMWENOEO IY TNI SAIi Cl(GQ HGIOIIA~ STAIIDAAOS CQWMITTU BOX CULVERT WINGWALL TYPES A, B & C {Ut../t; ,/:J..,£.../ <Jze. ,~,s C..-• A.C.L •-J Oa1t DRAWING 7 NUMBER 0-9 Page 133 ---- - -- -.. --.. .. -• -- • 41a -... --- ,'t,... OES1GN NOTES s,,u1'1(&'PIOl'I, :iuc-••t•O c»?Urt11••..,.,.,o-tMO•l,.,,.,___lllllll,.flD - ....... ,,Ii#:, ... ~ • .-.cc ........ -~~, ........... . _,....~OIIOIC\1.,¥1-,•• ftlf-.C-OII .... ~ ..... Ota....t.•r'-",..IIIICNlOOI I'll\._. lflCUIC,A.l'IDlt •oea..-c.,.01--.110taoc• ,a,,...10.1,1111cw.. otSU--.ti. 11 IIC._,...o 1,,N'( '-Glil•~\.R.ll......,_.,\.Oala..,.....,.... .. ,,. .... ,,.._ wt'hl 10,.-.ct,•1&.1.CDwC• ......... .._ACTOII ... C•r c::o-t•UA'-1"•·--ca..\-._,._,,_Olf-C ,..._ .. et .,. c .. ,"'t•I FI.Olllll~IJ' ..... COIICUtf•lflO --•,c--111,-Mf_,_ OI f"4 ... .,ILH4 Jl"\QlllllllfUDl.._\r •--~c,,t,lt ftlt llllCaJ'tlW hoCCU.l'IIT C""'411"QII ~• .-f:IL\AaelDllf...,rt0~70WC•• ,ouuc.r-c 1mn o, -c• aac, ""-It hll oc.•, .. o,cowc•.••...,u11L~,~--.-., , .... , o.r-c,-.•••.oa,,o., ........ .,u • ..... IUQI .... ,, ... 11.,, .... ......... COttlCl•r•arao.t OW'IIII.~. hC ,ar-. \OM s,.-. N CD.m-Uill~TOIIT ..... ft00¥(• ftlllll ..... , ..... , ... °",,.." .. "°' "'C ........, ...... u,-cM.•-.1.i.O-C.1'\t~ Ot-CIIIIIIIM....,.IIOTC•CID"'CftlfAl...,.tllG'fla 01 ni.t _,....,.'-6 It..•• -CWCT UWf. u::IAO,OI 1,114.i s,.,. _,, c:c-o rs-,_•-ocrtos ... -. ...... ..._fttl\.l ,,,.., •-CN co.ta IJCUOI QISTa..(I •'-1111 llff .... _..., ~• t.0..0 0••111 '-O•OOl •10-U MllO •• ,......,.,., 1\...0 ,..Uau-1 OI Mac, •COi.Jeii JO ,.,ic, ... JI""' •tV1Cf1wt\f ,o• a.1 .. 1•ua10, ,0·0t1.UI \,11119,, ~• ,, • io.oao~, •. ••• ·~ • •.JaD ., ' ...,OIQ .... •t·o-OllllNT-• l"'t O,a Cl.&M' .................. ac•IIIC11'1. uct•t .. , -oflD 0-,, • .,,,. •.•. ....,u,...,sco .. , ,,o, • ..-IOll""-C •c--'011Ulff11t C1.UU11UfOII •a• ,0.11,.M • .sll.... • IIU '°' l~ISI T•AHt( ~ 1,,0-C,,f"10tll,.._I .,,o. ti.••··••11· ... , GENERAL NOTES ...... ftftfl 1 1111••""" UC .._ T"Ot( a.o-ir, ............... 00 ~ •..O....OC P\.C:J ,.. 1.o-e~ uH.,... "111•c•nv•1 ··~•11clff ~ n-0.11 'O" aa,..,,., . .,_ (QIICIIUI oa ac .. OIICll9C•T •Ollt ,..._..,.,.. "' c,,,o,, •a,,.u ·,·ao,,.,.s--\ s.i..---::-, - -' --=-.. -.,..,, ,_, ''. ___, I: I PJJllr l'CJN • SK£-..,£D PARAPO' ocrAns FljR StNGLf SPAN cut.v{flrs l.r~ . ·,·a.,. ........ ,,,,, ...... ,,, I' 1-.r,---.-... I cl-il,:?,;'S:,!.,.,. __ _ -\ ,,..Jlt1t1.} / ,,.,,,., ""•" Nolfl.' ~-,.,,,,,,,,,,.,,., I ·1•st1,,.:1;;;::c:!~ _,_n_,., w.J _,,,.,,_, l ~ ;,,i11r gcrtON l'Jlllr Pt ~N • SKEWED PARAP:r ocrAJlS FOR MU{.rtP(,f SPAN CU{.V:Rrs Jlt,t,.,•(T • r• 1.a• NO'S IS .. ,· 9' ,O' •?' :4,' 0"1:J~· TO TO TO 1,• .,. .. . . .. .. .. ., .. . , ·s -,1-, '7 ·s .,,., ~-:.:'2-------~ . I • £"C-a., ' I' ___________ .; PARAPcr OcTAI{. FOR SKcWcO CULVcRTS w...o WINGWA{.I.S •71•9 ., ,~ .. s,.. ..., . l'l«•-c,-,,.. .... __,_., u-ca.1. COIF&,lla61 · _,. ff• ...... II\.M9 UI IIOT 19 M UHi -W a.a.wt••• •• a C:.90SI.-C ,_,..,_-..., OIi --Cat , .... •I a 11"'111• ........... I\.O• ,=--"-· :C1""'61 .. , 'IIIIIOsO'llll'\ ................. ,,. .... ,.Q..Ual'~• .. I '-( .. I• ,__,, • • • •& • .. • .... o-1. 9' 61,,1la-.f,,.CI L...._ l. O~(:.~/, U "•• :;::,;::: ~ -;( ~~ :,= ~~---..~~~-. ~~t .. (11 JI'"'~ S,a,,,H _,,. t,,,_., c~.-w,... .. 1, 11.,,, • ,a '41 Aoo1 o ~,, ,,,, ___ _ ~~~ -~ ,,!-..rw.,e:1-.. we .. 9'1, •• ,...,.,., ~.na ·•~~ -c•,· •,1,,,., ........ =-............. -<L."°'• -0(1"'Aatt01t. ,..,. a, M•C•f' •,1. IC IIO,,ll,Cl•"""111•~ l"-01°-C XIO..'U -..,U'fll •'''-IC •I S-0-. ~Ill• -'T -••""• t x1.....,r11 •• ~,. .. , •ca ,c11Gi116'-0.S ..,.., N ;int•••• ,o• ,.._IT ... CUTU.1' !llllll .. _, "'-9Cllllf•f •••• -ttw!OIICI-C•f •I ")11f0st0 ••-1 ... "'H :,e '°" a.._,, C\11.vc.rr1. ,.. • .._ ..... • ......... ,,..-c,a,c.,.. S~1"4 •I -C:11. .... co ...0-' •~ \. ::"""rt. CONSTRUCTION NOTES ..oT-:-:w 1La• , ••1.LJ ,_..,u. " :~.ns HO•e-u,o --:,,-t5,•• S,.-6'J..a( Q.A.,S HC•C• lZSO l•........0-O"fl ~ • ... 1.Uia1tlJO• .,o..~ ,_..\. IC '\..CID ·c• )htl ... -,u .. •-C• m-.u ., -·· ..... VM .. ,..., •• -...c& ..... o-..,o. ~, •'\;.&• "' JO': ct•'"" °""'" r-t •-10 aa.O-• .................. ..,ti t•CIGC O(Tall,, J•I af ,a·:, :a•,, ......... -··· -0-0•0 1,,-11 --«• ~-,, -c.c , __ v.i. .. , ...... ~-.,, ,,_.....,. .oi•f "lr. .. l• •t JO I C'l>IIUI •--&OOI~ •"'(' (a--.a10,. .0•'1 _., ux .. ,._ OIi' C--cl •• ~•--0-.ACTl•.•I =-aHTH., n,,c t~U caitl~Ot...o•c. ,,.. -C••nt1 .-,, CDIC..,,, -• .._ac-c• a 1r•1.,.,• OIi ,.ooe •I• o• ICC oP 11 0&1'1, •--c>t-.C• OCC\l'ltl ,, ... , .......... , ...... , -· .. , ..... ···~ ,. ..... : .. ,·••-:·.• -~ ........ ~ . ., .... ,· .~, CMS1'11UC1 .. .0•r, ,,-.,...., _...,. .... • -.-nt•• ._..,,, IM •--au "', 01 ec, 0,,.,. ... 1,1,, ,,.. C011••flC,o•,. te .... , • .......,..._ ... a..oc .. , .... '!' .,.,,,,.:_,.,..,..,.,, --,.,. ,,,,.,..,,,,,,, I .,.. '1110-0 .. ,_, • ._#JI,.,,.,,,,.,,,,,.,, -~-"' ,_ ... ,.. ~,.._,. -- !JlhOCl' C,t" 7411. J· r I Po,ho.1J ~c-f' Sl/flltflf#tt u,,...,. .. C ~ ~ .W• Ct11tu,t,,t11oo,, ~~"\~T • t,,,,.,.. c...-w~ / ,. •• c.,.,,,i.'.,. ~~~~~~. r :1.::.. 11.,,.,,,,,... ~ $~•. (1,,,,,.,, l.01"9",.,.,,,,., ,,~.., •• ,,...,, ~ •.-.....,., St1"~•,. t,,u,,_, ,.,,,,.,.,,,.,._ A,,., ut OIi M•••.,t C~JV£11 l 0-JNO CR£-JT£!1 USE OF STANDARD DRAWING ·,,., ... ,. '-11.•1••••c•, .. 11•. 1, • ...._,,ce •• ••c ........ , ••· .••· ·:· 1•c . • , , .... o,t •• "•C ,., .......... •t•l1,1' & :.:i•-•-c•r OIIC:lti6flr()fit ••• a ..... ,,cw"•• •"•"C'"••1. ,,c,,oa ,o• • ~vc•r ,, , .... .,., .. ., ... , ..... ,, •t M•••I• I• ••I Chl• a.II OClllr'f• 0, ''"" ••ti f•I •o~ 11,,,•• ~,o,,o JI""' 911'((710"'"' rc•-1,oc r "...,,,. Revision By Aoproved Date SAN DIEGO REGIONAL STANDARD DRAWING -ECQMIIENOEO IY TME UN QIEGO 'EGIQIIAl SUNQ,UDS CQMIIITTU r.n~~•••• m ,.M .~. 10· r'Z BOX CULVERT MISCELLANEOUS DETAILS {11,t../:7 ~ .r~. ms C•-• -C.E. 191QI 0111 DRAWING NUMBER 0-81 Page 134 -I .... ----- 11111 -----• - • • ----• .. • ---- Arm Length s• max Curtl Ovtr~•n~ 1• min ~ / Lum1n11r1 \ 1 1-----~-----~ Pole Top ---Light standard Light Standard --- -l ' I ' w DIRECT BURIAL FOUNDATION POLE MOUNTING HEIGHT HEIGHT 25· = 2· 21·: I' 28': 2· 30': 1' 23' -0" 26' -9" 26' -6" JO' -O" Revision Bv Aoorowd Cate Table 17(.!J. j"-61: . Select Sand. 95¾ minimum relative compaction. 560 · C · J250 P.C.C. Anchor base square or round, add I' to each dimension for loose soil or soit • I • ,-: ~: ... • •I .• . •. .. I • i .• ' . ' ! I I I I I Ir day conditions. ___________ .J._j ' LAMP SIZE !WAm) t70 M.V. 100 H.P.S. 90 LP.S. 400 M.V. 250 H.P.S. 180 L.P.S . 70 H.?.S. 150 !-4.?.S. Finished Grade Anchor bolts must not protrude. ' _,_.._ __ ._. ___ 2' · 6" ANCHOR BASE FOUNDATION ! I \ /4• minimum 1 bolt clearance I . . • __,__,;... ,,,__ .. ~1--.· ---!-~. I ----iµ Anchor Bolts (4 req.) l''x36 .. x4" hook, galvanized. Use two leveling nuts with washers (all gatv.l on each boll SAN DIEGO REGIONAL STANDARD DRAWING •ECDMMIIIOID IT TNI SAIi DIEGO •EGIOIIAl STAIIOAIIDS COMMlfftl STREET LIGHTING STANDARD 0/.t../d.~ ...,'i,c_ ms C..-Rt.I. ,,., D• DRAWING E·l NUMBER Page 135 II 1-1' ~, j ~ ,... _, ------.. --.. -"" ----,._,. --• ---------- 11!',e,:.;..;.._ I 8 cooper wire grounded to pot, n11I wirh lu9 STEEL CONDUIT # 8 copper wire grounded to pol• steel wirh lug NON-METALLIC CONDUIT DIRECT BURIAL FOUNDATION S11 Detail A .. . •,• :-: .. =: ... Attach ground wira under anchor nut STEEL CONDUIT NON-METALLIC CONDUIT ANCHOR BASE FOUNDATION G) CD Jl4·x a• cooper covered neel ground rod. Alt1m1t1 Ground: 15' no, 4 bara stranded copper wire, coiled • Approved non-metallic conduit. Steel Conduit CD © Stetl conduit DETAIL A l(CDi,lltllDID IT TNI S.lll OIIGO IIGIDIIAl STMDA•DI C:0-TTH tUL/d ~ ,IJ-~. ms c--l,C.LliiiU d. DRAWING E-2. NUMBER SAN DIEGO REGIONAL STANDARD DRAWING Rhision Bv Aooroved Oace GROUNDING OF CONCRETE LIGHTING STANDARDS Page 13 ,, .. -------- • - --------------- I 5·• • C: ~ .Cl :i c..> I ~ 2•• Weakened Plane Joint ;-;~· . ~·,.:. i7 3 C\:=~;i~ ;~·-... _:; ~ '---, ,·. ':-:~ co if ._-\ . '.I/· 1•• R ! r 1 1/2" _ex~ept where elevations \ :. "2. f shown rnd1cat1 otherwise. -~· ~..;:~~----:~~------''-----\ .· ·········• ... -y' \ ··:_:,.·_:.::·:.·--· ·· i12 .. R--.::7~·-: ~·· \ ~--.. ___ __:~ ,_____ ~ -~.·! .. . .. • .. . . •r • • ... ~--: . ·.•. :-. : · .. :.. · ... --r----,, --~W _ ___JIL . • 1/2" TYPE G & H CURB NOTES: 1. Concrett shall b1 520-C-2500. 2. Sea Standard Drawing G-10 for joint details. TYPE I w 1 • AREA SQ. FT. G 124"1 1.34 H 130"1 1.61 • with 6" Curb Face LEGEND ON PLANS •ICOMMIIIOIQ IY THI SAit OIIGQ ~IGIONAl ST ""0U0S CQMMITTU DRAWING NUMBER G-2 SAN DIEGO REGIONAL STANDARD DRAWING CURB AND GUTTER -COMBINED Revision Bv Aoproved Cone. Page 137 Date ·--. --------- .. - 1111 ------- • ---- .. ... ,:· ; -~-.· . -= ~ .,Q ; u . . . . ... ··.•· ·. ··.· ·•· ., . ; ~; ... .·· •:, ~--i 2" Weakened Plant Joir:it Top of Pavement • = ~ .a a -= ~ . •:·.-· 7 I -,n.=~~ 1-9" • I I 24'' 11 i---•-------~-l--t/2" B-1 AREA • 0.79 SO.FT. J" • ::: ~ .,Q ; 5" u 3 1/2" B-3 AREA • 0.29 SO.FT. NOTES Top of Pavement 2" Weakened Plane Joint 1. Concrete shall be 520.C-2500 • 2. See Standard Drawing G· 10 for joint details. l Extruded type B-3 curb shall be anchored to existing pavement by placing steel dowels and reinforcing steel as shown or by using an approved adhesive. B-2 AREA • 1.29 SO.FT. B-4 • = ~ .,Q :i u AREA • 0.35 SO.FT. LEGEND !)N PLANS Type B-2 Curb and Gutter Type B-1. B-3, 8-4 Curb ~ICOMlll.11O(0 IY fMI SAIi DIEGO ~(GIONA~ STAltOUOS CDIIMITTU SAN DIEGO REGIONAL STANDARD DRAWING Revision By Aoproved Note 1 ~ P. :s ae./tl' ~ .JL:. ms ~ .. ~ • ..,., ~ C.l 19101 0Mt DRAWING NUMBER G-6 Cone. ~ CURBS AND GUTTER -MEDIANS Page 138 Date 7. 7if ~' I ' --------- ----• -----.. .. ---- ............. :~~~···. t .. , . ··-,.· • ~;Jt:,· -~-. ... ~\ :·.•. .. .. . #:•·· ._ .... ··-.•·•· .... •-.: l--1/2" (Pavement) 1/4" (Sidewalk) EXPANSION JOINT ~ . ·,.· -'·• i-"-• • W,,·.·•.:~~~~;~-~oin~:~l'.er ~=-=· -:..:·: ... ·;: -~ :.a: ..••... ---.:-:-: • •: N • • -• .. . ' ·.•. : _J L--114" . .. .. : .. . ·. . ... ~. . . .. : ··-·· · .. ·"-· .• .. ·.·.··: ··: ........... ~_.:: ·.:.:.·:•.-.• ·-·-~:.~::........ -- WEAKENED PLANE JOINT PAVEMENT . . . .. ,. .-:•:~·: ~-.. ~.: ;_.·.·:. 1/8" R I 4 x 22" Sar x 30" c.c. CONTACT JOINT 1/8" R i:.:'~t /~-•:-4,: -~·· .-.~.~-:: .. _,. ,,_,. -~ ··. ·:-: ·. ~ ~ 1/8" •. ·~·--:~ .. ~:.: -:·~--~~~:-:: ... ~ ·~/ .; ••• : .. •• •• • •4 ·.·,!-_ ... : ::_. • ~~~-. -f:~ ! ·.;· I /8" R WEAKENED PLANE JOINT SIDEWALK ...... ,. : . ·' .;.":. ·.·r:: ;; KEYED JOINT ~(C01111l11O(O IY TN( SAIi OllGO RIGIOIIA~ STAIIOA•os c011111nu att.../!7 ~ iftc.. ms c ....... ,.. ~ C.( :9101 5111 DRAWING NUMBER G-10 SAN DIEGO REGIONAL STANDARD DRAWING Revision By Aooroved Date Radius .:S:. 0. S. 7. 74; CONCRETE JOINT DETAILS Page 139 r.: -------- --• ---------• ------- '"/)i\ Non-contiguous Sidewalk --.i. Limit of driveway non-contiguous sidewalk --r::::::::: NOTES 0 ptional Contact Joint I 3'. O" I Guner PLAN Driveway Curb Opening Driveway width shown on plans Depressed Curb · Bottom of Curb --- ELEVATION Edge of Sidewalk ~ 5½" Residential J 5½" Commerial Normal Rise 1/4" per foot I SECTION ':( . .. 1. No concrete shall be placad until forms and subgrade are inspected by the Agency. 2. Concrete shall be 520-C-2500 • 3. See standard drawings G-15 and G-16 for width and location requirements.. 4. Driveway ramp to extend to 10 feel from curb face or to property line whichever is less. (For commercial driveways only) Pro oerty Line Limit of driveway for no sidewalk or contiguous sidewalk. ,,. 3' · O" r 12" R (typ.) 1" abov, Gutter LEGEND ON PLANS -+-+-q_ of_ Residential (Commercial) Driveway IIECOIIIMENOEO IT fNf SA" OIEGO ll(GIOIIIAl STAIIIOAIIOS COMWITTU SAN DIEGO REGIONAL STANDARD DRAWING Revision By Approved Oare DRAWING NUMBER G-14 CONCRETE DRIVEWAYS Thickness Thi kn ss Cone. Limits Page 140 - i~ til.,j .. -. -.. ---• ... ---11.,.,,_,,r -.. -Iii ---• -• -• ------ .5 > .. :. I ~ ----+---a. -------'° "---+ REQUIREMENT 1 Property Lint Curb Line Curb line ,. t: I; ·:. OriveWly Curb opening Procertv Line · ~ ~ ?: ~ Radius 25' +---... --------! ~ or leu / I I •.. I ··:·• ••. I :<I :•. I ~..:.• Driveway · :. I 'o 1/1 C,,o op,o;og f\& Prooenv Line Radius ?: ; more than 25' -+----:. --------' ~ . ! i Q., • / I iS' I ._."', 1 • ,~ I ~<. ,. ~ ~ I ~~ 0 . I ...._o , . rrvewav ~ j • -: Curb ocening1 1 • I Curb line-=========;::~ 1/8 of total ---1 V -~ length of arc .... Property Line :: · Driveway · .··, ?: ;;; :. 0 a: ·----------• I I I I I I I I I. _l T No portion of any curb opening shall be permitted within 6' of the intersection of the prolonged property lines and the curb as shown by arc A. REQUIREMENT 2 No portion of any curb opening shall be permitted in the curb return where the radius of curb is 25' or leu, as shown by arc 8. REQUIREMENT 3 On all curb returns where the radius is more than 25', curb ;:penings may encroach upon each end of the return a distance equal to 12 1/2% or 1/8 of the total length of the arc on the curb return, thus leaving at least 75% of the length of arc on the return face free from driveway encroachment, provided Requirement 1 is met. REQUIREMENT 4 No portion of any curb opening shall be permitted in the curb return where a seperate turning movement is provided, as shown by arc C Revision Bv Approved Oare Aeomt. 3 77tB. f-1&. SAN DIEGO REGIONAL STANDARD DRAWING ~ECOMM(IIOEO IY TM( S.i.11 OtEGO ~EGIOIIAl si-.i.11ouos COIIIIMITTE£ DRIVEWAY LOCATION -ft.DJACENT TO CURB RETURNS AND STREET. LINES a&../J°r~ .J-u:.. ,,.,s Coo,,..,.,., ~ C.E. 19107-3111 DRAWING NUMBER n---'II• G-15 11{ -•• -----• ---•• -• ------- ALLEY Obnruction 7 ------------)=\Il-l' min. from '"Y dri-y ~ 6' min. l,om Alloy o, o,.,,.,. Dull" ~~ • C ::::l . : , : .. ! : •. ,· .. ~ .. ·.::.:,,:. ·. · ... · • ·-· at • .... !."· ·= ; Driveway ... 0 •.· .· : ~-: ._.. ,,Q ... ,..;~ .· .. ; ......... u . :: .. : . ·. ·,.· -~ . . .. . ~ -5 ~ > I --:--Residential Driveway Width•· 12' min., 30' max. .I Q Commercial: 4' min. to 1 O' max. between curb openings serving same parcel. Jf. over 10', minimum of 26' required . J-Residential: 20' min. between curb openings sarving same parcel . ..,...--,,_..,., ~I,.,---:";': ___,,.-•••.· .,, ·= C u ... 0 ,,Q '5 u ·.-:;, ,..; ..,J . ·;: .. ·:. : ...• _. •, .. : .. __ ;• ----~ r~Obstruction -----------------..------Curb radius---- ' I I -= '5 u I I I I I STREET Curb -5 -:::, 3 J-Commercial Driveway Width•• 12' min., 30' max • -~ C -NOTES I. Curb openings, except for joint-use driveways and drive ways on lots having 21 • foot frontage or less, shall be located at least 3 feet from the side property line extended. 2. Nat more than 40% of the prooerry frontage on residential lots, nor 60% of the property frontage on commercial lots may be allocated for driveway curb openings, except that lots having frontage of 25 feet or less are entitled to one 12· foot driveway (18 root curb opening). 3. All driveways and curb openings shall be a minimum of 3 feet from any obstruction, i.e., poles. hydrants, etc • 4. No portion of any driveway shall be allowed across a line extending normal to the roadway from the front corner of the property. except that joint-usa driveways may be permitted in special instances where written approval of boil•, property owners is filed with the Agency. •ECOllltENDlD IY TM( s.t.11 Q1EGO •EGIOIIAl STAIIDAIIDS COllllll'TH SAN DIEGO REGIONAL STANDARD DRAWING Revision By Approved Date C..,_., •. C.L IMDJ DRAWING NUMBER G-16 DRIVEWAY LOCATION AND WIDTH REQUIREMENTS n__ ",.,... ------- --• ----.. -• -• ...., --- Bast material see note 2 · Asphalt Concrete Asphalt C~ncret,1 t • Asphalt Concrete Base material see note 2 12" min (typ.) feather to meet existing paving TYPE A TYPE B NOTES 1. Existing A.C. shall be cut and removed in such a manner so as not to tear, bulge or displace adjacent pavement. Edges shall be clean and vertical. All cuts shall be parallel or perpendicular to street centerline, when practical. 2. Base material to be replaced to depth of existing base. A.C. may be substituted for base material. 3. A tack coat of asphaltic emulsion or pavi119 asphalt shall be applied to existing A.C. at all contact surfaces, prior to resurfacing. 4. Asphaltic Concnte Resurfacing: a) Minimum total thickness shall be one inch greater than existing A'.C. b) A.C. shall be hot plant mix. c) Finish course for Type B resurfacing shall be laid down using a spreader box. 5. All A.C. resurfacing shall be seal coated with an emulsified asphalt and covered with sand. Chip sealing shall be applied as required by Agency • 6. Type B not to be used on lateral crossings. 7. Sloughing of trench under pavement shall be cause for requiring additional pavement and base. ~lCOMM(IIOlO IT TN( SAN DIEGO ~lGIOIIA~ ST AIIQAIIOS COMMITTH SAN DIEGO REGIONAL STANDARD DRAWING Revision Sy Approved Date Overcut "'11 11\,i,, •IZ Cld,../2 ~ '7~. l~?S c .... , ... .,... "r., 1,107 a.,, DRAWING NUMBER G-24 TRENCH RESURFACING TYPES A & B I,, ---.. -... • • 11111 1111 • • l• •• ~- LI ---- --~ """' 560.C-3250 Conct1t1 AJphalt Concrete Existing P.C.C. Pavement -. ~ ............ ......, ...... ~·~~-~~-~ t /, 0 TYPE-C TYPE-0 GENERAL NOTES 1. Existing A.C. shall be cut and removed in such a manner so as not to tear, bulge or cisolace adjacent pavement. Edges shall be clean and vertical. All cuts shall be parallel or perpendicular to street centerline, when practical. 2. Sloughing of trench under pavement shall be cause for requiring additional pavement and base . NOTES TYPE-C 1.-Concrete shall be colored black where required to match existing pavement. Method to be specified by Agency. 2. Minimum concrete thickness: Alleys and local residential strnt------5 inches Major streets and highway---------7 inches Trench murfacing in P.C.C. pavement shall have the above minimum thickness or match the existing concrete thickness plus on, inch whichever is greater • NOTES TYPE-0 1. A.C. shall be hot plant mix. 2. A tack coat of asphaltic emulsion or paving asphalt shall be applied to the ex,strng A.C. at all contact surfacn and to the portland concr1t1 prior to placing the new A.C. 3. A.C. t1surlacing shall b1 SHI coated with an emulsified asphalt and covered with sand. Chip sealing shall b1 applied as requit1d by Agency. SAN DIEGO REGIONAL STANDARD DRAWING TRENCH RESURFACING TYPES C & D ~fCOMlllfllO(D IY THE SAN DtfGO ~EGIONAl STMOAIIOS COMMITTE( au../d .l;..J-/ ~-l'7$ c..r.-,. ~.c.L ,ua, a ... DRAWING NUMBER G-25 n --_ •1 I I ·,.- ·'I ·" 'IF'!M ,111><1 '111111 -------"'"'" ---.. -.. ----• --• ·------ DETAIL NOTES finished surface 26 1/2" dia. 24 1/2" dia. 22" dia. ' 3" R I 23 3/4" dia. i = - MANHOLE COVER FRAME CAST IRON WT. 175 LB. \\'i' I 3/4" -' -, 1" I ... - 2' · 6 3/4" dia. ~3 1/2" finished surface ... ~ I 24" dia. "" - -'~--T l /1_, 1/4" I ~ • !I '~lmn~l 1·· --4 r--..:::_i ,__, r--I[ 23 1/2" dia. 114 .. MANHOLE COVER CAST I AON WT. 155 LB. ® FOR MARK 1. Frame and cover shall be cut iron. Sewer Projects Sewer 2. Weights: Frame 175 lbs. Storm Drain Projects Revision By Approved Cate Cover 155 lbs. Water Projects SAN DIEGO REGI01•,AL STANDARD DRAWING 24" MANHOLE FRAME AND COVER HEAVY DUTY Storm Drain Water R(C0IOll(N0EO SY TM( SAIi Ql(G0 R(GIOIIA~ STANOAROS CQIIIIUTU Cl&-./t? ~ .Jk. ins i;..,,_., R.C.l. 19IOI 3110 DRAWING 1 NUMBER M- ,. , . . ,,.. ,11111 , . • 11111 ---- ji>~ . -- , .. ----- !!Ill -- 1111 --_, -,,,, --- 2"x 1" . .:.• ... ~ .· ...... Open position mark, 1/r detp groove in both sides of rim and cover I I I I 22" dia. clear opening 15., TOP OF FRAME & COVER 22•• dia. clear opening SECTION THROUGH FRAME & COVER Letters 1" high, no a ther inscription to appear an exposed surlac:as. ;. SECTION THROUGH RIM 21 3/4" dia. I 1/4"J 1/2" t 7i'a;[3/8" N SECTION THROUGH LUG 'I BOTTOM OF COVER NOTES 1. Fram• and cover shall bt cast iron. 2. Frame and cover for usa in non-traffic area only. 3. Weights: Frame 30 lbs Caver 100 lbs Outline where rib joins rim Outline where ribs join / I 3/8 .. _J I 314•• I L ~ 3/8" SECTION TH ROUGH RIB AT MID RADIUS ~,----------------, FOR Sewer Projects Storm Drain Projects Water Projects MARK Sewer Storm Drain Water •1c0111111101a IY TN( SAIi Ol(GO •rc,o•AL $1'.UDUDS COIIIIITTU SAN DIEGO REGIONAL STANDARD DRAWING Revision By Approved Date aa.,/(1 &.,I-/ .Jzc. l"1S c--u .. 1.1-1 a.. DRAWING HUMBER M-2 24" MANHOLE FRAME AND COVER LIGHT DUTY .. ... ~ "' . .,.,. -... ---.. ---,,_,,., ------.. -.. --• .. .. ~,--.. ----- Fir Block. Variable Ground Line or Shoulder Surfacing _ under roiling "" "" --. , ..... .. Cl -=i w u .. w • ~ -c 0 !, ~ -=i = I.I.I 3'·0" SECTION AT SUPPORT SECTION WITH / WITHOUT DI KE Rail Splice -CX) NOTE 61-311 ¢=l Traffic PLAN Post spacing 61-3" C. to C. LINE POSTS l 611x 811 Block between post and rail on ell posts--~ · 61-311 ~ Post bolt slot <::=J Traffic s•x a• Douglas Fir Post I • -rt') --• ELEVATION See Standard Drawing M-8 for additional details. Revision Bv Approved Data Sections 'J7/. i!!J. .1'-G SAN DIEGO REGI_ONAL STANDARD DRAWING METAL BEAM GUARD RAIL INSTALLATION ~EC0MME110l0 IY THE SAIi 01EG0 ~EGIOIIA~ STA110AIIOS C0MMITTU aa../t.1 .11..,/../ .:JI.c. ms . c..,;.;;;,., ~.t.E. 19101 011• DRAWING NUMBER M-7 • 1"I ,, 14 . ,,. M. -• -----.... ----.. -----... --• 1l'l!lll!lio. ----- RETURN SECTION 5/911¢ BUTTON HEAD BOLT 11,'2" '.!lis"oro.103• Plate· FLAT PLATE WASHER 2114· l.s 1ct .I 24"Acorox. ,. a o ----... ~a: <C TERMINAL SECTION TYPE 11A11 1~6• Dia. 1 1,16• deep recess one or both sides 518 11 sis RECESS NUT d ("'. :41""·, • t-r I (. Post ~II slot ;c:, I 3~•121/2" Slot 2~• a; 1 "9" Slots ~-•1"4" Button head oval shoulder bolls with 114 recessed hex nuts -Total: 8 per splice and 4 per Jerm1nol section Lap in direction of traffic:. RAIL SPLICE ...-.;..-12_,_•La_o--'-;~~ ~l._o ___ o __ ~=----1 .... N I 0 · Some cs. roil ~ element Section TERMINAL SECTION TYPE "8" o.,oa· Nom. SECTION TH RU RAIL ELEMENT NOTES 1. See Standard Drawing M-7 for guard rail installation. 2. All metal elements shall be galvanized. •ECD-UDlD l'P TN( SU DIICO AHilO•Al STNIDUDI ca-nu SAN DIEGO REGIONAL STANDARD DRAWING Revision By Approwd Date tJ'L/d ~ ,IJ-~. lffl c-.. C.l. 1,-J a.. DRAWING NUMBER M-8 METAL BEAM GUARD RAIL DETAILS +I "" Isl 'Ill ,1111 ''-.. -------.. ------• • -• .. • --""' --- .. N .s e ~ 24" min 6.. thick grout pad Slope surfaa of grout pad to drain away from cover, and to meet existing grade. A.C. Pavement RISER RING P.C.C. Pavemen/, Grout around box 560-C-3250 PLAN-IN UNPAVED AREA Brick support all around on 2" sand basa. •·s-• d. . •; . ,a. mrn ·.· NOTES 1. Cowr and frame to be cast integrally with pipe box. TYPICAL MONUMENT SECTION IN PAVED AREA ' . 2. Monument base may be cast in place or precast. J •. Form and taper exposed upper 6" of cast in place base to a top diameter of 5". (Precut base shall be sand backfilled) • 4. Monument marker shall be a domed brass, J" in diameter. 5. Monument Location: a) Set on all centerline intersections unless actual location is modified by the Agency and shown in modified location on map. When canterline intersection is impractical, offset 5 feet on centerline of major street, (see detail at right). If neither canterlin1 can be occupied, two monuments will be set in line around the front on the perimeter of a 10-foot diameter circle, whose center is the point. b) Set on centerline at intervals not exceeding 1000 feet on straight runs. c) Set on .:enterline at points of curvature. d) Set on Cl!ntar at center points of cul-de-sacs. 1) Set on centerline when center point ot .:el-de-sac is offsat from centerline. f) Thesa standards may be modified at th• discmion of th• Agency in casas where strict complianet there- with results in more monuments than it consider: necessary. The following technique for reducing the number of monum•nu will b1 routine • · g) Substitution of on• monument on th• "Point of Intersection" for monuments at the "Beginning of Curvt" and th• "~ding of Curve" when the "Point of Intersection" falls within the pavement area • hi Deletion of any monument otherwiSI required by theSI standards when its position can be determined by turning on• angle from a point on a straight line between two other monuments, providing such point is not more than JOO feet from the point on which the deleted monument would haw been plaad • ~lCQ»»l"OlO IY THI L'" OIIGO ~IGIO"A~ ST AIIOAIIOS COMMITTH eut../t:7 .I'..,(.../ ~'L:. ms c ... , ...... ,. ~ r. , ,,.o, a ... DRAWING NUMBER M-10 SAN DIEGO REGIONAL STANDARD DRAWING STREET SURVEY MONUMENT Alternate location of monument. Ti• distances shown on final sub• division map if alternaH location is used. LOCATION OF STREET SURVEY MONUMENT - '"' '"' ,. ,. ---• ----·•~.,.. ------ 1111111 ----.. • • --,J•i'''' --- Trench Width PLAN Blocks to be laid as tightly as possible to downstream side of notch. NOTES Type B: I. No vertical joints permitted. 2. Horizontal joints must overlay by 2 corrugations. J. Corrugations to run horizontally. 4. Front Elevation and Plan views similar to Type A. Galvanized Corrugated Sheet Metal 8" x 8" x 16" concrete block. Fill cores with grout No. 9 wire ladder type reinforcement in all horizontal joints. 18 Gage or heavier to be laid as tightly as possible to downstream side of notch. Make flush with ground surface 1/2" expansion joint material or jute around pipe. FRONT ELEVATION SIDE ELEVATION ~lCOIUll~OfO IY TNE SAIi OIEl,D ~ £GIONAl ST ANO,UOS CCMMITTU ~U:7 ~ C.J'u. ms c.-,tt.,o1uw iii r. t ~,•of 3 .. , DRAWING NUMBER S-10 TYPE A SAN DIEGO .REGIONAL STANDARD DRAWING CUTOFF WALL -= a. u C -~ ELEVATION TYPE B LEGEND ON PLANS a Revision By Approved Type A Cho; notes 'fKI' Date - •• ',4 I 1, ,,,.., --.. -----------------• --• ------ ,. 268-02-l(w)227#2.9 PART V STANDARD DRAWINGS SECTION 2 CITY OF CARLSBAD STANDARD DRAWINGS Page ·151 ------------------.. --• ---- 5' 2.51 CURB INLET 2.51 2.51 5' r--------7 I I __ l1 ______ __Jl.__ __ Lc{v~:::0 . FLOW n PLAN CONTINUOUS r5r 51 rTOP OF CURB GRADE FLOW I I • •1 l~ ~I I~ : _j:: ·L---...... ~-:-:-.. _., : .. • .. " •.. '\": ..... o ..... ~UTTER_/ NOTE SECTION CURB FACE TRANSITIONS ANO WARP AREAS SHALL NOT EXTEND INTO CURS RETURNS, DRIVEWAYS, ALLEY ENTRANCES, OR ANY OTHER CURB OPENING. 5.51 CURB INLET 5.51 5' r-------I I I _________ __. L _______ _j .....__ _______ _ t PLAN TOP OF CURB FLOW SECTION SUMP CONDITION FLOW GUTTER ,. " REV. APPROVED DATE CITY OF CARLSBAD --LOCAL DEPRESSION - 10-l!"· So CITY El'IG.,..([lt OAT!: SUPPLEMENTAL OS-I STANDARD NO. - ··- ,..., ,;iii --. ------= :z -., ---'•11_...---.. .. -------• -------- It. NORTH AND WIST PROP!RTY LIHI 1,, SOUTH ANO EAST PROPERTY LINE S01ANO a .. · R/W. 102' AND 121' R/W.R!QUIRE SPECIAL DESIGN PARKWAY TREE TYPICAL BOTH ---SIDES OF STREET .. STREET I I µ: I I \ I I 7 .• "' . u 4( 5.5' u.. 'NATER LATERAL SERVICE TYPIC:.L BOTH SIDES OF7 I STREET t / L L .I ---------z £UTILITY T~ENCH e :! SEE DETAIL BELON 111 r-; ~ SEWER LATERAL SERVICE STORM DRAIN 0 r I ·\ q_ STREET LIGHT, BASE ANO CONDUIT TYPICAL BOTH---•• SIDES OF STREET FIRE HYDRANT TYPICAL BOTH SIDES OF STREET SEWER LATERAL SERVICE TYPICAL SECTION NOTES I}. LOCATION OF WATER "1 AIN Wll.L GOVE RH LOCATION OF UTILITIES. NORMALLY THE WATER MAIN WILL BE LOCATED ON SOUTH AND EAST SIDE OF STREET. 2). STREET LIGHTS ANO FIRE HYDRANTS WILL BE LOCATED 18°1 OFF FACE OF CURVE WHEN CONTIGUOUS SIDEWALK EXCEEDS 5 FEET IN WIDTH. z -:z . 10 ~-~--ELECTRICAL 3 ). GAS MAY SE PLACfD ON SA.'ltE LEVEL WITH ELECTRICAL WITH I I MIN SEPARATION. ~~~~'Tm.~ C NOTE 3 ) UTILITY TRENOi DETAIL APPROVED CATE CITY OF ·CARLSBAD .. • LOCATIONS OF UNDERGROUND UTILITIES SUPP..ErAENTAL Gs -~ I STANDARD NO. '-" "' -1111 -------------------• -• --... - - TEXTURED CONCRETE OR CURB LINE"""'\ \ 601 { INTERLOCKING PAVERS 60' l en I ,--PLANTED AREA_./ -a,, I MEQ_IAN Cc:NTERLINE +-a,:/, l . I -~ -~ ~ -~ 8 BASE LINE 1010 1010 101 1o'N 201 '° 20' 101 10' 101 10' ~ ~~-t---i----1---;-__;;___-+-_ __:;;:.::.,__-+-~;......,._..;.;:.,~__:.-=-4-.:.=...~a.. 401 40' 401 ;:: i--------..;:;_----1----_.:..,;;;__ ___ -+ ____ _:.:::,__ ___ ~a ~ -1201 MIN. • z ~ w AINOTE: FOR STREETS REQUIRING LONGER TAPERS THE ·DIMENSIONS MAY BE EXTENDED IN A PROPORTIONATE MANNER. DETAIL 1201 TAPER w 45tFLARE 0::1----------------------__,; <t ...J 10' 10' 101 51 5' 51 u.i-----~-----i-------+---+---+----1 z TRAFFlC SIGNAL WHERE REQUIRED 0 TEXTURED CONCRETE Z OR INTERLOCKING PAVERS UI ·-REV. APPROVED DATE DETAIL NOSE FLARE CITY OF CARLSBAD MEDIAN TAPER ANO NOSE FLARE to' --J f~ /<7-✓S-IO CITY ENGIN!EII OAT'E SUPPl.EMENTAL GS 11 STANDARD NO. - n---, r:.1. "' ,lllf ., ----------- ------ - z :z :r N - TY?E 3112 5 l/2"MIN. UP 3/4"MAX. TrtAFFIC SIGNAL ;)8 PLAN C::> V!ilJ l'J IN. CZ?T>t EOG! :30:X AHO Lb TH:C:C"" E:CnN31C!i I 3/411 NO 1~3/811 EXTENSION 2" 2211 23V4' ~ TOP DIMENSION l/811 EDGE TAPER MOLDED LETTERS 1/8" DEEP (SEE NOTE2) '.'I~ R 101/811 I 1/811 133/411 11/411 : . I -.----. . . .. ·-·· ,~.Pd .. 3/a"a ou. STE!l.BAR:l . COVER REINFORCING PLAM NOTES I). USE STEEL COVER WHEN SUBJECTED TO TRAFFIC LOADS. 2). PULL aox COVER SHALL BE MARKED "STR!ET LIGHTING" WHERE PULL SOX CONTAINS STREET LIGHTING CONOUCTCRS ONLY. "HIGH VOLTAGE" SHALL BE ACCE:C · WH!R! VOLT~G~ IS ABOVE 600 VOLTS. 3) THE L AND \'t DIMENSIONS OF rH! COVER SEAT SHALL BE l/811 GREATER THAN THE COVER DIMENSIONS. 4). COMPACT EARTH UNDER AND AROUPID PULL BOX. , I I t I I ., i. -f ;; ,_. __________ ,,__ __________________ ~-----------:--REV. APPROVED DATE -·t ;• .. -;lr---+------+----1 ,.._ ~ ~----+------+----4 Cl TY OF CARLSBAD PULL BOX FOR TRAFFIC s1GNAL AND SUPPL!MEHTAL es-i-=d STREET LlGHTli'lG STANDARD NO. ... ~ 1 r---1.-----L---.l----...::;..~__;;;:;,,;:~__,;;;.;;.;.~---..;..---"'---:::----:-:::-:-----1 1111 ·- ---------------.. -.. -.. - .OPED~IN '" tSENCH 'Io'. FACE OF.---t 0WELLING H IN FEET L~ THAl'Jld 101 -:?0' OVEil 201 d -_, N FINISHED GRADE ._, N TYPICAL CUT SLOPE N -~ :c 0 z lU lU (I) SEE TABLE BELOW FOR L VALUES L L 41 _J_ EXISTING GROUND SURFACC: H INFEET L IN FEET o' -s' - s' -201 2.5' • 201-401 s' OVER40' 10' _;-SEE DETAIL A StOPE ROUNDING DETAIL DETAIL A a a 2' IM•~I ~ ( \ 2% SLOPE GREATER THAN 5:1 TY?ICAL FILL SLOPE i----....... 1-FAC:t OF FOOTING r b(71LL) b(CUT) 3' 3' C -t (>f/9)'' 5' H/~(3~1t-J) (M/5")' NOTES I). ALL FILL MUST BE COMPACTED TO A MINIMUM OF 90% OF THE MAXIMUM DENSITY WITH THE EXCEPTION OF THE OUTER 8,.0F THE SLOPE SURFACE WHICH MAY BE GRID ROLLED TO 85% DENSITY. 2). OJT SLOPES TO 401 REQUIRE NO BENCH. CUT SLOPES OVER 100' REQUIRE ONE MIN. 20' BENC)t MIC":IA\' ON SLOPE. d 3' Oi/2)' 3). FILL SLO?ES TO 30' REQUIRE HO 8 ENC:-t. SLOPES OVER 100' F!!- QUI RE ONE MIN. 20' El~WQt ~.110':IAY C:'t 4-+H/101 ~ M/to'(:51:IIN) H/10'•• H/:S'(IO'M.U: 15' Sl.CPE. SETBACKS • 15 1 MA;(JMUM •-' 4 1 MIN. I01MAX. .,. ", EV. APPROVED CATE CITY OF CARLSBAD - - ~-- GRADING OF SLOPES AND REQUIRED SETBACXS CITY ENGINEER CATI age ·-, .. ------.... -----.. -----.. ------ ALL TRENCHES: MAIN LINE AND LATERALS OR SERVICES SHALL BE CO.MPACTEn TO 901, AND TOP 12" TO BE 951 AND CERTIFIED BY AN APPROVED TEST- ING LABORATORY. ALL SUB-GRADE ONDER ALL ASPHALT PAVING, CURB AND GUTTER, SIDEWALKS, BROW DITCHES, CONCRETE BOX CULVERTS, SHALL BE COMPACTED TO 951 ON TOP 12", AND FILL BELOW TO BE 901, AND CERTIFIED BY AN APPROVED TESTING LABORATORY. ALL BASE MATERIALS SHALL BE COMPACTED TO 951 AND CERTIFIED BY AN APPROVED TESTING LABORATORY. ALL ASPHALT PAVING SHALL BE COMPACTED TO 951 AND CERTIFIED BY AN APPROVED TESTING LABORATORY. ALL CONCRETE SHALL BE A MINIMUM OF 3000 P.S.I. AND CERTIFIED BY AN APPROVED TESTING LABORATORY. ALL AGGREGATE SUB-BASE MATERIALS SHALL BE CLASS I OR CLASS II PER CAL- TRANS SECTION 26.l.02A, PAGE 25-1, 1984 EDITION. ALL OTHER CON- SIDERED BASE MATERIALS TO BE APPROVED BY CITY ENGINEER ON A CASE- BY-CASE BASIS. ALL ASPHALT PAVING TO BE AR 8000 FROM MARCH TO OCTOBER, AND AR 4000 FROM NOVE..'1BER TO FEBRUARY, UNLESS OTHERWISE APPROVED BY THE INSPECTOR BASED ON ATMOSPHERIC TEMPERATURE. ALL ASPHALT PAVING MIX WILL BE AS FOLLOWS: PRIME ARTERIAL 3/4" MAXIMUM COURSE MAJOR ARTERIAL 3/4" MAXIMUM COURSE SECONDARY ARTERIAL 3/ 4" MAXIMUM COURSE COLLECTOR 3/ 4" MAXIMUM COURSE INDUSTRIAL 3/ 4" MAXIMUM COURSE LOCAL 1/2" MAXIMUM COURSE COL-DE-SAC 1/2" MAXIMUM COURSE ALLEY 1/2" MAXIMUM COURSE HILLSIDE 3/4" MAXIMUM COURSE ~= DURING WARRANTY PERIOD OF TRACTS OR DEVELOPMENTS, THE BUILDER/DEVELOP.ER IS RESPONSIBLE FOR ALL REPAIRS TO ALL IMPROVEMENTS IN CITY RIGHT-OF- WAY AS INSTALLED BY THAT DEVELOPMENT/BUILDER. PRIOR TO FINAL BOND RELEASE AT END OF WARRANTY PERIOD OF TRACTS/ DEVELOPMENTS, ALL ASPHALT PAVING WILL BE FOG SEALED OR SLURRY SEALED, DEPENDENT UPON THE CONDITION OF THE ASPHALT AS A CONDITION OF FINAL ACCEPTANCE BY THE CITY. REV. APPROVED CA CI TY OF CARLSBAD ASPHALT/CONCRETE PAVING REQUIREMENTS STANDARD .... - - ----- ---------------- PART V STANDARD DRAWINGS SECTION 3 COSTA REAL MUNICIPAL WATER OISTRIC STANDARD DRAWINGS Page I59 ., 11 •1\l·Q "1llilf ·- 1~1• -· ,. I -•. :iM I i -; -! - - -j ---------... - 17" X 30. METER OOX F?l?OOKS GG 5cl<IES ' Ol<APPQOVE'D EQUAL (c Pl ECE LIO) z -d: c-METER :0 ~~---1 'S:(6Y CITY) - .iNGLE METEk' ~ -cl.._ ::; s,OP---r M ... c.---L.-i'~~. ~ c,c Lu I-~. u --q: DOU'7LE ST'2AP i7f2ONZE 5El<VICE CLAMP A 3000#CLA55 l="Ol<GEO STEEL COUPLING ';!-!ALL l?E U'5£'0 ON STEEL WATER MAIN >--L.:.~LAN:~Y 6ALL VAL&E ~ -(BY CITY) METE!< RANGE tG.ASKET QUA.k'TEI< 1'7ENO COUPLING (5WEAT ELL MAY @E U5EO TO MAKE Tl-llS ANGtE, :,ILVEQ SOL0ff2EOJ ~ INSULATED 13US~ING OF LEXAN 0~ DEL.QIN. 2-COf<P. e•tz" COUPLING, e11-z-X c" INSULATING fJLJ51-llNG. TYPE t SIZES OF VALVE {FOQ 1112· ~ 2· METEQS) ~-· COQP STOP -FORD Ff;-700 JONES J-1929 2-t.NGLE METE!< STOP F0!W FVZ3 • 777W JONE5.J-rc;2r;~ (SlOTTcm. c"@ALL VALVE -FOk'O F;Ff3-777 JONES J-1~13 I 'tz" 13All VALVE" -Forw ~Fl 3-GGG JONES J-1913 (ALL VALVES -APPQOVEO EQUAL) NOTE: I. SEE DAGE 19 FOR 50LOEQIN(j SiJE'CI F!CA TIONS. ,. iAP MAIN TO F;E MINIMUM OF 18. FQOM NE"AQESf TAP OR COUPLING. 3. NO TAPS ALLOWEl7 ON M.O.A. A.C. PIPE. 4-. ALL. EXPOSED COPPE:r? 5~All r1E WQAPPE"O. 5. METER ANO BALL VALVE ro BE INSTALLED e,y CITY. COSTA REAL MUNICIPAL WAT·ER DISTRICT REVISION APPR. OATE DETAIL OF DATE: 1---'.?~RE,,.,...PA-RE~D ... BY-: ---'----4 211 WATER s ERV I CE CONNECTI ON~OR-AW-1-NG-NO-. ----1 FOR l 1/211 a 211 METERS 2 (MOO) C.R.M.WD. JAN. 1987 Page 160 ., .... ----- ---.. ----.. • --- - W'"'EN LOCATED i?EI-W-JO 51DEWALK- r6· Fl<CJM ct. F.H. TO ~ACK OF' SIOEWALK F;EGIN PAINT 3c; .. VAl<I ES .,.._ __ -C Flk1E -'-IYDl<ANT ~ Ct ::::i \.J 1.1. u JONES 3700 (K'ESIDENTIAL ~ COMMERCIAL) OR APP.ROVED EQUAL ~/Pl?OO OF CONCQETE ' <i: OQ Gl(OUNO LINE jPEQ NOTE 3. \~ONCRETE CU)(,1 :====::=::::::::::::;::::~~~;:::,_~.,.,_~,..y~~~--... ---.. . ~ 4UTTEI< .'. .. ;_ ~~:::,;,;-::~=n:P-L:S...~~~_, z NO Wf2.ADW/ ro MIL. P.V.C. TADE 3'. 3" 11'14.· NOTE: < ~ Qi( Lu 1-. < I== u <i. l.,JJ \__:~---''~''/., I tt: CAST l~ON ~ CEMENT LINED 1.f70LT5 AND NUTS 314.• X 3 .. ~EX ~EADS. 2. IN'5TALL f70Lf5 WITI-I NUT5 ON TOP OF FLANGE . 3. 5EE PA~E. 36 FOR PAINTING SPECIFfCATIONS. d.. SEE PAGE 19 FOQ-f?U~l EO FLANGE SPECIFICATIONS. '3. SEE IMPQOVEME~T PLANS FOQ FHZE HYOk'ANT LOCATION. -COSTA REAL MUNICIPAL WATER DlSTRlCT _ __,i--,,.._.....;_....;;.,.-=-~;........:;..~...;..;;;;;~~~;...;..,;.-=-~..;....;:~_;_~~_,;_..;.;.._~--=;..;_--c;;,-_,___;.....~~_,;_..-~ ;:iEVIStON A~R. CATE PREPAR::9 BY: C.R.M.WD. .. DETAIL OF FIRE HYDRANT ASSEMBLY DATE: JAN. 1987 DRAWING NO. 3 ; " •• - - - ------- - VALVE f?OX ANO COVE1<--0--.,__ i;l(OOKS D!<OOUCT NQ d TT Ci:? EQUAL-C.I. COVEi?, NON-5KI17 SUl?FACc. UFT ~OLE' ! MARKEO 'WAfcQ" FOR 0NCR\.t1AlLY CLOeeo·vALVE USE e>ROOl<S NO. 3FZT OR APPRcvcD EQUAL. -~--• • • • • . . ~ . . . . . .'; ~ . , -.--. -1 :, . ·. . _......._ ___ ~--,\~~~~ ci· OIA. .; .. PLAN UJ ....., -'"<7 K'15EQ SUALL NOT Qf:5T ON $0NNET OFVALVE".MIN. ----1- CL!:AK'ANCE-c'' ,,~ · DENOTES AQEA TO -~~~ "f Wl<APPEO-,, V SE'~ PAGE' 19 FOR SPECIF'!· CATIONS ------STEEL Pl PE f<ISER o" DIA. 10 GA. ASPUALT COATED ~EMO'✓E rjUl<l<S ANO t<OUG~ EDGES PRIOR m INSTALLATION OK' A.C. WATcK CL. 150, MILLEf7 ,}OT~ ENOS PIP:. NOTE= I. PLACE GUAl<O POST NEXT TO VALVE F;OX ASSEM0LY A5 Qlf<E'C.TEO 5Y rnE ENGINEER'. '.SEE" OWG. N22f c. SEE 0WG. N9 21 FOf< GA TE VALVE EXTENSION. 3. UPPER :,IOE' OF LIO TO l?E PAINTED TWO CuAT5. SECTION A-6. COSTA REAL MUN\ClPAL WA.JER DISTRICT REVISION APPR. QA H DETAIL OF DATE: JAN. 1987 PR:'.?.1REO SY: C.R.M.WD. VALVE BOX ASSEMBLY-~· DRAWING NO. 4 ,,. •'llllllil .... -- - , .... --- --------- VALVE' BOX A55E'M6LY-- (SE~ QWG.1'J<l 4) GATEVALVE--- (12T. X '2T.) A.C.PIPE' Tl<ENCI-{ GATE VALVE on. x RT.J A.C.DIPE 3" 7===-s~~-! CONC~ETE TUK'UST 6LOCK ELEVATION A.C. PIPE A.C.PIPE CONCl<ETE n.uwsr ~LOCK STEEL PIPE NOTE: PLAN A.C. PIPE ELEVATION SffE"l PIPE VALVt 50X ASSEM6LY (SEE OWG. l-J~ d ) GA TE" VALVE' {Fl.:( Fl.) f. 5EE PAGt I'} FOi<' F;UQIEO VALVE ANO RANGE SPECIFICATIONS. e. SE'E PAGE 3 FOi:i? A.C. PIPE LENG Tl-1 IN5TALLAT ION SDECI F\CATI 0NS .. 3. SEE' OWG. N~ 5 FOR n~~UST !}LOCK OEARtt-JE> AREAS. 17ENOTE5 A~EA TO 8E W!<APPE0 WIT~ 10 MIL. P.V.C. TA Pc-SEE PAGE 19 FOi? SPtCIFICA TIONS. COSTA REAL MUNICIPAL WATER DISTRICT ~EVISION APPR. 0A TE _,,-, ;:,REPARE0 aY: C.R.M.WD.· DETAIL OF GATE VALVE INSTALLATION DATE: JAN. 1987 DRAWING NO. 5 , ... .... ------------..,, ----.. -.. -.. --• .,, ------ CA 5 T HWN CAD W/ QU1313Er.? ~l>JG 39" MAXIMUM I A.C. DIDE° ___ _ END CAP FIGUk'E I rA.C.DIPE . L1 • I I 114 • -eE •1e • -d 5 • 3u·-co· A.C. PIPE TEE FIGURE e C MIN. VEl?TICAL 8ENO FIGURE 3 TRENCH I 11 • ' • L1 • i' 4 • f:'2 lz • CONCRETE A '5 • 30•-co· G"MIN. CONCRETE TEE f GATE VALVE Wk'AP -T.B. NOTE: I. ALL FITilNGS ARE CAST ll<ON.CEMENT·UNEO. e. ALL FITTINGS SUALL ~AVE' A MIN. :3" 3" LENGTl-t TO A MAX. G"G" LE"NGH~ INTO ANO OUT OF ALL FITTINGS. 3. CONCRETE 15 S SACK. A MINIMUM 3 OAY CURING TIME 15 K'E"QUll<E~. BEFORE HYOROSTATlC TEST. 4 SEE ~ ~O~ 7 ANO d FOR REOOCER AND • Pt.UG/BUlTE'RFLY VALVE 11-ll?U5T BLOc.KS . S. _SEE DW'C:UJO. ~ FOR 11-<RUST E5LOCI< AR6A..S. OENOTE'5 AREA TO 8E Wt?APPf0-5EE PAG€ 19 FOR 5PEClflCATION5 COSTA REAL MUNICIPAL WATER DISTRICT REVISION .\PPR. DATE DETAIL OF. DATE: JAN. 1987 PRE?AREO SY: G.R.M.WD. CONCRETE THRUST BLOCKS ' -0RAW\6.N0. ... .... -- - - - • • - - RT. z FI.G. -'OAP TEA (TYPIC-'LI PLAN TAENCK WIOTK I (TYPICAL) PLA~ ~~~ OENOfES AREA TO 13E WRAPPED ~~~., SEE PAGE 19. FOR SPECIFICATIONS MIN • • 0.: -.l)--1- • c; ~>--..... 91.0CK S-'NOBAG AT a.v. INSPECTION Pl.ATE NOTE: SE'E O'NG. NO. ~ FOR THRUST f>LCC.K AREAS COST A REAL MUNI IPAL WATER.DIS.TRICT FEVISION I .A.0f'R I DATE I I I I PREPARED SY C.R.M.WD. DETAIL OF BUTTERFLY a PLUG VALVE INSTALLATION ON A.C. PIPE ONLY DATE JAN. 1 s a 1 DRAWING NO. 7 l ,j -------... , -----------• ------ Trench Width .. 0 • t I 3" min. I ~ . I -'-___,;..~-....;.-L --- 1 .> : .. · .. .. . . •.• . . . . Variable • SH no1e NOTE: Baring ma s.":all be 1h1 diHenna berv.ttn 1!\1 bearing arus nquind !~t lhrvrt anc.'longe of 1Nins an ndnide al rtduc::r as found lrom Sid. Owg. ::, plus 1h1 area of 1h1 tnncl\ Op,t11in9, uc.eac th.al minimum dimciuions ~0....., s.".all be IC:/lcrtd to. ___ ,..,. 470-C-2000 Concrete COST A REAL MUNICIP. AL· WATER DISTRICT FEVISION APPR I D.I.TE I I I I PREPARED 3Y C.R.M.WD. • ,_r' DETAIL OF THRUST ANCHOR-EOR • WATER MAIN REDUCER-4 THRU 16 INCH DATE JAN. 1 9 8 7 DRAWING NO. 8 1,1 ------... ·-----.. --- --.. ---- NOTES --u.. -" ... 0 = 20 .. . < 10 0 I I I I I I I I I I I• I I' I I I I '' 'I 11 I I I I I I I I I I I I 'I• ••: I I' I I I, I• I I It I I I I I 'I' I I I . , I I I I I I I I I . , I I. I 1,1 I I I 1 I I I I IO I' I I I I '.,. f I •II I I I , • I . I I I I I I I J I I• I I It I I I I I, • I If I I I• .,, I l ••II I I I I I I, I I' •II I I I: I I I I I I I I I I I 'I I I I I I I• I ,. I I I . , I '/I , I' /: I' f • I I• • I .. •,1 I I' o I • ' , ' , t Ir I I I I I I 1 I•' I I Io' • I I I I I, I I 1 I I I I I• 1---'--' .... ,'....i.,-,'-..... ,-,....---•""-...., I f • I : I I J. I I I /' ;:: 1: I I I t I, ~::1,::• j,tf,:tj:tj::::-~ A : 1 I I : : /ti • ' I I ~ ~ I Io >II 'I '' o I I• '' 'I ,, ' • A ' ,, , A I 7• ,,. I • F • I • I I -,,, • J I I I ; ' I I I I I • I I• .. ~ • I 7, I.'- I ✓ • 1, ~:::::::~:~::::,::-, ~ I • I I I I • ' /I I I I ,C:::,: j I !/I I • I I I ~•I I I I l I I I/; I---,, ,. ~ I I I I • t I '/I I l I 1 1/1 .:..,,:_:.,IA:.:,_,:_~....;_-,:_;,.._...,j I I I • 1 a,~ I I I I : ~'1/4 : : I '\,"'°Ii I , I I "-""-•,l,.:~:....;l...:.,'....,.;.,..,__ ....... ..;.._j I ·, ~ $ r:, I I I I I ' I ~" ~ I ) l ~ ..... h I ~'-...... ✓-.... , ...;,,..;... __ ...;..,:_;._;..,. ;...---------~ -II I I ~ l I I I I ~ ,,.. • I ~.;,1../..:....:...:..' _,:_;..._....;._.;...,:__,. 1--,.-,-,.,,-_-,-..,.,-,c.;,,,, II II~/. ,,I ~ ,, II ~~-;1: ,,, , I I I,-[ 1 f I I I ~JI ~ •/: i I• •~.,.;',_;.•...;..'...;'-.,'-':.....:-...;..,:_:....,;...:.,..:,_.j 1111,1, 1, JI • '-.:l,11111 I ~-zt• '. ~ /.1i1i, 1 T1, I I I t t I I 7 I I I I I I I I I '.t:) I I • ~ -' I t 1· ~~,.,...,/....;_I _;•_.:,,t-"--'t....;,•-'-..:.,_.:...,;....;,_;...:.,_;_;~ • I I t I I I/ I I I I I f ~ / I I f I t ~ } I I I I ~ • '/ f I I I I f t I I I 111t1111,I •111•1,c:J./1;,., G~'/•1111 ~ ,,. 1 1 111 1T1111 I I I It I I, I I I t I I ,A, I I ; ' ,/ I I • •~ i/\ I I I I , I , , I I I i I t I I I I I I t I I I I • .$''b. A ' ' • ' b ~ A l ' I I ' I I • I ' I : : : 11 ~ 1 1 : I I : : ; I 1 : : ~,I: : I I 1 ~ ~'-"'i ~ A : : I I 1 ~ : : : : ; : ; I I , t 1 ,' I f I I I I I I I ! I 7 I t I I I I e.;,~ ._($"' : J I I I I I I I • I I I I I , I I /' I I I I t I I I tf i I I I ' -(,;~-j-lC.~I::'::':i':t:;:+:t'i:i:ti:t:;t~:t:;::t:t"i~t:tj~-+ ' A ' • ' 'I I I I ,,, I I I I I :✓ • I ' ~ I J ' t I ' I I I I I I I t I ✓ I I ,,1 I I ... ~-~•:.,.~I.;,•-'-_:l_.:,,•_:I~--,.;_.:...,;_;,_...;_..:.,.:....,; ...... ..:,..;....;...-_,',..~/ , • A , , • • • , , , 1 , , , • • A • G .... 't•,.:,.;":.._..;.:•~::t.::t:t:::::::t::i:t::1-:a"-';.-a_ -_':"._-_:~-.,,..,:.;·r.:/::· j ; I I I I I I I I I I '.I: t I I • ~ I , :b,,.: J I I _ •.A 1 r 1l I I I • I I I t..-'l I I I I I,,/ ~~.;•.1,".:....;';..:,I_;.• ..:,_..:.,_;._;-.,-"-.;...,;--'-''-;_;I'-;..... '! \..;.,' ,..•"':;.:,..:,..;;_--. • f I I f I I I I I I II I I J I I t ' ~, .A I 1 I I I • I I I I I • ; ; i~ __..,,_-'.:.,!...;_,:_;_;....,. /~ I I I I I I J I I l ,I ••c::,:,~A I I• i I ' t"\. ,~ ...... ✓...._: ....... •-•-----+ lfl 111 IJ 11 :,~.,,,, lflt •~~~,.J1,•t •, ,I• 114'/ltt 111 1i./\,l1 11 IJtl• \:,~•t, • t::f,:t, j,:t, :tt::j,:~• ,:,~::t, J,:::::::•2 J:t, :,::, :::,:•~~/2:f: ==~·=t:,::, ::::::::::::i-:": -<''-' 1 "-;;;f I I I I f 1 1 ,1 I I I I I • ,) I ' , t' I I I I I I ~fl~ ' / I ' t::i::j:t~:i,::, 21:t, :•:ft :t• :,:t, J::/2::::,::, ::t~•=72~•t::t, :•:::;::::::::::..---.,.... t\~ • ,,,,,-. • 1 t ' I I-, I ,,,j ,.,..( ; i '-,.fl . •-,,,,( I I I I I I I•• t~:::tj:t, :,:j•:t• j::, J•:::t,:tj•:2 ,<::~:::tj:~~•2/~, ~•~:,:t, ::t::::r::::::~• aft. f _,.,r I f • I I I ,' l I I I .-/( I • .,I ~ I I • I t I Q~•...,,,.•c:,_ _,..:.,__' -'....:.'...:.....;-----..;,_..;_,;_....:,-'-..;_,:_;--; t:::,:t, :,::;: ''✓ ~•t:::::t:,:j _,-;=fj:::::~;,A2~tO j:::~j:::::::::..-;,-~:. \~ • / I I f I • : t 1 I 1 '/I 1 1 1 1·71,, A Q', ........... 1 I I 1 1 I 1 1 I I /I I I I ... I I . • . ./ . • ' I ~' -/, I I : ' •t:::•2 .,,[:,:t, :::,:;;-,a~~tl :,::,:ti ~•2 .... :::::::::::::t:::j::-...;.• 9 ~ ' I I I 1 ' ' /\ I I I I fll' • ~ I I 1· "_,,J I I I . .........., • I I I I i_f\. • I I •_JI O I I _,,, •••. .,, • ; • -;-,;i .. / ' : . ,..., I I I/ • I '/ I I I './7 t : • I ~II I I I, l It I I I•~ I' I I I I .- • I : I I• I I I I I I I I I I I I I I • I I' 1 I I I I I I I I I I Io' I I' I I I I I I' I I I I I I I• I l • I I I I I It I I I I I I I I ',-1 I I I I I It I I I f t I I I I t t I I I I I I I I I I, I I I I i I It I' s 3 10 I It I I I I o O I •II I I I I, t I I I I I l I I I I I I I: I I I I If I I It I I •II 12 It I I It I I I I I I I I I I 1 I I I 1 I I I I I t I 14 ;:;~ O~m,m in lnc:.'1es 16 I. Saad :11 U5 ;i.:i last ,n:cun u,~ :uri"'f vtlva of ~~ 10iu. 2. Valva :~m c.,~ an lot ua in: ~ad111t!r, i.1.: :tni,;ill lint 1M1rt. For !C" ~•nd: U nhu from c-~:-f't. For 4!' ~n,d: a.a "'"" from c-~:-"- For n lfr btnd: Q,4 vtlut ~r., ;:,.,... l For c:n=Hiion:r noc CVttnd by =::-,,,,, :;ncial Ill/Wt :::cu muu :, c=mov:t~-Md IOP~d. COST A REAL MUNI IPAL WATER DJSTRLGT FEVISION I ..I.PPR I D,1.TE DETAIL OF PREPARED BY THRUST BLOCK BEARING AREAS C.R.M.WD. DATE ·JAN. 1 9 a r DRAWING tlO. 9 if,< """ PAGE 168 IS OMITTED ·--- - --.. .. -- - 'iltll -r -.. --· --- - -------------- STD. LOCATION G,51 . :·_:-.· :i,:·.\~ ·.· .. ·. .. . ..• .·.·.: MOl?TAQ ALL JOINTS APCO UEAVYOUTY COMB. AIR RELEA5E-r -No.143 C e· -No. Id. 5C. ~ORI ZONTAL·- ~OLE SPACING· 10· P.V.C. CAD--- END U0lES a: • >-t("I I- . I. DIA. AIR ~OLES -----i ~ C\i -10• DIA. (1.0.) P.V.C. 'STANDPIPE i----+-1-1· 01< z· P.V.C. (SG.J. 40) FILL WIT!.i SANO I1•x 30-METER BO)(E S( f3k'OOK5 GC 5El2 E5 OQ APPROVED EQUAL SIDE V\EW 2-~-'t e/ R'E"OWOOl7 ( 33" LONG) SPECIAL NOTE: F=OR I'' A.V. A. SEE ..1LSO DRAWING No. JI -- NOTE.= I. ':7EE DAGE 19 FOR SOL0E~ING C:,PECIFICA TION5. 2. :iEE' PAGE 36 FOQ PAINTING 5PEClflCATION5. 3. COPPEI< ';1-lALL eE Wl<APPE!J WITI-I 10 MIL TAPE W~EN IN CONTACT WIT~ CONCl?ETE'. d.. 5EE IMPl<OVEMENT PLAN'?, FOR A55EM~L'( 51ZE. 5. ALL VALVES ANO f"ITTI/.IC,S Si.lALL 8E 5AIA£ SIZE' AS AIR V€'NT INLE:T. ~~~~ OtNOTE5 ADE'A TO ~E WRA.DPED ~~~~ SEE PAGE: 19 FOi? SPEC! FICA TIONS t JO~ES J-15c'5·F FORD F'lc3·777W OR APPROVED EQ<.:AL COSTA REAL MUNICIPAL WATER DISTRICT REVISION APPR. DATE DETAIL OF DATE: BELOW SURFACE l11 a 2n JAN. 1987 PREPARED BY: AIR-VACUUM VALVE ASSEMBLY C.R.MWD. a APPURTENANCE ORAW\NG NO. 12 (M0!7) n---, i:n I a '""' ---- - - ------------ - 1-WSE n.1rzEAO CAP (1/4• X 1• BR'AS'5 BUSHING VAR/Af?LE SLOPE '. , ; ... , ./ .•. ·' / ... , , . .. , r COf<P STOP (MIP X MIP) FORO Fo 500 JONES J-41 OR APDF?OVED EQUAL 170U(?LE STQAP F?RONZE SERVICE SAOQLE DENOTE'S AREA re, oE WQAPPE'O 5EE PAGE" 13 FOR 5PECIFICAfl0N5 / / / / / / / _,,, / / / 'SEE O~AWIN~ N~ d. FOf< VAL'fE F?(,X f LIO l11AN6lE METER STOP-FORD KV23- 444 W FLAl<E X METER SWIVEL NUT 00 NOT FLATTEN .AT 8EN05 · NOTE: I. SEE PA~E 19 FOi< SOLDERING 'SPE'CI Fl CA rlON 5. 2. SEE DAGE: 36 FOK' PAINTING 5PECIFrCAT/ON5. 3. A 5Ci<EWE0 COUPll NG 51-4AlL f?E PROVIDED WHE~ WATER MAIN 15 STEEL. COUPLING SI-IALL F?E' jooo D51 FOl<GED 5TEE:L ANO WEU7E/7 TO MAIN AND MOQfAR COAT/NG PAT(µco. COSTA REAL MU .. NlClPAL WATER DISTRICT REVISION APPA OATE ?R~?AREO BY: C.R.M.WD. DETAIL OF 111 MANUAL AIR RELEASE ASSEMBLY DATE: JAN. 1987 DRAWING NO. 13 P::io<> 17n l I -- ----------.. ... - & ..,,----le" O<A,. C. I. VALVE" BOX' COVER MARKED 11 \VATE'R" AU{AM6R.A FOY. NO. A296l2 2."ACAP7ER' w1il-i CAP ..,.-,;,-r,;~r-rTTTt':'h\C;e;:s::::====t=:::::;;::;~7T7r M.1.P. X 'N.S.H .T. &,_ f2•x24•:r ro GA-STL. . PtP£-ASPfJALT COATED 2" ANS!.£ MeTER SiOP -F.e,. -""TOO F!.ANe,C: X FLARE CORP. M.I.P.-,. M.I.P. e": JONES J l~d3 FORO F6500 OR APPROVED EQUAL ,,~ DENOTES AREA ro f;E W!<APPE"O ~l~ SEE' PAGE t9 FOR 5PE"CIFICATION5 2." E3RA'55 STREET ELL 2"MEfER COMPANION FLANGE 2·· COPPER C~ANGE OF DIRECTtON DONc WlrH COPPER FITTINGS- 51 LVER SOLDER SEE PAGE 1.9 l="OQ 50LOEK'IN~ SPECIFlCAT10NS. SEE PAGE 35 FOR PAINTING SPE"CI F"ICA TIONS. 5E"E IMDQCNEMENT DLAN5 FOi? A55E"MFJLY SIZE. COSTA REAL MUNICIPAL WATER DISTRICT , REVI s,cm~ L\PPR. CATE ?REPAREO av: C.RM.WD. .. DETAIL OF 2 11 BLOW OFF/ MANUAL AfR RELEASE ASSEMBLIES DATE: JAN: 1987 DRAWING NO. 14 P~HH• 171 ' . , .. .,. ------ -- ---,.. .. ---.. ---.. - 5EE STO. or;.wG. N~ :::z ~ C:,t w '-- PAVEl7 SECflON 1e· VALVE f?•X f COVEi? MAf2KED "WA fEii" ( ALI.JAMF;l<A t='OIJNl71<Y NO A·c9C.le) ----- d. 3" 7 1 ~ ~ ~; ~ -r2·x ,c1 · ! 10 GA. ;;1;----~------,--.--~ STc;:L Pf PE ASP!-IALT CO.A TED I 8'' 5TEEL PIPE 11· FL.G.V. I . ' ---d1te''0.0. t. tOGA. STEEL DIP!:. LINING ~COATII\JG 5A1'1E AS MAIN SAME AS Ai?(JVE THREA0Ef7 COUPLING ANO PLUG WELD ill TER'NA TE PLUG NOTE: I. SEE PAGE 35 FOR PAINTING 5PEC!FICATIONS. e. SEC: PAGE 15 FOQ WRAPPING SPECIFICA T!ONS. 3. SPE'CIAL APPROVAL QE'QUtf<EO FOf< IN'5TALLING ALTEl<NATE PLUG . 4. IN QOUGl-f TEQl<AI N VALVE COVERS 51-lALL F;f: INSTALLED G" A~OVE EX15TING Gl<OUNQ. C_DSTA REAL MUNlClPAL WATER DISTRICT REVISfON A~. OAT~ ?RE?AR~O SY: • C.R.M.WD. DETAIL OF 411 BLOW-OFF ASSEMBLY DATE: JAN. 1987 DRAWING NO. 15 (Mot;>) l;j ~ "" ,''" ,,,., , .. \1i111 ---.. ., -• -• -------• . -• _, --- - 10" SECTION A-A ENLA!?GEO VIEW CL 3000 COUPLING &5" PIPE -- NOTE: NOTE: 11urr STRAP Tl-llCKNESS ro f7E SAME' AS WATEtl MAIN WITl-l Ml!IJ- IMUM' T~ICKNESS OF 3/tc.". SEE DRAWING No. 15 FOR WATER MAIN TI-UCKNES5 SC~EDULE 1.W~ERE PIPE 51ZE 15 14.0R' GK'E'ATEI<', TWO PLUGS 5~All 111: U5Ef7. EXCEPTION=UNLES5 TO f?E USE'O FOf? All? l<ELIE"F Or? F}LOW OFF. 2. F}urr 'ST!<AP 5µALL f?E' 5~1 PPEO IN ~ALVES ANO WE'U7Ef7 IN FIEU7. ..COSTA REAL MUNICIPAL--WATER DISTRICT REVISION J.?PFl 0ATE PR EPAREO 8Y: C.R.M.WD. DETAIL OF BUTT STRAP~· DATE: JAN. 1987 DRAWING NO. 16 'D~n-·•1·7'] I • jh -------- .. --- ... . 0 r----< Fl ELD WELD CTYP.) MATEQIALS LIST CD CL 3000 STEEL C.DUPLING· STEEL WElDfD. ® SE"E DRWGS. I ~ c NON ·FEf<ROUS STOP· NPT @ INSULATING 8U'S~INC,·NDT LEXAN OR DEU,IN · · @ 5EK'Y!Ct COUPUNG • INCREASEO NPT x COPPEK' FLAK'E • f312ONZE @ P.V.C. TAPE· 10 MIL -Dl<E'SSURE SENSITIVE' -M.M. ~ M. NQ SO OR J.M. VI O • IO OR' APPROVE(} EQUAL. ~ OENOTE5 AQEA ro 6£ WQAPPfD ~ 5EE PAGE I~ FOR '5PEGFICATION'5 d.' \COPPER \ TU61NG GENE~AL NOTES I I SEC. A-A I. DIELECTRIC CONNECTIONS SUALL ~E QEQUIREO ON ALL Al~ AND VACUUM VALVE ASSt~l?llES,MANUAL All< l<ELEASE A5SEM~LIES,,;ww•OFr A5SEMl;UE5, AND WATEI< SE!NICE A55EM5UE5 W~ERE COPPER TU61NG 01< f;k?ASS Pl DE CONNECTIONS Al<E MADE TO 5TcEl MAINS. c. U5E OOU6LE W~AP TAPE. Wl<AP COl<D. STOD 01< VALVE IN OPEN POSITION UNLESS OT~Et<WISl: 01eECTEO. SIZrNG TABLE COPPER VALVE OR STEEL IN'SUlATI NG TUBING CORP. STOP COUPLING BU5~1NG ·c· e· eJe.· e~1!°1 e· I" ( -I ''( 1•1e-x r _ _.., 1--·-· C ___ O~S=-.,.:;T-i-A.;......;.R,_..;...;;;E=..;...A...;..;:;:L=--=M;..;..;..U~N--=-=-1-=-C .:..;._I P..;......;.A=-L ___;_W~A~T...;;;;;;;E...;.._,;_R ~D~I S~T.....;_R.:..:....;:I C~T---+ REVISIOH APPR. CATE PRE'PAR:'.0 av: C.R.M.WD . DETAIL OF DIELECTRIC CONNECTION TO STEEL MAIN DATE:· JAN. 1987 DRAWING NO. 20 111111 .. • --.. ---------------• --, .... - ..... -268-02-l(w)227#2.9 PART V STANDARD DRAWINGS SECTION 4 CALTRANS STANDARD DRAWINGS Page ,_17 5 I I I I I I I I I I CENTERLINES (2 LANE. HIGHWAYS) DETAll 1 -lcl:d ,r - DETAIL 2 -~,,_-Wd - - DETAIL I -bdd - DETAIL I -.1i - DETAIL 7 -6 - MARKER DETAILS - tr ,r .. lid l:£d ,r .. ,r b±J ""6 ... w &oo ~ .. ~ .. ... l:::&::d ,r 6 ... I I ,, I OO?,? D I -~:.'":: ---- _,_ TrPI A & TYPE AJ TYPE C & TYPI D TYPE O & TYPE N I I I I I I I I i LANELINES (MULTILANE HIGHWAYS) DETAIL I ... -bs ,r ~ " ~ - DETAIL II -~ ... -~ ... ~ .... ~ ,, - DETAIL 10 ... :~ r o ?A ,r ooor~ DETAIL 11 ~ - DETAIL 12 -1 II -,r . D£TAIL 13 - DETAIL 14 ... .. II' ,r I .... l ... I ... I •· I 11• II 0006 II 0000 ti 0000 l<1 _ ... _,."""' --1. j L '~~ .l. I II ------: -/ ,, , .. ,·t-11•1: ... -r.:-1, .. 7.T.,__-:-:!,.,,~ ... -,..,.., .. _,-i--,--=•""·•---1--,....~ .;-::::::- \.ouA&. ,a/ -...... -... _ ·~·-I I I I I -~.;1.dr':r:::- ••11Ht NO PASSING ZONES -ONE DIRECTION -bfuj ,r ~ ,r ~ DETAIL 11 :::==========Z: - -~"'-bfd"'•• ~ ~r DETAIL 11 , .. ;. 2·•,t....-;.,z .... · ·· ,.. • • _, •• ,. ,, .z: -lr1•1r1r'f ir I 0 000 q 000 CJ DETAIL 17_11 o O O O o II o O ?,? 0 IIZ: I ., . .-!cd£:::l • DETAIL 1I u ·AS,· ·..Z· t" ··· i· i , _1 ,. I ~ l or I 6 flz: DETAIL 11 s:::1·••..i::t:.:••ZZS.YiC·i~#·ill•::l· •C::· ·= .. ·==·· ;::, :;:-':::'·' II m j.Z: ...,, ar T 1, • ·-~ ,r 6 0..,0 6 ,, J DETAIL 20 II O O O O O II O O O O O .r -l•l NO PASSING ZONES -TWO DIRECTION DETAIL 22 ,.. o ... , .. , .•.. ,.. 0 z: . ' .• <.> 1: D -Q ,. ~z: -'• • ••· I ,.. I a66oooaoooooci DEY~ 23 CJ o o o o o a o o o o o DZ: - STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILS IA20-A l> N 0 l> - ' J I t I I • I LEFT EDGELINES lDlvlded Highway•) DETAIL 24 ·. : .. •. -·: ···•·,-· SSS··i·-· ... -·l> · ·· ;r -, .. .i .......... DETAIL 25 II '-:::. ... ,;£ I • -, ............... DETAIL 21 ~ 11 z: • I -.. ... .. .··•.• r DETAIL 27 ,~ ... ~~ ~E II I ... I -........................ , ......... ---MEDIAN ISLANDS - DETAILD >-··- [. - ... I oz: :c DETAIL 2l >-·-::. r a - -1 ,,·, tr I tr I D O O O O O Cl O O O O O D.t: DOOOOODO}OOOO DETAIL 30 ,_ £1 o o o o o O o O O 0 D.t: 0000000000000 I I f I DETAIL 31 -t&! - DETAIL U -1 tr D - ti a or I . ·,-$),..,. D DETAIL 33 f I I I I I I J I I I TWO-WAY LEFT TURN LANES ws:,rc,,szu@ U2'@ f<-X:·· -:·• .. If .. .. .• ,. c::c;::J ~:.rr- ' · ;;-.,.· ·. :-· ·;•MM»;•·s ii.§ &A 51?¥¥ ¢1 ... tr I • r&&·S··-&s R§:#·':-4{· -· ;- tr I ,, I tr I ,, I a a a 111: ~ ·· ·· ··· ~-··• -g_.:.; .. ti ·M#~-•:.*·~·-·7·w\.;M,t::-!HM 1:i_ ·'·WiW1ii·Ml·"> ·'%-,•·,•·$·· u a L...!LJ.• .. • I ,.. L.!LJ I ,. ,n = _,,o-r · · · ·. •.••,,.:-; ·. ··· .¢,·· ·' S·:· i8-UdSSMlS J.i»·Sii >; .t a E o a~ I ,.. I -1 1r I ,r j' tr I If I ,r I ,r I . •00000~0000000000000000000000000000•0 •1'1 0000 • 0000 a 0000 ~ I•· 1 · I ,,. t ,r I ,,. I 1r I ,r I •r I ir-,r• 0000 11 ooo• • 0000 Cr;t 000000Q0000omoooooaoo00000000•00000oar .,.. I ,.. I INTERSECTION TREATMENTS DETAIL :H DETAIL 35 I r•· I r,,·1 r I ••d IICJC!mlJc:;;.Jfl :r :r=· 11 =·· .:;;:,,.=·•::::· :;:·:=·•.:,;::·.~:;:.,.-~--,;:::: ::::··::·:~•~Z:.1--··•i,l;;'w:lli,:;:,•;,;-:•,"SSl•ZI~ -I 1<l1<l rrl I· ;.-.•. 1111 I i~ T ,r ,, 'I' Ji"~1ri 1r~ 1: 8£,·> ·»$-.;,c ·' · ·,&·-u,.~½-S}; ·;·'··SM X: CClllllGlll&lli!llll z I"'' r I f'II' I.,.., I I I I - I --I ---1...:. I I I I I ~~ut__ ........... , ........... . ·- MISCELLANEOUS MARKINGS DETAIL H ~ ,,_ r.-..c, ::::.., .. _..,_ -1 1r IL_ N' I --r II ,. II II :j-l ... ~~~~- ' -L... ..,,._..,_ Ir Q-,... I r DETAIL 37 rt-o..p _....., "'bll -..J I I I • .l -r r I • r .. II 11-~ " IJ ~• II 0 "0'~'1Y1 1·~ II DETAIL 31A I ., -1,' ~ ~,, : J ~ I ! .. -.. I q 00 00 00 ll88888J 00 00 00 DETAIL 31 _.._ ,._, f r ... ...,...,, t - II II 11!..C I ,r I 1r I --- LEGEND MARKERS 0 OPEA___ • OP1ED~T--- Cil JTnATT ___ Cl OPIIQ0-..,0..- 11 nnc---11 Ot'tEH __ T __ -_ .. ,,_ ... _ STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILS I A 20-B • N 0 I ID I I I ' ...... ,..,., =-~-1/84 4 1• I. I•••·• .•,., I I I I I I I I • I I ________ ......,,,a-,·•10-,,.,.,,,, ,_...,,~,,,,,.,~~'---------11rxl-,,,..., "'Y'AI 1'0·,-,c,,,, .. ,.,,,.,,, , .. ,...., • ., n, ... ~ ,,, If,., _,.,. ,"'!!!._ ! ] •••.. L . • .,,,,~.,-..z·.,,,... li##II •_, ,t ••11Mr ~-,,·-- J I I ' I I I I I ' I I 1 'i 1 A. C l'Al'CMCNT ~( ,.,_, NOTES: S,-,../HI ,.,.,,. _,. , •• ,,.1 ,,.,,,,_,., r., #r_,I ., r.,,._.,..,, ll•1/1lfl I. ,-,., Ntliu ,..., ••'•• _, '-• -• w1W1 ,,,,,,,...,.,1 urM1 6...,,,.,,..~ '-All .J ~ • ,-,, • •• ""''"' _, IM ••M -,IA '• 1 ID .... , M 1 • I /#fl •HA ,,. •I /~Al S•• Snll•11 If •If . . -f. Alllr••llr• .,_,h I#, /llllltf IH ,,H•1I ,_.,,.,. ,-1t1l1 ., IM ,~,.,., T :;::::.P"• I(...,. f• ,.,,_,,,.~ ., 1111 C,A11«t# f-, /Al E•tl•nr'I ~ 011 .. , ,., ,.,,,.,,.., s«,,.,., ., .,,,,,,_.,. .,.,,. , .. ,, •• ,._o. AMI. ,,.,,, •~.-•I R~w•r. •' •• ~,,u,1tl., IA•,,.,,,. •• , . •. WH,, kr,l111 •1• f'M~H ..,. ~----• ,,.ti ,_,II ,,_, ,,. 1H .. ,,.,. ,. r:::::: t~if.•• ,-,;.,, ••• ,_ "-Hd•tl '1111/lntlflfltt' 1#IA ••11A 1111. S•• £.T. Allt1cA ,,,,,,11 It, tl1C~ ti•·• •AH t•'ltlffltl ., 6r1t111 pt.,,,, 1---( o,. ••• , ,, .... ,., ... ~11,.,,,."'' ".,,..,,..,. ,..,.., ,, •••. ,.,..,.,,,,. •••• ", REAIOVIIBLE PANEL GROOVE ()£TAILS 10·-•- 1 _ _ __ rO:~---"'P· ..... _ . ~ ,o' • ,·c· ~-~-,r-.,.,. .,~ .... ,.,£, .... , c,... ,,, .. , CURV£0 LAYOUT _., CAllfOINIA N1MIIUI • -A- t=J-/1=:-1__ ,=JI= -1 -, -1_ -·-I ~--- • J ~-,..,_.,. ,,,. .. , _, l ,,.,-s,..,,, r,,. £££VAT/ON .,,..,.,,._,,,,,,.., .,ii• N•~J ,.,,,, N •""' TYPICAL OPENING 0£TAIL •II• 10'! ; ••• ,. tl,111 :;/ ::,:~ 'f -·•---~- ,~-;,.;:::;; S{CTION Uf.!'.1 If Sttll•• Jt•lt 11 ,., ,cc. ,•••••1tl All•,1t•11,-. ;.,.11, ,., ,,,,,., z!o·,.,,., •••••,,.Ac . ., ,,, •• ~,,.,,,,,,,,ti .• ,._,,,.,._,-; •• ,. STIIUCTUIIU·OlSIGH r,,11,c '":.!Jtl• S~CTION H·H TEMPORARY RAILING I TYPE K) ...._.. ... ..___ __ ..__ 811-30 !!! ' I I I I I I I T -:-• :: I A /R SQ r I flAI.ROAD CIIOSSINO S (~Ol I I I I I I I I : I., ..,_ ........ ; • ,, . • I • ,.,so,, DIAMOtlU SYMIIOl 1 • I 8 I ............. . ,.,. ,. A•UIOfl TYPE I ( 10) AMOW I I r I I 1· .... ! 11 I i I I . I . I I I I " .......... .. . , . A lA !1.0 I I TYPE VII Annow • .... .N ..... .. ··• I I ,. A• t IO H tlAIOCAPf'EO PARKING SYMOOl T I I I (I I ! , ,· ., ... " ..... , A 11 f.t) f I TYPE VI (I) AIIOOW I 'I' ,.,.,. ,.,,., ,..,n, •. ., ........ ,,..,. .,...,.,., ... ,., ,. e..r. ..... ... A•r IIO rt . BIKE SYMBOl ' Ir I All~OII TYPE V AIUIOW ........................ .• .. !I I I I i ii T I I ., -C:H .... I,, , • A•IIIOJI ' • I I \ ,·. ,, ..... ,.,.., ,. ·I•·:~ TYPE VI ArlflOW I ...... , ........... •-o• flOlllffllA .. Ulf ._._,._ .. Ulfl HAU Of Cll•O.•• I T . I ' . .. ,..,,.,..., .. ,or•••~ .. ,..,.,._ TYPE IV (U .a.mow PAVEMENT MARKINGS, -··"'··-· .. -~.-· ,, .............. ______ • Annows ANO SYMBOtS _ .. _ .. _ .. _•c_._,._,,_._._. _"•-•---•-•-----r---------------""T'"---------------r----------------r------......,H ... s~f~-··.ea ......... ,._ ------------····. .... - --.11 • .__.._.._ ........... __ z IA "Q )I, I N ,,. m