HomeMy WebLinkAboutHMS Construction Inc; 2005-05-19; 3495RECORDED REQUESTED BY
CITY OF CARLSBAD
AND WHEN RECORDED PLEASE
MAIL TO:
City Clerk
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
DOC# 2007-0287939
APR 27, 2007 12:22 PM
OFFICIAL RECORDS
SAN DIEGO COLIN TV RECORDER'S OFFICE
GREGORY J. SMITH. COUNTY RECORDER
FEES: 000
PAGES: 1
Space above this line for Recorder's use.
PARCEL NO: N/A
NOTICE OF COMPLETION
Notice is hereby given that:
1.
2.
3.
4.
5.
6.
7.
8.
The undersigned is owner of the interest or estate stated below in the property hereinafter described.
The full name of the undersigned is City of Carlsbad, a municipal corporation.
The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008.
The nature of the title of the undersigned is: In fee.
A work or improvement on the property hereinafter described was completed on February 28, 2006.
The name of the contractor for such work or improvement is HMS Construction, Inc.
The property on which said work or improvement was completed is in the City of Carlsbad, County of
San Diego, State of California, and is described as follows: Forest Avenue HDD Gravity Sewer
Pipeline, Project No. 3495.
The street address of said property is in the City of Carlsbad.
CITY OF CARLSBAD
^_Robert T. Johnsjdn, Jr.
Acting City Engineer
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California,
92008; the City Council of said City on CL&CJi o?*/ , 20 O? , accepted the above
described work as completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on u^JJ2o25 . 200? , at Carlsbad, California.
CITY/OF CARLSBAD
v\»»"""//, ///
AB 18 968 j*&%$£°c''' (X/^
Reso 2007-086 *<?/''***¥£'%\ j^RAINE^. WOODClerkLx
'''"*""+"'^";/nn»»vV
Word\Masters\Forms\Notice of Completion (City)3/9/98
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS AND
SUPPLEMENTAL PROVISIONS
,-
FOR
FOREST AVENUE HDD
GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
PWSO5-19 ENG
4- %# Revised 10/08/03 Contract No. 3495
- Item . Paae
Notice Inviting Bids ........................................................................................................................ 5
Contractor‘s Proposal .................................................................................................................... 9
Bid Security Form .......................................................................................................................... 15
Bidder’s Bond To Accompany Proposal .......................................................................................
Guide For Completing The “Designation Of Subcontractors” Form .............................................
Designation Of Subcontractor and Amount Of Subcontractor’s Bid Items .................................
Bidder‘s Statement Of Financial Responsibility ............................................................................
Bidder‘s Statement Of Technical Ability And Experience .............................................................
Bidder’s Certificate Of Insurance For General Liability. Employers’ Liability. Automotive
Liability And Workers’ Compensation ...........................................................................................
Bidder’s Statement Of Re Debarment ..........................................................................................
Bidder’s Disclosure Of Discipline Record .........................................................................
Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid ..............................
.
Contract Public Works ..................................................................................................................
Labor And Materials Bond ............................................................................................................
Faithful PerformanceNVarranty Bond ...........................................................................................
Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ......................................
16
18
20
21
22
23
24
25
27
28
34
36
38
..
a Revised 10/08/03 Contract No . 3495 Page 2 of 93 Pages
SUPPLEMENTAL PROVISIONS
.-
Part 1
Section 1 1-1
1-2 1-3
Section 2
2-3 2-4
2-5 2-9 2-1 0
Section 3 3-2 3-3 3-4 3-5
Section 4 4-1 4-2
Section 5
5- 1 5-4 5-6
I
Section 6 6-1 6-2 6-6 6-7 6-8
6-9
Section 7 7-3 7-4
7-5 7-7 7-8 7-1 0
7-1 3
Section 9 9-1 9-3
General Provisions
Terms. Definitions Abbreviations And Symbols Terms .................................................................................................................... Definitions ............................................................................................................. Abbreviations ........................................................................................................
Scope And Control Of The Work Subcontracts ......................................................................................................... Contract Bonds .....................................................................................................
Plans And Specifications ......................................................................................
Su rveyi ng .............................................................................................................. Authority Of Board And Engineer .........................................................................
Changes In Work Changes Initiated by the Agency .......................................................................... Extra Work ............................................................................................................ Changed Conditions ............................................................................................. Disputed Work ......................................................................................................
Control Of Materials Materials And Workmanship ................................................................................. Materials Transportation. Handling and Storage ..................................................
Utilities Location ................................................................................................................. Relocation .............................................................................................................
Cooperation ...........................................................................................................
Prosecution. Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work ........................................ Prosecution Of Work ............................................................................................. Delays And Extensions Of Time ........................................................................... Time of Completion ............................................................................................... Completion And Acceptance ................................................................................
Liquidated Damages .............................................................................................
Responsibilities Of The Contractor Liability Insurance ................................................................................................. Workers' Compensation Insurance ......................................................................
Permits .................................................................................................................. Cooperation and Collateral Work ......................................................................... Project Site Maintenance ...................................................................................... Public Convenience And Safety ...........................................................................
Laws To Be Observed ..........................................................................................
Measurement and Payment Measurement Of Quantities For Unit Price Work ................................................. Payment ................................................................................................................
41 42
43
43 44 44 46 47
48 48 49
49
52 53
53
53 54
54 56 59 59 59
60
60
60 60 61 61 61 67
67 67
e- %# Revised 10/08/03 Contract No . 3495 Page 3 of 93 Pages
Part 2 Construction Materials
Section 200 Rock Materials
200-2 Untreated Base Materials .....................................................................................
r.-
Section 203 Bituminous Materials 203-6 Asphalt Concrete ..................................................................................................
Section 206 Miscellaneous Metal Items
206-7 Traffic Signs ..........................................................................................................
206-8 Light Gage Steel Tubing And Connectors ............................................................
206-9 Portable Changeable Message Sign ....................................................................
Section 21 0 21 0-1 Paint ...................................................................................................................... Paint And Protective Coatings
Part 3 Construction Methods
300-1 2 Water Pollution Control .........................................................................................
Section 302 Roadway Surfacing
302-5 Asphalt Concrete Pavement ..................................................................................
Section 306 Underground Conduit Construction
306-1 Open Trench Operations ......................................................................................
Section 31 0 Painting
31 0-5 Painting Various Surfaces ...................................................................................
31 0-7 Permanent Signing ...............................................................................................
_-
Section 31 2
31 2-1 Placement ............................................................................................................. Pavement Marker Placement And Removal
Section 31 3
31 3-1
31 3-2
31 3-3
31 3-4
Temporary Traffic Control Devices
Temporary Traffic Pavement Markers ..................................................................
Temporary Traffic Signing ...................................................................................
Temporary Railing (Type K) And Crash Cushions ..............................................
Measurement And Payment .................................................................................
Technical Specifications
Appendix
Appendix A Resident Notification Example
Appendix B
Appendix C Mitigated Negative Declaration
Appendix D Soils Report
Storm Water Pollution Prevention Plan (Template)
70
71
72
75
76
77
79
85
86
89
90
90
91
92
92
93
e=
Revised 10/08/03 Contract No. 3495 Page 4 of 93 Pages
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Until 4:OO PM on April 4, 2005, the City shall accept sealed bids, clearly marked as such, at the
Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail,
delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be
opened and read, for performing the work as follows: Installation of approximately 1,200 linear feet
of HDPE pipe using horizontal direction drilling methods, installation of approximately 150 linear feet
of 8-inch VCP or PVC pipe using open trench methods in an existing street, installation of three
access holes, and demolition of an existing sewer lift station.
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
This bid and the terms of the Contract Documents and Supplemental Provisions constitute an
irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional
time as may be mutually agreed upon by the Cityof Carlsbad and the Bidder.
The work shall be performed in strict conformity with the plans and specifications as approved by the
City Council of the City of Carlsbad on file with the Engineering Department. The specifications for
the work include the Standard SDecifications for Public Works Construction, 2003 Edition. and any
suDDlements thereto, all hereinafter designated “SSPWC” as issued by the Southern California
Chapter of the American Public Works Association and as amended by the supplemental provisions
sections of this contract. Reference is hereby made to the plans and specifications for full particulars
and description of the work.
The City of Carlsbad encourages the participation of minority and womenowned businesses.
/=-
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to
utilize recycled and recyclable materials when available, appropriate and approved by the Engineer.
The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when
a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the
State of California as an irresponsible bidder.
No bid will be received unless it is made on a proposal form furnished by the Purchasing
Department. Each bid must be accompanied by security in a form and amount required by law. The
bidder’s security of the second and third next lowest responsive bidders may be withheld until the
Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be
returned to them, or deemed void, within ten (IO) days after the Contract is awarded. Pursuant to the
provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for
any obligation required by this notice or for any monies withheld by the City to ensure performance
under this Contract. section 10263 of the PuMic Contract Code requires monies or securities to be
deposited with the City or a state or federally chartered bank in California as the escrow agent.
The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in
connection with the handling of retentions under this section in an amount not less than $100,000
per contract.
em %$ Revised 10/08/03 Contract No. 3495 Page 5 of 93 Pages
The documents which comprise the Bidder's proposal and that must be completed and properly
executed including notarization where indicated are: r
1. Contractor's Proposal
2. Bidder's Bond
3. Non-Collusion Affidavit
4. Designation of Subcontractors and Amount of Subcontractor Bid
5. Bidder's Statement of Financial Responsibility
6. Bidder's Statement of Technical Ability and Experience
7. Acknowledgement of Addendum(a)
8. Certificate of Insurance. The riders covering the
City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall
be provided by the Bidder prior to award of this contract.
9. Bidder's Statement Re Debarment
IO. Bidder's Disclosure Of Discipline Record
11. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security)
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are
approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is
$570,000.
Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a
contractor pursuant to the Business and Professions Code shall be considered nonresponsive and
shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall
be invalidated by the failure of the bidder to be licensed in accordance with California law. Where
federal funds are involved the contractor shall be properly licensed at the time the contract is
awarded. In all other cases the contractor shall state their license number, expiration date and
classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal
funds. The following classifications are acceptable for this contract: "A, GeneralEngineering. F
If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of
the usual 10% retention from each payment, these documents must be completed and submitted
with the signed contract. The escrow agreement may not be substituted at a later date.
Sets of plans, supplemental provisions, and Contract documents may be obtained at the Cashier's
Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314,
for a non-refundable fee of $30.00 per set. If plans and specifications are to be mailed, the cost for
postage should be added.
Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings,
specifications or other contract documents, or finds discrepancies in or omissions from the drawings
and specifications may submit to the Engineer a written request for clarification or correction. Any
response will be made only by a written addendum duly issued by the Engineer a copy of which will
be mailed or delivered to each person receiving a set of the contract documents. No oral response
will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or
interpretation of any provision in the contract documents will be given by any agent,
employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder
may rely on directions given by any agent, employee or contractor of the City of Carlsbad
except as hereinbefore specified.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or
informality in such bids.
r
43 Revised 10/08/03 Contract No. 3495 Page 6 of 93 Pages
The general prevailing rate of wages for each craft or type of worker needed to execute the Contract
shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770,
1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy
of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the
Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers
employed by him or her in the execution of the Contract.
P
The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5
of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and
Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the
purposes of section 41 07 and 4107.5.
The provisions of Part 7, Chapter 1 I of the Labor Code commencing with section 1720 shall apply to
the Contract for work.
All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this
proposal, times the unit price as submitted by the bidder. 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.
All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or
written in with ink and must be initialed in ink by a person authorized to sign for the Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to
bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid.
The Contractor shall provide bonds to secure faithful performance and warranty of the work in an
amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor
shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to:
1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000).
2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million
dollars ($1 0,000,000).
3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract
exceeds ten million dollars ($1 0,000,000).
r
These bonds shall be kept in full force and effect during the course of this project, and shall extend in
full force and effect and be retained by the City until they are released as stated in the Supplemental
Provisions section of this contract. All bonds are to be placed with a surety insurance carrieradmitted
and authorized to transact the business of insurance in California and whose assets exceed their
liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be
accompanied by the following documents:
1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so.
2) A certified copy of the certificate of authority of the insurer issued by the insuratce commissioner.
If the bid is accepted, the City may require copies of the insurer's most recent annual statement and
quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with
section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of
the insurer's receipt of a request to submit the statements. /c
4= rr# Revised 10/08/03 Contract No. 3495 Page 7 of 93 Pages
c
Insurance is to be placed with insurers that:
1) Have a rating in the most recent Best's Key Rating Guide of at least A:V
2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner.
,-
Auto policies offered to meet the specification of this contract must:
1) Meet the conditions stated above for all insurance companies.
2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate
must state the coverage is for "any auto" and cannot be limited in any manna!.
Workers' compensation insurance required under this contract must be offered by a company
meeting the above standards with the exception that the Best's rating condition is waived. The City
does accept policies issued by the State Compensation Fund meeting the requirement for workers'
com pensa t io n i nsu rance .
The Contractor shall be required to maintain insurance as specified in the Contract. Any additional
cost of said insurance shall be included in the bid price.
The award of the contract by the City Council is contingent upon the Contractor submitting the
required bonds and insurance, as described in the contract, within twenty days of bid opening. If the
Contractor fails to comply with these requirements, the City may award the contract to the second or
third lowest bidder and the bid security of the lowest bidder may be forfeited.
The prime contractor and all subcontractors are required to have and maintain a valid City of
Carlsbad Business License for the duration of the contract.
P
Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2005-049,
adopted on the lStday of March, 2005
ISABELLE J. PAULSEN, CMC
Deputy Clerk
DATED: March 2, 2005
em ts Revised 10/08/03 Contract No. 3495 Page 8 of 93 Pages
CITY OF CARLSBAD
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
CONTRACTOR’S PROPOSAL
SCHEDULE “A”
City Council
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read the Notice
Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto,
and hereby proposes to furnish all labor, materials, equipment, transportation, and ‘services required
to do all the work to complete Contract No. 3495 in accordance with the Plans, Specifications,
Supplemental Provisions and addenda thereto and that he/she will take in full payment therefor the
following unit prices for each item complete, to wit:
-
-
Item - No. Description
- -
,- I
-
Approximate
Quantity Unit
and Unit Price - Total
1 Mobilization, demobilization, LS
compliance with all general
and supplementary conditions
and providing clean-up of
construction site complete in
2 Perform exploratory
excavation at underground
utility crossings and points of
3 Furnish, install, maintain, and LS
remove temporary traffic
Revised 10/08/03 Contract No. 3495 Page 9 of 93 Pages
Item - No. Description
Approximate
Quantity
and Unit
4 Construct 8" VCP sewer gt 79 LF
Dollars per Linear Foot
5 Install concrete plug in LS
Dollars (Lump Sum)
6 Abandon, demolish, remove LS and dispose existing pump
Dollars (Lump Sum)
7 Construct 10" IPS DR 9.0 1.250 LF
Dollars per Linear Foot
73 LF
9 Construct access hole no. 1 LS
10 Construct access hole no. 2 LS
11 Construct access hole no. 3 LS
aJ
Unit
Price Total
a Revised 10/08/03 Contract No. 3495 Page 10 of 93 Pages
Item - No. Description
Approximate
Quantity
and Unit
LS
13 Provide excavation safety LS
Dollars (Lump Sum)
LS
if6
15
16
17
Water Pollution Control NA
Measures in excess of
approved SWPPP per
Section 3-3 SSPWC “Extra
Work” at the stipulated
amount of
Ten thousand dollars
Asphaltic concrete (AC) and NA
aggregate base (AB) in
bid Items 2, 4, 7, 8, 9, 10,
11 and 12 per Section 3-3
SSPWC “Extra Work” at the
stipulated amount of
Ten thousand dollars
Grass-lined swale and LS
Unit
Price Total
$6,064.
$ 10,000
$ 10,000
$19, b 3y.2
$ 10,000
$ 10,000
rds for Schedule “A”: fi Mm k,K
3 La46 ,/ c-
Total amount of bid in numbers for Schedule “A: $ ! , flm 539 892 ’95
The basis of award will be the sum of Schedule “A“.
Price(s) given above are firm for 90 days after date of bid opening. OPENED, WITNESSED AND RECORDED:
Addendum(a) No(s). hadhave been inclt,tt&f%&, proposal. DATE SIGNATURE
Revised 10/08/03 Contract No. 3495 Page 11 of 94 Pages
c The Undersigned has carefully checked all of the above figures and understands that the City will not
be responsible for any error or omission on the part of the Undersigned in preparing this bid. -
- The Undersigned agrees that in case of default in executing the required Contract with necessary
bonds and insurance policies within twenty (20) days from the date of award of Contract by the City
Council of the City of Carlsbad, the City may administratively authorize award of the contract to the
second or third lowest bidder and the bid security of the lowest bidder may be forfeited. -
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do
, classification which expires on license number
an affidavit.
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the
Business and Professions Code shall be considered nonresponsive and shall be rejected by the City
§ 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated
by the failure of the bidder to be licensed in accordance with California law. However, at the time the
contract is awarded, the contractor shall be properly licensed. Public Contract Code 3 201 04.
The Undersigned bidder hereby represents as follows:
alidly licensed under
legal effect of
-
c
c
-
-
1. That no Council member, officer agent, or employee of the City of Carlsbad is personally
interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no
representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted
him/her to enter into this Contract, excepting only those contained in this form of Contract and the
papers made a part hereof by its terms; and
-
- -
2. That this bid is made without connection with any person, firm, or corporation making a bid for the
same work, and is in all respects fair and without collusion or fraud.
Accompanying this proposal is 8idd-B a d (Cash, Certified Check, Bond or
Cashier's Check) for ten percent (1 0%) of the amount bid.
The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every
employer to be insured against liability for workers' compensation or to undertake self-insurance in
accordance with the provisions of that code, and agrees to comply with such provisions before
commencing the performance of the work of this Contract and continue to comply until the contract is
complete.
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative
to the general prevailing rate of wages for each craft or type of worker needed to execute the
Contract and agrees to comply with its provisions.
@ Revised 10/08/03 Contract No. 3495 Page 12 of 94 Pages
License Detail Page 1 of2
c-
CALIFORNIA CONTRACTORS STATE LICENSE BOARD License Detail
Contractor License ## 765590
DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying
on this information, you should be aware of the following limitations:
CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public
complaint disclosure, a link for complaint disclosure will appear below. Click on the link or
button to obtain complaint and/or legal action information.
Per B&P 7071.17, only construction related civil judgments reported to the CSLB are
disclosed.
Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.
Due to workload, there may be relevant information that has not yet been entered onto the
Board's license data base.
Extract Date: 04/07/2005
* * * Business Information * * *
H M S CONSTRUCTION INC
1225 LINDA VISTA DR
SAN MARCOS, CA 92069
Business Phone Number: (760) 736-3093
.---
Entity: Corporation
Issue Date: 07/12/1999 Expire Date: 07/31/2005
* * * License Status * * *
This license is current and active. All information below should be reviewed.
* * * Classifications * * *
rc
I
Dass I Description
* * * Certifications * * *
http://www2.cslb.ca.gov/CSLB~LIBRARY/License+Detail.asp 04/07/2005
License Detail Page 2 of 2
Llcense Number Request Contractor Name Request
* * * Bonding Information * * *
Personnel Name Request
CONTRACTORS BOND: This license filed Contractor's Bond number 6036600 in the amount of
$10,000 with the bonding company
SURETY COMPANY OF THE PACIFIC.
Effective Date: 01/01/2004
Contractor's Bondina History
BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) MICHAEL
CHARLES HIGH certified that he/she owns 10 percent or more of the voting StocWequity of the
corporation. A bond of qualifying individual is not required.
Effective Date: 07/12/1999
* * * Workers Compensation Information * * *
Policy Num
This license has workers compensation insurance with the
VIRGINIA SURETY COMPANY, INC.
ber: I CW50169000 Effective Date: 12/16/2004 Expire Date: 11/21/2cr05
Workers Compensation History
Personnel listed on this license (current or disassociated) are listed on other licenses.
I
Personnel List Other Licenses
II I Salesperson- Request I ISalesperson Name Request
0 2005 State of California. Conditions of Use Privacv Policv
http://www2 .cslb.ca.gov/CSLB~LIBRARY/License+Detail.asp 04/07/2005
Personnel List Page 1 of 1
Personnel List CALIFORNIA CONTRACTORS STATE LICENSE BOARD
Contractor License # 765590
Click on the person's name to see a more detailed page of information on that person.
JAMES LOUIS LEVSTIK 0 F F I C E R 0 312 8/2002 12/10/2004
MICHAEL CHARLES HIGH RMO/CEO/PRES 07/12/1999 A More
RONALD IVAN JR I SCHNEIDER OFFICER 03/28/2002
,-
License Number Recluest Contractor Name Request Personnel Name Request
Salesperson Req uesg I BSalesperson Name Request
Q 2005 State of California Conditions of Use Privacy Policy
http://w2 .cslb.ca. gov/C SLB-LIBRARY/Personnel+List .asp?LicNum=765 5 90 04/07/2005
IF A PARTNERSHIP, SIGN HERE:
(1) Name under which business is conducted -,
(2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner)
(3) Place of Business
City and State
(Street and Number)
(4) Zip Code Telephone No.
(5) E-Mail
IF A CORPORATION, SIGN HERE:
Impress Corporate Seal here
(3) Incorporated
(4) Place of Business
City and State
(5) Zip Code Telephone No. 7&!l- 736-3093
(6) E-Mail N/4
Revised 10/08/03 Contract No. 3495 Page 13 of 93 Pages
c CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California I
before me,
Michael High
Tami Adams, Notary Eiiblic
Name and i7Ue of Mcer (e.g.. ’Jam Doe. Wry PuMii
On
personally appeared
Dale
Name@) ol Sigmr(s) a personally known to me
0 proved to me on the basis of satisfactory evidence
to be the person(* whose name&) i&i8
subscribed to the within instrument and
acknowledged to me that he/&a%d$ executed
the same in hisfi#MWf authorized
capacityo, and that by hidWU6t4K signaturefSjbn the instrument the persom or
the entity upon behalf of which the person&)
, executed the instrument.
OPTlONA L
Though the information below is not required by law, it my prove valuable to persons relying on the document and could prevent
fraudulent removal and reallachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer’s Name:
0 Individual
0 Corporate Officer - Title@): 0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee 0 Guardian or Conservator
0 Other:
Signer Is Representing: u
0 1999 Natbnal Nota~y Associatian 9350 De Solo Ave.. P.O. Box 2402 Chatsworth, CA 913132402 * www.nahalmlary.org Prod. No. 5907 Rexder: Call Tdl-Free 1.800-8766827
c_ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
c
State of California
County of San Diego
Tami Adams, Notary Public before me, Name and TW of Ofllcer (e& “Jane Doe, Notaty puMr3 On Dale Ronald Schneider personally appeared Name@) of Signer@) 5 personally known to me 0 proved to me on the basis of satisfactory
evidence
to be the person(3hhose name@) is&%
subscribed to the within instrument and
acknowledged to me that hekiMku?g executed the same in his/t&j&ls;r authorized
capacity(&& and that by hi&&&W signatureh) on the instrument the person@), or
the entity upon behalf of which the persono
acted, executed the instrument.
Ota~ Public - California
SlgMtUre Of Notary PUMK:
. OPTIONAL
Though the information below is not required by law, it may prove valuable to persons reking on the document and could prevent fraudulent removal and reatfachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer@) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer’s Name:
0 Individual 0 Corporate Officer - Me@):
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee 0 Guardian or Conservator
0 Other:
Signer Is Representing: u
0 1999 Nahl Notaty Association 9350 Oe Solo Ave., P.O. Box 2902 * Ch;mworh, CA 91313-2402 * w.natiCmalnoaary.org Prod. No. 5907 Reorder: Cfd TOY-Free 1-800-8766827
c
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED
List below names of president, vice president, secretary and assistant secretary, if a corporation; if a
partnership, list names of all general partners, and managing partners:
Revised 10/08/03 Contract No. 3495 Page 14 of 93 Pages
BID SECURITY FORM
(Check to Accompany Bid)
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
(NOTE: The following form shall be used if check accompanies bid.)
Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF
CARLSBAD, in the sum of
dollars ($ )I this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall
become the property of the City provided this proposal shall be accepted by the City through action of
its legally constituted contracting authorities and the undersigned shall fail to execute a contract and
furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage
within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of
this check shall also become the property of the City if the undersigned shall withdraw his or her bid
within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise
required by law, and notwithstanding the award of the contract to another bidder.
BIDDER
~
*Delete the inapplicable word.
(NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be
executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.)
Revised 10/08/03 Contract No. 3495 Page 15 of 93 Pages
BIDDER'S BOND TO ACCOMPANY PROPOSAL
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
KNOW ALL PERSONS BY THESE PRESENTS:
That we, , as Principal, and I
as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows:
(must be at least ten percent (10%) of the bid amount) for which
payment, well and truly made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-
bounden Principal for:
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
I-
-
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and
execute a Contract including required bonds and insurance policies within twenty (20) days from the
date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said
award, then this obligation shall become null and void; otherwise, it shall be and remain in full force
and effect, and the amount specified herein shall be forfeited to the said City.
... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ...
@ Revised 10/08/03 Contract No. 3495 Page 16 of 93 Pages
.
BIDDER'S BOND TO ACCOMPANY PROPOSAL
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
KNOW ALL PERSONS BY THESE PRESENTS:
That we,= CONS TRUCTION, INC. , as Principal, and SAFECO INSURANCE COMPANY* , as Surety are held and firmly bound unto the City of Carlsbad, California. in an amount as follows:
OF.= =** for which
payment, well and truly made, we bind ourselves, our heirs;. executors and administrators,
sucxesson or assigns, joint& and severally, firmly by these presents. *OF BMWICA **BMOUNT OF THE' BID(1OX OF BID) 'ME CONDlTiON OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the aboye- bounden Principal for.
' (must be at bast ten percent (10%) of the bid amount)
FOREST AVENUE HDD GRAVrPl SEWER PIPELINE
CONTRACT NO. 3495
in the City of Cartsbad, is accepted by the City Council, and if the Principal shall duly ehter'into and
execute a Contract including required bonds and insurance policies within Wenty (20) days from the
date of award of Contract by the Ci Councii 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 fuU force
and effect, and the amount specified herein shaI1 be forfeited to the said Ci-
..
/ ..I the event Princ.gal executeG this bond as an individual, it is agreed that the death o
not exonerate the Surety from its obligations under this bond. . Principal shall
Executed by PRINCIPAL this 4TB day of APRIL ,2005 .
..
Executed by SURETY this 4TH &Y of APRIL ,2005 -
SBFECO INSURANCE COMPANY OF AMERICA
BLVD 10" FLOOR GLENDBLE, CA 91203
(address of Sumty)
(print name here)
(printed name of Attorney-ln-Fact) - (Attach cotprate resolution showing current-power of attorney.) .
(Proper notarial acknowledgment of exewtion by PRINCIPAL and SURRY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporatjons. If Mlry
one officer signs, the corporation must am& a resolution certified by the secretary or assht
secretwy under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM: . RQNALD R. BALL
City Attorney
By: . Deputy City Attornef
Compahy Profile Page 1 of2
Lompany Profile
SAFECO INSURANCE COMPANY OF AMERICA
STATE FILINGS C-2 SAFECO PLAZA
SEATTLE, WA 98 185
800-332-3226
Former Names for Company
Old Name: SELECTIVE AUTO & F INS CO AMER Effective Date: 1 1-02- 1953
Agent for Service of Process
DAWN JEWORSKI, 120 VANTIS SUITE 130 ALISO VIEJO, CA 92656
Unable to Locate the Agent for Service of Process?
Reference Information
NAIC #: 24740
NAIC Group #: 0163
Date authorized in Califo
California Company fD #: 1442-3
October 07, 1953
License Status: UNLIMI TED-NORM AL
Company Type: Property & Casualty
State of Domicile: WASHINGTON
Lines of Insurance Authorized to Transact
The company is authorized to transact business within these lines of insurance. For an explanation of any of these
terms, please refer to the glossary.
AIRCRAFT
AUTOMOBILE
BOILER AND MACHINERY
BURGLARY
COMMON CARRIER LIABILITY
CREDIT
FIRE
LIABILITY
MARINE
http://cdinswww.insurance .ca.gov/pls/wu~coqrof/idb_coqrof~utl.get~co~ro~p~EID=33 6 1 04/07/2005
Comgaiy Profile
.-
MISCELLANEOUS
PLATE GLASS
SPRINKLER
SURETY
TEAM AND VEHICLE
WORKERS' COMPENSATION
Company Complaint Information
Company Enforcement Action Documents
Company Performance & Comparison Data
Composite Complaint Studies
I"
Want More?
Help Me Find a Company Representative in My Area
Financial Rating Organizations
Last Revised - November 04,2004 1 1 : 18 AM
Copyright 0 California Department of Insurance
Disclaimer
/c
http ://cdinswww. insurance. ca.gov/pls/wu_co~rof/idb_coqrof~utl.get_coqro~p~EID=3 3 6 1
Page 2 of 2
04/07/2005
CALIFORNIA } ss. STATE OF
COUNTY OF SAN DIEGO
On 4 APRIL 2005 , before me,
PERSONALLY APPEARED JEANETTE SEIDL
GLADYS D. ROGERS, NOTARY PUBLIC
personally known to me (or proved to me on the basis of satisfactory
evidence) to be the personH whose name(3) is& subscribed to the
within instrument and acknowledged to me thatWshekl0ey executed
the same in i&her/tkei* authorized capacity(&), and that by&dher/i%cir
signatureo on the instrument the person(@, or the entity upon behalf
of which the person#acted, executed the instrument.
WITNESS my hand and official seal.
I
Signature
This area for Oficial Notarial Seal
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF AllACHED DOCUMENT
0 INDIVIDUAL
0 CORPORATE OFFICER
mWS)
TITLE OF TYPE OF DOCUMENT
0 PARTNER(S) 0 LIMITED
81 ATTORNEY-IN-FACT NUMBER OF PAGES
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR 0 OTHER:
GENERAL
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTIP((IES)
SURETY
SIGNER(S) OTHER THAN NAMED ABOVE
ALL-PURPOSE ACKNOWLEDGEMENT
POWER A E O' OFATTORNEY
/--
KNOW ALL BY THESE PRESENTS:
SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PtAZA
SEATTLE. WASHINGTON 98185
No. 11566
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each
hereby appoint
************LARRY D. COGDILL; INGRID ERIKA CROSBY; JEANETTE SEIDL; BROOKE LAFRENZ; MICHAEL W. THOMAS; San Diego, California***********
its bue and lawful attorney(s)in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar
character issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AME6CA have each executed and
attested these presents
this %b dayof June I 2004
CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT
CERTIFICATE
Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
'Artide V, Section 13. - FIDELITY AND SURETY BONDS ._. the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations, shan each have authority to appoint individuals as attorneys-in-fact or under other appropriate Mles with
authority to execute on behalf of the company fidelity and surety bonds and other doacments of similar character issued by the company in the course of its
business ... On any instrument making or evidenang such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority
or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,
however. that he seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directm of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970.
-
'On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Attide V, Section 13 of the By-Laws, and (ii) A copy of the powerof-attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is in full force and effect,
the sigMhrre of the certifying officer may be by facsimile. and the seal of the Company may be a facsimile thereof.'
I. Christine Mead. Seaetary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify
that the fowpiq extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the Bylaws, the Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 4TH dayof APRIL ,2005 .
s
SO974SAEF 2/01
CHRISTINE MEAD, SECRETARY
Q A registered trademark of SAFECO Cocpocation
06/09/2004POF r*
IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING
THE TERRORISM RISK INSURANCE ACT OF 2002
As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of
America, General Insurance Company of America, first National Insurance Company, American States Insur-
ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk
Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstances we may be
eligible for reimbursement of certain surety bond losses by the United States government under a formula
established by this Act.
Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that
exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act
also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of
terrorism. Losses on some or all of your bonds may be subject to this cap,
This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement
guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law.
At this time there is no premium change resulting from this Act.
s6248 m3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
Countyof Sari Diego
Tami Adams, Notary Edblic
Name and We of WEer (e g 'Jane Cce, Notaty PWd) Michael High personally appeared Name@) ol .Signer@)
personally known to me
0 proved to me on the basis of satisfactory
evidence
to be the person($ whose name&) im
subscribed to the within instrument and acknowledged to me that helaam executed
the same in hisAs&VftWf authorized
*..
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of ths form to another document
Document Date:
Signer(s) Other Than Named Above:
-
0 1999Nahonal NdWAssoclatKln*93M DeSdOAW. PO Box2402*ChaSMh CA913192402*wwwMtmalnotaryorg Prod No 5907 Rwder Call Toll-Free 1.800-8766827
GUIDE FOR COMPLETING
THE “DESIGNATION OF SUBCONTRACTORS” FORM
REFERENCES Prior to preparation of the following Subcontractor disclosure form Bidders are urged
to review the definitions in section 1-2 of the SSPWC (“Greenbook”) and in the Supplemental
Provisions to this Contract, especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price”,
“Contract Unit Price”, “Engineer”, “Subcontractor” and “Work” and the definitions in section 1-2 of the
Supplemental Provisions especially “Own Organization.” Bidders are further urged to review sections
2-3 SUBCONTRACTS of the Greenbook and section 2-3.1 of these Supplemental Provisions.
CAUTIONS This form will be used by the Agency to determine the percentage of work that the
Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct
information may result in rejection of the bid as non-responsive. Any bid that proposes performance
of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other
than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that
may be so designated by the Engineer on the “Contractor’s Proposal” are not included in computing
the percentage of work proposed to be performed by the Bidder.
INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every
subcontractor whom the Bidder proposes to perform work or labor or render service in or about the
work or improvement, and every subcontractor licensed as a contractor by the State of California
whom the Bidder proposes to specially fabricate and install any portion of the work or improvement
according to detailed drawings contained in the plans and specifications in excess of one-half of one
percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets
and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars
($1 0,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be
set forth and included as an integral part of the bid offer.
-
L-
- -
The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid.
Failure to provide complete and correct information mav result in reiection of the bid as non-
responsive.
Suppliers of materials from sources outside the limits of work are not subcontractors. The value of
materials and transport of materials from sources outside the limits of work, as shown on the plans,
shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder
proposes as installer of said materials. The value of material incorporated in any Subcontractor-
installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder
proposes to be performed by the Subcontractor installing said item. -
When a Subcontractor has a Carlsbad business license, the number must be entered on the proper
form. If the Subcontractor does not have a valid business license, enter “NONE” in the appropriate
space.
-
- When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a
bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The
explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to
perform no less than fifty percent (50%) of the work with its own forces. -
Determination of the subcontract amounts for purposes of award of the contract shall be determined
- by the City Council in conformance with the provisions of the contract documents and the
Supplemental Provisions. The decision of the City Council shall be final.
a Revised 10/08/03 Contract No. 3495 Page 18 of 93 Pages
Contractor is prohibited from performing any work on this project with a subcontractor who is
1777.7.
Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the
required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated.
-
- ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or
-
-
$3 Revised 10/08/03 Contract No. 3495 Page 19 of 93 Pages
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
FOREST AVENUE HOD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section
4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or
offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
SUBCONTRACTOR'S BID ITEMS
I I I I I I I
I I L,c . YAUJ* b 216 /o
Subcontractor's License No.* Re w c-r& $% SSeSC
I pages of this Subcontractor Designation form I Page of
Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted
by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids."
a Revised 10/08/03 Contract No. 3495 Page 20 of 93 Pages
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
(To Accompany Proposal)
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
Copies of the latest Annual Report, audited financial statements or Balance Sheets may be
submitted under separate cover marked CONFIDENTIAL.
?@ Revised 10/08/03 Contract No. 3495 Page 21 of 93 Pages
HMS CONSTRUCTION, INC.
CONTENTS
INDEPENDENT ACCOUNTANT'S REVIEW REPORT
ON THE FINANCIAL STATEMENTS 1
FINANCIAL STATEMENTS
Balance sheets
Statements of income
Statements of cash flows
Notes to financial statements
2and3
4
5
6 through 13
INDEPENDENT ACCOUNTANT'S REVIEW REPORT
ON SUPPLEMENTAL INFORMATION 14
SUPPLEMENTARY INFORMATION
Cost of contract revenues earned
General and administrative expenses
Earnings from contracts
Contracts in progress
Contracts completed
15
16
17
18
19
MARK E. HAYES
Memberships
Certified Public Accountants
- American Institute of
- California Society of CPA's
Ceditied Public Accounfanl
INDEPENDENT ACCOUNTANT'S REPORT
ON THE FINANCIAL STATEMENTS
To the Board of Directors
HMS CONSTRUCTION, INC.
San Marcos, California
I have reviewed the accompanying balance sheets of HMS Construction, Inc. as of
December 3 1 , 2004 and 2003 , and the related statements of income, retained earnings,
and cash flows for the years then ended, in accordance with Statements on Standards for
Accounting and Review Services issued by the American Institute of Certified Public
Accountants. All of the information included in the financial statements is the
representation of the management of HMS Construction, Inc..
A review consists principally of inquiries of Company personnel and analytical
procedures applied to financial data. It is substantially less in scope than an audit
conducted in accordance with generally accepted auditing standards, the objective of
which is the expression of an opinion regarding the financial statements taken as a
whole. Accordingly, I do not express such an opinion.
Based upon my review, I am not aware of any material modifications that should be
made to the accompanying financial statements in order for them to be in conformity
with generally accepted accounting principles.
148 Woodward Ave.
Escondido, CA 92025
(760) 747-4200
FAX (760) 740-0295
E-mail: hayescpa @ad. corn
.-
HMS CONSTRUCTION, INC.
BALANCE SHEETS
DECEMBER 3 1,2004 AND 2003
SEE ACCOUNTANTS REVIEW REPORT
ASSETS 2004 2003
CURRENT ASSETS
CASH (NOTEA) $ 313,946 $ 36,795
CONTRACT RECEIVABLES (NOTE A & B) 6,076, 217 2,a44,079
PREPAID EXPENSES 0 0
EMPLOYEE RECEIVABLE 2,553 0
COSTS AND ESTIMATED EARNINGS IN EXCESS OF
BILLINGS ON UNCOMPLETED CONTRACTS (NOTE A & D) 1,761,992 981,833
TOTAL CURRENT ASSETS 8,154,708 3,a62,708
PROPERTY AND EQUIPMENT (NOTE A & C) 8,180, 289 5,452,070
LESS: ACCUMULATED DEPRECIATION (4,166,844) (3,341,023)
4,013,445 2,111,047
OTHER ASSETS
DEPOSITS 82,270 64,601
82,270 64,601
$ 12,250,422 $ 6,038,356
I
-2-
LIABILITIES AND STOCKHOLDER'S CAPITAL 2004 2003
CURRENT LIABILITIES
ACCOUNTS PAYABLE $ 3,526,213 $ 1,546,452
ACCRUED EXPENSES AND PAYROLL TAXES PAYABLE 260,284 182,918
BILLINGS IN EXCESS OF COSTS AND ESTIMATED
EARNINGS ON UNCOMPLETED CONTRACTS (NOTES A & D) 1,316,360 541,811
LINE OF CREDIT (NOTE E ) 900,Ooo 399,221
CURRENT MATURITIES OF LONG-TERM DEBT (NOTE G) 1,162,448 677,267
TOTAL CURRENT LIABILITIES 7,169,055 3,355,469
FRANCHISE TAX PAYABLE 3,750 7,800
LONG-TERM LIABILITIES
NOTES PAYABLE (NOTE G) 1,798,276 741,489
1,798,276 741,489
TOTAL LIABILITIES 8,967,331 4,096,957
STOCKHOLDER'S EQUITY --
COMMON STOCK, NO PAR 588,248 588,248
AUTHORIZED 10,000
ISSUED 1,000
OUTSTANDING 1,000
RETAINED EARNINGS 2,694,843 1,353,151
3,283,091 1,941,399
$ 12,250,422 $ 6,038,356
SEE NOTES TO HNAhCUL STATEMENTS
-3-
HMS CONSTRUCTION, INC.
STATEMENTS OF INCOME
FOR THE YEARS ENDED DECEMBER 3 1,2004 AND 2003
SEE ACCOUNTANTS REVIEW REPORT
INCOME 2004 2003
REVENUES EARNED (NOTE A) $ 27,852,118 100.00% $ 15,925,255 100.00%
COST OF REVENUES EARNED (SCH I) 22,779,826 81.79% 13,335,857 83.74%
GROSS PROFIT 5,072,292 18.21% 2,589,399 16.26%
GENERAL AND ADMINISTRATIVE EXPENSE (SCH 11) 3,076,163 11.04% 1,721,245 10.81%
OPERATING INCOME 1,996,130 7.17% 868,154 5.45%
NONOPERATING INCOME (EXPENSE):
INTEREST EXPENSE (279,086) -1.00% (235,213) -1.48%
INTEREST INCOME 122 0.00% 135 0.00%
PENALTIES (5,569) -0.02% 0 0.00%
OTHER INCOME (EXPENSE) 16,457 0.06% (19,045) -0.12%
GAIN (LOSS) ON SALE OF ASSET 73,692 0.26% (139,380) -0.88%
(194,384) -0.70% (393,504) -2.47%
INCOME BEFORE PROVISION FOR INCOME TAXES 1,801,746 6.47% 474,650 2.98%
INCOME TAXES (NOTE A) 22,525 0.08% 7,800 0.05%
NET INCOME $ 1,779,220 6.39% $ 466,850 2.93%
RETAINED EARNINGS AT BEGINNING OF YEAR $ 1,353,151 $ 1,228,287
LESS: SHAREHOLDER DISTRIBUTIONS (437,s 28) (341,986)
ADD NET INCOME 1,779,220 466,850
RETAINED EARNINGS AT END OF YEAR $ 2,694,843 $ 1,353,151
SEE NOTES TO FlNXNCUL STAT-S
HMS CONSTRUCTION, INC.
STATEMENTS OF CASH FLOW
FOR THE YEARS ENDED DECEMBER 3 1,2004 AND 2003
SEE ACCOUNTANTS REVIEW REPORT
2004 2003
CASH FLOWS FROM OPERATING ACTIWTIES
NET INCOME $ 1,779,220 $ 466,850
ADJUSTMENTS TO RECONCILE NET INCOME TO NET
CASH PROVIDED BY OPERATING ACTIVITIES:
DEPRECIATION 1,171,250 771,355
(GAIN) LOSS ON SALE OF FIXED ASSETS (73,692) 139,380
CONTRACT RECEDIABLES (3,232,138) (793,219)
PREPAID EXPENSES 0 0
EMPLOYEE RECEIVABLE (2,553) 609
COSTS IN EXCESS OF BILLINGS (780,159) (583,067)
DEPOSITS (17,669) (53,075)
ACCOUNTS PAYABLE AND ACCRUED EXPENSES 2,053,077 991,863
BILLINGS IN EXCESS OF COSTS 774,549 58,475
(INCREASE) DECREASE IN:
INCREASE (DECREASE) IN:
NET CASH PROVIDED BY OPERATING ACTMTIES 1,671,886 999,170
CASH FLOWS FROM INVESTING ACTIWTIES
PROCEEDS FROM DISPOSAL OF EQUIPMENT 2~poo 74,000
e PURCHASE OF PROPERTY AND EQUIPMENT (3,165,815) (376,342)
NET CASH (USED) BY INVESTING ACTMTIES (2,965,815) (302,342)
CASH FLOWS FROM FINANCING ACTIWTIES
REPAYMENTS OF LONG-TERM DEBT (1,026,047)
PROCEED FROM LONG TERM DEBT
PROCEEDS (REPAYMENTS OF) FROM LINE OF CREDIT
2,533,878
500,779
(759,438)
275,500
125,104
SHAREHOLDER DISTRIBUTIONS (437,528) (341,986)
SHAREHOLDER NOTE PAYABLE 0 0
NET CASH PROVIDED (USED)BY FINANCING ACTIVITIES 1,571,082 (700,820)
NET INCREASE (DECREASE) IN CASH 277,153 (3,992) CASH
AT BEGINNING OF YEAR 36,795 40,788
END OF YEAR $ 313,946 $ 36,795
SUPPLEMENTAL DISCLOSURE OF CASH FLOW INFORM4 TION
CASH PAYMENTS FOR
INTEREST $ 279,086 $ 235,213
SEE NOTES TO FINMCUL STATEMENTS
-5-
HMS CONSTRUCTION, INC.
NOTES TO FINANCIAL STATEMENTS
SEE ACCOUNTANTS REVIEW REPORT
NOTE A
NATURE OF BUSINESS AND SIGNIFICANT ACCOUNTING POLICIES
Nature of business
The Company incorporated as of Janw 1,2000 (an S corporation) and is principally engaged as a general
engineering and electrical construction company specializing in traffic signal installation. Work on both new
and existing jobs is performed primarily under fixed-price contracts.
A summary of the Company's significant accounting policies follows:
Cash and cash equivalents
For purposes of reporting the statement of cash flows, the Company considers all cash amounts which are not
subject to withdrawal restrictions or penalties, and all highly liquid debt instruments purchased with a maturity of
three months or less to be cash equivalents.
Revenues and cost recognition
Revenues fiom construction contracts are recognized on the percentage of completion method, measured on
the basis of incurred costs to estimated total costs for each contract. This cost-toast method is used because
management considers it to be the best available measure of progress on these contracts.
I
Contract costs include all direct material and labor costs and those indirect costs related to contract
performance. General and administrative costs are charged to expenses as incurred. Provisions for estimated
losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job
performance, job conditions, and estimated profitability are recognized in the period in which the revisions are
determined.
The asset, "Cost and estimated earnings in excess of billings on uncompleted contracts," represents revenues
recognized in excess of amounts billed. The liability, "Billings in excess of costs and estimated earnings on
uncompleted contracts," represents billings in excess of revenues recognized.
Property and Equipment
Property and equipment is carried at cost and is depreciated using the modified accelerated cost recovery
method for financial statement purposes. Bonus depreciation in the initial year of acquisition is taken whenever
possible.
Use of Estimates
The preparation of financial statements in conformity with generally accepted accounting principals requires
management to make estimates and assumptions that affect the reported amounts of assets and liabilities and
disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of
revenues and expenses during the reporting period. Actual results could differ fiom those estimates
.-
-6-
NOTES TO FINANCIAL STATEMENTS
SEE ACCOUNTANTS REVIEW REPORT
NOTE A
NA TURE OF BUSINESS AND SIGNIFICANT ACCOUNTING POLICIES, CONTINUED
Contracts Receivable
No allowances for uncollectible contract receivables has been reflected in the financial statements as
management believes all accounts to be collectible. The company uses the direct write-off method of
accoUnting for bad debt. Under this methad contract receivables are expenses to debts at the time
management considers them uncollectible.
Income Taxes
The Company, with the consent of its stockholders, elected to be taxed under the provisions of
Subchapter S of the Internal Revenue Code. Under those provisions, the Company does not pay
corporate income taxes on its taxable income. Instead, the stockholders separately account for their
prorata shares of the Company's items of income, deduction, losses and credits. Therefore, these
statements include provision for corporation income taxes only to the extent that the Company is subject
to California tax.
Reclassification
Certain 2003 amounts have been reclassified to codorm to the presentation used in 2004.
NOTEB
CONTRACT RECEIVABLES
The following is a summary of amounts receivable at December 3 1 ,:
2004 2003
Contract Receivables $ 4,498,458 $ 2,122,924
Retentions 1,577,759 721,155
$ 6,076,217 $ 2,844,079
NOTE C
PROPERTY AND EQUIPMENT
The following is a summary of property and equipment at December 3 1 ,:
2004 2003
Autos and trucks $ 2,343,764 $ 1,016,453
Field equipment
Drill Tooling - Office and computer equipment
5/l35,373
294,249
94,213
4,050,582
294,249
78,097
Leasehold immovements 12.690 12.690
$ a,18~,289 $ 5,452,070
-7-
.I
NOTES TO FINANCIAL STATEMENTS
SEE ACCOUNTANTS REVIEW REPORT
NOTED
COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CON'ITRQCTS
Following is a summary of contracts in progress for the years ended December 3 1,:
2004 2003
Costs incurred on uncompleted contracts $ 13,788,296 $ 4,330,629
Estimated earnings 4,325,595 2,129,266
Total costs and estimated earnings 18,113,891 6,459,895
Less billings to date (17,668,258) (6,019,873)
$ 445,633 $ 440,022
Included in the accompanying balance sheet under the following captions:
Costs and estimated earnings in excess of billings
on uncompleted contracts $ 1,761,992 $ 981,833
Billings in excess of costs and estimated earnings
on uncompleted contracts 1,316,360 541,811
$ 445,633 $ 440,022
NOTE E
LINE OF CREDIT, BANK
Under the terms of a revolving credit arrangement with the bank, the Company may borrow up to a total of
$1,000,000 at 1.50% above the bank's base rate through July 2005. The balance outstanding at December 3 1,2004
and 2003 was $900,000 and $399,221, respectfully. The Company expects to renew this agreement upon its expiration.
NOTE F
LEASE COiWUI~ENTS
The company leases an auto under an operating lease expiring in 2006.
Minimum fiture rental payments under this non-cancelable operating lease has remaining terms in excess
of one year as of December 3 1,2004 for each of the next two years in the aggregate are:
Year ending December 31,:
2005 $ 9,037
2006 9.037
-8-
_.--
NOTES TO FINANCIAL STATEMENTS
SEE ACCOUNTANTS REVIEW REPORT
NOTE G
LONG TERMDEBT
Following is a summary of long-term debt at December 3 1 ):
2004 2003
9.6% note payable to finance company, due in
monthly payments of $6,591 including interest.
Collateralized by equipment. Payable to CIT. $ 6,538 $ 81,074
10.2% note payable to finance company, due in
monthly payments of $10,260 including interest.
Collateralized by equipment. Payable to Manifest.
10.2% note payable to finance company, due in
monthly payments of $3,249 including interest.
Collateralized by equipment. Payable to Manifest.
5.9% note payable to finance company, due in
monthly payments of $617 plus interest.
Collateralized by equipment. Payable to CIT.
- 5.25% note payable to finance company, due in
monthly payments of $5,740 plus interest.
Collateralized by equipment. Payable to CIT.
5.75% note payable to finance company, due in
monthly payments of $3,483 plus interest.
Collateralized by equipment. Payable to CIT.
6% note payable to finance company, due in
monthly payments of $3,378 plus interest.
Collateralized by equipment. Payable to CIT.
9% note payable to finance company, due in
monthly payments of $9,520 including interest.
CollateraLized by equipment. Payable to CIT.
10.8% note payable to finance company, due in
monthly payments of $8,35 1 including interest.
Collateralized by equipment. Payable to hex.
1 1 % note payable to finance company, due in
monthly payments of $700 including interest.
Collateralized by truck. Payable to GMAC -
331,851
105,098
23,427
149,229
83,600
124,971
151,404
165,753
0
0
0
0
212,365
0
0
239,600
243,293
17,746
-9-
NOTES TO FINANCIAL STATEMENTS
SEE ACCOUNTANTS REVIEW REPORT c-
NOTE G
LONG TERM DEBT, CONTINUED
Following is a summary of long-term debt at December 3 1 ,:
2004 2003
10.9% note payable to finance company, due in
monthly payments of $705 including interest.
Collateralized by truck. Payable to Chevrolet. $ 9,230 $ 15,702
7.75% note payable to finance company, due in
monthly payments of $704 including interest.
Collateralized by truck. Payable to GMAC.
7.75% note payable to finance company, due in
monthly payments of $845 including interest.
Collateralized by truck. Payable to GMAC.
7.75% note payable to finance company, due in
monthly payments of $840 including interest.
Collateralized by truck. Payable to GMAC.
1 1.98% note payable to hce company, due in
monthly payments of $4,95 1 including interest.
Collateralized by equipment. Payable to American Equip
I
5.75% note payable to finance company, due in
monthly payments of $2,250 plus interest.
Collateralized by equipment. Payable to CIT
9.8% note payable to finance company, due in
monthly payments of $696 including interest.
Collateralized by truck. Payable to GE Capital
1 1 % note payable to finance company, due in
monthly payments of $8,281 including interest.
Collateralized by equipment. Payable to DC Financial.
7% note payable to finance company, due in
monthly payments of $1,772 including interest.
Collateralized by equipment. Payable to Paccar.
12.8% note payable to finance company, due in
monthly payments of $383 including interest.
Collateralized by equipment. Payable to William Scotsman
30,005
30,344
31,463
4,444
60,740
11,010
210,011
87,025
12,408
59,63 1
0
17,913
0
-10-
NOTES TO FINANCIAL STATEMENTS
SEE ACCOUNTANTS REVIEW REPORT
NOTE G
LONG TERM DEBT, CONTINUED
Following is a summary of long-term debt at December 3 1,:
2004 2003
5.9% note payable to finance company, due in
monthly payments of $5,013 including interest.
Collateralized by equipment. Payable to Case Credit. 8 225,641 $ 0
12 payments to vendor, due in monthly payments
of $9,176. Collateralized by equipment. Payable to
Citicapital.
12.4% note payable to vendor, due in
monthly payments of $992 including interest.
Collateralized by equipment. Payable to Altec Capital.
6% note payable to finance company, due in
monthly payments of $798 including interest.
Collateralized by truck. Payable to Chrysler Financial.
7% note payable to finance company, due in
monthly payments of $676 including interest.
Collateralized by truck. Payable to Chrysler Financial.
I
5.6% note payable to finance company, due in
monthly payments of $899 including interest.
Collateralized by truck. Payable to Chrysler Financial.
5.9% note payable to finance company, due in
monthly payments of $2,228 plus interest.
collateralized by truck. Payable to CIT.
10.4% note payable to finance company, due in
monthly payments of $6,309 including interest.
Collateralized by equipment. Payable to DC Financial.
1.9% note payable to finance company, due in
monthly payments of $2,299 including interest.
Collateralized by equipment. Payable to Case Credit.
8.7% note payable to finance company, due in
monthly payments of $724 including interest.
Collateralized by truck. Payable to Ford Credit.
64,234
39,230
37,681
26,702
37,158
85,779
235,333
71,670
14,500
0
0
-11-
NOTES TO FINANCIAL STATEMENTS
SEE ACCOUNTANTS REVIEW REPORT
NOTE G
LONG TERMDEBT, CONTINUED
Following is a summary of long-term debt at December 3 1,:
2004 2003
8.6% note payable to finance company, due in
monthly payments of $753 including interest.
Collateralized by truck. Payable to Ford Credit. $ 15009 $ 19,649
10% note payable to finance company, due in
monthly payments of $12,6 18 including interest.
Collateralized by equipment. Payable to DC Financial Services. 154,845
5.6% note payable to finance company, due in
monthly payments of $725 including interest.
Collateralized by truck. Payable to Ford Motor Credit
4.6% note payable to finance company, due in
monthly payments of $780 including interest.
Collateralized by truck. Payable to Ford Motor Credit
4.5% note payable to finance company, due in
monthly payments of $776 including interest.
Collateralized by truck. Payable to Ford Motor Credit
-
4% note payable to iinance company, due in
monthly payments of $839 including interest.
Collateralized by truck. Payable to Ford Motor Credit
1.2% note payable to finance company, due in
monthly payments of $840 including interest.
Collateralized by truck. Payable to Ford Motor Credit
4% note payable to finance company, due in
monthly payments of $669 including interest.
Collateralized by truck. Payable to Ford Motor Credit
2% note payable to finance company, due in
monthly payments of $65 1 including interest.
Collateralized by truck. Payable to Ford Motor Credit
2.2% note payable to finance company, due in
monthly payments of $775 including interest.
Collateralized by truck. Payable to Ford Motor Credit
16,436
23,854
25,825
35,522
35,001
28,304
30,644
36,289
283,686
0
0
0
-12-
NOTES TO FINANCIAL STATEMENTS
SEE ACCOUNTANTS REVEW REPORT
NOTE G
LONG TERMDEBT, CONTINUED
Following is a summary of long-term debt at December 3 1 ,:
2004 2003
4.5% note payable to finance company, due in
monthly payments of $753 including interest.
Collateralized by truck. Payable to Ford Motor Credit $ 35,324 $ 0
9.50% note payable to vendor, due in
monthly payments of $1,505. Collateralized by bucks.
Payable to Ford Motor Credit.
10.2% note payable to finance company, due in
monthly payments of $7,340 including interest.
Collateralized by equipment. Payable to CIT.
13.4% note payable to face company, due in
monthly payments of $2,150 including interest.
Collateralized by equipment. Payable to CIT.
8.5% note payable to finance company, due in
monthly payments of $712 including interest.
Collateralized by truck. Payable to Ford Motor Credit
I
4.9% note payable to finance company, due in
monthly payments of $1,133 including interest.
Collateralized by equipment. Payable to Case Credit
50,616
129,273
44,034
0 4,173
60,190 0
$ 2,960,724 $ 1,418,755
Less current maturities: (1,162,,448) (677,267)
$ 1,798,276 $ 741,489
Aggregate maturities of long-term debt at December 31,2004 are as follows:
2005 $ 1,162,448
2006 876,012
2007 585,407
2008 301,846
2009 35,011
$ 2,960,724 *
-13-
MARK E. HAYES
Memberships
Certified Public Accountants
~ American Institute of
- California Society of CPA’s -~
Cerfified Public Accountant
INDEPENDENT ACCOUNTANT’S REPORT
ON THE SUPPLEMENTARY INFORMATION
To the Board of Directors
HMS CONSTRUCTION, INC.
San Marcos, California
My review was made for the purpose of expressing limited assurance that there are no
material modifications that should be made to the basic financial statements in order for
them to be in conformity with generally accepted accounting principles. The
supplemental information which follows is presented for purposes of additional analysis
and is not a required part of the basic financial statements. Such information has been
subjected to the inquiry and analytical procedures applied in the review of the basic
financial statements and I did not become aware of any material modifications that
-
\ should be made to such information. \
148 Woodward Ave.
Escondido, CA 92025
(760) 747-4200
FAX (760) 740-0295
E-mail: ha yescpa Q aol. corn
HMS CONSTRUCTION, INC.
COST OF CONTRACT REVENUES EARNED
FOR THE YEARS ENDED DECEMBER 3 1,2004 AND 2003
SEE ACCOUNTANTS REVIEW REPORT
2004 2003
MATERIALS $ 5,265,073 18.90% $ 2,521,123
LABOR
EQUIPMENT
EQUIPMENT RENTAL
EQUIPMENT REPAIRS & MAINTENANCE
VEHICLE & FUEL EXPENSE
INSURANCE
OTHER CONSTRUCTION COSTS
PAYROLL TAX EXPENSE L WORKERS COMP INS
SUBCONTRACTS
SUPPLIES & SMALL TOOLS
YARD EXPENSES
ESTIMATING EXPENSE
6,354,969
1,634,425
33,958
254,344
408,913
273,104
4,225,641
1,630,473
1,308,721
30,336
177,023
11,596
22.82%
5.87%
0.12%
0.91%
1.47%
0.98%
15.17%
5.85%
4.70%
0.11%
0.64%
0.04%
3,137,749
680,111
239,174
237,701
170,848
371,230
2,222,579
8 15,108
2,035,722
20,458
104,736
7,964
15.83%
19.70%
4.27%
1.m
1.49%
1.07%
2.33%
13.96%
5.12%
12.78%
0.13%
0.66%
0.05%
DEPRECIATION 1, 171,250 4.21% 771,355 4.W%
$ 22,779,826 81.79% $ 13,335,857 83.74%
- SEE NOTES TO F7NANCL4L STATEMENTS
-15-
HMS CONSTRUCTION, INC.
GENERAL AND ADMINISTRATIVE EXPENSES
FOR THE YEARS ENDED DECEMBER 3 1,2004 AND 2003
SEE ACCOUNTANTS REVIEW REPORT
2004 2003
WAGES - OFFICER $ 100,500 0.36% $ 100,000 0.63%
WAGES - ADMINISTRATION 1,143,833 4.11% 731,309 4.59%
ADVERTISING 15,121 0.05% 15,190 0.10%
BANK CHARGES 22,557 0.08% 3,935 0.02%
BUSINESS PROMOTION 47,696 0.17% 13,040 0.08%
CONTRIBUTIONS 2,352 0.01% 3,249 0.02%
DUES & SUBSCRIPTIONS 15,495 0.06% 5,254 0.03%
EMPLOYEE BENEFITS 118,748 0.43% 77,009 0.48%
552,948 1.99% 201,999 1.27% INSURANCE
LICENSES AND PERMITS 10,478 0.04% 40,072 0.25%
MISCELLANEOUS 0 0.00% 21,638 0.14%
61,407 0.22% 50,394 0.32% OFFICE SUPPLIES AND EXPENSE
OUTSIDE SERVICES 6,223 0.02% 28,679 0.18%
POSTAGE 15,856 0.06% 13,944 0.0946
167,279 0.60% 106,153 0.67% PROFESSIONAL FEES
PROPERTY TAXES 29,691 0.11% 58,318 0.37%
TAXES ON LEASES
RENT 117,066 0.42% 128,798 0.81%
REPAIRS & MAINTENANCE 9,178 0.03% 6,770 0.04%
TELEPHONE 109,505 0.39% 85,659 0.54%
TRAVEL & ENTERTAINMENT 46- 0.17% 14,354 0.09%
UTILITIES 8,376 0.03% 5,482 0.03%
$ 3,076,163 11.04% $ 1,721,245 10.81%
AUTOMOBILE EXPENSE 257,391 0.92% 9,999 0.06%
BAD DEBTS 5,690 0.02% 0 0.00%
PAYROLL TAX EXPENSE & WIC INSURANCE 208,475 0.75% 0 0.00%
3,811 0.01% 0 0.00%
SEE NOTES TO FINmCIAL STATEMENTS
-16-
I
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal)
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
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 hidher responsibility, experience and skill. An attachment can be used.
Revised 10/08/03 Contract No. 3495 Page 22 of 93 Pages
HMS CONSTRUCTION, INC.
CONSTRUCTION PROJECTS
Project Name:
Contract Price: $1,750,49 1
Date of Completion: 06/02
General: Robison Construction, Inc.
Attn: Marty Miller
Ford Island/Peal Harbor - Sewer Main Directional Bore - 4,500 LF 20”
3049 Ualena Street #902
Honolulu, HI 96819
(808) 838-1360
Project Name:
Contract Price: $2,619,630
Date of Completion: 05/03
General: Robison Construction, Inc.
Attn: Marty mer
Sewer Force Main - 2WW” Directional Bore - 9,000 LF 32”
3049 Ualena Street #902
Honolulu, HI 96819
(808) 838-1360
Project Name:
Contract Price: $2,300,000
Date of Completion: In Progress
General Robison Construction, Inc.
Attn: Marty Miller
Water Line Directional Bore - 5,115 LF 30”
3049 Ualena Street #902
Honolulu, HI 96819
(808) 838-1360
Project Name:
Contract Price: $68,204.00
Date of Completion: 01 /02
Owner: City of Coronado
General: HPS Mechanical, Inc.
Attn: Scott Fox
Glorietta Bay Pump Station Replacement
220 West G Street, Suite C
San Diego, CA 92101-6027
(619) 233-7222
Project Name:
Contract Price: $350,000.00
Date of Completion: 12-02
Owner: El Paso Gas
General: B&H Maintenance and Construction
Attn: Billy Thrash
P.O. Box 185
Bloomfield, NM 87413
(505) 394-2588
B&H Maintenance and Construction 24” Directional Dnlled Gas Line
2,650 feet at 43rd and Buckeye
HMS CONSTRUCTION, INC.
CONSTRUCTION PROJECTS CONT.
Project Name:
Contract Price:
Date of Completion:
Owner:
General:
Attn:
Project Name:
Contract Price:
Date of Completion:
Owner:
General:
Attn:
Project Name:
Contract Price:
Date of Completion:
Owner:
Attn:
General:
Attn:
4" Directional Dded gas line installation 700 feet
$19,200.00
11 -02
El Paso Gas
Foutz & Bursom
Dave York
P. 0. Box 12395
Casa Grande, A2 85230
(520) 426-9513
6" Directional Drilled gas line installation 400 feet
$1 4,625.00
12-02
El Paso Gas
Foutz & Bursom
Dave York
P. 0. Box 12395
Casa Grande, A2 85230
(520) 426-951 3
Foxes landmg force sewer main feet
$1,181,721 .OO
08-00
City of Carlsbad
Bill Plummer (760) 426-9513
HMS Construction
Mike High
760-736-3093
r-
'I
HMS CONSTRUCTION. INC.
REFERENCE LIST
1. Project Name: Blow--Off he Gage Canal NPDES Pipeline
Contract Price: $ 200,600.00
Date of Completion: 02/04
Owner: Lockheed Martin
Contractor: Earth Tech
Contract # 04C-OO36-LBO9
Attn: Jan Meermans
9675 Business Park Avenue
San Diego, CA 92131-1644
(858) 536-5627
2. Project Name: Lift Station #2 Forcemain Replacement Project 03-29
Contract Price: $ 734,266.00
Date of Completion: In Progress
Owner: Rainbow Municipal Water District
Contractor: Dudek & Associates
Attn: Jeffrey Heden
605 Third Street
Encinitas, CA 92024
(800) 450-1818
3. Project Name: Washington Avenue Sewer Laterals & Sewer Main Rehab A-2670
Contract Price: $ 196,743.00
Date of Completion: In Progress
Owner: City of EsconAdo
Attn: TomNorton
201 North Broadway
Escondido, CA 92025
(760) 839-4664
BIDDER'S CERTIFICATE OF INSURANCE FOR
GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE
LIABILITY AND WORKERS' COMPENSATION
-
-
-
(To Accompany Proposal)
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
As a required part of the Bidder's proposal the Bidder must attach either of the following to this page.
1) Certificates of insurance showing conformance with the requirements herein for each of:
Comprehensive General Liability
Automobile Liability
Workers Compensation
Employer's Liability
-
- 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for
Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's
Liability in conformance with the requirements herein and Certificates of insurance to the Agency
showing conformance with the requirements herein. --
All certificates of insurance and statements of willingness to issue insurance for auto policies offered
to meet the specification of this contract must:
1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance
company that the Contractor proposes.
2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate
must state the coverage is for "any auto" and cannot be limited in any manner.
?@ Revised 10/08/03 Contract No. 3495 Page 23 of 93 Pages
877-945-7378 PRODUCER
,-
Willis North America, I~~. - Regional Cert Center I 26 Century Blvd. P. 0. Box 305191 Nashville, TN 372305191
?-.-
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
INSURERS AFFORDING COVERAGE NAIC#
INSURED HMS Construction, Inc. 1225 Linda Vista Drive San Marcos, CA 92078
INSURERA: Virginia Surety Company, Inc.
1NSURERB:National Union Fire Insurance Co. of Pitt
INSURERC:
INSURER D:
40827-000
19445-002
POLICY EXPIRATION DATE IMMIDDIYYI
11/21/2005
11/21/2005
CLAIMS MADE OCCUF;
LIMITS
s 1,000,000 EACHOCCURRENCE
DAMAGE TO RENTED PREMISES (Ea occurence) $ 3 0 0 , 00 0
5,000 MED EXP (Anyone person) $
PERSONAL8ADVlNJURY $ 1, 000,000
GENERALAGGREGATE $ 2,00~,~~~
PRODUCTS - COMPIOP AGG S 2 , 0 0 0,o 0 0
COMBINEDSINGLELIMIT $ 1, 000, oo0 (Eaaccident)
H
AUTO ONLY - EAACCIDENT
OTHERTHAN EAACC
hGG AUTO ONLY:
I
GENL AGGREGATE LIMIT APPLIES PER 1 /XI JPERCO; n LOC
- AUTOMOBILE LIABILITY
- X ANYAUTO
__ ALL OWNED AUTOS
SCHEDULED AUTOS
X HIREDAUTOS
X NON-OWNEDAUTOS
$
$
Z
H
11/2 1/ 2 0 0 5
GARAGE LlABlLrrY
ANY AUTO k
$ 5,000,000
AGGREGATE $ 5,000,000
EACH OCCURRENCE
DEDUCTIBLE R X RETENTION $ 10.00
YORKERS COMPENSATION AND IMPLOYERS' LIABILITY
\NY PROPRIETOWPARTNEFEXECUTIVE )FFICER/MEMBER EXCLUDED?
'yes, describe under iPEClAL PROVISIONS below
JTHER
11/21/2005
DESCRIPTION OF OPERATIONSlLOCATlONSHlCLl
$
X I i%?%i~% I lozk
E.L. EACH ACCIDENT $ 1,000,000
E.L. DISEASE- EA EMPLOYEE $
E.L. DISEASE - POLICY LIMIT $
1, 0 0 0 , 0 00
1, 0 00 , 0 0 0
POLICY NUMBER
1CG50169100
1-5 016 92 0 0
33385152
lCW50169000
EXCLUSIONS ADDED BY ENOORSEMENl
POLICY EFFECTIVE DATE (MMlDDWQ
12/16/2004
~~~
12/16/2004
L2/16/2004
12/16/2004
PECIAL PROVlSlOh
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
PROPERTY DAMAGE [Per accident)
Ze: Forrest Avenue HDD Gravity Sewer Pipeline Project #3495
:ity of Carlsbad is named as additional insureds per attached endorsement.
'rimary and Non-Contributory wording applies to General Liability per attached endorsement.
CERTIFICATE HOLDER CANCELLATION Except 10 daya for Non-Payment
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
Ci ofcarlsbad 16% Faraday Avenue Carlsbad, CA 92008-7314
I OACORD CORPORATION 1988 ACORD 25 (2001/08) Coll:1279511 Tp1:326898 Cerw09692
Page 2 of 2
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001/08) Coll:1279511 Tp1:326898 Cert:5709692
rc
--
POLICY NUMBER: I CG50169100 COMMERCIAL GENERAL LIABILITY
NAMED INSURED: HMS Construction, Inc.
This Endorsement Changes the Policy. Please read it carefully.
Additional Insured - Owners, Lessees or Contractors (Form B)
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
Name of Persons or Organization:
Where required by written contract and evidenced by certificate of insurance on file with the company.
(If no entry appears above, information required to complete this endorsement will be shown in
the Declarations as applicable to this endorsement.).
WHO IS AN INSURED (Section II) is amended to include as an insured the person or
organization shown in the Schedule, but only with respect to liability arising out of “your work
for that insured by or for you.
CG 2010 11 85 Includes Copyrighted Material of Insurance Services Office, Inc. with it‘s permission.
Copyright, insurance Service Office, Inc. 1984
VIRGINIA SURETY COMPANY, INC.
Named Insured ~
Policy Period
Producer's Name:
Policy Number
ADDITIONAL INSURED PRIMARY WORDING
HMS Construction, Inc.
1 CG50169100 Endorsement No. 000
1211 6/2004 to Endorsement Effective Date:
11/21/2005
CPG/Special Risk Resources Insurance Agency Inc.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
The Following is added to Section IV - Commercial General Liability Conditions:
The following is added to Condition 4. Other Insurance
As subparagraph d. Additional Insured:
d. Additional Insured
Where you have entered into a written contract or agreement to name a person or
organization as an insured under this coverage part and that written contract or
agreement requires this insurance to be primary and noncontributory, we will not
seek contribution from any other insurance unless the "Amendment of Other
Insurance Condition" CG 00 55 03 97 endorsement applies.
,-
-
Authorized Representative Date
CA CPG 32 (08/03)
BIDDER'S STATEMENT RE DEBARMENT
(To Accompany Proposal)
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the Stat f California? 7
Yes no
2) If yes, what wadwere the name(s) of the agency(ies) and what wadwere the period(s) of debarrnent(s)? Attach additional copies of this page to accommodate more than two debarments.
- party debarred party debarred
agency - agency
7- period of debarment period of debarment
BY CONTRACTOR: -c
Page / of / pages of this Re Debarment form
a Revised 10/08/03 Contract No. 3495 Page 24 of 93 Pages
_- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
".-
I
} SS.
State of California
Countyof Sari Diego
Tami Adams, Notary PQblic , Name and me d Wker (e g.. 'Jane Doe. Notary Publc")
On y- 0 5 beforeme,
personally appeared
Dale Michael High
Name@) d Slgner(s)
& personally known to me 0 proved to me on the basis of satisfactory
evidence
to be the person@ whose name&) iM
subscribed to the within instrument and
acknowledged to me that he/&mq executed
the same in hisMM authorized
capacity@U), and that by his/#e#t#e9#
signatureRn the instrument the persow or
the entity upon behalf of which the person&
acted, executed the instrument.
Signature of Notary publr:
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons re/ying on the document and could prevent fraudulent removal and reattachment of this form fo another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
0 Individual
0 Corporate Officer - Title(s):
0 Partner - Limited 0 General
0 Attorney-in-Fact 17 Trustee
0 Guardian or Conservator
0 Other:
Signer is Representing: u
8 1999 Nalhal Notary Associati - 9350 De sdo Ave., P.O. Box 2402 * Chalswwth, CA 913132402 * ~.nalional~ry.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-8766827
BIDDER’S DISCLOSURE OF DISCIPLINE RECORD
(To Accompany Proposal)
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
Contractors are required by law to be licensed and regulated by the Contractors’ State License Board
which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent
act or omission is filed within four years of the date of the alleged violation. A complaint regarding a
latent act or omission pertaining to structural defects must be filed within 10 years of the date of the
alleged violation. Any questions concerning a contractor may be referred to the Registrar,
Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826.
3) .- -
4)
5)
Have you ever had your contractor’s license suspended or revoked by the California Contractors’
State license Board two or mop times within an eight year period? J
Has the suspension or revocati of your contractors license ever been stayed? /” J
no
Have any subcontractors that you propose to perform any portion of the Work ever had their
contractor’s license suspended or revoked by the California Contractors’ State license Board two
or more times within an eight y r period? 7
Yes no
Has the suspension or
perform any portion of
ion of the license of any subcontractor’s that you propose to
been stayed?
Yes no
If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party
disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of
the violation and the disciplinary action taken therefor.
(If needed attach additional sheets to provide full disclosure.) -
Page / of & pages of this Disclosure of Discipline form
@ Revised 10/08/03 Contract No. 3495 Page 25 of 93 Pages
e-
- BIDDER'S DISCLOSURE OF DISCIPLINE RECORD
(CONTINUED)
(To Accompany Proposal)
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party
who's discipline was stayed, the date of the violation that the disciplinary action pertains to,
describe the nature of the violation and the condition (if any) upon which the disciplinary action
was stayed.
--
-
(If needed attach additional sheets to provide full disclosure.)
BY CONTRACTOR: -
(sign here) h
/ J- (print narnehitle)
Page h of &pages of this Disclosure of Discipline form
c lf"s Revised 10/08/03 Contract No. 3495 Page 26 of 93 Pages
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
} ss. State of California
Countyof Sari Diego
Tami Adams, Notary Eiiblic
I Name and TIie d Officer (e.g., 'Jane Doe, Notary PuW) On vy y'- '5 beforeme,
personally appeared Michael High
Name@) of Stgner(s)
personally known to me
0 proved to me on the basis of satisfactory
evidence
to be the person($ whose name&) im
subscribed to the within instrument and
acknowledged to me that he/s#w executed
the same in hisMM authorized
capacityo, and that by his/ne#R9e9#
signaturfibn the instrument the persom or
the entity upon behalf of which the person&)
acted, executed the instrument.
Slgnalure ot Ndary Publlc
OPTIONAL
Though the infomation below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer@) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
0 Individual
0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee 0 Guardian or Conservator
0 Other:
Signer Is Representing: u
0 1999 Nahl Nary Association 9350 De sofo Ave., P.O. Box 2402 * Chatsworth. CA 91313-2402 - mm.nationalnolary.org Prod. No. 5907 Reorder: Call Tdl-Free 1-800-876-6827
c
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
PUBLIC CONTRACT CODE SECTION 7106
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
State of California 1 ) ss.
Countyof S~W pixp wwuul e. )Cll8qt , being first duly sworn, deposes
1 (NLme of Bidder) cw and says that he or she is ff6s f d&& f /54cr.e
(Title) J
(Name of Firm)
the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any
undisclosed person, partnership, company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited
any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired,
connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain
from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to
fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure
any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has not,
directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof,
or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation,
partnership, company association, organization, bid depository, or to any member or agent thereof to
effectuate a collusive or sham bid.
and correct and that this affidavit was
executed on the ,2045.
Subscribed and sworn to before me on the - dayof opr; 1 ,20@.
(NOTARY SEAL) 'I
/
Signazre oyNotary
t? Revised 10/08/03 Contract No. 3495 Page 27 of 93 Pages
.---. CONTRACT
PUBLIC WORKS
This agreement is made this 1 7 f '? day of /21+ ,20&--
bv and between the City of Carlsbad, California, a municipaf corporation, (hereinafter called "Citf'),
and Hk CONSTRUCTION INC. whose principal place of business is
(hereinafter called 1225 LINDA VISTA DRIVE, SAN MARCOS, CA 92069
"Contractor").
City and Contractor agree as follows:
1.
for:
Description of Work. Contractor shall perform all work specified in the Contract documents
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
(hereinafter called "project")
2.
equipment, and personnel to perform the work specified by the Contract Documents.
Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools,
3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids,
Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner
OperatorlLessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience,
Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and
Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and
Supplemental Provisions, and all proper amendments and changes made thereto in accordance with
this Contract or the Plans and Specifications, and all bonds for the project; all of which are
incorporated he rei n by t h is reference.
I-
Contractor, herlhis subcontractors, and materials suppliers shall provide and install the work as
indicated, specified, and implied by the Contract Documents. Any items of work not indicated or
specified, but which are essential to the completion of the work, shall be provided at the Contractor's
expense to fulfill the intent of said documents. In all instances through the life of the Contract, the
City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to
said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials
suppliers of this condition of the Contract will not relieve responsibility of compliance.
4. Payment. For all compensation for Contractor's performance of work under this Contract, City
shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for
Public Works Construction (SSPWC) 2003 Edition and any supplements thereto, hereinafter
designated "SSPWC", as issued by the Southern California Chapter of the American Public Works
Association, and as amended by the Supplemental Provisions section of this contract. The Engineer
will close the estimate of work completed for progress payments on the last working day of each
month.
ts Revised 10/08/03 Contract No. 3495 Page 28 of 93 Pages
5. Independent Investigation. Contractor has made an independent investigation of the
jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the
work, and is aware of those conditions. The Contract price includes payment for all work that may be
done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any
information that may have been furnished to Contractor by City about underground conditions or
other job conditions is for Contractor's convenience only, and City 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.
-c
6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches
or other excavations that extend deeper than four feet below the surface Contractor shall promptly,
and before the following conditions are disturbed, notify City, in writing, of any:
A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste,
as defined in section 251 17 of the Health and Safety Code, that is required to be removed to a Class
I, Class II, or Class Ill disposal site in accordance with provisions of existing law.
B.
indicated.
Differing Conditions. Subsurface or latent physical conditions at the site differing from those
C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature,
different materially from those ordinarily encountered and generally recognized as inherent in work of
the character provided for in the contract.
City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ,
or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time
required for, performance of any part of the work shall issue a change order under the procedures
described in this contract.
-
In the event that a dispute arises between City and Contractor whether the conditions materially
differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time
required for, performance of any part of the work, contractor shall not be excused from any
scheduled completion date provided for by the contract, but shall proceed with all work to be
performed under the contract. Contractor shall retain any and all rights provided either by contract or
by law which pertain to the resolution of disputes and protests between the contracting parties.
7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements
of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied
and will comply with these requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors, and consultants that are included in this
Contract.
8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of
Industrial Relations has determined the general prevailing rate of per diem wages in accordance with
California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates
is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to
California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post
copies of all applicable prevailing wages on the job site.
<? Revised 10/08/03 Contract No. 3495 Page 29 of 93 Pages
9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and
indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage,
injury and liability of every kind, nature and description, directly or indirectly arising from or in
connection with the performance of the Contract or work; or from any failure or alleged failure of
Contractor to comply with any applicable law, rules or regulations including those relating to safety
and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may
be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except
for loss or damage caused by the sole or active negligence or willful misconduct of the City. The
expenses of defense include all costs and expenses including attorneys' fees for litigation,
arbitration, or other dispute resolution method.
rc-
Contractor shall also defend and indemnify the City against any challenges to the award of the
contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense
costs include the cost of separate counsel for City, if City requests separate counsel.
Contractor shall also defend and indemnify the City against any challenges to the award of the
contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by
the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense
costs for the City. Defense costs include the cost of separate counsel for City, if City requests
separate counsel.
10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, his or her agents, representatives,
employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in - Resolution No. 91 -403.
(A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein:
a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence
for bodily injury and property damage. If the policy 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
employees are additional insured.
b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto''
and cannot be limited in any manner.
c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits
as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000
per incident. Workers' compensation offered by the State Compensation Insurance Fund is
acceptable to the City.
(B) Additional Provisions. Contractor shall ensure that the policies of insurance required under
this agreement with the exception of Workers' Compensation and Business Automobile Liability
Insurance contain, or are endorsed to contain, the following provisions.
Revised 10/08/03 Contract No. 3495 Page 30 of 93 Pages
a. The City, its officials, employees and volunteers are to be covered as additional insured as
respects: liability arising out of activities performed by or on behalf of the Contractor; products and
completed operations of the contractor; premises owned, leased, hired or borrowed by the
contractor. The coverage shall contain no special limitations on the scope of protection afforded to
the City, its officials, employees or volunteers. All additional insured endorsements must be
evidenced using separate documents attached to the certificate of insurance; one for each company
affording general liability, and employers' liability coverage.
-
b. The Contractor's insurance coverage shall be primary insurance as respects the City, its
officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its
officials, employees or volunteers shall be in excess of the contractor's insurance and shall not
contribute with it.
c.
to the City, its officials, employees or volunteers.
Any failure to comply with reporting provisions of the policies shall not affect coverage provided
d. Coverage shall state that the contractor's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect to the limits of the insurer's
liability.
(C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail,
return receipt requested.
- (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the
insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the
City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of
losses and related investigation, claim administration and defense expenses.
(E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its
officials or employees.
(F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for
subcontractors shall be subject to all of the requirements stated herein.
(G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's
Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of
insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a
listing in the official publication of the Department of Insurance of the State of California and/or under
the standards specified by the City Council in Resolution No. 91 -403.
(H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and
original endorsements affecting coverage required by this clause. The certificates and endorsements
for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on
its behalf. The certificates and endorsements are to be in forms approved by the City and are to be
received and approved by the City before the Contract is executed by the City.
(I) in the Contractor's bid.
c- P-
Cost Of Insurance. The Cost of all insurance required under this agreement shall be included
Revised 10/08/03 Contract No. 3495 Page 31 of 93 Pages
11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in
accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5
(commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is
included in the Supplemental Provisions I section. The contractor shall initially submit all claims over
$375,000 to the City using the informal dispute resolution process described in Public Contract Code
subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all
claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California
Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit
for breach of this agreemeni.
rc-
(A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City
must be asserted as part of the contract process as set forth in this agreement and not in anticipation
of litigation or in conjunction with litigation.
(B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution.
(C) Government Code. Contractor acknowledges that California Government Code sections 12650
et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false
claim to a public entity. These provisions include false claims made with deliberate ignorance of the
false information or in reckless disregard of the truth or fatsity of the information.
(D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees.
- (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may
be prevented from further bidding on public contracts for a period of up to five years.
(F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference.
(G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by
another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor
from participating in future contract bidding.
(H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for
resolution of any disputes between the parties arising out of this agreement is San Di o County,
California.
I have read and understand all provisions of Section 11 above.
12. Maintenance of Records. Contractor shall maintain and make available at no cost to the
City, upon request, records in accordance with sections 1776 and 181 2 of Part 7, Chapter 1, Article
2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place
of business as specified above, Contractor shall so inform the City by certified letter accompanying
the return of this Contract. Contractor shall notify the City by certified mail of any change of address
of such records.
init 4 init
13. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section
1720 of the Labor Code are incorporated herein by reference.
Revised 10/08/03 Contract No. 3495 Page 32 of 93 Pages
14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted
for any monies withheld by the City to secure performance of this contract for any obligation
established by this contract. Any other security that is mutually agreed to by the Contractor and the
City may be substituted for monies withheld to ensure performance under this Contract.
15. 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.
- .
,
16. Additional Provisions. Any additional provisions of this agreement are set forth in the
"General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof.
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE
AlTACHED
(CORPORATE SEAL)
CONTRACTOR: CITY OF CARLSBAD a municipal corporation of
.-
President or vice-president and ust sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under the corporate seal empowering that officer to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
-/- Deputy City Attorney \
@ Revised 10/08/03 Contract No. 3495 Page 33 of 93 Pages
I CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
Countyof Sari Diego
Tami Adams, Notary Edblic
Name and Title d ORmr (e.g.. "Jane Doe. Wry PuMic7 Michael High personally appeared
Name@) of Signer(8)
B personally known to me 0 proved to me on the basis of satisfactory
evidence
to be the person@ whose name&) iw
subscribed to the within instrument and
acknowledged to me that held%%% executed
the same in hislW@M authorized
capacityo, and that by his/WMeOR
signaturwn the instrument the persow or
the entity upon behalf of which the person5)
acted, executed the instrument.
-
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
0 Corporate Officer - Title(s): 0 Partner - 17 Limited 0 General
0 Attorney-in-Fact
0 Guardian or Conservator
Signer Is Representing:
I
. . . .
0 1999 National Wry Assmiation * 9350 De Solo Ave., P.O. Box 2402 * Chatswodh. CA 91313-2402 w.t?atimalnoiary.org Prod. NO. 5907 Reorder: Call TOY-Fm 1-800-876-6827
c- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
} ss.
State of California
County of
On 5 -2- 05 before me, I
personally appeared Ronald Schneider
San Diego
Tami Adams, Notary Public
Name and THE of Omcer (8.g.. "Jane Doe. Notary Publd) Date
Namels) of Signer@) 8 personally known to me 0 proved to me on the basis of satisfactory
evidence
TAM1 AMMS
Commission # 1324605 Notary Public - CIiHomia f
Sari Dho County -.
to be the person(+ :whose name&) is%%
subscribed to the within instrument and
acknowledged to me that hekksbky executed
the same in his/w&k authorized
capacity(&& and that by hi&&"
signature&) on the instrument the personb), or
the entity upon behalf of which the persono
acted, executed the instrument.
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form fo another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
0 Individual
0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing:
0 1999 National Notary Association * 9350 De solo Ave., P.O. Box 2402 Chatnwrth. CA 91313.2402 - www.natiialnotary.org Prod. No. 5907 Reorder: Call Td-Free 1-800-8766827
, ,-
EXECUTED IN DUPLICATE
BOND NO: 6247582
PREnIUM: ~CLtfDED IN THE
PERFORMANCE BOND
LABOR AND MATERIALS BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2005-109,
adopted APRIL 19.2005 , has awarded to HMS CONSTRUCTIONINC. (hereinafter
designated as the "Principal"), a Contract br:
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
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
in corpora ted he rein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof
require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to
pay for any materials, provisions, provender or other supplies or teams used in, upon or about the
performance of the work agreed to be done, or for any work or labor done thereon of any kind, the
Surety on this bond will pay the same to the extent hereinafter set forth.
NOW, THEREFORE, WE, HMS CONSTRUCTION, INC. , as Principal, (hereinafter designated as the "Contractor"), and
as Surety, are held
firmly bound unto the City of Carlsbad in the sum of FIVE HUNDRED THIRTY NINE THOUSAND
EIGHT HUNDRED FORTY TWO Dollars and NINETY NINE Cents ($539,842.99), said sum being an
amount equal to: One hundred percent (100%) of the total amount payable under the terms of the
contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves,
our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these
presents.
SBPECO INSURANCE COMPANY OF AMERICA
rc-
THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or hislher subcontractors
fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the
performance of the work contracted to be done, or for any other work or labor thereon of any kind,
consistent with California Civil Code section 3181, or for amounts due under the Unemployment
Insurance Code with respect to the work or labor performed under this Contract, or for any amounts
required to be deducted, withheld, and paid over to the Employment Development Department from
the wages of employees of the contractor and subcontractors pursuant to section 13020 of the
Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the
same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the
court consistent with California Civil Code section 3248.
This bond shall inure to the benefit of any of the persons named in California Civil Code section
3181, so as to give' a right of action to those persons or their assigns in any suit brought upon the
bond.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the work to be performed 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. -
4- ts Revised 10/08/03 Contract No. 3495 Page 34 of 93 Pages
In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall
not exonerate the Surety from its obligations under this bond. ,I-
Executed by SURETY this 27TJ3 day
day of APRIL ,20K. of APRIL ,20E.
Executed by CONTRACTOR this 27TJ3
CONTRACTOR : SURETY:
SAFECO INSURANCE CO~ANY OF AMERICA
(name of Surety)
(address of Surety)
330 N. BRAND BLVD. 10" FLOOR
GLENDALE, CA 91203
818-956-4242
Hlephone number of Sdety)
pnature of Attorney-in-Fact)
(printed name of Attorney-in-Fact)
(attach corporate resolution showing current power
of attorney)
JEBNETllE SEIDL, ATTORH~-IN-FACf
(title and organization of signatory)
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer
signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate
seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
Deput; City Attorney \
Revised 10/08/03 Contract No. 3495 Page 35 of 93 Pages
,
c
I STATE OF CALIFORNIA
COUNTY OF SAN DIEGO
GLADYS D. ROGERS, NOTARY PUBLIC On 27 APRIL 2005 , before me,
PERSONALLY APPEARED JEANETTE SEIDL
personally known to me (or proved to me on the basis of satisfactory
evidence) to be the person@ whose name(^) rkhrsubscribed to the
within instrument and acknowledged to me thatws- executed
the same in ~~r/~autho&ed capacity(&), and thar bykis/her/tcacir
signaturew on the instrument the person(d, or the entity upon behalf
of which the personlJ)acted, executed the instrument.
WffNESS my hand and official seal.
otw Pubk - Cdifornia
Signature
This area for official Notarial Seal
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF AiTACHED DOCUMENT
0 INDIVIDUAL
0 CORPORATE OFFICER TITLE OF NPE OF DOCUMENT
rmys)
0 PARTNER(S) 0 LIMITED
623 ATTORNEY-IN-FACT NUMBER OF PAGES
0 TRUSTEE(S)
0 GUARDIANEONSERVATOR
0 OTHER:
0 GENERAL
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
WE OF PERSON(S) OR ENlllY(lES)
SURETY
SIGNER(S) OTHER THAN NAMED ABOVE
ALL-PURPOSE ACKNOWLEDGEMENT
x
POWER . A E O' OFATTORNEY
SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE. WASHINGTON 98185
No. 11566
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each
hereby appoint
************LARRY D. COGDILL; INGRID ERIKA CROSBY; JEANEm SEIDL; BROOKE LAFRENZ; MICHAEL W. THOMAS; San Diego, California***********
its hue and lawful attorney(s)in-fact, with full authority to execute on its behalf fideli and surety bonds or undertakings and other documents of a similar
character issued in the course of its business, and to bind the respective company thereby.
IN WKNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMEfUCA and GENERAL INSURANCE COMPANY OF AME&CA have each executed and
attested these prdsents
this 9th dayof June 1 2004
CHRlSllNE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT
CERTIFICATE
Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
'Article V, Section 13. - FIDELITY AND SUR- BONDS ._. the President, any Vi President, the Secretary. and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with
authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its
business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority
or on any bond or undertaking of the compny, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,
however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERlCAadopted July 28,1970.
"On any certificate executed by the Seaetary or an assistant secretary of the Company setting out,
(i) The provisions of Artide V, Section 13 of the By-Laws, and
(ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof.'
I. Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby cefiv
that the foregdq extracts of the By-Laws and of a Resolution of the Board of Directors of these corporatiw. and of a Power of Attorney issued pursuant thereto,
are hue and correct. and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect.
IN WNESS WHEREOF. I have hereunto set my hand and aftixed the facsimile seal of said corporation
this 27TH day of APRIL ,2005
c
S-0974EAEF 2/01
CHRISTINE MEAD, SECRETARY
Q A registered trademark of SAFECO Corporation
06/09/2004PDF 2.
,-
IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING
THE TERRORISM RISK INSURANCE ACT OF 2002
As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of
America, General Insurance Company of America, First National Insurance Company, American States Insur-
ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk
Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstancfrs we may be
eligible for reimbursement of certain surety bond losses by the United States government under a formula
established by this Act.
Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that
exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act
also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of
terrorism. Losses on some or all of your bonds may be subject to this cap.
This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement
guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law.
At this time there is no premium change resulting from this Act.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
L
} SS.
State of California
County of San Diego
Tami Adams, Notary Public
Name and TI of Omcer lea. “.lam Doe. Notaw PW?
On 5- 2 ‘5 before me,
Date
personally appeared Ronald Schneider
Name@) of Signer@) 8 personally known to me
0 proved to me on the basis of satisfactory
evidence
to be the person(3:whose name@) is?&&
subscribed to the within instrument and
acknowledged to me that hehWky executed
the same in hislwj&k authorized
capacity(kfh, and that by his&&w
signature&) on the instrument the personh), or
the entity upon behalf of which the persono
acted, executed the instrument.
. OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reatfachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer’s Name:
0 Individual
I3 Corporate Officer - Title(s):
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact 0 Trustee
0 Guardian or Conservator
0 Other: I I
Signer Is Representing: u
0 1999 National Notary Assochlon * 9350 De Soto Ave., P.O. Box 2402 Chatsworth. CA 913132402 * www.natiOnamotary.org Prod. No. 5907 Reorder: Cal TdcFree 1-800-8766827
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California I
On 5-9-05 before me, Tami Adams, Notary Public
personally appeared
I Name and Title of OKmr (e g., 'Jane Doe, Notary PuMd) Dale Michael High
Name@) of Signer@)
personally known to me
0 proved to me on the basis of satisfactory
evidence
TAM1 AOAMS
Commission # 1324605
~otnry Public - mlmrnia f
Sen 0-0 County
to be the person(3 whose name&) iw
subscribed to the within instrument and
acknowledged to me that he/&$%* executed
the same in hisAW~ authorized capacityo, and that by his/Mfie9K
signatur*J%n the instrument the persom or
the entity upon behalf of which the person&
acted, executed the instrument. - T%& h nd nd offici s .
Siaturn of Notq Public
OPTlONA L
Though the information below is not required by law, it may prove valuable to persons rehing on the document and could prevent
fraudulent removal and reaffachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
0 Individual
Corporate Officer - Title(s):
Partner - 0 Limited General
0 Attorney-in-Fact
0 Trustee
Guardian or Conservator
0 Other:
Signer Is Representing: u
0 1- National NoEq Associalion * 9350 De Soto Ave., P.O. Box 2402 Chatswom, CA 91313-2402 * w.naliondmary.org Prod. No. 5907 Reorder Call TdCFree 1-800-876-6827
EXECUTED IN DUPLICATE
BOND NO: 6247582
PREMIUM: $6069.00
FAITHFUL PERFORMANCENVARRANTY BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2005-109,
adopte APRIL 19,2005 , has awarded to HMS CONSTRUCTION INC. , (hereinafter
designated as the "Principal"), a Contract br:
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and
other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of
which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof
require the furnishing of a bond for the faithful performance and warranty of said Contract;
NOW, THEREFORE, WE, HMS CONSTRUCTIONINC. , as Principal,
(hereinafter designated as the "Contractor"), and
SBPECO INSURANCE COMPANY OF AIGXICA , as Surety, are held
and firmly bound unto the City of Carlsbad, in the sum of FIVE HUNDRED THIRTY NINE
THOUSAND EIGHT HUNDRED FORTY TWO Dollars and NINETY NINE Cents ($539,842.99), said
sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid
to 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.
t
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and well
and truly keep and perform the covenants, conditions, and agreements in the Contract and any
alteration thereof made as therein provided on their part, to be kept and performed at the time and in
the manner therein specified, and in all respects according to their true intent and meaning, and shall
indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein
stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and
effect.
As a part of the obligation secured hereby and in addition to the face amount specified therefor, there
shall be included costs and reasonable expenses and fees, including reasonable attorney's fees,
incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in
any judgment rendered.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the work to be performed 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.
4- Gs Revised 10/08/03 Contract No. 3495 Page 36 of 93 Pages
- In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall
not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 27TH Executed by SURETY this 27TH day of
dayof APRIL ,2005 . APRIL ,2005
CONTRACTOR: SURETY:
HMS CONSTRUCTION, INC. SAFECO INSURANCE COWANY OF AMERICA
(name of Surety)
330 NORTH BRAND BLVD lOTH FLOOR
GLENDALE, CA 91203
(address of Surety)
818-956-4242
(telephone number of Surety)
JEANETTE SEIDL, ATTORNEY-IN-FACT
(printed name of Attorney-in-Fact)
-
' (sign here) -
c
(Attach corporate resolution showing current
power of attorney.)
lwuzih! SOhWd? 2/ i c&(PW~S6H&&f
1- (Title and Organization of signatory)
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
Deputy City Attorney \
a Revised 10/08/03 Contract No. 3495 Page 37 of 93 Pages
1 STATE OF CALIFORNIA
COWATYOF SAN DIEGO r I
rc-
On- 2 005 before me, GlADYS 0. ROGERS, NOTARY PUBLIC
PERSONALLY APPEARED JEANETTE SEIDL
personally known to me (or proved to me on the basis of satisfactory
evidence) to be the person# whose nameb) ishesubscribed to the
within instrument and acknowledged to me thathe/shekkeg, executed
the s~une in &ihr/Waufbrized capu&y(ie), and that by4tishrAkir
signature+j on the instrument the person(*, or the entity upon behalf
of which the personCj)acted, executed the instrument.
WflNESS my hand and oficial seal.
Signature
This area for Wcial Notarial Seal
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF AITACHED DOCUMENT
INDIVIDUAL
0 CORPORATE OFFICER
m(S)
0 PARTNER(S) 0 LIMITED 0 GENERAL ba ATTORNEY-IN-FACT
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR
TITLE OF TYPE OF DOCUMENT
NUMBER OF PAGES
0 OTHER
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTIW(IES)
SURETY
SIGNER(S) OTHER THAN NAMED ABOVE
ALL-PURPOSE ACKNOWLEDGEMENT
+.
SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
SEATTLE, WASHINGTON 98185 HOME OFFICE: SAFECO PLAZA
POWER ’ A E O* OFATTORNEY
.-
KNOW ALL BY THESE PRESENTS:
No. 11566
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each
hereby appoint
************LARRY D. COGDILL; INGRID ERIKA CROSBY; JEANETTE SEIDL; BROOKE LAFRENZ; MICHAEL W. THOMAS; San Diego, California***********
its true and lawful attorney(s)-irt-fact, with full authority to execute on its behalf tidelii and surety bonds or undertakings and other documents of a similar
character issued in the mrse of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AME6CA have each executed and
attested these przsents
this 9th dayof June I 2004
CHRISTINE MEAD. SECRETARY MIKE MCGAVICK, PRESIDENT
CERTIFICATE
Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
Vrtide V, Section 13. - FlDELrPl AND SURETY BONDS ... the President. any Vi President, the Secretary, and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations, sham each have authority to appoint individuals as attomeys-infact or under other appropriate tiUes with
authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the cuurse of its
business ... On any instrument making or evidencing such appointment. the signatures may be affixed by facsimile. On any instrument conferring such authority
or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,
however, that the seal shall not be necessary to the validity of any such instrument or undertaking.”
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970.
-
“On any Certificate executed by the Seaetary or an assistant secretary of the Company setting out, 0) The provisions of Artide V, Section 13 of the By-Lam. and
(ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is in full force and effect,
he signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof.’
I. Christine Mead, Seaetary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify
that the foregdw extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations. and of a Power of Attmey issued pursuant thereto,
are true and correct and that both the Bylaws, the Resolution and the Power of Altomey are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 27TH day of APRIL , 2005 .
CHRISTINE MEAD, SECRETARY
.-
S4974EAEF 2/01 @A registered trademark of SAFECO Corporation
06/09/2004PDF z*
IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING
THE MRRORISM RISK INSURANCE ACT OF 2002
As a surety bond customer of one of the SAFECO insurance companies (SAFECO insurance Company of
America, General Insurance Company of America, First National Insurance Company, American States Insur-
ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk
Insurance Act of 2002 extends to 'surety insurance". This means that under certain circumstances we may be
eligible for reimbursement of certain surety bond losses by the United States government under a formula
established by this Act.
Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that
exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act
also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of
terrorism. Losses on some or all of your bonds may be subject to this cap.
This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement
guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law.
At this time there is no premium change resulting from this Act.
CALlFORNlA ALL-PURPOSE ACKNOWLEDGMENT "I
State of California
County of San Diego } SS.
Tami Adams, Notary Public
I Name and lime of Omcer (e g., 'Jane Doe. Notary PuW On before me,
personally appeared
5- ,T '
Diile Ronald Schneider
Name@) of Signer(s) 8 personally known to me 0 proved to me on the basis of satisfactory
evidence
to be the person($+whose name&) i&b
subscribed to the within instrument and
acknowledged to me that hekk$brsp executed
the same in hislWWlfti authorized
capacity&&, and that by hi*&&
signature&) on the instrument the person@), or
the entity upon behalf of which the persono
acted, executed the instrument.
handand o ci seal. Tm Signature of Notary & Pubh
. OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
0 Individual
0 Corporate Officer - Title($:
0 Partner - Limited 0 General
Attorney-in-Fact
0 Trustee
0 Guardian or Conservator 0 Other:
Signer Is Representing: u
Q 1% NaWI wry Asmiition 9350 De Soto Ave., P.O. Box 2402 * Chatsworth, CA ~1313-2402 wrnv.natiomtnotary.org Prod. No. 5907 Reorder Call TdCFree 1-8008766827
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California I
On 54-05 before me, Tami Adams, Notary Edblic
personally appeared
Name and Title Or MTmr (e.g., "Jam Doe. No(a~ PuMIC") Dale Michael High
Name&) of Signer(@
personally known to me
0 proved to me on the basis of satisfactory
evidence
to be the person(3 whose name&) id&$
subscribed to the within instrument and
acknowledged to me that he/&%$ executed
the same in hisAS&??M# authorized
capacityo, and that by his/tWmeOK
signaturmn the instrument the persom or
the entity upon behalf of which the person&
acted, executed the instrume
Signalum of NoIary PWr:
OPTIONAL
Though the information below is noi required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
0 Individual
0 Corporate Officer - Title(s):
0 Partner - 0 Limited 0 General 0 Attorney-in-Fact
0 Trustee 0 Guardian or Conservator
0 Other:
Signer Is Representing: u
Q 1999 National Nomy Association 9350 De Soto Ave.. P.O. Box 2402 Chatsworth. CA 913192402. wwv,nathalnota!y.org Prod. No. 5907 Reorder Call Toll-Free 1-800-8766627
,- .P'
OPTIONAL ESCROW AGREEMENT FOR
SECURITY DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the City of Carlsbad whose
address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and
whose address is
hereinafter called
"Contractor" and whose address is
hereinafter
called "Escrow Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows:
1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California,
the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention
earnings required to be withheld by the City pursuant to the Construction Contract entered into
between the City and Contractor for Forest Avenue HDD Gravity Sewer Pipeline, Contract No.
3495, in the amount of dated (hereinafter
referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make
payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the
securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days
of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of
the Escrow Agent in connection with the handling of retentions under these sections in an amount
not less than $1 00,000 per contract. The market value of the securities at the time of the substitution
shall be a least equal to the cash amount then required to be withheld as retention under the terms of
the contract between the City and Contractor. Securities shall be held in the name of the City and
shall designate the Contractor as the beneficial owner.
-
2. The City shall make progress payments to the Contractor for such funds which otherwise would
be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow
Agent holds securities in the form and amount specified above.
3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow
Agent shall hold them for the benefit of the Contractor until such time as the escrow created under
this contract is terminated. The Contractor may direct the investment of the payments into securities.
All terms and conditions of this agreement and the rights and responsibilities of the parties shall be
equally applicable and binding when the City pays the Escrow Agent directly.
4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow
Agent in administering the Escrow Account and all expenses of the City. These expenses and
payment terms shall be determined by the City, Contractor and Escrow Agent.
5. The interest earned on the securities or the money market accounts held in escrow and all
interest earned on that interest shall be for the sole account of Contractor and shall be subject to
withdrawal by Contractor at any time and from time to time without notice to the City.
rc
Revised 10/08/03 Contract No. 3495 Page 38 of 93 Pages
6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account
only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow
Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor.
7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City.
c
8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the
Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less
escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges.
9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant
to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow
Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and
interest as set forth above.
10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of
their respective signatures are as follows:
For City:
For Contractor:
For Escrow Agent:
Title FINANCE DIRECTOR
Name
Signature
Title
Name
Signature
Title
Name
Signature
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.
Revised 10/08/03 Contract No. 3495 Page 39 of 93 Pages
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the
date first set forth above. I
For City:
For Contractor:
For Escrow Agent:
e= %# Revised 10/08/03
Title MAYOR
Name
Signature
Address
Title
Name
Signature
Address
Title
Name
Signature
Address
Contract No. 3495 Page 40 of 93 Pages
SUPPLEMENTAL PROVISIONS
FOR
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
CONTRACT NO. 3495
CITY OF CARLSBAD
SUPPLEMENTAL PROVISIONS TO
“GREEN BOOK”
STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION
2003 EDITION
PART 1, GENERAL PROVISIONS
SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS
1-1 TERMS
Add the following section:
1-1.1 Reference to Drawings. Where words “shown”, “indicated”, “detailed”, “noted”, “scheduled”,
or words of similar import are used, it shall be understood that reference is made to the plans
accompanying these provisions, unless stated otherwise.
Add the following section:
1-1.2 Directions. Where words “directed”, “designated”, “selected”, or words of similar import are
used, it shall be understood that the direction, designation or selection of the Engineer is intended,
unless stated otherwise. The word ”required” and words of similar import shall be understood to
mean ”as required to properly complete the work as required and as approved by the Engineer,”
unless stated otherwise.
Add the following section:
1-1.3 Equals and Approvals. Where the words “equal”, “approved equal”, “equivalent”, and such
words of similar import are used, it shall be understood such words are followed by the expression “in
the opinion of the Engineer”, unless otherwise stated. Where the words “approved”, “approval”, “acceptance”, or words of similar import are used, it shall be understood that the approval,
acceptance, or similar import of the Engineer is intended.
@ Revised 10/08/03 Contract No. 3495 Page 41 of 93 Pages
Add the following section:
1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its
expense, shall perform all operations, labor, tools and equipment, and further, including the
furnishing and installing of materials that are indicated, specified or required to mean that the
Contractor, at its expense, shall furnish and install the work, complete in place and ready to use,
including furnishing of necessary labor, materials, tools, equipment, and transportation.
1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively
defined by the definitions assigned to them herein.
Agency -the City of Carlsbad, California.
City Council -the City Council of the City of Carlsbad.
City Manager - the City Manager of the City of Carlsbad or his/her approved representative.
Dispute Board - persons designated by the City Manager to hear and advise the City Manager on
claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute
resolution.
Engineer - the City Engineer of the City of Carlsbad or hidher approved representative. The
Engineer is the third level of appeal for informal dispute resolution.
Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original
Contract Price bid.
Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired,
directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further,
such employees have their employment taxes, State disability insurance payments, State and
Federal income taxes paid and administered, as applica,ble, by the Contractor. When used in
Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases
and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an
operator is not part of the Contractor's Own Organization and will not be included for the purpose of
compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions.
Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided
who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee
of the Agency or a public utility.
Deputy City Engineer, Construction Management 81 Inspection - The Construction Manager's
immediate supervisor and second level of appeal for informal dispute resolution.
Project Inspector - the Engineer's designated representative for inspection, contract administration
and first level for informal dispute resolution.
Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for
informal dispute resolution.
Revised 10/08/03 Contract No. 3495 Page 42 of 93 Pages
1-3 ABBREVIATIONS
1-3.2 Common Usage, add the following:
Abbreviation Word or Words
Apts ........................................ Apartment and Apartments
Bldg ........................................ Building and Buildings
CMWD .................................... Carlsbad Municipal Water District
CSSD ..................................... Carlsbad Supplemental Standard Drawings
cfs ........................................... Cubic Feet per Second
Comm ..................................... Commercial
DR .......................................... Dimension Ratio
E ............................................. Electric
EWA ....................................... Encina Wastewater Authority
G ............................................. Gas
gal ........................................... Gallon and Gallons
Gar ......................................... Garage and Garages
GNV ........................................ Ground Not Visible
gpm ........................................g allons per minute
IE ............................................ Invert Elevation
LW D ....................................... Leucadia Wastewater District
MSL ........................................ Mean Sea Level (see Regional Standard Drawing M-12)
MTBM ..................................... Microtunneling Boring Machine
NCTD ..................................... North County Transit District
OHE ........................................ Overhead Electric
OMWD ................................... Olivenhain Municipal Water District
ROW ...................................... Right-of-way
S ............................................. Sewer or Slope, as applicable
SDNR ..................................... San Diego Northern Railway
SDRSD ................................... San Diego Regional Standard Drawings
SFM ........................................ Sewer Force Main
T ............................................ .Telephone
UE .......................................... Underground Electric
W ............................................ Water, Wider or Width, as applicable
VWD ....................................... Vallecitos Water District
I
SECTION 2 -- SCOPE AND CONTROL OF THE WORK
2-3 SUBCONTRACTS.
2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring
the Contractor to complete 50 percent of the contract price with its own organization, the Agency may
at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value
of the work performed in excess of 50 percent of the contract price by other than the Contractor’s
own organization. The City Council shall be the sole body for determination of a violation of these
provisions. In any proceedings under this section, the prime contractor shall be entitled to a public
hearing before the City Council and shall be notified ten (10) days in advance of the time and location
of said hearing. The determination of the City Council shall be final.
@ Revised 10/08/03 Contract No. 3495 Page 43 of 93 Pages
2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, "who is
listed in the latest version of U.S. Department of Treasury Circular 570,".
Modify paragraphs three and four to read: The Contractor shall provide a faithful perform-
ance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful
performance/warranty bond shall be in a sum not less than one hundred percent of the total amount
payable by the terms of this contract. The Contractor shall provide bonds to secure payment of
laborers and materials suppliers in a sum not less than one hundred percent of the total amount
payable by the terms of this contract.
i
Both bonds shall extend in full force and effect and be retained by the Agency during this project until
they are released according to the provisions of this section.
The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days
after recordation of the Notice of Completion and will remain in full force and effect for the one year
warranty period and until all warranty repairs are completed to the satisfaction of the Engineer.
The bonds to secure payment of laborers and materials suppliers shall be released six months plus
30 days after recordation of the Notice of Completion if all claims have been paid.
Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized
to transact the business of insurance in California and whose assets exceed their liabilities in an
amount equal to or in excess of the amount of the bond. The bonds are to contain the following
documents:
1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other
2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner.
instrument entitling or authorizing the person who executed the bond to do so.
If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the
insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the
execution of the bond. The financial statement shall be made by an officer's certificate as defined in
Section 173 of the Corporarions Code. In the case of a foreign insurer, the financial statement may
be verified by the oath of the principal officer or manager residing within the United States.
2-5 PLANS AND SPECIFICATIONS.
2-5.1 General, add the following: The specifications for the work include the Standard
Specifications for Public Works Construction, (SSPWC), 2003 Edition, and supplements thereto,
hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the
Southern California Chapter American Public Works Association and Southern California Districts
Associated General Contractors of California, and as amended by the Supplemental Provisions
section of this contract.
The construction plans consist of one (1) set of drawings, City of Carlsbad Drawing No. 412-4 and
consists of six (6) sheets. The standard drawings used for this project are the latest edition of the
San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the
San Diego County Department of Public Works, together with the most recent editions of the City of
Carlsbad Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City
of Carlsbad and the Carlsbad Municipal Water District Standard Plans hereinafter designated as
CMWDSD, as issued by the Carlsbad Municipal Water District. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions.
Revised 10/08/03 Contract No. 3495 Page 44 of 93 Pages
i
2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict between
Contract Documents, the document highest in precedence shall control. The precedence shall be
the most recent edition of the following documents listed in order of highest to lowest precedence:
1) 2) Supplemental Provisions.
3) Technical Specifications.
4) Plans.
5) Standard Plans.
a) City of Carlsbad Supplemental Standard Drawings.
b) Carlsbad Municipal Water District Standard Drawings.
c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings.
d) San Diego Area Regional Standard Drawings.
e) State of California Department of Transportation Standard Plans. Standard Specifications for Public Works Construction.
Permits from other agencies as may be required by law.
6) 7) Reference Specifications.
8) Manufacturer’s Installation Recommendations.
Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will
take precedence over items 2) through 7) above. Detailed plans and plan views shall have
precedence over general plans.
2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered.
Resubmittals shall be labeled with the number of the original submittal followed by an ascending
alphabetical designation (e.9. The label ‘4-C’ would indicate the third instance that the fourth
submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively
numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal
on the Contractor’s letterhead. The Letter of transmittal shall contain the following:
1) Project title and Agency contract number. 2) Number of complete sets.
3) Contractor’s certification statement.
4) Specification section number(s) pertaining to material submitted for review.
5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.)
6) Description of the contents of the submittal.
7) Identification of deviations from the contract documents.
When submitted for the Engineer’s review, Shop Drawings shall bear the Contractor’s certification
that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in
conformance with the requirements of the Contract Documents. The Contractor shall subscribe to
and shall place the following certification on all submittals:
a Revised 10/08/03 Contract No. 3495 Page 45 of 93 Pages
"I hereby certify 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."
By: Title:
Date:
Company Name:
Add the following:
2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built"
record set of blue-line prints, which shall be corrected in red 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 Agency 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 within ten (1 0) days of completion of
the work. Payment for performing the work required by section 2-5.4 shall be included in the various
bid items and no additional payment will be made therefore.
2-9 SURVEYING
2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following:
The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the
consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting
an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or
a registered civil engineer authorized to practice land surveying within the State of California,
hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor
shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at
the site of the replacement is completed. The Surveyor shall file corner record(s) as required by 55 8772 and 8773, et seq. of the California Business and Professions Code.
When a change is made in the finished elevation of the pavement of any roadway in which a
permanent survey monument is located, the Contractor shall adjust the monument frame and cover
to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument
frames and covers shall be protected during street sealing or painting projects or be cleaned to the
satisfaction of the Engineer.
2-9.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall hire
and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for
establishing control, construction staking, records research and all other surveying work necessary to
construct the work, provide surveying services as required herein and provide surveying, drafting and
other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor
shall be resident on the site during all surveying operations and shall personally supervise and certify
the surveying work.
Revised 10/08/03 Contract No. 3495 Page 46 of 93 Pages
Add the following section:
2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the
requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets to
the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall
submit field notes for all surveying required herein to the Engineer within ten days of performing the
survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound
form on 215mm by 280 mm (8’/2)) by 11”) paper. The field notes, calculations and supporting data
shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from
earlier surveys and all other evidence used by the Surveyor to determine the location of the
monuments set. The field notes and calculations will be labelled with name of the Surveyor, the party
chief, the field crewmembers and the author of the field notes or calculations. They shall be
annotated with the date of observation or calculation, be numbered with consecutive page numbers
and shall be readable without resort to any electronic aid, computer program or documentation for
any computer program. The field notes shall be prepared in conformance with the CALTRANS
“Surveys Manual”. The Contractor shall have a Record of Survey prepared by the Surveyor and file it
in conformance with 55 8700 - 8805 of the State of California Business and Professions Code when
the Surveyor performs any surveying that such map is required under $5 8762 of the State of
California Business and Professions Code and whenever the Surveyor shall establish, set or
construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes,
leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and
marks that are at, or accessory to, property corners and street centerlines are permanent survey
monuments. The Record of Survey shall show all monuments set, control monuments used, the
basis of bearings and all other data needed to determine the procedure of survey and the degree of
accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted
ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and
justification of location of all permanent monuments set and their relation to the street right-of-way.
Record(s) of Survey(s) shall be submitted for the Engineer’s review and approval before submittal to
the County Surveyor and before submittal to the County Recorder.
Add the following section:
2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections
2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no
additional payment will be made. Extension of unit prices for extra work shall include full
compensation for attendant survey work and no additional payment will be made. Payment for the
replacement of disturbed monuments and the filing of records of survey and/or corner records,
including filing fees, shall be incidental to the work necessitating the disturbance of said monuments
and no additional payment will be made.
2-10 AUTHORITY OF BOARD AND ENGINEER.
Add the following section:
2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of
all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer
may request.
Add the following section:
2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer,
within San Diego County, accurate books and accounting records relative to all its activities and to
contractually require all subcontractors to this Contract to do the same. The Engineer shall have the
right to monitor, assess, and evaluate Contractor’s and its subcontractors performance pursuant to
this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to,
audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor’s staff
and the staff of all subcontractors to this contract. At any time during normal business hours and as
e Revised 10/08/03 Contract No. 3495 Page 47 of 93 Pages
often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make
available to the Engineer for examination, all of its, and all subcontractors to this contract, records
with respect to all matters covered by this Contract and will permit the Engineer to audit, examine,
copy and make excerpts or transcripts from such data and records, and to make audits of all
invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by
this Contract. However, any such activities shall be carried out in a manner so as to not
unreasonably interfere with Contractor’s ongoing business operations. Contractor and all
subcontractors to this contract shall maintain such data and records for as long as may be required
by applicable laws and regulations.
SECTION 3 -- CHANGES IN WORK
3-2 CHANGES INITIATED BY THE AGENCY.
3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of
a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit
price for such items will be limited to that portion of the change in excess of 25 percent of the original
quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess of 25 percent
may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work.
3-3 EXTRA WORK.
3-3.2.2 (c) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of
ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs
shall be the edition of the, “Labor Surcharge and Equipment Rental Rates” published by CALTRANS,
current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein
shall be used as multipliers of the rental rates for determining the value of costs for delay to the
Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of
this contract.
3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following:
(a) and shall constitute the markup for all overhead and profits:
Work by Contractor. The following percentages shall be added to the Contractor’s costs
1) Labor ................................... 20
2) Materials ............................. 15
3) Equipment Rental ................... 15
4) To the sum of the costs and markups provided for in this section, 1 percent shall be added as
compensation for bonding.
Other Items and Expenditures .. 15
(b) Work by Subcontractor. When all or any part of the extra work is performed by a
Subcontractor, the markup established in section 3-3.2.3(a) shall be applied to the Subcontractor‘s
actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of
the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted
portion of the extra work may be added by the Contractor.
3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra
work will not be made until such time that the Contractor submits completed daily reports and all
supporting documents to the Engineer.
Revised 10/08/03
~~
Contract No. 3495 Page 48 of 93 Pages
3-4 CHANGED CONDITIONS.
i
Delete the second sentence of paragraph three, delete paragraph five (5), and add the following:
The Contractor shall not be entitled to the payment of any additional compensation for any act, or
failure to act, by the Engineer, including failure or refusal to issue a change order, or for the
happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first
given the Engineer due written notice of potential claim as hereinafter specified. Compliance with
this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time
Accounting, nor to any claim that is based on differences in measurement or errors of computation
as to contract quantities. The written notice of potential claim for changed conditions shall be
submitted by the Contractor to the Engineer upon their discovery and prior to the time that the
Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give
written notice of potential claim for changed conditions to the agency upon their discovery and before
they are disturbed shall constitute a waiver of all claims in connection therewith.
The Contractor shall provide the City with a written document containing a description of the
particular circumstances giving rise to the potential claim, the reasons for which the Contractor
believes additional compensation may be due and nature of any and all costs involved within
20 working days of the date of service of the written notice of potential claim for changed conditions.
Verbal notifications are disallowed.
The potential claim shall include the following certification relative to the California False Claims Act,
Government Code Sections 12650-1 2655.
“The undersigned certifies that the above statements are made in full cognizance of the California
False Claims Act, Government Code sections 12650-1 2655. The undersigned further understands
and agrees that this potential claim, unless resolved, must be restated as a claim in response to the
City’s proposed final estimate in order for it to be further considered.”
By: Title:
Date:
Company Name:
The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor
shall submit substantiation of its actual costs to the Engineer within 20 working days after the
affected work is completed. Failure to do so shall be sufficient cause for denial of any claim
subsequently filed on the basis of said notice of potential claim.
It is the intention of this section that differences between the parties arising under and by virtue of the
contract be brought to the attention of the Engineer at the earliest possible time in order that such
matters be settled, if possible, or other appropriate action promptly taken.
3-5 DISPUTED WORK.
Add the following: The Contractor shall give the agency written notice of potential claim prior to
commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in
connection therewith.
Revised 10/08/03 Contract No. 3495 Page 49 of 93 Pages
Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute
resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall
attempt to resolve all disputes informally through the following dispute resolution chain of command: I
1. Project Inspector
2. Construction Manager
3. Deputy City Engineer, Construction Management & Inspection
4. City Engineer
5. City Manager
The Contractor shall submit a complete report within 20 working days after completion of the
disputed work stating its position on the claim, the contractual basis for the claim, along with all
documentation supporting the costs and all other evidentiary materials. At each level of claim or
appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review
the Contractor's report and respond with a position, request additional information or request that the
Contractor meet and present its report.. When additional information or a meeting is requested the
City will provide its position within 10 working days of receipt of said additional information or
Contractor's presentation of its report. The Contractor may appeal each level's position up to the City
Manager after which the Contractor may proceed under the provisions of the Public Contract Code.
The authority within the dispute resolution chain of command is limited to recommending a resolution
to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions
in the contract.
All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures
in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section
201 04) which is set forth below:
ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS
20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand
dollars ($375,000) or less which arise between a contractor and a local agency.
(2) This article shall not apply to any claims resulting from a contract between a contractor and a
public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1
(commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except
that "public work" does not include any work or improvement contracted for by the state or the
Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of
money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract
for a public work and payment of which is not otherwise expressly provided for or the claimant is not
otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications
for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1, 1991.
20104.2. For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate the claim.
Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to
extend the time limit or supersede notice requirements otherwise provided by contract for the filing of
claims.
Revised 10/08/03 Contract No. 3495 Page 50 of 93 Pages
(b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in
writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within
30 days of receipt of the claim, any additional documentation supporting the claim or relating to
defenses to the claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to this
subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be submitted to the
claimant within 15 days after receipt of the further documentation or within a period of time no greater
than that taken by the claimant in producing the additional information, whichever is greater.
(c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred
seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written
claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of
the claim, any additional documentation supporting the claim or relating to defenses to the claim the
local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to this
subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be submitted to
the claimant within 30 days after receipt of the further documentation, or within a period of time no
greater than that taken by the claimant in producing the additional information or requested
documentation, whichever is greater.
(d) If the claimant disputes the local agency's written response, or the local agency fails to respond
within the time prescribed, the claimant may so notify the local agency, in writing, either within
15 days of receipt of the local agency's response or within 15 days of the local agency's failure to
respond within the time prescribed, respectively, and demand an informal conference to meet and
confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a
meet and confer conference within 30 days for settlement of the dispute.
(e) Following the meet ana confer conference, if the claim or any portion remains in dispute, the
claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2
(commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code.
For purposes of those provisions, the running of the period of time within which a claim must be filed
shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a)
until the time that claim is denied as a result of the meet and confer process, including any period of
time utilized by the meet and confer process.
(f) This article does not apply to tort claims and nothing in this article is intended nor shall be
construed to change the time periods for filing tort claims or actions specified by Chapter 1
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division
3.6 of Title 1 of the Government Code.
20104.4. The following procedures are established for all civil actions filed to resolve claims subject
to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court
shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties.
The mediation process shall provide for the selection within 15 days by both parties of a disinterested
third person as mediator, shall be commenced within 30 days of the submittal, and shall be
concluded within 15 days from the commencement of the mediation unless a time requirement is
extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to
select a mediator within the 15-day period, any party may petition the court to appoint the mediator.
(b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to
Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure,
notwithstanding Section 11 41.1 1 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing
with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any
proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed
Revised 10/08/03 Contract No. 3495 Page 51 of 93 Pages
for purposes of this article shall be experienced in construction law, and, upon stipulation of the
parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to
exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except
in the case of arbitration where the arbitrator, for good cause, determines a different division. In no
event shall these fees or expenses be paid by state or county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141 .lo) Title 3 of Part 3 of the Code of Civil
Procedure, any party who after receiving an arbitration award requests a trial de novo but does not
obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter,
pay the attorney’s fees of the other party arising out of the trial de novo.
(c) The court may, upon request by any party, order any witnesses to participate in the mediation or
arbitration process.
20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed
except as otherwise provided in the contract.
(b) In any suit filed under Section 201 04.4, the local agency shall pay interest at the legal rate on any
arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court
of law.
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP.
4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access
to any and all parts of work at any time. Such free and safe access shall include means of safe
access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety
of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial
Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and
such other safety regulations as may apply. Contractor shall furnish Engineer with such information
as may be necessary to keep the Engineer fully informed regarding progress and manner of work
and character of materials. Inspection or testing of the whole or any portion of the work or materials
incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract.
4-1.4 Test of Materials, delete the phrase, “and a reasonable amount of retesting”, from the third
sentence of the first paragraph.
add the following: Except as specified in these Supplemental Provisions, the Agency will bear the
cost of testing of locally produced materials and/or on-site workmanship where the results of such
tests meet or exceed the requirements indicated in the Standard Specifications and the
Supplemental Provisions. The cost of all other tests shall be borne by the Contractor.
At the option of the Engineer, the source of supply of each of the materials shall be approved by the
Engineer before the delivery is started. All materials proposed for use may be inspected or tested at
any time during their preparation and use. If, after incorporating such materials into the Work, it is
found that sources of supply that have been approved do not furnish a uniform product, or if the
product from any source proves unacceptable at any time, the Contractor shall furnish approved
material from other approved sources. If any product proves unacceptable after improper storage,
handling or for any other reason it shall be rejected, not incorporated into the work and shall be
removed from the project site all at the Contractor’s expense.
Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the
requirements of the specifications shall be borne by the Agency. Said tests may be made at any
place along the work as deemed necessary by the Engineer. The costs of any retests made
necessary by noncompliance with the specifications shall be borne by the Contractor.
Revised 10/08/03 Contract No. 3495 Page 52 of 93 Pages
4-1.6 Trade names or Equals add the following: The Contractor is responsible for the satisfactory
performance of substituted items. If, in the sole opinion of the Engineer, the substitution is
determined to be unsatisfactory in performance, appearance, durability, compatibility with associated
items, availability of repair parts and suitability of application the Contractor shall remove the
substituted item and replace it with the originally specified item at no cost to the Agency.
Add the following section:
4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE.
The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the
quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate,
remove and dispose excess of all materials used to accomplish the Work. Materials shall be
delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be
accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor
as consignee, the project name and number, address of delivery and name of consignor and a
description of the material(s) shipped. Prior to storage of any materials which have been shipped to
or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the
Engineer a copy of lease agreements for each property where such materials are stored. The lease
agreement shall clearly state the term of the lease, the description of materials allowed to be stored
and shall provide for the removal of the materials and restoration of the storage site within the time
allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to
the materials stored and to preparation of the storage site and the location of the site on which the
materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s
responsibility. Conformance to the requirements of this section, both within and outside the limits of
work are a part of the Work. The Engineer shall have the right to verify the suitability of materials
and their proper storage at any time during the Work.
SECTION 5 -- UTILITIES
5-1 LOCATION.
Delete the first paragraph and substitute the following: The Agency 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 and/or completeness of the nature,
size and/or location of utilities indicated on the Plans is not guaranteed.
5-3 REMOVAL.
Add the following: Contractor shall coordinate with sbc and San Diego Gas and Electric to disconnect
meter drops.
5-4 RELOCATION.
Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with
utility agencies and companies. Prior to the installation of any and all utility structures within the limits
of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb
and gutter that is a part of the work and adjacent to the location where such utility structures are
shown on the plans and are noted as being located, relocated or are otherwise shown as installed by
others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate
utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be
permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is
approved by the Engineer the Contractor shall place survey or other physical control markers
sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company.
t$ Revised 10/08/03 Contract No. 3495 Page 53 of 93 Pages
Such temporary omission shall be for the Contractor’s convenience and no additional compensation
will be allowed therefore or for additional work, materials or delay associated with the temporary
omission. The portion thus omitted shall be constructed by the Contractor immediately following the
relocation of the utility involved unless otherwise directed by the Engineer.
5-6 COOPERATION.
Add the following: Contractor shall protect all utilities in place unless otherwise stated on the plans.
SECTION 6 -- PROSECUTION, PROGRESS AND
ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK.
Delete section 6-1 and substitute the following: Except as otherwise provided herein and unless
otherwise prohibited by permits from other agencies as may be required by law the Contractor shall
begin work within five (5) calendar days after receipt of the “Notice to Proceed”.
Add the following section:
6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set
the time and location for the Preconstruction Meeting. Attendance of the Contractor’s management
personnel responsible for the management, administration, and execution of the project is mandatory
for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project
personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section
6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice
to proceed will only be issued on or after the completion of the preconstruction meeting.
Add the following section:
6-1.2 Bar Chart. The Contractor shall prepare and submit to the Engineer a bar chart Construction
Schedule showing individual tasks and their durations arranged with the tasks on the vertical axis
and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive
line types to show the critical path.
Add the following section:
6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer.
The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor
complies with the requirements of these supplemental provisions shall be a condition precedent to
issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction
Schedule does not meet the requirements of these specifications the Contractor shall correct the
Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the
Contractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by
the Contractor complies with the requirements of these supplemental provisions within thirty (30)
working days after the date of the preconstruction meeting shall be grounds for termination of the
contract per section 6-4. Days used by the Engineer to review the initial Construction Schedule will
not be included in the 30 working days.
The Engineer will review and return to the Contractor, with any comments, the Baseline Construction
Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned
marked as per sections 6-1.2.10.1 through 6-1.2.10.3.
Revised 10/08/03 Contract No. 3495 Page 54 of 93 Pages
Add the following section:
6-1.2.10.1 “No Exceptions Taken”. The schedule is “Accepted” and Contractor may proceed with
the project work upon issuance of the Notice to Proceed.
Add the following section:
6-1.2.10.2 “Make Corrections Noted”. The Contractor may proceed with the project work upon
issuance of the Notice to Proceed.
Add the following section:
6-1.2.10.3 “Reject/Resubmit”. The Contractor must resubmit the schedule incorporating the
corrections and changes of the comments.
Add the following section:
6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the
Engineer during the last week of each month to agree upon each activity‘s schedule status and shall
submit monthly updates of the Bar Chart Construction Schedule confirming the agreements no later
than the fifth working day of the following month. The monthly update will be submitted on hard
(paper) COPY.
Add the following section:
6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the
Contractor shall report the percentage determined by the Engineer as complete for the activity.
Add the following section:
6-1.3.5 Change Orders, Each monthly update will include the addition of revisions reflecting the
change orders approved in the previous month. The revisions will be as agreed upon during the
review and acceptance of the Contractor’s change orders.
Add the following section:
6-1. 4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and
return the Updated Construction Schedule to the Contractor, with any comments, within 5 working
days of submittal. The Updated Construction Schedule will be returned marked as per sections
6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Make Corrections Noted” or
“RejectedIResubmit” by the Engineer will be returned to the Contractor for correction. Upon
resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to
the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a
monthly updated construction schedule will invoke the same consequences as the Engineer
returning a monthly updated construction schedule marked “Rejected/Resubmit”.
Add the following section:
6-1.4.1 “No Exceptions Taken”. The schedule is ”Accepted” and Contractor may proceed with the
project work.
Add the following section:
6-1.4.2 “Make Corrections Noted”. The Contractor may proceed with the project work.
The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the
corrections and changes noted in the Engineer’s.
Revised 10108103 Contract No. 3495
~ ~~~
Page 55 of 93 Pages
Add the following section:
6-1.4.3 “Rejected/Resubmit”. The Contractor must resubmit the Updated Construction Schedule to
the Engineer incorporating the corrections and changes noted in the Engineer’s. The Contractor, at
the sole option of the Engineer, may be considered as having defaulted the contract under the
provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not
submitted and marked “Accepted” by the Engineer before the last day of the month in which the
Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated
Construction Schedule as required herein the Contractor may elect to proceed with the project at its
own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or
disruption to the project will be the Contractor’s responsibility.
Add the following section:
6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and
materials, and performing all operations necessary to complete the Project Work as shown on the
Project Plans and as specified in the Specifications. The work includes the installation of a HDPE
sewer pipeline using horizontal directional drilling between the existing Forest Avenue Lift Station and
Monroe Street, and includes the demolition of Forest Avenue Lift Station and related pipeline
realignment necessary to redirect flows to the new HDPE pipeline.
6-2.2 FOREST AVENUE HDD GRAVITY SEWER PIPELINE CONSTRUCTION PHASING
6-2.2.1 Phase 1. Phase I consists of the installation of the 10-inch HDPE gravity sewer pipeline
between Monroe Street and the Forest Avenue Lift Station using horizontal directional drilling
techniques. Drill side shall be along Monroe Street. Once the boring has been complete, the pipe pull
back will be made from Forest Avenue, allowing the HDPE pipe to be completely welded together
and laid along the shoulder of Monroe Street.
6-2.2.2 Phase II. Phase II consists of all pipeline, manhole and lift station demolition work on
Forest Avenue.
6-2.2.3 Phase 111. Phase Ill consists of all pipeline and manhole work on Monroe Street.
6-2.2.4 Phase IV. Place pipeline into service.
6-2.2.5 Phase V. Abandon Lift Station.
6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project
Meetings. The purpose of these meetings is to keep the lines of communication open between the
City and the Contractor. Each Project Meeting shall be attended by the Contractor‘s Representative.
The Project Representative shall be the individual determined under section 7-6, “The Contractor’s
Representative”, SSPWC. No separate payment for attendance of the Contractor, the Contractor’s
Representative or any other employee or subcontractor or subcontractor’s employee at these
meetings will be made.
Contractor will chair the meetings and be responsible for agenda preparation, circulation of
attendance sheet and recording of minutes. The agenda is set up to track items, issues, and follow-
up responsibility through their conclusion.
By convention, agenda items will remain on the agenda through one meeting after resolution of the
issue to ensure clear record on closure of the issue, which the following meeting’s agenda will show.
Status updates from the previous meeting will be shown in bold font on each meeting’s agenda.
Revised 10/08/03 Contract No. 3495 Page 56 of 93 Pages
The agenda will be prepared and used in the following manner:
Meeting numbers start with 1 for the first meeting and are numbered sequentially thereafter.
Non-comprehensible time extension days are all days not charged against project time that
are excused for reasons specified in subsection 6-6.1, SSPWC. Include any non-
comprehensible days on the agenda, which occurred during the reporting period.
The meeting agenda is generally comprised of five main categories, which are Schedule
Status, RFI Status, Submittal Status, New Business, and Old Business. Other categories
may be added as necessary.
Agenda item numbers for RFls and Submittals will be the actual RFI or submittal number.
New Business agenda item numbers will be decimals. In assigning item numbers the first
number to the left of the decimal designates the meeting number at which the item was first
discussed and the number to the right of the decimal is the actual agenda item for that
meeting. The agenda item will keep the same item number on all subsequent agendas but
will transfer to the Old Business section after the first meeting it is discussed and remain until
such time as the item is no longer at issue. Agenda items remain on the agenda until the
meeting after the meeting at which the item was resolved. This systematic approach tracks
the status of all agenda items from inception through conclusion and assigns follow up
responsibility.
0 In preparing the agenda, a new item number consists of the next meeting number and
corresponding agenda item number. So for example if the next meeting will be meeting 14
and the new agenda item is the first New Business agenda item, the New Business agenda
item number for that meeting will be 14.1. The New Business item number becomes an Old
Business item number on subsequent agendas.
0 At every meeting each agenda item will be discussed, the status updated, and the person
designated for follow-up noted. Agenda item status changes from the previous meeting will
show in bold font on the next meeting agenda.
0 Each construction schedule activity that appears to or actually is behind schedule shall be
included on the agenda as a separate agenda item under the Schedule Status section.
These items shall be discussed at the meeting to determine the cause and a course of action
necessary to get back on schedule
0 Requests for Information (RFl’s) that have been submitted by the contractor between
meetings will be added to the agenda.
Submittal Status shall be tracked and managed the same as RFl’s.
Old Business consists of all outstanding issues previously raised, which have not been
resolved.
0 New Business shall have a new item number assigned as items are being added to the
agenda. Items to be added are any field issues or other issues raised in correspondence,
which arose since the last construction meeting, that require follow up.
Revised 10/08/03 Contract No. 3495 Page 57 of 93 Pages
Sample Meeting Agenda
FOIIOW-UP PCO#
WEEKLY MEETING
FOREST AVENUE HDD GRAVITY SEWER PIPELINE Project No. 3495
Description/Status
Meeting No. I
Follow-Up
Meeting Agenda
Date
RFI # Description/Status
SCHEDULE STATUS
FOIIOW-UP I Activity (Number) I Description /Status 1
Follow-Up
SAFETY
Follow-Up I Activity I Description/Status I I
Item Description/Status
OLD BUSINESS
Follow-Up I Item I Description/Status I I I
L I J Next meeting scheduled for
@ Revised 10/08/03 Contract No. 3495 Page 58 of 93 Pages
I‘
Add the following:
6-2.4 Mitigated Negative Declaration. Contractor shall comply with mitigation measures for the
Mitigated Negative Declaration Case No. EIA 04-06 in Appendix C.
6-6 DELAYS AND EXTENSIONS OF TIME.
6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to
the Engineer within two hours of the beginning of any period that the Contractor has placed any
workers or equipment on standby for any reason that the Contractor has determined to be caused by
the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor
shall provide continuing daily written notice to the Engineer, each working day, throughout the
duration of such period of delay. The initial and continuing written notices shall include the
classification of each workman and supervisor and the make and model of each piece of equipment
placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of
the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable
means. Should the Contractor fail to provide the notice(s) required by this section the Contractor
agrees that no delay has occurred and that it will not submit any claim(s) therefore.
6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work
to completion within forty-five (45) working days after the starting date specified in the Notice to
Proceed.
6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the
hours of work shall be between the hours of 8:OO a.m. and 4:30 p.m. on Mondays through Fridays,
excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the
Contractor desires to work outside said hours or at any time during weekends and/or holidays.
This written permission must be obtained at least 48 hours prior to such work The Engineer may
approve work outside the hours and/or days stated herein when, in hidher sole opinion, such work
conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay
the inspection costs of such work.
6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following:
The Engineer will not accept the Work or any portion of the Work before all of the Work is
completed and all outstanding deficiencies that may exist are corrected by the Contractor and the
Engineer is satisfied that all the materials and workmanship, and all other features of the Work,
meet the requirements of all of the specifications for the Work. Use, temporary, interim or
permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the
Engineer’s judgment, the Work has been completed and is ready for acceptance the Engineer will
so certify to the Board. Upon such certification by the Engineer the Board may accept the
completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of
Completion” to be filed in the office of the San Diego County Recorder. The date of recordation
shall be the date of completion of the Work.
Delete the first sentence of the third paragraph and substitute the following two sentences: All work
shall be warranted for one (1) year after recordation of the ”Notice of Completion” and any faulty
work or materials discovered during the warranty period shall be repaired or replaced by the
Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as
a warranty bond for the one year warranty period.
<p Revised 10/08/03 Contract No. 3495 Page 59 of 93 Pages
6-9 LIQUIDATED DAMAGES.
Modify the last sentence of the first paragraph and the first sentence of the second paragraph and
add the following: For each consecutive calendar day in excess of the time specified for completion
of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld
monies due it, the sum of one thousand five hundred dollars ($1,500).
Execution of the Contract shall constitute agreement by the Agency and Contractor that one
thousand five hundred dollars ($1,500) per day is the minimum value of costs and actual damages
caused by the Contractor to complete the Work within the allotted time. Any progress payments
made after the specified completion date shall not constitute a waiver of this paragraph or of any
damages.
SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR
7-3 LIABILITY INSURANCE.
Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating
Guide of at least A-:V and are admitted and authorized to conduct business in the state of California
and are listed in the official publication of the Department of Insurance of the State of California.
7-4 WORKERS' COMPENSATION INSURANCE.
Add the following: All insurance is to be placed with insurers that are admitted and authorized to
conduct business in the state of California and are listed in the official publication of the Department
of Insurance of the State of California. Policies issued by the State Compensation Fund meet the
requirement for workers' compensation insurance.
7-5 PERMITS.
Delete the first sentence and add the following four sentences: Except as specified herein the
Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way,
grading and building permits necessary to perform work for this contract on Agency property, streets,
or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are
obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed
from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid
item and no additional compensation will be allowed therefore.
7-5.1 Mitigated Negative Declaration Case No. EIA 04-06. Portions of the project will impact
environmental resources identified as potentially significant in the Mitigated Negative Declaration
(MND) Case No. EIA 04-06. The Contractor shall comply with the mitigation measures identified in
the MND regarding biological Resources and Cultural Resources.
@ Revised 10/08/03 Contract No. 3495 Page 60 of 93 Pages
7-7 COOPERATION AND COLLATERAL WORK.
Add the following section:
7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies
during the relocation or construction of their lines. The Contractor may be granted a time extension
if, in the opinion of the Engineer, a delay is caused by the utility company. No additional
compensation will be made to the Contractor for any such delay.
!
Add the following section:
7-7.2 Meter Drops. Contractor shall coordinate power and telephone meter drops with SDG&E and
sbc.
7-8 PROJECT SITE MAINTENANCE.
7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein
shall also be executed on weekends and other non-working days when needed to preserve the
health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust
control throughout the duration of the Contract. The Engineer may require increased levels of
cleanup and dust control that, in hidher sole discretion, are necessary to preserve the health, safety
and welfare of the public. Cleanup and dust control shall be considered incidental to the items of
work that they are associated with and no additional payment will be made therefore.
7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a
construction meter for water used for the construction, plant establishment, maintenance, cleanup,
testing and all other work requiring water related to this contract. The Contractor shall contact the
appropriate water agency for requirements. The Contractor shall pay all costs of temporary light,
power and water including hookup, service, meter and any, and all, other charges, deposits and/or
fees therefore. Said costs shall be considered incidental to the items of work that they are
associated with and no additional payment will be made therefore.
i
7-8.6 Water Pollution Control. Add the following: Contractor shall comply with the California State
Water Resources Control Board (SW RCB) Order Number 99-08-DWQ, National Pollutant Discharge
Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements
(W DR’s) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit)
and subsequent adopted modifications and with all requirements of the Storm Water Pollution
Prevention and Monitoring Plans for this project in accordance with these regulations.
Add the following section:
7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped
with mufflers in good repair when in use on the project with special attention to the City Noise Control
Ordinance, Carlsbad Municipal Code Chapter 8.48.
7-10 PUBLIC CONVENIENCE AND SAFETY.
7-10.1 Traffic and Access. add the following: The Contractor shall schedule the work so as to
prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not
schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by
calling the City’s contracted waste disposal company, Coast Waste Management at 929-941 7.
During construction operations, the Contractors schedule shall be designated to provide residents
and business owners whose streets are to be closed or partially closed parking within an 800 foot
distance from their homes or businesses.
<$ Revised 10/08/03 Contract No. 3495 Page 61 of 93 Pages
Contractor shall provide written notification in letter format to all residents within five hundred feet of
the project limit of work prior to the start of work. The notification will provide estimated start date,
length of the project, work hours and a point of contact. The notification shall list two telephone
numbers that may be called to obtain additional information. One number shall be the Contractor’s
permanent office or field office and the other number shall be a 24-hour phone number answered by
someone who is knowledgeable about the project. At least one of the numbers shall be in the (760)
area code. An answering machine shall not be connected to either number. The notification shall
give a brief description of the work and simple instructions to the homeowner/resident on what they
need to do to facilitate the construction. The Contractor shall submit the contents of the notification
letter to the engineer for approval. Notices shall not be distributed until approved by Engineer. The
following text is an example of the type of information to be provided to the homeowner/resident.
One copy of each letter shall be provided to the City for record keeping.
Sample - Notification Letter:
On Contractor letterhead
Date
CITY OF CARLSBAD
CONSTRUCTION WORK
ABC CONTRACTORS A DDERESS (OR LETERHEA D)
OFFICE # (760) XXX-XXXX FIELD # (760) XXX-XXXX
Dear Resident: As a part of the City of Carlsbad’s ongoing program to maintain its sewer facilities a portion of your street will be closed or have limited access to allow for pipeline construction. The Forest Avenue Lift Station will be removed and replaced with a gravity sewer pipeline. The construction will require setting up construction equipment and trenching in Forest Avenue in the vicinity of Highland Drive. Construction activities will take place Monday through Friday from 8:OO a.m. to 300 p.m. The construction will begin and
be completed by
ABC is the Contractor that will be performing the work for the city and you may call them at the above phone number if you have any
questions regarding the project. If you have any concerns which cannot be addressed by the Contractor, you may call the City’s
Project Inspector Q (xxx) xxx-xxxx.
Thank you for your cooperation as we work to make a better City
of Carlsbad.
ABC contractor
Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular
traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the
impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the
residences and/or businesses directly affected by the work shall be notified.
Revised 10/08/03 Contract No. 3495 Page 62 of 93 Pages
The notification shall be hand delivered and shall state the date and time the work will begin and its
anticipated duration. The notification shall list two telephone numbers that may be called to obtain
additional information. One number shall be the Contractor's permanent office or field office and the
other number shall be a 24-hour number answered by someone who is knowledgeable about the
project. At least one of the phone numbers shall be in the (760) area code. An answering machine
shall not be connected to either number. The notification shall also give a brief description of the
work and simple instructions to the home or business owner on what they need to do to facilitate the
construction. The Contractor shall submit the contents of the notification to the Engineer for
approval. Notices shall not be distributed until approved by the Engineer.
For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a
doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be
brightly colored with contrasting printing. The material shall be equivalent in strength and durability to
65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such
notice is provided in Appendix "A.
In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the
work being performed. The no parking signs shall state the date and time of parking restriction for a
duration not to exceed the time necessary to complete the work at that location. Failure of the
contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of
the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed
and re-posted 48 hours in advance of the rescheduled work.
The preparation, materials, printing and distribution of the notifications shall be included in the
contract price bid for traffic control and the Contractor will not be entitled to any additional
compensation for printing and distributing these notices.
7-1 0.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows: After
obtaining the Engineers approval and at least 5 working days before closing, detouring, partially
closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the
following:
The Engineer.. .......................................................................... (760) 602-2720
Carlsbad Fire Department Dispatch .................................................. (760) 931 -21 97
Carlsbad Police Department Dispatch ............................................... (760) 931 -21 97
Carlsbad Traffic Signals Maintenance ............................................... (760) 438-2980 X-2937
Carlsbad Traffic Signals Operations.. .......................................... (760) 602-2752
North County Transit District.. ...................................................... (760) 967-2828
Waste Management ........................................................................... (760) 929-9400
The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's
written approval prior to deviating from the requirements of 2) through, and including, 7) above. The
Contractor shall obtain the written approval no less than five working days prior to placing any traffic
control that affects bus stops.
Revised 10/08/03 Contract No. 3495 Page 63 of 93 Pages
7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in
accordance with the plans, Chapter 5 of the CALTRANS “Traffic Manual”, 1996 edition and these
Supplemental Provisions. If any component in the traffic control system is damaged, displaced, or
ceases to operate or function as specified, from any cause, during the progress of the work, the
Contractor shall immediately repair said component to its original condition or replace said
component and shall restore the component to its original location. In the event that the Contractor
fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices
as may be required herein, the Engineer may, at hidher sole option, install the traffic signs, markings,
delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or
device, or the actual cost of providing such traffic control facility, whichever is the greater.
Add the following section:
7-1 0.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control
devices shall be maintained throughout the duration of work in good order and according to the
approved traffic control plan. All construction area signs shall conform to the provisions of section
206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section
214-5.1 .et seq. All temporary reflective channelizers shall conform to the provisions of section
214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall
conform to the provisions of section 21 0-1 -6 et seq. except that all temporary paint shall be rapid dry
water borne conforming to section 210-1.6for materials and section 31 0-5 et seq. For workmanship.
Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction
and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory
signs, lights and devices shall be promptly removed by the Contractor when no longer required.
Warning and advisory signs that remain in place overnight shall be stationary mounted signs.
Stationary signs that warn of non-existent conditions shall be removed from the traveled way and
from the view of motorists in the traveled way or shielded from the view of the traveling public during
such periods that their message does not pertain to existing conditions. Care shall be used in
performing excavation for signs in order to protect underground facilities. All excavation required to
install stationary construction area signs shall be performed by hand methods without the use of
power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of
the traveling public during non-working hours. During the hours of darkness, as defined in Division 1,
Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the
Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic
cones rather than post-type delineators are used during the hours of darkness, they shall be affixed
or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except
the sleeves shall be 180 mm (7”) long. Personal vehicles of the Contractor‘s employees shall not be
parked within the traveled way, including any section closed to public traffic. Whenever the
Contractor’s vehicles or equipment are parked on the shoulder within 1.8 m (6’) of a traffic lane, the
shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper
in advance of the parked vehicles or equipment and along the edge of the pavement at not less than
7.6 m (25’) intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A
minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work
Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or
telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the
Engineer.
@ Revised 10/08/03 Contract No. 3495 Page 64 of 93 Pages
Add the following section:
7-1 0.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than (insert minimum
acceptable lateral safety buffer distance, eg. 1.8 m (6’)), nor operate equipment within 0.6 m (2’) from
any traffic lane occupied by traffic. For equipment the than (insert minimum acceptable shy distance,
eg. 0.6 m (2’)) shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the
Engineer has given written authorization to the reduction in clearance that is specific to the time,
duration and location of such waiver, when such reduction is shown on the traffic control plans
included in these contract documents, when such reduction is shown on the traffic control plans
prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining
and removing traffic contro! devices. As a condition of such waiver the Engineer may require the
Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent
traffic lane or provide barriers.
During the entire construction, a minimum of one (1) paved traffic lane, not less than 12’.wide, shall
be open for use by public traffic in each direction of travel.
Add the following section:
7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing
traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS “Traffic Manual”, 1996 edition and provisions under “Maintaining Traffic” elsewhere in these
Supplemental Provisions. The provisions in this section will not relieve the Contractor from its
responsibility to provide such additional devices or take such measures as may be necessary to
maintain public safety.
When lanes are closed for only the duration of work periods, all components of the traffic control
system, except portable delineators placed along open trenches or excavation adjacent to the
traveled way, shall be removed from the traveled way and shoulder at the end work period. If the
Contractor so elects, said components may be stored at selected central locations, approved by the
Engineer, within the limits of the right-of-way.
Add the following section:
7-1 0.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe
operations, traffic shall be controlled with lane closures, as provided for under “Traffic Control System
for Lane Closure” of these Supplemental Provisions or by use of an alternative traffic control plan
proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic
striping operations using an alternative plan until the Contractor has submitted its plan to the
Engineer and has received the Engineer’s written approval of said plan.
Add the following section:
7-1 0.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished,
placed, maintained and removed in accordance with the minimum standards specified in Chapter 5
of the “Traffic Manual”, 1996 edition published by CALTRANS. Whenever the work causes
obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place
prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall
be provided at all times for traveled ways open to public traffic. All work necessary, including any
required lines or marks, to establish the alignment of temporary pavement delineation shall be
performed by the Contractor. When temporary pavement delineation is removed, all lines and marks
used to establish the alignment of the temporary pavement delineation shall be removed by grinding.
e Revised 10/08/03 Contract No. 3495 Page 65 of 93 Pages
Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material.
Temporary pavement delineation shall not be applied over existing pavement delineation or other
temporary pavement delineation. Temporary pavement delineation shall be maintained until
superseded or replaced with permanent pavement delineation.
Temporary pavement delineation shall be removed when, as determined by the Engineer, the
temporary pavement delineation conflicts with the permanent pavement delineation or with a new
traffic pattern for the area and is no longer required for the direction of public traffic. When temporary
pavement delineation is required to be removed, all lines and marks used to establish the alignment
of the temporary pavement delineation shall be removed.
Add the following section:
7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan
Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the
project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor
shall have such new or modified TCP prepared and submitted as a part of the Work for any and all
construction activities that are located within the travelled way. The Contractor shall have TCP
prepared and submitted as a part of the Work for any construction activities that are a part of this
project that are not included in the project plans. The Contractor must submit the TCP for the
Engineer’s review in conformance with the requirements of section 2-5.3, et seq. and obtain the
Engineer’s approval of the TCP prior to implementing them. The minimum 20-day review period
specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP,
new, modified or added to, for the Engineer’s review. New or revised TCP submittals shall include
all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in
sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of
features affecting the traffic control plan and the methodology proposed to transition to the
subsequent TCP phase. When the vertical alignment of the travelled surface differs from the
finished pavement elevation vertical curves must also be shown. Such modifications, supplements
and/or new design of TCP shall meet the requirements of the Engineer and Chapter 5 of the “Traffic
Manual”, 1 996 Edition as published by CALTRANS. Such modification, addition, supplement, and/or
new design of TCP shall be prepared by a registered professional engineer appropriately registered
in the State of California. The Engineer shall be the sole judge of the suitability and quality of any
such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such
modifications, supplements, and/or new designs to the TCP when, in the Engineer’s sole opinion,
such modifications, supplements, and/or new designs to the TCP prepared by the registered
professional engineer retained by the Contractor will be beneficial to the best interests of the Agency.
Such modification, addition, supplement, and/or new design shall not be implemented and no work
shall be commenced that is contingent on such approval until the changed TCP are approved by the
Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP
shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review
requirements for such modifications, supplements, and/or new designs to TCP shall conform to the
requirements of section 2-5.3 Shop Drawings and Submittals.
Add the following section:
7-1 0.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish
all labor and materials to perform, install, maintain, replace and remove all traffic control as
incidentals to the work with which they are associated and no other compensation will be allowed
the ref o re.
Revised 10/08/03 Contract No. 3495 Page 66 of 93 Pages
Add the following section:
7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary
precautions for the safety of employees on the work and shall comply with all applicable provisions of
Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons
on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect
and properly maintain at all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and public, and shall use danger signs warning
against hazards created by such features of construction as protruding nails, hoists, well holes, and
falling materials.
7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work
include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible
materials, such as borrow pits or gravel beds, for use in the proposed construction project which
would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions
established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of
the contract.
SECTION 9 -- MEASUREMENT AND PAYMENT
9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK
9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the
U.S. Standard Measures.
9-3 PAYMENT.
9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall
not be affected by any payment but shall commence on the date of recordation of the "Notice of
Completion"
9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following:
Each month, the Engineer will make an approximate measurement of the work performed to the
closure date as basis for making monthly progress payments. The estimated value will be based on
contract unit prices, completed change order work and as provided for in Section 9-2 of the
Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30)
calendar days after the closure date. Five (5) working days following the closure date, the Engineer
shall complete the detailed progress pay estimate and submit it to the Contractor for the
Contractor's information. Should the Contractor assert that additional payment is due, the
Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental
payment request to the Engineer with adequate justification supporting the amount of supplemental
payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon
as practicable after receipt, determine whether the supplemental payment request is a proper
payment request. If the Engineer determines that the supplemental payment request is not proper,
then the request shall be returned to the Contractor as soon as practicable, but not later than seven
(7) days after receipt. The returned request shall be accompanied by a document setting forth in
writing the reasons why the supplemental payment request was not proper. In conformance with
Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after
receipt of an undisputed and properly submitted supplemental payment request from the Contractor.
If payment of the undisputed supplemental payment request is not made within thirty (30) days after
receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate
set forth in subdivision (a) of Section 685.01 0 of the Code of Civil Procedure.
e Revised 10/08/03 Contract No. 3495 Page 67 of 93 Pages
Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment
Estimate and process a corresponding payment. This estimate will be in writing and shall be for the
total amount owed the Contractor as determined by the Engineer and shall be itemized by the
contract bid item and change order item with quantities and payment amounts and shall show all
deductions made or to be made for prior payments and amounts to be deducted under provisions of
the contract. All prior estimates and progress payments shall be subject to correction in the Final
Payment Estimate.
The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make
written statement disputing any bid item or change order item quantity or payment amount. The
Contractor shall provide all documentation at the time of submitting the statement supporting its
position. Should the Contractor fail to submit the statement and supporting documentation within the
time specified, the Contractor acknowledges that full and final payment has been made for all
contract bid items and change order items.
If the Contractor submits a written statement with documentation in the aforementioned time, the
Engineer will review the disputed item within 30 calendar days and make any appropriate
adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the
Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work.
The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to
ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the
Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time
such further information and details as may be required by the Engineer to determine the facts or
contentions involved in its claims. Failure to submit such information and details will be sufficient
cause for denying payment for the disputed items.
9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the
written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a
written statement by the Contractor no later than the date of receipt of the final payment estimate.
Those final payment items disputed in the written statement required in subsection 9-3.2 shall be
submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be
considered that was not included in this written statement, nor will any claim be allowed for which
written notice or protest is required under any provision of this contract including sections 3-4
Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written
Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with
notice or protest requirements.
The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the
basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims
and it will be the responsibility of the Contractor to furnish within a reasonable time such further
information and details as may be required by the Engineer to determine the facts or contentions
involved in its claims. Failure to submit such information and details will be sufficient cause for
denying the claims.
Payment for claims shall be processed within 30 calendar days of their resolution for those claims
approved by the Engineer. The Contractor shall proceed with informal dispute resolution under
subsection 3-5, Disputed Work, for those claims remaining in dispute.
@ Revised 10/08/03 Contract No. 3495 Page 68 of 93 Pages
I
Add the following section:
9-3.3.1 Delivered Materials.
into the Work will not be included in the progress estimate.
The cost of materials and equipment delivered but not incorporated
Add the following section:
9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will
be made at the stipulated lump-sum price bid therefore in the bid schedule, and includes full
compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment
and incidentals, and for doing all the work involved in mobilization and preparatory work and
operations, including, but not limited to, those necessary for the movement of personnel, equipment,
supplies, and incidental to preparing to conduct work on and off the project site and other offsite
facilities necessary for work on the project; for all other facilities, sureties, work and operations which
must be performed or costs incurred prior to beginning work on various contract items on or off the
project site, excepting those specifically paid for under separate sections of these specifications.
The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and
Preparatory Work, as described in this section, and that the Contractor shall have no right to
additional compensation for Mobilization and Preparatory Work.
Progress payments for Mobilization and Preparatory Work will be made as follows:
For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of
the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress
payment, an additional forty percent (40%) of the amount bid for mobilization and preparatory work
will be allowed therefore. After completion of the work and acceptance of the contract, twenty
percent (20%) will be included for payment in the Final Payment.
43 Revised 10/08/03 Contract No. 3495 Page 69 of 93 Pages
SUPPLEMENTAL PROVISIONS
TO
“GREEN BOOK”
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
PART 2, CONSTRUCTION MATERIALS
SECTION 200 - ROCK MATERIALS
200-2 UNTREATED BASE MATERIALS
200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per
Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A
Class 2 Aggregate Base and as specified herein.
Add the following section:
200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic
matter and other deleterious substances, and shall be of such nature that it can be compacted
readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement
treated base or a combination of any of these materials.
Aggregate shall conform to the grading and quality requirements shown in the following tables. At
the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer’s written
approval. AGGREGATE GRADING REQUIREMENTS
Percentage Passlng
7 1/2” Maximum 3/4” Maximum
Operating Operating Sieve Sizes Range 2” .................................. 100 1 112” ............................. 90-100
1“ ..................................
314” ............................... 50-85 No. 4 ............................. 25-45 No. 30 ........................... 10-25 No. 200 ........................ 2-9
-
Range - -
100 90-1 00 35-60
10-30 2-9
QUALITY REQUIREMENTS
Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min.
The aggregate shall not be treated with lime, cement or other chemical material before the Durability
Index test is performed.
If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Operating Range” but meet the “Contract Compliance’’ requirements,
placement of the aggregate base may be continued for the remainder of that day. However, another
day’s work may not be started until tests, or other information, indicate to the satisfaction of the
Engineer that the next material to be used in the work will comply with the requirements specified for
“Operating Range.”
@ Revised 10/08/03 Contract No. 3495 Page 70 of 93 Pages
If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the
requirements specified for “Contract Compliance,” the aggregate base which is represented by these
tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for
such aggregate base left in place. The City may deduct this amount from any moneys due, or that
may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent
do not conform to the “Contract Compliance” requirements, only one adjustment shall apply.
j
No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or
one day’s production, whichever is smaller.
SECTION 203 - BITUMINOUS MATERIALS
203-6 ASPHALT CONCRETE.
DELETE sections 203-6.2 and 203-6.3.2 and ADD the following:
203-6.1 General. Add the following: The Contractor shall submit a design mix report and verification
data for review by the Engineer for each source of supply and type of mixture specified. The design
mix report shall indicate the results of all testing requirements identified in sections 203-1.2 and
203-6.3 of the standard specifications for public works construction and these special provisions.
203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR-4000 for surface
course, and B-AR-4000 for base course. Asphalt concrete shall be class D2-AR-8000 for dikes and
class E-AR-8000 ditches.
203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be
determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or
by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that
confirms the production of a particular mix design and verifies using samples of aggregate taken
before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with
Calif. Test 125.
(
When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size
samples shall be taken to ensure representative and adequate quantity of material for:
1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 21 72, and Calif.
Test 202.
2. Stability’ using:
a. Stabilometer Value2 using Calif. Test 366 and shall be the average of three individual
Stabilometer Values
And/or
Marshall Stability in accordance with the Asphalt Institute’s MS-2 fabricated and tested
for traffic volume and shall be the average of three specimens.
b.
Stability will be waived provided the extracted asphalt concrete is within +/-.5 of mix design and the extracted 1
gradation complies with Table 203-6.3.2 (A).
*Use Marshall Stability when the deviation between individual Stabilometer Values are greater than +/-4.
@ Revised 10/08/03 Contract No. 3495 Page 71 of 93 Pages
When using core sample analysis, the samples must be properly prepared to safeguard against
influx of outside contaminates and so that the cut surfaces do not influence the test results.
The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares,
overside drains and aprons at the ends of drainage structures shall be increased one percent by
mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete
placed on the traveled way.
203-6.3.3 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in
conformance with the mix design when the asphalt content is within +/-.5 of the design mix and the
gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be
considered in conformance with the mix design provided the stability of the completed mix complies
with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt
Institute MS-2.
Plant inspected asphalt concrete will be considered in conformance with the mix design when
visually inspected and the combined gradation of the Bin samples show conformance to the grading
as shown in Table 203-6.3.2 (A).
203-6.6.2, Batch Plant Method, modify as follows: Third paragraph, last sentence, delete “and from
the Engineer’s field laboratory”. Last paragraph, add after D 21 72: “method A or B.”
203-6.7 Asphalt Concrete Storage. add the following: Open graded asphalt concrete stored in
excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in
the work.
SECTION 206 - MISCELLANEOUS METAL ITEMS
Add the following section:
206-7 TRAFFIC SIGNS.
Add the following section:
206-7.1 Permanent Traffic Signs Permanent traffic signs shall consist of 1 0-gage and 12-gage
cold-rolled steel perforated tubing. This includes all signs used for the direction, warning, and
regulation of vehicle (including bicycle) and pedestrian traffic upon the completion of the Work unless
otherwise shown on the plans.
Add the following section:
206-7.1.1 General. Materials, legend, proportion, size, and fabrication of all signs used for the
direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to
the requirements of “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993”,
Sheets 1 through 5 that accompany “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS,
October 1993 of dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated
February 1980, all published by the State of California, Department of Transportation, Division of
Procurement Services, Office of Material Operations, 1 900 Royal Oaks Drive, Sacramento, CA
9581 9 and as modified herein. Where the “SPECIFICATION FOR REFLECTIVE SHEETING SIGNS,
October 1993” require the Contractor or supplier to notify the Department of Transportation or to
certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing,
approval, observation of manufacturing or assembly operations by the State of California,
Department of Transportation and/or its employees or officials, such rights shall be vested in the
Engineer.
<> Revised 10/08/03
- ~~
Contract No. 3495 Paae 72 of 93 Panes
Add the following section:
206-7.1.2 Sign Identification. Modify the “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993 as follows: Sign identification shall be as per “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993”, except that the notation shall be “PROPERTY OF
THE CITY OF CARLSBAD.
Add the following section: 206-7.1.3 Drawings. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: Standard signs shall be as per the most recently approved “Approved Sign Specification Sheets” of the State of California, Department of Transportation. The date of approval shall be the
date most closely preceding the date of manufacture of the sign(s) or the date of the “Notice to Proceed” of this contract, whichever is most recent.
Add the following section: 206-7.1.4 Reflective Sheeting. Modify the “Specifications For Reflective Sheeting Signs, October 1993 as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type 111 encapsulated lens sheeting conforming to the requirements of this specification.
Add the following section: 206-7.1.5 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: All permanent traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate.
Add the following section: 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or,
when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used.
Add the following section:
206-7.1.6 Traffic Sign Posts. perforated tubing posts as shown on San Diego Regional Standard drawing M-45.
Add the following section: 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor‘s performance of the Work. Temporary traffic signs include both stationary and portable signs.
Add the following section: 206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs
used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of “Specifications For Reflective Sheeting Signs, October 1993”, Sheets 1 through 5 that accompany “Specifications For Reflective Sheeting Signs, October 1993 of
dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where The “Specification For Reflective Sheeting Signs, October 1993” require the
Contractor or supplier to notify the Department of Transportation or to certify compliance to said “Specifications For Reflective Sheeting Signs, October 1993, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer.
Posts shall be constructed of 1 O-gage or 12-gage cold-rolled steel
Revised 10/08/03 Contract No. 3495 Page 73 of 93 Pages
Add the following section:
206-7.2.2 Drawings. Modify the “Specifications For Reflective Sheeting Signs, October 1993 as
follows: Standard temporary traffic signs shall be as per the most recently approved “Approved Sign
Specification Sheets” of the State of California, Department of Transportation. The date of approval
shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the
“Notice to Proceed” of this contract, whichever is most recent.
Add the following section:
206-7.2.3 Reflective Sheeting. Modify the “Specifications For Reflective Sheeting Signs, October
1993 as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with
Type Ill encapsulated lens sheeting conforming to the requirements of this specification.
Add the following section: 206-7.2.4 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as
follows: Excepting only construction warning signs used at a single location during daylight hours for not more than five (5) consecutive days, all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum substrate.
Add the following section:
206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 1 O-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation “Standard Plans” 1995 edition standard plans numbers RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7’). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials 2nd
installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m (5 v)of sign area, or the signs may be installed on existing lighting standards when approved
by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements specified for aluminum signs in the “Specifications For Reflective Sheeting Signs, October 1993.
Add the following section:
206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 1 O-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs
are installed and the type of sign installation is not shpwn on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate.
Add the following section:
206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for stationary mounted signs in the “Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and leg- end requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these Supplemental Provisions. The height to the bottom of the sign panel above
the edge of traveled way shall be at least 0.3-m (12”). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required.
@ Revised 10/08/03 Contract No. 3495 Page 74 of 93 Pages
Add the following section:
206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS.
Add the following section:
206-8.1 General. This Section pertains to 1 O-gage and 12-gage cold-rolled steel perforated tubing
used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be
cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to
ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching
operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four
faces with 1 1 mm (7/16”) holes on 25 mm (1”) centers.
Add the following section:
206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.01 l”,
-0.005”). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance
of +0.25 mm (+0.010”) applied to the specific size determined at the corner. Straightness tolerance
variation shall not exceed 1.6 mm in 1 m (1/16 “ in 3’). Tolerance for corner radius is 4.0mm (5/32”),
plus or minus 0.40 mm (1/64“). Weld flash on corner-welded square tubing shall permit 3.60 mm
(9/64”) radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive
size tubes shall telescope freely for 3.lm (10’). Tolerance on hole size is plus or minus 0.40 mm
(1/64“) on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8 in 20’). In
addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not
exceed those listed in tables 206-8.2 (A) and 206-8.2(B).
TABLE 206-8.2(A)
LIGHT GAGE STEEL TUBING SIZE TOLERANCE
Nominal Outside Dimensions I Outside Tolerance for All Sides at Corners
,
Revised 10/08/03 Contract No. 3495 Page 75 of 93 Pages
Nominal Outside Dimension
(1 x 1) (1 -’/4 x 1 -74)
(1 -’/2 x 142)
(1 -”4 x 1 -3/4)
(2-3/ls x 2-3/16)
(z-’/~ x 2-‘/4)
(2-72 x 232)
mm (Inches)
25 x 25
32 x 32
38 x 38
44x44
51 x51 (2 x 2)
56 x 56
57 x 57
64 x 64
51 x76 (2 x 3)
(‘I Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed.
(2) Twist is measured by holding down the edge of one end of a square tube on a surface plate
with the bottom side of the tube parallel to the surface plate, and noting the height that either
corner on the opposite end of the bottom side is above the surface plate.
Twist Permissible in 900 mm 3) b) Sq uar eness“)
mm (Inches) md2) (Inches)
0.15 0.006 1.3 0.050
0.18 0.007 1.3 0.050
0.20 0.009 1.3 0.050
0.25 0.01 0 1.6 0.062
0.30 0.01 2 1.6 0.062
0.01 4 1.6 0.062 0.36
0.36 1.014 1.6 0.062
0.38 0.01 5 1.9 0.075
0.46 0.01 8 1.9 0.075
Add the following section:
206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel
“pull-through” electrogalvanized rivets with 9.5 mm (3/8”) diameter shank, 22 mm (7/8”) diameter
head, and a grip range of from 5 mm (0.200”) to 0.90 mm (0.356”). The fasteners shall conform to
ASTM B-633, Type Ill
Add the following section:
206-9 PORTABLE CHANGEABLE MESSAGE SIGN
Add the following section:
206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller
unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall
be assembled to form a complete self-contained portable changeable message sign, which can be
delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall
be capable of operating in an ambient air temperature range of -20% (-49F) to +70X (158”) and
shall not be affected by unauthorized mobile radio transmissions.
The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be
with the bottom of the sign at least 2.1 m (7’) above the ground and the top no more than 4.4 m
(14.5’) above the ground. After initial placement, PCMS shall be moved from location to location as
directed by the Engineer
Add the following section:
206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of
460 m (1500’) and shall be legible from a distance of 230 m (750’), at noon on a cloudless day, by
persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not
less than 7 characters per line. Sign messages to be displayed shall be as approved by the
Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method
which does not interfere with the clarity of the sign message. The sign shall be raised and lowered
by means of a’power driven lifting mechanism. The matrix sign shall be capable of complete
alphanumeric selection.
f? Revised 10/08/03 Contract No. 3495 Page 76 of 93 Pages
Lamp matrix type signs shall be equipped with an automatic dimming operational mode that
automatically compensates for the influence of a temporary light source or other abnormal lighting
conditions. The sign shall have manual dimming operation modes of 3 or more different lamp
intensities.
Surface to be Painted
Temporary Railing type (K)
Matrix signs not utilizing lamps shall be either internally or externally illuminated at night.
The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at
least 5 pre-programmed messages. The controller shall be installed in a location allowing the
operator to perform all functions from one position. A keyboard entry system shall be provided to
allow an operator to generate an infinite number of additional messages over the pre-programmed
stored messages. The keyboard shall be equipped with a security lockout feature to prevent
unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the
keyboard created messages in memory during periods when the power is not activated. The
controller shall provide for a variable message display rate which allows the operator to match the
information display to the speed of the approaching traffic. The flashing off time shall be operator
adjustable within the control cabinet.
Pre-reatment / Surface Primer Finish Coats
Preparation
Abrasive Blast Cleaning to a None Two coats white Acrylic
Roughened, Textured Appearance Emulsion Paint (’)
Add the following section:
206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained
at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be
diligently maintained and repaired by the Contractor throughout the project in accordance with the
manufacturer’s recommendations. When ownership is transferred to the City (at the end of the job),
it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration.
Add the following section:
206-9.4 Measurement and Payment. The contract unit price PCMS shall include full compensation
for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved
in furnishing, placing, operating, maintaining, repairing, replacing, transporting from location to
location, and delivery of the signs to the City at the completion of the construction, in good working
order, and as directed by the Engineer, and no other compensation will be made.
SECTION 21 0 - PAINT AND PROTECTIVE COATINGS
210-1 PAINT.
210-1.5 Paint Systems. Add the following to Table 21 0-1.5(A)
Revised 10/08/03 Contract No. 3495 Page 77 of 93 Pages
21 0-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows:
Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons,
and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. PTWB-01.
Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall
markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification No.
8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the
molten thermoplastic material and shall conform to the requirements of CALTRANS Specification No.
801 0-004 (Type 11). CALTRANS Specifications for water borne paint, thermoplastic material and
glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Box 19128,
Sacramento, CA 9581 9, telephone number (91 6) 227-7000.
43 Revised 10/08/03 Contract No. 3495 Page 78 of 93 Pages
i
SUPPLEMENTAL PROVISIONS
TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION
PART 3, CONSTRUCTION METHODS
Add the following section:
300-12 WATER POLLUTION CONTROL
Add the following section:
300-1 2.1 General. The Contractor shall exercise every reasonable precaution to protect the
drainage system and coastal waters from pollution with fuels, oils, bitumens, calcium chloride and
other harmful materials and shall conduct and schedule operations so as to avoid or minimize
muddying and silting of coastal waters. Care shall be exercised to preserve roadside vegetation
beyond the limits of construction.
Water pollution control work is intended to provide prevention, control, and abatement of water
pollution to streams, waterways, and other bodies of water, and shall consist of constructing those
facilities that may be shown on the plans, specified herein or in the Special Provisions, or directed by
the Engineer.
Nothing in the terms of the contract nor in the provisions shall relieve the Contractor of the
responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code, or other
applicable statutes relating to prevention or abatement of water pollution.
Compliance with the requirements of this section shall in no way relieve the Contractor from the
responsibility to comply with the other provisions of the contract, in particular the responsibility for
damage and for preservation of property.
The Contractor shall also conform to the following provisions:
1. Oily or greasy substances originating from the Contractor's operations shall not be allowed to
enter or be placed where they will later enter the storm drain system.
2. Portland cement or fresh portland cement concrete shall not be allowed to enter the storm drain
system.
3. Material derived from roadway work shall not be deposited in a live stream channel where it could
be washed away by high stream flows or where it can be washed into the storm drain system.
Add the following section:
300-12.2 Applicable Permits. This project shall conform to the requirements of Permit No. 2001 -01,
NPDES No. CAS01 08758 issued by the California Regional Water Quality Control Board.
This permit, hereafter referred to as the "Permit," regulates storm water discharges associated with
construction activities.
@ Revised 10/08/03 Contract No. 3495 Page 79 of 93 Pages
Add the following section:
300-12.3 Liability. The Contractor shall be responsible for the costs and for any liability imposed by
law as a result of the Contractor's failure to comply with the requirements set forth in this section
"Water Pollution Control", including but not limited to, compliance with the applicable provisions of
the Handbook, Permit and Federal, State and local regulations. For the purposes of this paragraph,
costs and liabilities include, but are not limited to, fines, penalties and damages whether assessed
against the State or the Contractor, including those levied under the Federal Clean Water Act and
the State Porter Cologne Water Quality Act.
Unless arrangements for disturbance of areas outside the project limits are made by the City and
made part of the contract, it is expressly agreed that the City assumes no responsibility to the
Contractor or property owner whatsoever with respect to any arrangements made between the
Contractor and property owner to allow disturbance of areas outside the project limits.
Add the following section:
300-12.4 Retention of Money. In addition to any remedy authorized by law, the City may retain
money due the Contractor under the contract in an amount considered necessary by the City may be
retained by the City until disposition has been made of the costs and liabilities.
The retention of money due the Contractor shall be subject to the following:
1. The City will give the Contractor 30 days notice of its intention to retain funds from any
partial payment that may become due to the Contractor prior to acceptance of the contract.
Retention of funds from any payment made after acceptance of the contract may be made
without prior notice to the Contractor.
2. No retention of additional amounts out of partial payments will be made if the amount to be
retained does not exceed the amount being withheld from partial payments pursuant to Section
9-3.2, "Partial and Final Payments," of the Standard Specifications.
Add the following section:
300-12.5 Access. The Contractor shall, at reasonable times, allow authorized agents of the
California Regional Water Quality Control Board, State Water Resources Control Board, U. S.
Environmental Protection Agency and local storm water management agency, upon the presentation
of credentials and other documents as may be required by law, to:
1. Enter upon the construction site and the Contractor's facilities pertinent to the work;
2. Have access to and copy any records that must be kept as specified in the Permit;
3. Inspect the construction site and related soil stabilization practices and sediment control
measures; and
4. Sample or monitor for the purpose of ensuring compliance with the Permit.
The Contractor shall notify the Engineer immediately upon request from regulatory agencies to enter,
inspect, sample, monitor or otherwise access the project site or the Contractor's records.
Add the following section:
300-12.6 Storm Water Pollution Prevention Plan. As part of the water pollution control work,
a Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP," is required for this
contract. The SWPPP shall conform to the requirements of the Standard Specifications,
the requirements in the California Storm Water Best Management Handbook, the requirements of
the Permit, the requirements in the plans and these Special Provisions.
No work having potential to cause water pollution, as determined by the Engineer, shall be performed
until the SWPPP has been approved by the Engineer.
@ Revised 10/08/03 Contract No. 3495 Page 80 of 93 Pages
I
Within 20 calendar days after the award of the contract, the Contractor shall submit 6 copies of the
SWPPP to the Engineer pursuant to Section 2-5.3.3. The City may withhold issuance of the Notice
to Proceed pending acceptance of the Contractor's SW PPP. In order to allow construction activities
to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being
completed.
The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the
quality of storm water discharges associated with the project and to identify, construct, implement
and maintain water pollution control measures, hereafter referred to as control measures, to reduce
to the extent feasible pollutants in storm water discharges from the construction site both during and
after construction is completed under this contract.
The SW PPP shall incorporate control measures in the following categories:
1. Soil stabilization practices;
2. Sediment control practices;
3. Sediment tracking control practices;
4. Wind erosion control practices; and
5. Non-storm water management and waste management and disposal control practices.
Specific objectives and minimum requirements for each category of control measures are contained
in the Handbook.
The Contractor shall consider the objectives and minimum requirements presented in the Handbook
for each of the above categories. When minimum requirements are listed for any category,
the Contractor shall incorporate into the SWPPP and implement on the project, one or more of the
listed minimum controls required in order to meet the pollution control objectives for the category.
In addition, the Contractor shall consider other control measures presented in the Handbook and
shall incorporate into the SWPPP and implement on the project the control measures necessary to
meet the objectives of the SWPPP. The Contractor shall document the selection process in
accordance with the procedure specified in the Handbook.
The following contract items of work, as shown on the project plans, shall be incorporated into the
SW PPP as permanent post-construction control measures: hydroseeded slopes. These control
measures shall be utilized as construction period control measures. The following control measures
which are not separate contract items of work shall be incorporated into the SWPPP as permanent
post-construction control measures as shown on the project plans: sandbag barrier, environmental
fence, silt fence, gravel bags, and gravel bag weir. Attention is directed to "Order of Work" of these
Special Provisions. The Contractor shall consider other control measures to supplement these
permanent, post-construction control measures when necessary to meet the pollution control
objectives of the SWPPP. The Contractor shall maintain and protect the permanent control
measures throughout the duration of the project and shall restore these controls to the lines and
grades shown on the plans prior to acceptance of the project.
The SWPPP shall include, but not be limited to, the following items as described in the Handbook
and Permit:
1. Source Identification;
2. Erosion and Sediment Controls;
3. Non-Storm Water Management;
4. Waste Management and Disposal;
5. Maintenance, Inspection and Repair;
6. Training;
7. List of Contractors and Subcontractors;
a Revised 10/08/03 Contract No. 3495 Page 81 of 93 Pages
8. Post-Construction Storm Water Management;
9. Preparer;
IO. A copy of the Notice of New Construction submitted by the City for this project;
11. Copy of the local permit;
12. BMP Consideration Checklist;
13. SW PPP Checklist;
14. Schedule of Values; and
15. Water Pollution Control Drawings.
The Contractor shall amend the SWPPP, graphically and in narrative form, whenever the City
determines a change in construction activities or operations that may affect the discharge of
significant quantities of pollutants to surface waters, ground waters, municipal storm drain systems,
or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation
of any condition of the Permit, or has not effectively achieved the objective of reducing pollutants in
storm water discharges. Amendments shall show additional control measures or revised operations,
including those in areas not shown in the initially approved SWPPP, which are required on the
project to control water pollution effectively. Amendments to the SWPPP shall be submitted for
review and acceptance by the Engineer in the same manner specified for the initially approved
SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the
amendment, the Contractor shall implement the additional control measures or revised operations.
The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project
site. The SWPPP shall be made available upon request of a representative of the Regional Water
Quality Control Board, State Water Resources Control Board, U.S. Environmental Protection Agency
or local storm water management agency. Requests by the public shall be directed to the Engineer.
By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating
compliance with the requirements governing the Permit. If the project is in non-compliance at any
time, the Contractor shall make a written report to the Engineer within 15 days of identification of
non-compliance.
Add the following section:
300-1 2.7 Water Pollution Control Schedule of Values. The Contractor shall submit with the
SWPPP, for approval by the Engineer, a schedule of values detailing the cost breakdown of the
contract lump sum item for Water Pollution Control. The schedule of values shall reflect the items of
work, quantities and costs for control measures shown in the SWPPP and shown on the plans,
except for critical temporary controls and permanent control measures which are shown on the
project plans and for which there is a contract item of work. Adjustments in the items of work and
quantities listed in the schedule of values shall .be made when required to address approved
amendments to the SWPPP.
The sum of the amounts for the units of work listed in the schedule of values shall be equal to the
contract lump sum price for Water Pollution Control.
If approved in writing by the Engineer, the schedule of values will be used to determine progress
payments for water pollution control during the progress of the work, and as the basis for calculating
any adjustment in compensation for the contract item for water pollution control due to changes in
the work ordered by the Engineer.
Revised 10/08/03 Contract No. 3495 Page 82 of 93 Pages
i
!
Add the following section:
300-12.8 SWPPP Implementation. Upon approval of the SWPPP, the Contractor shall be
responsible throughout the duration of the project for installing, constructing, inspecting and
maintaining the control measures included in the SWPPP and any amendments thereto and for
removing and disposing of temporary control measures. Unless otherwise directed by the Engineer
or specified in these Special Provisions, the Contractor's responsibility for SW PPP implementation
shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3,
"Suspension of Work," of the Standard Specifications. Requirements for installation, construction,
inspection, maintenance, removal and disposal of control measures are specified in the Handbook
and these Special Provisions.
Soil stabilization practices and sediment control measures, including minimum requirements, shall be
provided throughout the winter season, defined as between October 1 and April 30.
Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas
of the project site shall be completed, except as provided for below, no later than 20 days prior to the
beginning of the winter season or upon start of applicable construction activities for projects which
begin either during or within 20 days of the winter season.
Throughout the winter season, the active, soil-disturbed area of the project site shall be no more than
5 acres. The Engineer may approve, on a case-by-case basis, expansions of the active, soil-
disturbed area limit. The Contractor shall demonstrate the ability and preparedness to fully deploy
soil stabilization practices and sediment control measures to protect soil-disturbed areas of the
project site before the onset of precipitation. The Contractor shall maintain a quantity of soil
stabilization and sediment control materials on site equal to 100% percent of that sufficient to protect
unprotected, soil-disturbed areas on the project site and shall maintain a detailed plan for the
mobilization of sufficient labor and equipment to fully deploy control measures required to protect
unprotected, soil-disturbed areas on the project site prior to the onset of precipitation.
The Contractor shall include a current inventory of control measure materials and the detailed
mobilization plan as part of the SWPPP.
Throughout the winter season, active soil-disturbed areas of the project site shall be fully protected at
the end of each day with soil stabilization practices and sediment control measures unless fair
weather is predicted through the following work day. The weather forecast shall be monitored by the
Contractor on a daily basis. The National Weather Service forecast shall be used, or an alternative
weather forecast proposed by the Contractor may be used if approved by the Engineer.
If precipitation is predicted prior to the end of the following work day, construction scheduling shall be
modified, as required, and the Contractor shall deploy functioning control measures prior to the onset
of the precipitation.
The Contractor shall implement, year-round and throughout the duration of the project,
control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water
management and waste management and disposal.
The Engineer may order the suspension of construction operations, at no cost to the Agency, which
create water pollution if the Contractor fails to conform to the requirements of this section as
determined by the Engineer.
Revised 10/08/03 Contract No. 3495 Page 83 of 93 Pages
Add the following section:
300-1 2.9 Maintenance. To ensure the proper implementation and functioning of control measures,
the Contractor shall regularly inspect and maintain the construction site for the control measures
identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address
any damaged measures or reinitiate any measures that have been discontinued.
The construction site inspection checklist provided in the Handbook shall be used to ensure that the
necessary measures are being properly implemented, and to ensure that the control measures are
functioning adequately. The Contractor shall submit one copy of each site inspection record to the
Engineer within three days of making the inspection.
During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows:
1. Prior to a forecast storm;
2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every 2 weeks.
If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and approved by the Engineer in writing, but not
later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City.
Add the following section: 300-12.10 Payment. The contract lump sum price paid for Water Pollution Control shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in developing, preparing, obtaining approval of, revising and amending the SWPPP, and for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in installing, constructing, maintaining, removing and disposing of control measures, including those shown on the project plans, as shown on the plans, and as specified in these Special Provisions, and as directed by the Engineer.
Changes in control measures required by an agency initiated amendment to the SWPPP that is not a result of the Contractor‘s change of construction activities or operations, or a result of a violation of any condition of the Permit, or a result of the accepted SWPPP not effectively achieving the objective of reducing pollutants in storm water discharges, will be considered extra work, in accordance with Section 3-3, “Extra Work,” of the Standard Specifications and the following:
If the control measure is listed in the approved SWPPP schedule of values, an adjustment in compensation for the contract item for water pollution control will be made by applying the increase or decrease in quantities to the approved schedule of values. No adjustment of compensation will be made to the unit price listed for any item in the schedule of values due to any increase or decrease in the quantities, regardless of the reason for the increase or decrease.
If the control measure is not listed in the approved SWPPP schedule of values, payment will be made according to Section 3-3, “Extra Work,” of the Standard Specifications.
Those control measures which are shown on the project plans and for which there is a contract item of work will be measured and paid for as that item of work.
The Engineer will retain an amount equal to 25 percent of the estimated value of the contract work
performed during estimate periods in which the Contractor fails to conform to the requirements of this section as determined by the Engineer.
Revised 10/08/03 Contract No. 3495 Page 84 of 93 Pages
Retentions for failure to conform to the requirements of this section shall be in addition to the other
retentions provided for in the contract. The amounts retained for failure of the Contractor to conform
to the requirements of this section will be released for payment on the next monthly estimate for
partial payment following the date that an approved SWPPP has been implemented and maintained,
and water pollution is adequately controlled, as determined by the Engineer.
SECTION 302 - ROADWAY SURFACING
302-5 ASPHALT CONCRETE PAVEMENT.
302-5.1 General. add the following: The Contractor shall treat all vegetation within the limits of the
paved area to receive asphalt concrete paving with a’ post emergent herbicide. Herbicide shall be
applied at least 2 (two) working days prior to paving the area. Allowance for the two day period shall
be shown in the schedule required per section 6-1.
302-5.2.5 Pavement Transitions. add the following: The Contractor shall ramp the approaches and
termini to all structures and vertical joints in the cold-milled area which are transverse to through
traffic with temporary asphalt concrete pavement as specified in section 306-1 5.1. Ramps shall be
constructed the same day as cold milling and removed the same day as permanent paving. Ramp
dimensions and compaction shall be as approved by the Engineer.
302-5.4 Tack Coat. add the following: The Contractor shall place a tack coat between the
successive interfaces of existing pavement and new pavement when, in the opinion of the engineer,
the contractor has failed to maintain or prepare each existing or previously laid course of asphalt
receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the
new pavement course is dirty enough to impair bonding between the next lift of asphalt.
302-5.5 Distribution and Spreading. modify as follows: After second sentence of sixth paragraph,
add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt
concrete surface course with an automatic screed control for surface course paving. The automatic
screed control shall be 9 m (30’) minimum length. The paving machine shall be operated by an
operator and two full-time screed men during all paving.
302-5.6.1 General. modify as follows: Second paragraph, Part (2)’ add: Pinched joint rolling
procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise
directed by the Engineer.
modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial
breakdown rolling shall be followed by a pneumatic-tired roller as described in this section.
Revised 10/08/03 Contract No. 3495 Page 85 of 93 Pages
SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION
306-1 OPEN TRENCH OPERATIONS
Add the following section: 306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use.
Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate
bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review
process will take into account the following factors: 1. Traffic volume and composition.
2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions.
The following formula shall be used to score the permitted use of steel plate bridging:
PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED Ikmh) + SLOPE X 1001 X LANES
PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED Imph) + SLOPE X 1001 X LANES
1000 8
1000 5
where: PS ADT
EWL DAYS
WEEKEND
NIGHTS
WEATHER
SPEED
SLOPE
LANES
plate score. average daily traffic as defined in the CALTRANS Traffic Manual. equivalent wheel loads as defined in the CALTRANS Traffic Manual. total number of 24 hour periods during which the plates will be utilized at the site being considered. total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights.
total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging.
the number of lanes where plates will be used.
When the computed value of the plate score exceeds 50, steel plate bridging shall not be used
unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative
method of construction is possible in lieu of using steel plate bridging or that other overriding
considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging
shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and
other methods of trenchless construction. Unless specifically noted in the provisions of the
Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed
four (4) consecutive working days in any given week.
Revised 10/08/03 Contract No. 3495 Page 86 of 93 Pages
i
Add the following section:
306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width
of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety
regulations require or the Engineer determines that shoring is necessary to protect the health or
safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of
the Standard Specifications. The trench shoring shall be designed and installed to support the steel
plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be
submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and
Submittals. The Contractor shall backfill and resurface excavations in accordance with section
306-1 -5.
Add the following section:
306-1.1.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether
transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a
non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases,
the following conditions shall apply:
a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the
b) Steel plates used for bridging must extend a minimum of 610 mm (2’) beyond the edges of
c) Steel plate bridging shall be installed to operate with minimum noise.
sole discretion of the Engineer, it is approved as specified hereinbefore.
the trench.
When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall
install using either Method (1) or (2) depending on the design speed of the portion of street where the
steel plate bridging is proposed for use.
Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth
equal to the thickness of the plate and to a width and length equal to the dimensions of the plate.
The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical
movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm
(1 ”) and shall be filled with elastomeric sealant material which may, at the contractor’s option, be
mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of
tables 203-5.2(6) and 203-5.3(A) .
Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal
placement) shall be attached to the roadway and shall be secured against displacement by using two
adjustable cleats that are no less than 50 mm (2”) shorter than the width of the trench bolted to the
underside of each plate and located within 150 mm (6”) of the beginning and end of the trench for
plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter
(12” x W) steel bolts placed through the plate and driven into holes drilled 300 mm (12”) into the
pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to
each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5%
with a minimum 300 mm (12”) taper to cover all edges of the steel plates. When steel plates are
removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant
material. At the Contractor’s option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the
steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during
and after their use.
Revised 10/08/03 Contract No. 3495 Page 87 of 93 Pages
Add the following section:
306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table
306-1.1.7.4(A)
TABLE 306-1.1.7.4(A)
0.6 m (23)
0.8 m (31”)
1.0 m (41”)
1.6 m (63)
REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH
Maximum Trench Width (’) I Minimum Plate Thickness
19 mm (3/4)))
22 mm (’/BI()
25 mm (1”)
32mm (1 W)
Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per
CALTRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface
on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test
Method 342. If a different test method is used, the Contractor may utilize standard test plates with
known coefficients of friction available from the CALTRANS District 11 Materials Engineer to
correlate skid resistance results to California Test Method 342. In addition to all other required
construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an
orange background in advance of steel plate bridging.
Add the following section:
306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to:
steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and
padding, signage, placing, installation, removal, relocation, preparation and processing of shop
drawings and submittals to support the use of steel plate bridging and all other materials, labor,
supervision, overhead of any type or description will be paid for as an incidental to the work that the
bridging is installed to facilitate. No separate payment for steel plate bridging will be made.
No extension to contract time will be allowed for, or because of, the use of steel plate bridging.
306-1.2.1 Bedding. All installation of, and bedding for recycled water, or potable water mains shall
conform to Carlsbad Municipal Water District Rules and Regulations for the Construction of (Potable
or Reclaimed) Water Mains, latest edition.
@ Revised 10/08/03 Contract No. 3495 Page 88 of 93 Pages
i
SECTION 310 - PAINTING
31 0-5 PAINTING VARIOUS SURFACES.
31 0-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth
paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision
necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks,
and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall
remove by wet grinding all existing or temporary traffic markings and lines that may confuse the
public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings.
31 0-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall
provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary
traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or
that may be confusing to the public. The surface produced by grinding the existing or temporary
traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3
mm (1/8’1) in 3 m (10’) when measured parallel to the centerline of the street or more than 6 mm (’/;)
in 3 m (1 0’) when measured perpendicular to the centerline of the street. The use of any equipment
that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction.
31 0-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be
abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by
high velocity water jet may be permitted when there is neither potential of the water and detritus from
the high velocity water jetting to damage vehicles or private property nor to flow from the street into
any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum
all water and detritus resulting from high velocity water jet striping removal from the pavement
immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the
storm drain system or to leave the pavement surface. Surface variation limitations for high velocity
water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking
method other than a minimum 30mm (0.1 0’) thick asphalt concrete overlay is not permitted.
31 0-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor
shall establish the necessary control points for all required pavement striping and markings by
surveying methods. No layout of traffic striping shall be performed by the Contractor before
establishment of the necessary control points. The Contractor shall establish all traffic striping
between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight
stripes deviating more than 80mm per 1OOmm (11 2 inch in 50 feet) by wet grinding, and then
correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses.
e Revised 10/08/03 Contract No. 3495 Page 89 of 93 Pages
31 0-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply
the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor
shall paint the ends of each median nose yellow.
Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one
coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly
visible both day and night.
310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary
traffic striping, curb markings and pavement markings as shown on the plans and required by the
specifications shall be included in the lump-sum price bid for temporary and final traffic striping, and
no additional compensation will be allowed therefore. Reapplication of temporary stripes and
markings shall be repainted at the Contractor's expense, and no additional compensation will be
allowed therefore. The lump sum prices bid and shall include all labor, tools, equipment, materials,
and incidentals for doing all work in installing the final and temporary traffic striping.
Add the following Section:
310-7 PERMANENT SIGNING
Add the following Section:
310-7.1 General. Add the following section: The Contractor shall provide and install all permanent
traffic control signs at locations shown on plans and as specified herein.
Add the following section:
31 0-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the
plans or required in the specifications are a part of the lump-sum item for permanent signing and
payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals and for doing all the work involved in supplying and installing permanent signing and
appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification
and these special provisions, and as directed by the Engineer.
SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL
312-1 PLACEMENT. Add the following to the third paragraph:
4) When being installed on asphalt concrete pavement sooner than 14 days after placement
of the asphalt concrete pavement course on which the pavement markers are to be placed.
Add the following section:
312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove
reflective channelizers the same as for pavement marker placement and removal. The Contractor
shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved
alignment to the same tolerances of position as for application of paint in section 310-5.6.8.
The Contractor shall perform all layout work necessary to place the channelizers to the proper
alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause,
the channelizers shall immediately be replaced or restored to their original location, by the
Contractor. When reflective channelizers are removed the pavement surface shall be restored to the
same color and surface finish as the adjacent pavement.
@ Revised 10/08/03 Contract No. 3495 Page 90 of 93 Pages
SECTION 31 3 - TEMPORARY TRAFFIC CONTROL DEVICES
Add the following section:
313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS.
Add the following section:
313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers,
channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on
the plans and as required in the specifications, complete in place prior to opening the traveled way
served by said final and temporary traffic pavement markers, signing, railing (type K) and
appurtenances to public traffic.
31 3-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be
placed in accordance with the manufacturer’s instructions. Temporary reflective raised pavement
markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer,
except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in
areas where removal of the markers will be required. Pavement striping, legends and markers which
conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The
Contractor shall use temporary reflective raised pavement markers for temporary pavement marking,
except when the temporary pavement markers are used to replace patterns of temporary traffic stripe
that will be in place for less than 30 days. Reflective pavement markers used in place of the
removable-type pavement markers shall conform to the section 31 2 “Pavement Marker Placement
and Removal”, except the 14-day waiting period before placing the pavement markers on new
asphalt concrete surfacing as specified in section 312-1 “Placement”, shall not apply; and epoxy
adhesive shall not be used to place pavement markers in areas where removal of the markers will be
required.
Add the following section:
313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished,
placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in
color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions.
The reflective sheeting shall be 75 mm x 300 mm (3” x 12) in size. The reflective sheeting shall be
visible at 300 m (1000’) at night under illumination of legal high beam headlights, by persons with
vision of or corrected to 20120. The channelizer bases shall be cemented to the pavement in the
same manner as provided for cementing pavement markers to pavement in section 312-1,
“Placement.” Channelizers shall be applied only on a clean, dry surface. Channelizers shall be
placed on the alignment and location shown on the plans and as directed by the Engineer.
The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on
curved alignment. All layout work necessary to place the channelizers to the proper alignment shall
be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright
position, from any cause, the channelizers shall immediately be replaced or restored to their original
location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of
Compliance in accordance with the provisions of section 4-1.5, “Certification”. Said certificate shall
certify that the channelizers comply with the plans and specifications and conform to the prequalified
design and material requirements approved by the Engineer and were manufactured in accordance
with a quality control program approved by the Engineer.
a Revised 10/08/03 Contract No. 3495 Page 91 of 93 Pages
Add the following section:
313-2 TEMPORARY TRAFFIC SIGNING. i
Add the following section:
31 3-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers,
markings, and delineators at locations shown on plans and specified herein.
Add the following section:
313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or
overturned, from any cause, during the progress of the work, the Contractor shall immediately
replace the signs in their original approved locations. The Contractor shall maintain all temporary
traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall
replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours
of such marking being discovered during non-working hours or, when the marking is discovered
during working hours, within 2 hours of such discovery of marking.
Add the following section:
313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS.
Add the following section:
313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of
interconnected new or undamaged used ‘precast concrete barrier units as shown on the plans.
Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand-filled
crash cushions units as shown on the plans.
31 3-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K)
shall be freshly coated with a white color paint prior to their first use on the project. The paint shall
conform to the provisions in sections 21 0-1.5 “Paint Systems” and 31 0 “Painting”. Contractor shall be
responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours.
The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti,
tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the
appearance of said units when ordered by the Engineer after the units are in place.
Add the following section.
313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary
railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to
manufacture Temporary railing (Type K) shall conform to the provisions in sections 201 -1 , “Portland
Cement Concrete” and 303-1 “Concrete Structures”.” Load tickets and a Certificate of Compliance
will not be required. Reinforcing steel shall conform to the provisions sections 201 -1 , “Portland
Cement Concrete” and 303-1 “Concrete Structures”. Steel bars to receive bolts at ends of concrete
panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM
Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting
bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a
minimum length of 660 mm and shall have a 75 mm (3) diameter by 9 mm (3/81)) thick plate welded
on the upper end with a 5-mm (3/16”) fillet weld. The final surface finish of temporary railings (Type K)
shall conform to the provisions in section 303-1.9.2 “Ordinary Surface Finish.” Exposed surfaces of
concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented
curing compound method. The pigmented curing compound shall be type 2 curing compound.
Temporary railing (Type K) may have the Contractor’s name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the
bottom of the rail panel.
’
a Revised 10/08/03 Contract No. 3495 Page 92 of 93 Pages
i
Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units
shall be positioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (10’) of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the CALTRANS Traffic Manual shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway ana‘ at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, “Temporary Traffic Signs”. Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition.
Add the following section: 31 3-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall
be “Energite 111” manufactured by Energy Absorption Systems, “Fitch Inertial Barrier System Modules” manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15’) or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard DrawingsT1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the CALTRANS Traffic Manual shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary
railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from.
Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary
appurtenances thereto shown on the plans or required in the specifications are a part of the lump- sum item for traffic control and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing,
railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be
included in the lump-sum price bid for traffic control. Payment for installation and/or relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC.
Revised 10/08/03 Contract No. 3495 Page 93 of 93 Pages
_____~
TECHNICAL SPECIFICATIONS
CITY OF CARLSBAD
CONTRACT NO. 3495
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
TABLE OF CONTENTS
Section No. Title
DIVISION I: GENERAL REQUIREMENTS
01010
01025
01 040
01047
01 048
01300
01310
0 1400
01410
01 500
01530
01600
01610
01 630
01700
01710
01 720
Summary of Work
Measurement and Payment
Coordination
Connections to Existing Facilities
Special Construction Conditions and Procedures - General
Submittals
Progress Schedule, Submittal Schedule and Schedule of Values
Quality Control
Testing and Inspection
Construction Facilities and Temporary Controls
Protection of Existing Utilities
Material and Equipment
Supplier’s/Manufacturer‘s Special Services
Products Options and Substitutions
Contract Closeout
Cleaning and Final Cleaning
Record Drawings
DIVISION 2: SITE WORK
02130
02200 Earthwork
02225 Utility Crossings
0251 0 Asphaltic Concrete Pavement
02800
Removal and Resurfacing of Pavement Surfaces
Grass Lined Swale and Disturbed Area
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
Table of Contents - 1 of 2
DIVISION 3: CONCRETE
03300 Concrete Construction
03460 Precast Concrete Manhole
03475 PVC Lining for Interior Surfaces of Manholes
DIVISION 15: MECHANICAL
15045
15056
15062
15068
Leakage and Infiltration Testing of Gravity Sewer Pipelines
Ductile Iron Pipe and Fittings
Polyvinyl Chloride Gravity Sewer Pipe and Fittings
High Density Polyethylene PE 3408 Pipe
City of Carlsbad 11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
Table of Contents -22 of
SECTION 01 01 0
SUMMARY OF WORK
PART 1 - GENERAL
1.1 Work Covered by Contract Documents
A. The Work generally includes, but is not limited to, furnishing products, labor, tools,
transportation, and services to construct the following:
1. Construction of 10-inch ID SDR 9 HDPE sewer pipeline and 8-inch PVC
gravity sewer in Monroe Street and 8-inch VCP sewer in Forest Avenue with
connections and appurtenances as described in the plans.
2. Pavement removal and replacement, traffic control and coordination with utility
companies for locating their facilities.
3. Testing and placing into service of the gravity sewer pipeline.
4. Complete removal of existing pump station and power supply and
appurtenances as described in the plans.
1.2 Proiect Location
A. The Project is located in Carlsbad, California, generally along Forest Avenue
through a portion of Hosp Grove and across Monroe Street.
6. Conditions at the Project site are as follows:
Ground Elevation: 46 - 170 feet MSL
Typical Temperature Range: 35" - 100" F
1.3 Related Work
A. Section 01 048: Special Construction Conditions and Procedures - General
B. Section 01 700: Contract Closeout
C. Section 01 710: Cleaning and Final Cleaning
City of Carlsbad
1 1 /04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 01 0 - Summary of Work - 1 of 2
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.1 Work Sequence
A. The general sequence of Work shall be as follows:
1.
2.
3.
4.
5.
6.
7.
0.
9.
10.
11.
Submit shop drawings, pipeline lay diagrams and submittals related to pipeline work.
Before beginning Work, obtain required permits. Call Underground
Service Alert and utilities to obtain staking and marking of buried utilities. Submit proposed schedule of Work.
Take p re-construction photog rap hs.
Resident notification.
Pothole points-of-connection to existing facilities, existing utilities crossing the pipeline alignments and those parallel to it within 5 feet.
Begin manufacturing and shipping materials and equipment after receiving approved submittals.
Complete Work according to proposed Work schedule. Work schedule will include all work to put gravity line in service as a priority over all construction
activities.
Perform testing.
Abandon lift station.
Finalize clean up and restore construction areas.
Provide warranty as specified.
3.2 Contractor Use of Premises
A. The following facilities shall remain operational during construction of this project:
1. Existing water facilities. Shut downs only permitted under observation of Water Department personnel and according to schedule of required
shutdowns.
2. Install approved signs, barricades and lights necessary to ensure public safety and safety of Owners operators and personnel. Provide plates across ditches to enable safe access of Owner's personnel to facilities or the public across excavations within public right-of-way that can not be backfilled at the end of the day. Existing underground and overhead utilities. 3.
END OF SECTION
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 01 0 - Summary of Work - 2 of 2
SECTION 01 025
MEASUREMENT AND PAYMENT
i
PART 1 - GENERAL
1.1 Description
Measurement and payment for bid items listed in the proposal shall be based upon use of a
lump sum or unit price method. Extra work or changes in the Work shall be accomplished as
provided in the General Provisions.
1.2 Related Work (Not Applicable)
1.3 Submittals (Not Applicable)
1.4 Payment
A. Payment for Unit Price Items
Payment for a unit price bid item shall be based upon the amount shown in the bid
schedule multiplied by the total quantity measurement of the item and shall be full
compensation for furnishing all labor, transportation, materials, equipment, tools and
appurtenances required for construction of the item complete in place in accordance
with the Plans and Specifications.
6. Payment for Lump Sum Items
Payment for lump sum bid items shall be based upon the amount shown in the bid
schedule and shall be full compensation for furnishing all labor, transportation,
materials, equipment, tools and appurtenances required for construction of the unit
complete in place in accordance with the Plans and Specifications. The Engineer
reserves the right to adjust any Lump Sum Item if the Total Bid Amount does not
reflect the added value of the individual Bid Items.
C. Work Not Listed in the Bid Schedule
Costs for related work and appurtenances which are required and/or implied by the
General Provisions, Technical Specifications , Special Provisions and Plans and are
not listed as a separate bid item but are necessary to complete the project shall be
included in the appropriate bid item or items within the proposal.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01025 - Measurement and Payment - 1 of 9
PART 2 - MATERIALS
2.1 General (Measurement)
Measurement for unit price quantities shall be based upon the appropriate bid item in the
proposal. The actual quantity of measurement shall be as constructed by the Contractor in
place in conformance with the Plans and Specifications.
2.2 Linear Measurements
Pipelines' and related facilities' measurement shall be made horizontally and/or vertically
along the centerline of the pipeline and related facilities through tees, bends, valves, fittings
and as shown on the Plans for its limits or as otherwise specified in the Special Provisions.
Manholes and vaults shall be measured vertically from the lowest to the highest elevations
and as shown on the Plans or as otherwise specified in the Special Provisions.
2.3 Area Measurements
Measurement for bid items involving area units shall be based upon the surface area
measured in acres, square yards, square feet or as indicated in the bid item.
2.4 Volume Measurements
Measurement for bid items involving volume units shall be based upon the volume measured
in cubic yards, tons or as indicated in the bid item.
2.5 Unit Measurements
Measurement for bid items involving units of the item shall be based upon the number of
units counted as indicated in the bid item.
2.6 Lump Sum Measurement
Measurement for a lump sum bid item shall be considered as a complete project or a portion
of a project constituting a unit. The items to be included in the lump sum bid shall be as
specified in the proposal bid item and/or the Standard or Special Provisions.
PART 3 - EXECUTION
3.1 GENERAL
This section covers methods of measurement and payment for items of Work under this
Contract. The total Bid Price shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the work, including furnishing all
materials, equipment, supplies, and appurtenances; providing all construction plant, equipment,
and tools; and performing all necessary labor and supervision to fully complete the Work, shall
be included in the unit and lump sum prices bid. All Work not specifically set forth as a pay item
in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in
connection therewith shall be included in the prices bid.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 025 - Measurement and Payment - 2 of 9
3.2 ESTIMATED QUANTITIES
All estimated quantities stipulated in the Bid Form or other Contract Documents are
approximate and are to be used only (a) as a basis for estimating the probable cost of the
Work and (b) for the purpose of comparing the bids submitted for the Work. The actual
amounts of work done and materials furnished under unit price items may differ from the
estimated quantities. The basis of payment for work and materials will be the actual amount of
work done and materials furnished. Contractor agrees that he will make no claim for damages,
anticipated profits, or otherwise on account of any difference between the amounts of work
actually performed and materials actually furnished and the estimated amounts therefore.
3.3 BID SCHEDULE
A. MOBILIZATION. DEMOBILIZATION AND CLEANUP, Bid Item 1.
1. No measurement shall be made for this item. This item covers all the work
necessary for mobilization, demobilization, construction schedule, on-going
compliance with the General Conditions and final clean-up of construction site.
Mobilization includes: (1) Obtaining all permits necessary for performing the
work. (2) Assembly, equipment, material and supplies for the prosecution of
the work but which are not to be incorporated in the work. (3) Construction of
temporary yards, access road, development of disposal areas and other
facilities. (4) Compliance with the General Conditions.
Demobilization includes: (1) removal of all temporary facilities from the site,
(2) Clean up of all debris and disposal offsite. (3) remove all mark-out paint
(4) Contract closeout.
2. Payment for Bid Item 1, will be based upon the following:
a. During the course of project construction the amount paid for Mobilization
and Demobilization will be 100 percent of the contract price for Bid Item 1.
b. For the first progress payment (after the issuance of the Notice to Proceed),
forty percent (40%) of the amount bid for Mobilization And Preparatory Work
will be allowed.
c. For the second progress payment, an additional forty percent (40%) of the
amount bid for mobilization and preparatory work will be allowed therefore.
d. After completion of the work and acceptance of the contract, twenty percent
(20%) will be included for payment in the Final Payment.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01025 - Measurement and Payment - 3 of 9
8. PERFORM EXPLORATORY EXCAVATIONS FOR UNDERGROUND UTILITIES,
Bid Item 2.
1. Measurement for payment for performing exploratory excavation related to the
gravity sewer at all under ground utility crossings and points of connection to
verify location, size and type of existing facility will be based upon the complete
work, all in accordance with the requirements of the Contract Documents.
2. Payment for performing exploratory excavation at all underground utility
crossings and points of connection to verify location, size and type of existing
facility will be made at the lump sum price named in the Bid Schedule under Item
No. 2, which shall constitute full compensation for completely performing all
exploratory excavations, including but not limited to, pavement removal and
restoration, excavation and backfill, obtaining depths and sizes of utilities, traffic
control and other ancillary work.
C. FURNISH, INSTALL AND MAINTAIN, AND REMOVE TEMPORARY TRAFFIC
CONTROL, Bid Item No. 3
1. Measurement for payment to furnish, install and maintain temporary
construction traffic control will be based upon the complete work, all in
accordance with the Plans and requirements of the Contract Documents.
2. Payment to furnish, install and maintain temporary construction traffic control
will be made at the lump sum price named in the Bid Schedule under Item No.
3, which shall constitute full compensation including all labor, equipment and
materials for all work and any appurtenant work as shown on the Plans or
called for in the Specifications, complete in place for the lump sum price.
D. CONSTRUCT 8-INCH DIAMETER VCP SEWER, Bid Item 4.
1. Measurement for payment for construction of 8-inch diameter VCP sewer will be
based upon the number of linear feet of such pipe actually placed as determined
by measurement along the centerline of such pipe, all in accordance with the
requirements of the Contract Documents.
2. Payment for construction of 8-inch diameter VCP sewer will be made at the unit
price per linear foot named in the Bid Schedule under Item No. 4, which price
shall constitute full compensation for furnishing and placing such pipe including
excavation, backfill, bedding, compaction, fittings, locator tape, disposal of
excess excavated material, testing, cleaning, providing inspection video,
subgrade preparation, base, paving and any appurtenant work as shown on the
Plans or called for in the Specifications, complete in place for the unit price.
City of Carlsbad
1 1 /04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 025 - Measurement and Payment - 4 of 9
E. INSTALL CONCRETE PLUG IN ABANDONED PIPELINES, Bid Item 5.
1. Measurement for payment for the abandonment of the existing 6-inch force main
and existing 8-inch VCP sewer inlet at I.E. at 146.51 feet and install minimum 2-
feet concrete plug inside pipes, all in accordance with the requirements of the
Contract Documents.
1
2. Payment for performing abandonment of the existing 6-inch force main and
existing 8-inch VCP sewer inlet and install concrete plugs shall be made at the
lump sum price named in the Bid Schedule under Item No. 5, which shall
constitute full compensation for completely performing all removals, including but
not limited to, pavement removal and restoration, excavation, backfill,
compaction, concrete, traffic control and other ancillary work.
F. ABANDON, DEMOLISH, REMOVE AND DISPOSE EXISTING PUMP STATION
Bid Item No. 6
1.
2.
G.
1;
2.
Measurement for payment to abandon, demolish, will be based upon the
complete work, all in accordance with the requirements of the Contract
Documents.
Payment for abandon, demolish, remove and dispose existing pump station will
be made at the lump sum price named in the Bid Schedule under Item No. 6
which shall constitute full compensation for such abandon, demolish, remove
and dispose existing pump station including excavation, backfill, compaction,
remove and dispose pump station cover, appurtenances, pumps, valves, piping,
steel pump floor, electrical boxes, conduits pedestal pole and appurtenances,
upper access hole rings, remove substructure to elevation 147 feet just below
the existing drop sewer inlets, fill remaining structure with 2-sack slurry mix and
reestablish subgrade for the new sewer to be constructed through the old pump
station location with %-inch crushed rock and any appurtenant work as shown
on the Plans or called for in the Specifications, complete in place for the lump
sum price.
CONSTRUCT 10-INCH INSIDE DIAMETER SDR 9 HDPE PIPELINE, Bid Item
No. 7. -
Measurement for payment for construction of 1 O-inch inside diameter, DR9,
HDPE pipeline will be based upon the number of linear feet of such pipe actually
placed as determined by measurement along the centerline of such pipe, all in
accordance with the requirements of the Contract Documents.
Payment for the construction of 10-inch inside diameter, DR9, HDPE pipeline
will be made at the unit price per linear foot named in the Bid Schedule under
Item No. 7, which price shall constitute full compensation for furnishing and
installing such pipe including welding, debeading, horizontal directional drilling
operations, downhole instrumentation, wireline survey, excavation, backfill,
bedding, compaction, fittings, location tape, disposal of excess excavated
material, testing and flushing, subgrade preparation, base, paving, drilling mud
disposal and any appurtenant work as shown on the Plans or called for in the
Specifications, complete in place for the unit price.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 025 - Measurement and Payment - 5 of 9
H. CONSTRUCT 8-INCH DIAMETER PVC SEWER, Bid Item 8.
3. Measurement for payment for construction of 8-inch diameter PVC sewer will be
based upon the number of linear feet of such pipe actually placed as determined
by measurement along the centerline of such pipe, all in accordance with the
requirements of the Contract Documents.
4. Payment for construction of 8-inch diameter PVC sewer will be made at the unit
price per linear foot named in the Bid Schedule under Item No. 8, which price
shall constitute full compensation for furnishing and placing such pipe including
excavation, backfill, bedding, compaction, fittings, locator tape, disposal of
excess excavated material, testing, cleaning, providing inspection video,
subgrade preparation, base, paving and any appurtenant work as shown on the
Plans or called for in the Specifications, complete in place for the unit price.
1. CONSTRUCT ACCESS HOLE NO. 1, Bid Item 9.
1. Measurement for payment for construction of the five-foot diameter Accesshole
No. 1 over existing 8-inch VCP pipe per CMWD S-1 will based upon the complete
work, all in accordance with the requirements of the Contract Documents.
2. Payment for construction of the of the five-foot diameter Accesshole No. 1 over
existing 8-inch VCP pipe per CMWD S-1 will be made at the lump sum price
named in the Bid Schedule under Item No. 9, which shall constitute full
compensation for furnishing and constructing such accesshole including
excavation, backfill, bedding, compaction, gravel bed for accesshole base,
installation of T-lock liner and PVC liner complete with water-proof welded
seams, grade rings, accesshole frame and cover, concrete collar around frame
and cover, adjusting frame and cover to grade, disposal of excess excavated
material, testing, cleaning and any appurtenant work as shown on the Plans or
called for in the Specifications, complete in place for the unit price.
J. CONSTRUCT ACCESSHOLE NO. 2, Bid Item 10
2. Measurement for payment for construction of the 5 foot diameter Accesshole No.
2 will be based upon the complete work, all in accordance with the requirements
of the Contract Documents.
3. Payment for construction of the 5 foot diameter Accesshole No. 2 will be made at
the lump sum price named in the Bid Schedule under Item No. 10 which shall
constitute full compensation for furnishing and constructing such accesshole
including excavation, backfill, bedding, compaction, gravel bed for accesshole
base, installation of T-lock liner and PVC liner complete with water-proof welded
seams, grade rings, accesshole frame and cover, concrete collar around frame
and cover, adjusting frame and cover to grade, disposal of excess excavated
material, testing, cleaning and any appurtenant work as shown on the Plans or
called for in the Specifications, complete in place for the unit price.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 025 - Measurement and Payment - 6 of 9
K. CONSTRUCT ACCESSHOLE NO. 3, Bid Item 11.
!
1. Measurement for payment for construction of the Accesshole Hole No. 3 will be
based upon the actual quantity, each, of such 5-foot diameter accesshole
constructed, all in accordance with the requirements of the Contract Documents.
2. Payment for construction said Accesshole No. 3 will be made at the unit price
named in the Bid Schedule under Item No. 11, which shall constitute full
compensation for furnishing and constructing such accesshole including
excavation, backfill, bedding, compaction, gravel bed for accesshole base,
installation of T-lock liner and PVC liner complete with water-proof welded
seams, grade rings, accesshole frame and cover, concrete collar around frame
and cover, adjusting frame and cover to grade, disposal of excess excavated
material, testing, cleaning and any appurtenant work as shown on the Plans or
called for in the Specifications, complete in place for the unit price.
L. MODIFY EXISTING ACCESSHOLE, Bid Item 12.
1. Measurement for payment for construction of the 8-inch diameter sewer
connection to the existing accesshole will be based upon the complete work, all
in accordance with the requirements of the Contract Documents.
2. Payment for construction of the 8-inch diameter sewer connection to the existing
accesshole will be made at the lump sum price named in the Bid Schedule under
Item No. 12, which shall constitute full compensation including excavation,
backfill, bedding, compaction, coring of existing access hole, rechanneling
existing access hole, couplings, locator tape, disposal of excess excavated
material, testing, cleaning and any appurtenant work as shown on the Plans or
called for in the Specifications, complete in place for the unit price.
M. PROVIDE EXCAVATION SAFETY MEASURES, Bid Item No. 13
1. No measurement will be made for this item.
2. Payment for providing excavation safety measures including sheeting, shoring
and bracing, or equivalent method for the protection of life and limb in trenches
and open excavation in conformance with applicable safety orders, will be made
at the lump sum price named in the Bid Schedule under Item No. 13 which shall
constitute full compensation for this item.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01025 - Measurement and Payment - 7 of 9
N. PROVIDE WATER POLLUTION CONTROL, Bid Item No. 14
1. Measurement for payment providing the Water Pollution Control will be at the
lump sum contract price and shall include full compensation for furnishing all
labor, materials, tools, equipment and incidentals, and for doing all the work
involved in developing, preparing, obtaining approval of, revising and amending
the SWPPP, and for furnishing all labor, materials, tools, equipment and
incidentals, and for doing all the work involved in installing, constructing,
maintaining , removing and disposing of control measures, including those
shown on the project plans, as shown on the plans, and as specified in these
Special Provisions, and as directed by the Engineer.
2. Payment for providing the SWPPP including all materials, equipment and labor
to perform the work in conformance with Plans and Specifications, will be made
at the lump sum price named in the Bid Schedule under Item No. 14 which shall
constitute full compensation for this item.
0. PROVIDE WATER POLLUTION CONTROL NOT DEFINED IN SWPPP, Bid Item
No. 15
1. Measurement for payment for providing erosion control required by the Engineer
that is not defined in the SWPPP per Section 3-3 of the Standard Specifications
for Public Works Construction will be based upon the actual scope of work, each,
of such erosion control provided, all in accordance with the scope of work as
defined in the contractor's approved change orders for any such erosion control.
2. Payment for providing erosions control not required by the Engineer that is not
defined in the SWPPP per Section 3-3 of the Standard Specifications for Public
Works Construction will be based on costs from Contractor's proposed change
orders, approved by the Engineer, to provide erosion control for specific areas.
Payment will be made at the lump sum in the Contractor's approved change
order for the scope and cost described therein.
P. PROVIDE ASPHALTIC CONCRETE AND AGGREGATE BASE, Bid Item No. 16
I. Measurement for providing asphaltic concrete (AC) and/or aggregate base (AB)
as required by the Engineer per Section 3-3 in the Standard Specifications for
Public Works Construction will be based on costs from Contractor's proposed
change orders or time and materials, approved by the Engineer.
2. Payment for AC and/or AB in excess of that shown on the plans or described in
the Contract documents per Section 3-3 of the Standard Specifications for
Public Works Construction will be made at the lump sum in the Contractor's
approved change order for the scope and cost described therein, complete in
place for the lump sum price or time and materials.
City of Carlsbad
11/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
01025 - Measurement and Payment - 8 of 9
Q. GRASS-LINED SWALE AND DISTURBED AREA, Bid Item No. 17
1. Measurement for payment for installing grass-lined swale and Disturbed Area
will be based upon the complete work, all in accordance with the requirements
of the Contract Documents.
2. Payment for installing grass-lined swale and Disturbed Area will be made at the
lump sum price named in the Bid Schedule under Item No. 17, which shall
include full compensation including fill, finish grading, plants, planting, irrigation
for established planting and any appurtenant work as shown on the plans or
called for in the specifications, complete in place for the lump sum price.
END OF SECTION
I
City of Carlsbad
11/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
01025 - Measurement and Payment - 9 of 9
SECTION 01 040
COORDINATION
PART 1 - GENERAL
1.1 Work Included
A. Licenses, permits, sales taxes, coordination with Owner, Federal, State and Local
authorities, utilities, neighboring property owners, special events and other contractors.
1.2 Related Work
A. Section 01 500: Construction Facilities and Temporary Controls
B. Section 02225: Utility Crossings
C. Section 01300: Submittals
1.3. Permits
A. Obtain, pay for, and comply with required permits, licenses, work permits and authorizations from appropriate agencies, including the following:
1. Licenses
a. Before submitting bids, Contractors shall be licensed in accordance
with provisions of Chapter 9, Division 3, of the Business and professions Code of the State of California.
2. State and federal permits
a. Excavation and Dirt Moving Permit from Cal OSHA
b. Safety Permit from California Division of Industrial Safety
c. NPDES permit for dewatering
3. Other permits
a. Air Pollution Control District
b. County of San Diego Health Department
B. The Owner will obtain for the Contractor, the following permits:
1. Encroachment permits for access to right-of-way
2. Obtain permits before starting construction.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01040 Coordination - 1 of 4
1.4 Coordination with Owner
i A. Notify Owner at least 72 hours before start of construction.
6. Submit written details and reasons for proposed deviations from Contract
Documents. Do not deviate from contract documents until written authorization is
received.
C. If Contractor fails to comply with a request of Owner, or is unable to comply with a
request, and it is necessary for Owner's forces to do Work that is Contractor's
responsibility, Owner will bill Contractor. Each incident requiring work by Owner's
forces will be covered by a separate billing.
1.5 Coordination with Carlsbad Public Works Department
A. Contact City of Carlsbad Public Works Department, 72 hours before start of
construction at the following location:
C/O CITY OF CARLSBAD
Construction Management and Inspection Division
5950 El Camino Real
Carlsbad, CA 92008
(760) 438-4 1 78 (Fax)
(760) 602-2780
B. Do not begin Work until Contractor's schedule, traffic control plans, haul routes,
and permits have been reviewed and approved by Engineer.
C. Submit a written Request for Shutdown to the Agency seven (7) Working Days in
advance of the anticipated shutdown date for any water, sewer, or storm drain
facility. In regard to any water or sewer utility, the Engineer must confirm that all
necessary materials (valves, piping, appurtenances, etc.) have an approved
submittal, have been inventoried and verified by the Engineer, and are on the
jobsite prior to the written Request for Shutdown being submitted. Do not assume
water or sewer lines can be shut down. Do not shut down utilities without prior
written aut ho riza t ion.
D. Coordinate draining and filling of water lines, and operation of existing valves with
Engineer or appropriate Utility Owner.
E. Coordinate with Utility Operations of Public Works regarding time of day that
system tie-ins are made.
1.6 Coordination with District, Countv or State Traffic Engineer
A. Coordinate with District, County or State Traffic Engineer as required, to perform
all portions of the Work.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 040 Coordination - 2 of 4
1.7 Coordination with Property Owners
I
A. Coordinate construction with property owners neighboring project limits,
especially with regard to any limitations with access to their property, see Section
7-7 for a list of the affected property owners.
1.8 Coordination with Utilities
A. Protect existing underground utilities. The Contractor shall coordinate with all
utilities affected by the project to mark-out their locations for potholing and notify
utilities of progress during construction so utility field personnel are available
when required. Contractor is responsible to remove all mark-out paint at
project closeout.
B. Electrical utility companies may maintain energized aerial electrical power lines in
immediate vicinity of Work. Do not consider these lines to be insulated.
Construction personnel working near these lines are exposed to an extreme
hazard from electrical shock. Contractors, their employees and construction
personnel working on this project must be warned of the danger and instructed to
take adequate protective measures, including maintaining a minimum of 10 feet
clearance between lines and construction equipment and personnel. (See OSHA
Std. 1926.550(A)15). As an additional safety precaution, call electrical utility
company to arrange, if possible, to have these lines de-energized or relocated
when Work reaches their immediate vicinity. Cost of such temporary
arrangements shall be borne by Contractor.
C. All demolition of existing facilities or portions there of shall be coordinated and
performed by the Contractor. All costs associated with abandonments or
demolition shall be borne by the Contractor.
1.9 Submittals
A.
B.
Supplementary progress schedules shall be submitted after Work is in progress,
when requested by the Engineer. Schedule changes requiring an increase in
Owner's, Servicing Utility's or District's Engineering personnel on project shall not
be put into effect until Owner, Servicing Utility, or District has made arrangements
for additional personnel.
The Contractor shall submit a detailed plan and written description of any water
facility tie-in. The plan will include, but is not limited to, all necessary pumps,
standby pump(s), piping, appurtenances, and 24-hour staffing schedule. When
the submittal has been approved, 'and all necessary testing has been successfully
completed, the Contractor will submit a Request for Shutdown seven (7) working
days in advance of the anticipated shutdown date.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01040 Coordination - 3 of 4
1.10 Unit Prices
I A. Payment for obtaining and complying with permits during construction, including
NPDES permits, building permits, encroachment permits, excavation permits,
drilling permits, disposal permits, temporary easements, licenses, inspection fees,
and Federai, State and local taxes will be included in prices bid for Work for which
such costs are appurtenant.
6. Payment for coordinating with agencies, events and persons described will be
included in prices bid for Work to which coordination is appurtenant.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01040 Coordination - 4 of 4
SECTION 01 048
SPECIAL CONSTRUCTION CONDITIONS AND PROCEDURES - GENERAL
PART 1 - GENERAL
1.1 Scope
A. This section covers special construction conditions and procedures associated
with this construction contract.
1.2 Requirements Covered in Other Specification Sections
A. Section 01 01 0: Summary of Work
B. Section 01 040: Coordination
C. Section 01 047: Connection to Existing Facilities
1.3 Sanitary Arrangements
A. The Contractor shall be responsible for providing sanitation facilities for his
employees and shall fully comply with the rules and regulations of the State Board
of Health and/or other bodies having jurisdiction.
B. The Contractor shall, at all times, provide for his employees abundant supply of
safe drinking water and shall give orders against the use of, for drinking purposes,
any water in the vicinity of the Work known to be unsafe.
C. The Contractor shall provide suitable and conveniently located temporary toilets
for use by his forces. They shall be left at the site until final inspection has been
made.
1.4 Normal Work Schedule
A. Contractor shall conduct all Work within the following City-approved schedule:
1. Normal Work Hours: 8:OO AM to 4:30 PM
2. Normal Work Days: Monday through Friday
B. Exceptions to this Work schedule shall be only as approved in writing by the City
per Paragraph 1.5 below.
i
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 048 - Special Construction Conditions and Procedures - General - 1 of 5
1.5 Saturday, Sunday and Holidav
,
A. No work shall be done between the hours of 4:30 p.m. and 8:OO a.m., nor on Saturdays, Sundays or legal holidays, except such work as is necessary for the proper care and protection of the Work already performed, or except in case of emergency, and in any case only with the written notice of the Owner.
1.6 Mitigation Measures
A. The Contractor shall not operate noisy or otherwise irritating construction equipment except during normal working hours, 8:OO a.m. through 4:30 p.m., Monday through Friday, except with written notice of work as outlined in Paragraph 1.5.
6. The Contractor shall employ dust control measures to the satisfaction of the Owner throughout the duration of the project.
1.7 Cooperation with Other Contractors
A. The Owner may have additional work performed in this area by other Contractors.
The Contract requires cooperation with those contractors in the area. Any difference or conflict which may arise between the Contractor and other contractors shall be adjusted and determined by the Owner. The Contractor shall conduct his operations as to interfere to the least possible extent with the work being done by other contractors. The Contractor shall make good, promptly, any
injury or damage to other contractor's work caused at his hands and at his own expense, and no additional allowance will be made therefore.
1.8 Site Clearance
A. The Contractor shall restrict his area of activity to avoid damage of trees and shrubs and shall not remove trees unless specifically directed by the contract
Plans and Specifications or at the Owner's direction. The Contractor is responsible for the disposal of all material to be removed. If burning is anticipated, the Contractor shall obtain all necessary permits and shall give ample and proper notice to the local fire warden.
6. All fences, walls, shrubs, sprinkler systems, substructures or any other improvement removed or disturbed by the Contractor during construction shall be replaced and/or repaired at the Contractor's expense to the satisfaction of the
Owner immediately.
1.9 Public Uti1 ities
A. Location of utilities shown on the Plans were obtained from maps furnished by the
various utility companies, but may not be entirely accurate. The Contractor shall cooperate with the utility companies' representation in the field in order to ascertain the location of the utility lines ahead of potholing and trenching operations. The Contractor shall excavate and expose all utilities crossing the alignment or parallel to it, and within 5 feet from the alignment, prior to the submittal of shop drawings for pipe and fittings, in order that any adjustments to the alignment and/or grade of the proposed work requires modifications or redesign.
City of Carlsbad
11/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 048 - Special Construction Conditions and Procedures - General - 2 of 5
1.1 0 Compaction Testing
A. The Owner will bear the costs of all initial compaction testing as specified in Section 02200. The costs of further testing, made necessary as the result of materials failing the initial testing, will be paid by the Owner and such costs will be deducted from the progress payments to the Contractor.
1.1 1 Pre-construction Conference
A. A pre-construction conference shall be held prior to the commencement of construction of the Work herein defined and all understandings, interpretations and agreements reached at said conference shall be reduced to writing, by the Owner and mailed to all parties attending said pre-construction conference. The
understanding, interpretations and agreements set forth herein shall hereinafter be considered as a part of the Contract Documents.
1.1 2 Standardization and Uniformitv of Equipment and Certain Materials
A.
B.
C.
D.
E.
To ensure standardization and uniformity in all parts of the Work under this Contract, like items of new (Le., non-salvaged) equipment shall be the products of one manufacturer. Like items of certain materials shall be the products of one manufacturer. Materials, equipment, and appliances shall be current models now in production.
Uniformity in like equipment items is required in order to provide the Owner with inter-changeability capabilities, simplified spare parts inventory, and standardized maintenance programs and manufacturers' services.
Standardization requirements shall be as specified in the various technical sections.
Generally, material items exempt from standardization include structural steel, reinforcing steel, building insulation, roofing materials, sheet metal, materials specified only by reference to a recognized standard, and items hidden from view where inter-changeability, color, and texture is not a significant factor for standardization.
The Contractor shall inform his suppliers and subcontractors of these requirements, and shall provide the necessary coordination to accomplish the standardization specified.
1.1 3 Compliance with State Safetv Codes
A. All necessary machinery guards, railings, and other protective devices shall be provided as specified and/or required by the State of California Division of Industrial Safety and the Occupational Safety and Health Administration. It is assumed that all fabricators, electrical and machinery manufacturers and other equipment suppliers are conversant with such regulations and they shall be responsible for the industrial safety aspects of such equipment. All equipment shall comply with all rules and regulations of the Safety Orders of the State of California Division of Industrial Safety and all local building, plumbing, and electrical codes and ordinances. Safety guards shall be easily removed to permit inspection, removal and repair of the moving parts.
City of Carlsbad
1 1 /04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 048 - Special Construction Conditions and Procedures - General - 3 of 5
1.1 4 Field Tests, Adjustments and Operation
A. All mechanical and electrical equipment installed by the Contractor shall be
operated and tested by the Contractor to the satisfaction of the Owner. Tests shall
be made to determine whether the equipment has been properly assembled,
aligned, adjusted, wired and connected. Any changes, adjustments or
replacements of equipment which are due to errors or omissions on the part of the
Contractor shall be done at his own expense.
B. Equipment shall be tested at rated speeds for required performance,
instrumentation control and automatic operation.
C. Any water used during these tests shall be at the expense of the Contractor.
D. During the testing of equipment, the Contractor shall arrange for the presence, as
necessary, of representatives of the manufacturers of all the various pieces of
equipment furnished, to provide instruction for Maintenance personnel appointed
by the Owner in the operation and care thereof. The cost of providing qualified
instruction personnel shall be borne by the Contractor.
1.1 5 Lubricants
A. All equipment shall be properly lubricated and furnished with a one (1) year
supply of all necessary lubricants.
1.1 6 Services of Manufacturer's Representative
A. The Contractor shall provide the services of a trained, qualified manufacturer's
representative familiar with all the HDPE materials to supervise the installation of
the HDPE piping and the connection to existing facilities. The cost for this service
shall be included in the price bid.
6. All HDPE piping shall be checked for it's condition prior to installation and the
representative shall notify the Contractor and the Owner of anything in the
installation which might render the manufacturer's guarantee null and void.
C. The HDPE Manufacturer's representative shall also provide instruction to the
operating personnel as to the proper method of operation and procedures for
repair of HDPE piping.
D. Minimum on-site services of manufacturer's representatives shall be as specified
elsewhere herein (Section 15068-High Density Polyethylene PE 3408), or if not
specified, shall be as necessary for proper installation by the Contractor and
proper instruction of the Owner in the use and maintenance of the Work.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 048 - Special Construction Conditions and Procedures - General - 4 of 5
1.17 Responsibility for Job Site Conditions
A. Contractor agrees that he shall assume sole and complete responsibility for job
site conditions during the course of construction of this project, including safety of
all persons and property; that this requirement shall apply continuously and not be
limited to normal working hours; and that the Contractor shall defend, indemnify
and hold the Owner and the design consultant harmless from any and all liability
except for that arising from the sole negligence of the Owner.
It is the Contractor's sole responsibility to protect the safety of employees from
construction-related conditions or activities.
1.18 Climate and Site Conditions
Equipment manufacturers shall make all necessary changes in the to assure that it is suited
for the climatic conditions at the site. The site conditions are as follows:
Elevation: 46-1 70 feet
Minimum Ambient Design Temperature: 31' F
Maximum Ambient Design Temperature: 100" F
Climate: Outdoor installation
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 048 - Special Construction Conditions and Procedures - General - 5 of 5
SECTION 01 300
SUBMITTALS
PART 1 - GENERAL i
1.1 Work Included
General procedures and requirements for submittals, initial submittal, submittals required on
Owner's request, progress reports, shop drawings, product data and samples, notification of
affected residences and businesses, and submittal forms.
1.2 Related Work
A. Section 01 400: Quality Control
B. Section 01700: Contract Closeout
1.3 Submittals
A. Submit six copies of submittals unless otherwise stated. Three copies will be returned
to the Contractor.
B. Number submittals using numbering system as directed by the Engineer.
C. Submittal Transmittal Form. The form included at the end of this section shall be used
unless otherwise directed by Owner. Submit a separate form for each submittal
number. Submittals without completed Contractor's Transmittal Form attached to each
copy of each submittal listed in Schedule of Submittals will be returned without review
and stamped "REJECTED-RESUBMIT".
D. Exceptions and departures from Contract Documents shall be clearly noted, along with
justification for each exception or departure. Otherwise, review or approval of
submittals- shall not constitute approval of exceptions or departures.
E. Stock or standard drawings will not be accepted for review unless full identification and
supplementary information is shown thereon in ink or typewritten form.
F. Review of submittals shall proceed as follows:
1. Submit specified quantity of complete submittals together with Contractor's
submittal forms to the Engineer for review. Fold submittals to approximately 9-
inches by 12-inches.
2. Submittals will be stamped "NO EXCEPTIONS TAKEN", "MAKE
CORRECTIONS NOTED", "AMEND AND RESUBMIT", or "REJECTED-
RESUBMIT". Three copies with letter of transmittal will be returned to
Contractor.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01300 - Submittals - 1 of 6
G.
H.
I.
J.
3. If drawing or data is stamped "AMEND AND RESUBMIT" or "REJECTED-
RESUBMIT", make necessary corrections and resubmit documents as required
in Instruction 1. Contractor's submittal form transmitting revised documents shall
show that documents comprise a re-submittal. Revisions and re-submittals shall
be numbered as Revision #1, Revision #2, or as appropriate.
4. If changes other than those noted by Owner are made on a submittal before
re-submittal, note such changes on re-submittal.
5. Revise and resubmit submittals as required, until confirmation of compliance is
obtained.
Costs incurred by Owner for second and subsequent re-submittals will be deducted
from payment due Contractor.
Allow not less than 20 calendar days for review and response to submittals. Review
may be delayed if contingent on receipt of other submittals. Upon timely written
request by Contractor, the Engineer will make reasonable efforts to shorten review
periods which may fall on Contractor's critical path.
Do not begin work described in submittals until such submittals have been reviewed
and returned by Owner stamped "NO EXCEPTIONS TAKEN" or "MAKE
CORRECTIONS NOTED". Acceptance of delivery of products prior to receipt of the
Engineer's satisfactory return of applicable submittals shall be at Contractor's risk.
Submittals for PVC pipe and HDPE pipe and fittings as required by Section
15062 Item 1.3 and Section 15068 Item 1.3 are required within twenty (20)
calendar days of award of contract by the City Council.
1.4 Submittals on Owner's ReQUeSt Supplemental Information
A.
B.
C.
D.
E.
Detailed construction schedule updates shall be submitted, with monthly pay requests
to describe scheduling of elements of construction requiring Owner's or Contractor's
coordination with public, or other private parties or public agencies.
Supplemental information will be requested for "approved equals'' and may be
requested when there is a question that a manufacturer's product conforms to Contract
Documents. Owner reserves right to require submittal of supplemental information as
described herein before approval of product.
Certification of compliance with listed reference standards shall be submitted by
manufacturers on owner's request. Failure of Owner to request certification of
compliance shall not serve as waiver of Contractor's duty to comply with reference
standards.
Transcripts of results of acceptance tests performed at point of manufacture of
products furnished shall be submitted by manufacturers on Owner's request.
Samples shall be submitted on Owner's request.
City of Carlsbad
1 1 /04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 300 - Submittals - 2 of 6
F. Names and addresses of nearest local service representatives that maintain technical
service personnel and complete inventory of spare parts and accessories shall be
submitted on owner's request.
G. List of three installations in which products comparable in size, capacity and rating with
those required in Contract Documents are now in regular operation shall be submitted
on Owner's request. Include listing of size capacity or rating of each installation.
Include name and telephone number of at least one reference responsible for
operations at each installation whom the Engineer may contact.
1.5 Progress Reports
A. Daily log shall be submitted by Contractor's superintendent on a one page form. Format of log shall be approved by Owner. These logs shall be detailed with activities
that took place during each day. Submit logs daily to the Project Inspector.
B. Schedule updates shall be submitted with monthly pay requests. If Work falls behind
schedule, monthly pay requests shall include revised schedules to demonstrate how
Contractor intends to bring work back on schedule.
C. Record drawings, consisting of one set of annotated blueline plans and other drawings
forming a part of the contract, showing installed locations of improvements and all changes made during construction shall be available to the Owner for inspection throughout project. Record all deviations from Contract Documents, including approved change orders, using additional sketches or ink revisions, immediately after installing each portion of Work. Show locations of underground piping, conduit, sensor lines, valves, capped ends, branch fittings, pull boxes and Work. Keep one current record copy of Contract Documents, addenda, supplementary drawings, working
drawings, change orders and clarifications at site and in good order. Report changes and deviations promptly to Resident Engineer.
D. Partial payment requests may be withheld if daily logs, schedule updates or record
drawings are damaged, lost or not kept current to satisfaction of the Engineer.
1.6 Shop Drawinqs and Product Data
A. Shop drawings shall clearly show dimensions, clearances, slopes, floor space requirements, tolerances, conduit, anchor bolt sizes and embedments, finishes,
performance characteristics, and weight and type of products. Shop drawings shall
indicate the location at which products are to be installed, how equipment will be
mounted, how it relates to adjacent structures or products, and how connection will be
made between Work under this contract and work under other contracts. Shop
drawings shall show parts lists and details of appurtenances to be furnished with
specified items, along with references to appropriate ASTM, Federal Specifications
and other reference standards and grades. Use of contract drawing reproductions for
shop drawings is subject to rejection.
8. Catalog data shall clearly indicate applicable items when several products are covered
on one page. Using black ink, indicate on submitted catalog data, specification section
I or plan reference being satisfied.
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 300 - Submittals - 3 of 6
C.
D.
E.
F.
G.
Installation or Application Instructions shall be manufacturer's printed instructions
including warranty requirements, clearances required and proper field procedures to
deliver, handle, install and prepare product for use. In the absence of manufacturer's
published literature, ASTM, AWWA or trade standards for proper installation will be
accepted.
'
Operation and Maintenance Instructions shall be manufacturer's printed instructions for
correct operation and maintenance procedures for product, along with data which must
accompany manual as directed by current regulations of government agency. Include
operating instructions for each piece of equipment. Describe equipment function,
operating characteristics, limiting conditions, operating instructions, startup
procedures, normal and emergency conditions, regulation and control, and shutdown.
Include preventative maintenance instructions. List warranty requirements. Explain
and illustrate preventative maintenance tasks. Include lubrication charts, lists of
acceptable lubricants, trouble shooting instructions, and lists of required maintenance
tools and equipment. List recommended spare parts, their costs, and ordering
information for 1 manufacturer who can supply these parts. Index instructions for easy
reference. Include information for installed equipment only.
Manufacturer's Statement of Responsibility shall be copy of form attached, signed by
authorized factory representative for manufacturer whose product is being furnished.
Certification of Compliance shall certify materials have been sampled, tested and
found to comply with applicable reference standards.
Engineering Calculations shall be clearly legible, and shall demonstrate compliance
with state and local codes, applicable standards, and contract requirements.
Calculations shall be sealed by a licensed engineer.
1.7 Samples
A. Furnish samples, finished as specified, and as intended to be used on or in Work.
Send samples to the Engineer, carriage prepaid.
B. Submit samples before purchasing, fabricating, applying, or installing products. Allow
at least 30 days for review and return of samples.
C. Submit two of each sample, except for field samples. Attach completed Contractor's
submittal form to sample. List items being transmitted, stating proposed use and
location, product, color, trade name, lot, style, and model as appropriate.
D. Resubmit samples until acceptable. One of each sample will be returned to Contractor
upon acceptance.
E. Samples of finishes shall be 8%'' x 10". and shall be of minimum thickness consistent
with sample presentation. In lieu thereof, submit actual full-size item.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01300 - Submittals - 4 of 6
F. Samples of value may be returned to Contractor for use in Work after review, analysis,
comparison, and/or testing as may be required by the Engineer.
G. Furnish one sample of approved products, colors, or textures to the Engineer for final
record. Show identification previously described including, if finish sample,
manufacturer, mix proportion, name of color, building, Contractor, subcontractor, and
surfaces to which applied on back of sample.
1.8 Pre-construction Video
A. Pre-construction video shall be submitted to the Engineer before Work is performed
which has potential to disturb or modify public or private property not owned by Owner.
Video shall be of sufficient quality and thoroughness to fully document preexisting
damage or wear to property for which Contractor or Owner might be asked to
compensate property owner were it not for photographic evidence of preexisting
damage. Failure by Contractor to submit pre-construction video, may be taken by
owner as evidence that subsequent claims by property owners for damage to their
property can be rightfully attributed to Contractor's actions.
1.9 Notification of Affected Residences and Businesses
A. Written notification, shall be per Section 7-1 0 of the Special Provisions.
1.10 Notification to the Water Utilities Department (Public Works Department)
A. The Contractor shall submit a detailed plan and written description of any water line
tie-in. The plan will include, but is not limited to, all necessary pumps, standby
pump(s), piping, appurtenances, and 24-hour staffing schedule. When the submittal
has been approved, and all necessary testing has been successfully completed, the
Contractor will submit a Request for Shutdown seven (7) working days in advance of
the anticipated shutdown date.
1.1 1 Unit Prices
A. Payment for submittals and re-submittals, will be included in the price bid for those
items of Work for which the submittals are required.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 300 - Submittals - 5 of 6
SUBMITTAL TRANSMITTAL FORM
FROM: DATE:
PROJECT NAME: Forest Avenue HDD Gravity
Sewer Pipeline
Phone: FAX:
TO: Citv of Carlsbad PROJECT NO.: 3495
Inspection Department 5950 El Camino Real OWNER: Citv of Carlsbad
Proiect Inspector Carlsbad, CA 92008
ATTN: 1635 Faradav Avenue
THIS IS AN ORIGINAL THIS IS A REVISION SUBMITTAL NO.: SUBMITTAL OF SUBMllTAL NO.:
SUBJECT OF SUBMITTAL:
SPECIFICATION SECTION(S):
PLAN SHEET NUMBER(S):
CONTRACTOR'S CERTIFICATION: Check & Complete either (A) or (B) below:
We have reviewed in detail and certify that the material, equipment or
construction procedure(s) contained in this submittal meet all the requirements
specified in or shown on the Contract Documents, Construction Specifications
and Construction Plans with no exceptions.
(A)
We have reviewed in detail and certify that the material, equipment or
construction procedure(s) contained in this submittal meet all the requirements
specified in or shown on the Contract Documents, Construction Specifications
and Construction Plans except for the followinq deviations:
(B)
CONTRACTOR'S AUTHORIZED SIGNATURE:
City of Carlsbad
11/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
01300 - Submittals - 6 of 6
SECTION 01 31 0
PROGRESS SCHEDULE, SUBMllTAL SCHEDULE,
AND SCHEDULE OF VALUES i
PART 1 - GENERAL
1.1 Scope
This section addresses preparation and submission of the construction progress schedule,
submittal schedule, schedule of values, and other reports specified herein, including the up-
to-date maintenance thereof as required.
1.2 Related Work Described Elsewhere
A. Section 01300 Submittals
1.3 Construction Schedule
A. General
Refer to Section 6-1 of the Special Provisions for information regarding schedule
preparation and updates.
B. Posting of Schedule
A copy of the most recent updated Construction Schedule shall be posted in the
Contractor's job office, and copies of out-of-date schedules shall be kept at the
project office for perusal by the Owner.
1.4 Submittal Schedule
A. General
The Contractor shall also furnish a separate schedule along with the Construction
Schedule specified herein, showing the proposed dates for submittal of shop
drawings, product data and samples.
B. Quantity
Submit two copies of the submittal schedule to the Engineer.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01310 - Progress Schedule, Submittal Schedule, and Schedule of Values - 1 of 2
1.5 Schedule of Values
A. General
Within twenty (20) calendar days of award the Contract, and before Pre-
Construction conference, the Contractor shall prepare and submit to the
Engineer, a Schedule of Values allocated to the various portions of the
Work. This Schedule of Values, unless objected to by the Engineer, shall be
used as the basis for the Contractor's Applications for Payment and for
contract change order negotiation if necessary.
B. Methodology
The schedule shall list the installed value of the component parts of the Work in
sufficient detail to serve as a basis for computing values for progress payments
during construction. Follow the table of contents of this Project Manual as the
format for listing component items. For each major line item list sub-values of
major products or operations under the item, where applicable.
Each item shall include a directly proportional amount of the Contractor's
overhead and profit.
For items on which progress payments will be requested for stored materials,
break down the value into (1) the cost of materials, delivered and unloaded, with
taxes paid, and (2) the total installed value.
The sum of all values listed in the schedule shall equal the total Contract sum as
well as the total values of all lump sum bid items of work.
C. Submittal
The schedule of values must be submitted as a Shop Drawing Submittal
approved by the Owner prior to commencing with the work.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 31 0 - Progress Schedule, Submittal Schedule, and Schedule of Values - 2 of 2
SECTION 01 400
QUALITY CONTROL
PART 1 - GENERAL
1.1 Work Included
Inspection and testing laboratory qualifications, duties and responsibilities, Contractor's
quality control requirements, Owner's inspection and testing.
1.2 Related Work
A. Section 01300: Submittals
1.3 Reference Standards
Work shall conform to Federal, State and local building codes, electrical codes, fire codes,
mechanical codes and plumbing codes, and to Occupational Safety and Health Act (OSHA)
Regulations. Nothing in Contract Documents shall be interpreted as permission or direction
to violate any governing code or ordinance.
1.4 Submittals
A. Certificates of compliance shall be submitted at Owner's request.
B. Transcripts of results of acceptance to verify quality of manufactured products
shall be submitted at Owner's request.
1.5 Testina Laboratory Services
Where required by these specifications, the Contractor shall hire an Owner-approved
independent laboratory to perform testing and certify results. Provide labor, products, tools,
instruments, water, and power as directed for sampling for required tests.
Tests of products shall follow commonly recognized standards of national technical
organizations, and specified sampling and testing methods.
Contractor shall pay for quality assurance testing unless otherwise shown.
Owner may test representative samples of each type and size of product furnished. Failure
of samples to pass tests will be deemed sufficient cause to reject entire lot delivered.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01400 - Quality Control - 1 of 3
1.6 Contractor's Qualitv Control
Arrange work to be readily accessible and easy to operate and maintain where detail
drawings are not included in Contract Documents, supplementary drawings or shop
drawings and submittals.
Combinations of manufactured equipment shall be fully compatible and work safely and
successfully as a unit. Furnish necessary mountings, couplings and appurtenances with
each unit.
Relocations or adjustment of existing facilities noted in Contract Documents shall be done
as needed. If existing items are lost or damaged during construction, replace with new
items of equal or better quality.
Make field measurements needed to fabricate and install Work before ordering or beginning
work. Make minor changes in alignments and dimensions as needed to remedy or avoid
utilities and structural conflicts.
1.7 Proiect Conditions
Ascertain suitability of native soil for backfill before submitting bid. If native soil is found to
be unsuitable, provide suitable material for meeting compaction requirements at no
additional cost to Owner.
Items furnished shall be capable of fulfilling their intended purpose in environment in which
they are installed. Allow for local temperature extremes, climactic conditions and corrosive
environments where necessary to ensure proper functioning of furnished products.
1.8 Unit Prices
Payment for Contractor-provided testing required in Contract Documents will be included in
the price bid for items of work for which Contractor-provided testing is specified.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.1 Inspection
Notify Engineer of time and place of shop tests five working days before they begin.
Complete manufacturing operations, checks, adjustments and tests before factory
inspection.
The Engineer will inspect products after delivery and throughout construction process.
Products will be subject to rejection at any time on account of failure to meet Contract
Documents even though samples may have been accepted as satisfactory at place of
manufacture.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 400 - Quality Control - 2 of 3
Before backfilling, request inspection by the Engineer to verify proper installation of buried
work.
Before finishing, request inspection by the Engineer to verify that no surfaces to receive product have defects or errors which could result in poor or potentially defective application
or cause latent defects in workmanship.
3.2 Installation/Application/Erection
Install products according to manufacturer's installation and warranty requirements. Install products to tolerances recommended by manufacturer. Unless otherwise shown, install
equipment true and level using precision gauges and levels.
Refer variances between manufacturer's installation instructions and Contract Documents
to the Engineer.
Construct walls plumb, straight, level, square and true.
Welds, unless otherwise shown, shall be continuous, watertight, and conforming to
Structural Welding Code of American Welding Society. Welds shall be free of sharp points or edges.
Exposed surfaces shall be finished in appearance. Grind smooth exposed welds. Round or chamfer corners of exposed structural shapes for personal protection.
Prime and paint exposed surfaces of ferrous products, piping, and conduit except for
stainless steel or galvanized or sherardized surfaces or unless otherwise shown. Clean painted surfaces and touch up bare or marred spots with finish to match factory finish.
3.3 Field Qualitv Control
Maintain complete set of Contract Documents at jobsite field office or superintendent's truck
at all times.
Frequency of sampling and testing shall be as shown, and shall be performed at such other
times as necessary to document contract compliance.
Notify the Engineer and regulating authorities three days before field tests.
Perform field tests in presence of the Engineer who will record results.
Repair damage to work that is not cause for rejection.
Repair, correct or replace work failing tests or inspection. Repeat tests until results satisfy
specifications. Repair damages resulting from tests
END OF SECTION
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01400 - Quality Control - 3 of 3
SECTION 01 41 0
TESTING AND INSPECTION
PART 1 - GENERAL
1.1 Scope
This section addresses testing laboratory services and inspections required during the course of
construction, as specified.
1.2 Testinn Laboratory
A. Selection of Laboratory
Testing and inspections will be performed by the Owner or by an independent testing
laboratory selected by the Owner.
B. Testing Requirements
Testing and inspection services which are performed will be in accordance with
requirements of the Uniform Building Code, the Standard Specifications for Public
Works Construction, the Special Provisions and as specified herein.
1.3 Pavments
A. Tests Showing Compliance
Costs of initial testing and inspection, except as specifically modified herein, or
specified otherwise in technical sections, will be paid by the Owner, providing such
testing and inspection indicates compliance with Contract Documents. Initial tests and inspections are defined as the first test and inspections as specified herein.
B. Tests Showing Failure
In the event a test or inspection indicates failure of a material or procedure to meet
requirements of Contract Documents, costs for retesting and reinspection will be
borne by the Contractor.
C. Additional Tests at Owner’s Request
Additional tests and inspections not specified herein but requested by the Owner, will
be paid for by the Owner, unless result of such tests and inspections are found to be
not in compliance with Contract Documents, in which case the Owner will pay all
costs for initial testing as well as retesting and reinspection and backcharge the
Contractor.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01410 - Testing and Inspection - 1 of 6
D. Additional Test Due to Changes
Costs for additional tests or inspections required because of change in materials
being provided or change of source or supply shall be paid by Contractor direct to
testing laboratory.
E. Correction of Deficiencies
Costs for construction activities which are required to correct deficiencies shall be
borne by the Contractor.
F. Additional Tests to Assist Contractor
Cost of testing which is required solely for the convenience of Contractor in his
scheduling and performance of Work shall be borne by the Contractor.
1.4 Availabilitv of Samples
A. Acquisition of Samples
Contractor shall make materials required for testing available and assist in acquiring
these materials as directed by Engineer. The samples shall be taken under the
immediate direction and supervision of the Engineer.
6. Uncovering Construction
If construction which is required to be tested or inspected is covered up without prior
notice or approval, such construction may be uncovered at the discretion of the
Engineer.
C. Advance Notice for Inspections
Unless otherwise specified, Contractor shall notify the Engineer a minimum of
10 working days in advance of required inspections. Extra construction activities
resulting from a failure to notify the Laboratory shall be paid for by the Contractor.
D. Cancellation of Tests or Inspection
Contractor shall give sufficient advance notice to the Engineer in the event of
cancellation or time extension of a scheduled test or inspection. Charges due to
insufficient advance notice of cancellations or time extension shall be paid for by the
Contractor.
1.5 Removal of Materials
Unless otherwise directed, materials not conforming to the requirements of Contract Documents
shall be promptly removed from the Project site.
PART 2 - PRODUCTS (Not Applicable)
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01410 - Testing and Inspection - 2 of 6
PART 3 - EXECUTION
3.1 Earthwork
A. Engineer's Role
The Engineer will provide continuous inspection of fill and will field test fill and earth
backfill as placed and compacted, and inspect excavations and subgrade before
concrete is placed and provide periodic inspection of open excavations,
embankments, and other cuts or vertical surfaces of earth. The Engineer will submit
a report indicating that he has observed and tested fills and that in his opinion the fills
were placed in accordance with the Project Specifications.
B. Removal of Unsatisfactory Material
Contractor shall remove unsatisfactory material, reroll, adjust moisture, place new
material, or in the case of excavations, provide proper protective measures, perform
other operation necessary, as directed by the Engineer whose decisions and
directions will be considered final.
C. Engineer may require deepening of footings and so order such deepening in
accordance with Section 02200.
D. Test and Inspection Procedure
City of Carlsbad
11/04
1.
2.
3.
4.
5.
6.
General
Allow sufficient time for testing and evaluation of results before material is
needed. The Engineer will be sole and final judge of suitability of all materials.
Tests
Laboratory compaction tests to be used will be in accordance with ASTM
D1557.
Field Density Tests
Field density tests will be made in accordance with ASTM D1556 or ASTM
02922.
Number of Tests
The number of tests will be determined by Engineer.
Use of Tested Materials
Materials in question may not be used pending test results.
Excavation and Embankment Inspection Procedure
Excavation and embankment inspection procedure: Engineer will visually or
otherwise examine such areas for bearing values.
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01410 - Testing and Inspection - 3 of 6
i
3.2 Testinn of Concrete
A. General
i
Notify Engineer of brand and type of cement and sources of aggregates in time for review, sampling and testing, if required.
8. Number of Tests
At least four cylinders for each 100 cubic yards or each separate mix design of concrete of required strength in excess of 2000 psi, or fraction thereof being placed each day will be taken.
C. Sampling Procedures
Cylinders will be taken so as to represent as nearly as possible the batch of concrete from which they are taken. Sampling procedures shall conform to ASTM C 172.
D. Test Cylinders
Test cylinders shall be made and cured in compliance with ASTM C 31, except as modified herein.
E. Test Procedures
Test cylinders from respective batches, one at age of 7 days, one at 14 days and one at age of 28 days. The third shall be tested as directed if concrete strength is under that specified. Cylinder testing procedures shall conform to ASTM C39 for strength.
F. Slump Tests
Slump tests shall be taken as required by Testing Laboratory to certify compliance with Contract Documents. Slump shall be tested in accordance with ASTM C143.
G. Compressive Strength
Minimum compressive strength of test cylinders, in pounds per square inch, shall not be less than the specified required design strength.
H. Test Cores
If minimum strengths of test cylinders fall below those specified, Engineer may require test cores from hardened concrete to be taken and tested. Each core test, if taken, shall consist of 3 cores. Costs of such cores and tests shall be borne by the Contractor. Cores shall be taken in accordance with ASTM C42, from locations selected by Engineer. Contractor shall repair core holes with dry-pack or a nonshrinking mortar.
1. Test Core Strength
Concrete tested by coring shall be considered acceptable if the average strength of three cores is equal to at least 85 percent of the minimum specified 28 day strength and if no single core strength is less the 75 percent of the minimum 28 day strength.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01410 - Testing and Inspection - 4 of 6
3.3 Concrete Inspections
An authorized inspector of the Owner will be present at all times during placing of structural,
reinforced cast-in-place concrete. Before placing concrete he will inspect and approve
(if satisfactory) accuracy of all formwork and quantity and placement of all reinforcing steel.
Concrete construction activities shall not proceed until inspections are complete and the inspected
construction is approved.
3.4 Concrete Mix Desisns
A. General
Refer to requirements specified in Section 03300.
B. Revised Mix Designs
In addition to original mix designs, provide new mix designs if change in brand or type of cement or change in source or gradation of aggregate is permitted, or if defective concrete occurs.
C. Cost of Mix Designs
Contractor shall pay all costs for mix designs.
3.5 Concrete Plant Inspection
A. Certificates
The manufacturer of structural concrete shall deliver to the Inspector a certificate with
each mixer truck in accordance with ASTM C94, Section 16.1 and all items of 16.2
with the addition of type and brand of cement and admixtures, source and
identification of aggregates. Certificates shall be from a public weightmaster.
Inspector will not accept concrete which is not accompanied by and identified by the
above certificate.
B. Periodic Inspection
Periodic inspection of quality of materials used may be made by Testing Laboratory,
as directed by Engineer.
3.6 Reinforcinq Steel
A. Certificates
Provide mill test certificates identifying chemical and physical analysis of each load of reinforcing steel delivered.
3.7 Structural Steel
Not Used.
END OF SECTION
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 41 0 - Testing and Inspection - 5 of 6
THIS PAGE INTENTIONALLY BLANK
f
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01410 - Testing and Inspection - 6 of 6
SECTION 01 500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
PART 1 - GENERAL
1.1 Work Included
Mobilization, storage yard, temporary utilities, security, access roads and parking areas,
temporary controls and traffic regulation.
1.2 Related Work
A. Section 01040: Coordination
B. Section 01300: Shop Drawing Submittals
C. Section 01700: Contract Closeout
1.3 Submittals
Storage yard description shall describe Contractor's proposed methods for dust and noise
control in storage areas to satisfaction of Owner and shall be included in the SWPPP.
Property owner's written approval of storage yard shall be submitted for use of property used
as storage yard for project.
I .4 Mobilization
Obtain temporary easements, which Contractor may require for construction activities outside of existing easements and/or rights of way secured by Owner, at Contractor's expense. Use
of areas outside City Right of Way shall require written approval from City.
When using vacant property to park and service and store products, obtain approval from
Engineer. Notify adjacent property owners of this proposed use. Obtain written approval
from property owner stating requirements which are a condition of this approval.
Remove obstructions in right-of-way before starting construction. Where private property,
such as parked cars, must be removed prior to construction, notify respective property
owners 72 hours in advance of right of way clearing to allow them to remove their property.
I .5 Temporary Utilities
Construction power shall be purchased or generated on-site for constructing Work where
existing outlets are not available.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01500 Construction Facilities and Temporary Controls - 1 of 3
Construction water shall be clean and free from objectionable deleterious amounts of acids, alkalies, salts, or organic materials. If water is taken through fire hydrants, coordinate and
obtain appropriate equipment from the Owner. Contractor shall pay all fees and deposits
required. Reserve remaining outlets for use by fire department. Unless otherwise stated,
make arrangements to develop water sources, provide backflow protection and supply labor
and equipment to collect, load, transport, and apply water as needed for compaction, testing, concrete work, dust control dust, and other construction use. The Contractor shall not draw
water from any fire hydrant, except to extinguish a fire, without obtaining permission from the loca I water p u rveyor.
Provide safe drinking water and sanitation facilities on jobsite at all times.
Construction telephone shall be available at site at all times Work is in progress. Cellular
phones are acceptable.
1.6 Construction Aids
Scaffolding, rigging, hoisting and services needed to safely deliver and install products shall
be provided. Remove same from premises when installation is complete.
1.7 Access Roads and Parkina Areas
Construct and maintain access or haul roads required for project, and personnel movement
into and within construction and excavation areas, subject to prior approval by Owner. Access facilities shall provide for surface drainage. Install and remove earth ramps as
needed to protect concrete and asphalt curbs. Areas used for temporary access, haul roads
and access from public roads shall be graded and restored to original grade conditions to Owner's satisfaction. 1
Treat access roads and parking areas as needed to control dust and prevent tracking of mud
onto paved streets.
1.8 Temporaw Controls
Dust control operations shall prevent construction dust from harming or annoying persons
living in or occupying buildings near Work. Use water or dust preventative to control dust. Cover or wet loads of excavated material or rubbish leaving site or of material being imported
to prevent blowing dust.
Noise control shall be done to comply with local noise ordinances. Schedule Work to comply
with noise ordinances. Install sound barriers if needed to comply with noise ordinances and Contract Documents.
Fire danger shall be minimized at and near construction site. Protect surrounding private property from fire damage resulting from construction operations.
Storm water management operations shall be conducted and maintained as needed to
prevent runoff or seepage from entering excavations and to control erosion in conformance
with Federal, State and local regulations.
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline 01 500 Construction Facilities and Temporary Controls - 2 of 3
Any erosion control measures required to meet Federal, State and local regulations shall be
designed and provided by the Contractor and included in the contract price for the work.
1.9 Traffic Regulation
Contractor shall implement whatever traffic control measures may be required to facilitate the
Work of this contract at no additional cost to Owner. A traffic Control Plan shall be submitted
for approval per Section 01300. Traffic control shall include the preparation and distribution
of door hangers per Section 7-10 of the Special Provisions. A Traffic Control Plan shall be
prepared per Section 7-10.3.6.
1.10 Unit Prices
Payment for mobilization, demobilization, including payment for construction, modification,
maintenance, removal and restoration associated with access, and storage facilities, will be
included in the price bid for major items of Work for which mobilization is required.
Payment for construction surveying and staking will be included in the price bid for items of Work for which alignment or limits must be staked.
Payment for verification of field dimensions and utility locations will be included in the price
bid for items of Work which may require relocation or refitting if field dimensions differ from
those shown on plans.
Payment for water to be furnished by Contractor for construction use will be included in the
price bid for items to which it is appurtenant. Payment under these items will include full compensation for furnishing labor, products, tools and equipment and doing work necessary
to develop sufficient water supply and furnishing necessary equipment for applying water as
specified.
Payment for power to be furnished by Contractor for construction use will be included in the price bid for items to which it is appurtenant. Payment under these items will include full
compensation for furnishing labor, products, tools, and equipment and doing work necessary to obtain and distribute power for construction purposes.
Payment for dust control, including dust palliatives and water supply and application will be
included in the price bid for items of work for which dust control during construction is
a p pu rten an t .
Payment for costs arising from fire or prevention of fire will be included in the price bid for
items of work for which fire protection during construction is needed.
Payment for noise control facilities will be included in the price bid for items of work where
noise control facilities are required during construction.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
01500 Construction Facilities and Temporary Controls - 3 of 3
SECTION 01 530
PROTECTION OF EXISTING UTILITIES
PART 1 - GENERAL
1.1 Scope
This section addresses verification and protection of existing utilities encountered during the
course of construction.
1.2 Related Work
A. Section 02225: Utility Crossings
B. CMWD Standard Specifications
C. SSPWC and Special Provisions: Section 5
1.3 Drawings
The Consulting Engineer has endeavored to determine the existence of utilities at the site of
the work from the records of the owners of known utilities in the vicinity of the work. The
positions of these utilities as derived from such records are shown on the Plans. The service
connections to these utilities may not be shown on the Plans.
PART 2 - PRODUCTS (Not Applicable)
I PART 3 - EXECUTION
3.1 Contractor's Duties
Prior to excavating the Contractor shall notify Underground Service Alert. The Contractor
shall be responsible for verifying the actual location and elevation of all utilities in the field
prior to start of construction by potholing all crossings, connections and parallel utilities which
may impact the waterline installations by hand excavation methods. The Contractor shall
submit his completed potholing information at least two weeks prior to his requesting shop
drawings from the manufacturers for pipe fittings, couplings or valves.
The Contractor shall protect all existing utilities from damage, whether they are shown on the
plans or not. The existing utilities are to remain in place and be protected against damage
during construction operations. The Contractor shall not interrupt existing utilities except
when authorized in writing by the Engineer. If the existing utilities interfere with construction,
the Contractor shall submit drawings showing methods, material and sequences of operation
for continuing construction and maintaining utility service.
The Contractor shall not turn off or shut down any utilities. No additional cost will be accepted
nor time extension granted, if a delay in work is caused by failure to comply with this
requirement.
END OF SECTION
City of Carlsbad
11/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
01530 - Protection of Existing Utilities - 1 of 1
SECTION 01 600
MATERIAL AND EQUIPMENT
PART 1 - GENERAL
1.1 Work Included
Transportation and handling, storage and protection, acceptable manufacturers, and
procedures for seeking substitutions.
1.2 Related Work
A. Section 01300: Submittals
B. Section 01 400: Quality Control
C. Section 01 700: Contract Closeout
1.3 Submittals
Supplemental information, including certification of compliance, transcripts of acceptance
tests, samples, names and addresses of nearest local representatives and list of three
installations, shall be submitted at Owner's request for product substitutions.
1.4 Qualitv Assurance
If products are furnished which differ from those shown and which require changes to
enclosures, mounting and support structures, power and control circuitry or other work to
accommodate furnished product, provide changes required at no additional cost to Owner
and of same quality as shown.
1.5 Deliverv, Storage and Handling
Deliver products to jobsite in manufacturer's original, unopened, labeled packaging.
Oil lubricated gearing, bearings and other lubricated components shall be shipped with oil
soh ble protective coating as described in warranty requirements or recommended by
manufacturer. Coating shall provide protection for one year after final acceptance.
Protect products against moisture, temperature extremes, dust, debris, tampering,
vandalism, ultraviolet radiation, or damage from improper handling, storage, or exposure.
Protect exposed metals from rust and corrosion even though they will be sandblasted or
otherwise cleaned before painting.
Clean and protect machined surfaces and shafting from corrosion using proper type and
amount of coating as described in warranty requirements to assure protection to one year
after final acceptance.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01600 - Material and Equipment - 1 of 2
Store items not designed for outdoor exposure off ground and under cover.
Handle products with care and using proper equipment according to manufacturer's
recommendations. Lift large heavy items only at points designated by manufacturer. Do
not drop, drag, bump or handle products in manner that causes bruises, cracks, scratches
or other damage. Use padded slings and hooks for lifting as needed to prevent damage.
Improper handling shall be cause to reject mishandled products.
Inspect each product item for damage, defects, completeness and correct operation before
installing.
Notify Owner in writing if delivered or stored product is damaged. Do not repair damaged
products without prior written approval.
Maintain records for Owner's review of deliveries to show Contractor's order number,
purchase order number and equipment number. Include labeling or shipping tag in records.
PART 2 - PRODUCTS
2.1 Acceptable Manufacturers
Products of listed acceptable manufacturers shall meet specifications notwithstanding the
fact that manufacturer is "listed". Owner reserves right to reject submittals and products
from "acceptable manufacturers" if they fail to demonstrate compliance with specifications.
2.2 Materials and Equipment
Materials and materials sources shall be approved by Owner at least three days before use
of materials in Work.
Similar items on project shall be products of same manufacturer
Corresponding parts of identical products shall be interchangeable.
Mating ends of pipe shall match.
Design and fabrication of products shall ensure products withstand stresses and loads
which may occur during testing, installation, start-up and normal operation.
Furnish mounts, guides, bearing plates, flanges, anchor and attachment bolts and screws,
saddles, supports, pads and skids necessary to securely mount products and equipment.
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 600 - Material and Equipment - 2 of 2
SECTION 01 61 0
SUPPLIER'SIMANUFACTURERS' SPECIAL SERVICES
PART I - GENERAL
1.1 Scope
This section covers the Work for providing special services by the suppliers and
manufacturers associated with this Work.
1.2 Related Section
A. SSPWC and Special Provisions: Section 4.
PART 2 - PRODUCTS
2.1 General
Contractor, suppliers and manufacturers shall provide materials, equipment, devices, labor,
travel costs and expenses as required to perform the specified services.
PART 3 - EXECUTION
3.1 Installation Assistance
Competent and experienced technical personnel shall represent the manufacturer of all
equipment and systems as may be necessary to resolve assembly or installation problems
at the worksite, or at the location where factory built equipment is being assembled by
others into a larger, integrated system, which are attributable to, or associated with, the
equipment furnished.
3.2 Functional Testing
Where functional testing services are called for in the Technical Specifications, or when
technical assistance is necessary to resolve performance problems that may become
apparent during the performance test, the manufacturer's representative shall provide such
assistance as necessary to demonstrate the specified performance.
3.3 Plant Startup
Not Used.
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
01610 - Supplier's/Manufacturer's Special Services - 1 of 2
3.4 Training of Owner's Personnel
Where training is called for in the Technical Specifications, the manufacturer's or supplier's
representative shall provide classroom and on-the-job training for the Owner's personnel in
the operation and maintenance of the specified equipment.
3.5 Scheduling and Coordination of Services
The Contractor shall designate and provide one person to be responsible for scheduling,
coordinating, and expediting the specified services. Scheduling the services shall be done
in cooperation with, and with the approval of the Engineer and Owner's operating
personnel. Such schedule shall be arranged with the appropriate subcontractors,
manufacturers, and suppliers in sufficient time to assure their compliance with the service
requirements.
3.6 Costs for Services
Cost for providing services during installation, testing, and for the training of Owner's
personnel shall be included in the costs for providing the applicable specified equipment or
materials.
Where the number of days for services is stated in the Technical Specifications, this shall
be considered as the minimum number of days. Should additional time be required for
services, such time shall be at the expense of the manufacturer, supplier, or Contractor as
applicable, and at no additional cost to the Owner.
Where the number of days for services is not stated in the Technical Specifications,
services shall be furnished for installation, testing, and plant startup as required to provide
the Owner with a satisfactory operating facility.
END OF SECTION
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
01610 - SuppIier's/Manufacturer's Special Services - 2 of 2
SECTION 01 630
PRODUCT OPTIONS AND SUBSTITUTIONS
PART 1 - GENERAL
1.1 Scope
This section addresses procedures for submittal of requests for substitution for materials
specified in these specifications by proprietary names.
1.2 General Requirements
A.
B.
C.
D.
Standard Products
Whenever in the specifications products are by reference standard, any product
meeting the standards referenced may be used. Information on such products
shall be submitted in accordance with Section 01300.
Proprietary Products
Whenever in the specifications any material, article or process is indicated or
specified by trade, patent or proprietary name or name of manufacturer such
specification for material, article or process, unless marked "no substitution", shall
be deemed to be followed by the words "or equal as accepted in writing by the
Engineer", and will be considered as a substitution.
Selection of Proprietary Product
Where more than one proprietary name is specified, the Contractor may provide
any one of the materials or equipment specified. Only one brand, kind or make of
material or equipment shall be used for each specific purpose throughout the
Work notwithstanding that similar materials or equipment of two or more
manufacturers or producers may be specified for the same purpose.
Substitution Request Procedure
Submit a written request on the enclosed form for proposed substitutions to the
Engineer not later than 20 days after date of "Notice of Award". Proposed
substitutions relating to a particular subcontract or trade shall be submitted at one
time. If the Engineer accepts any proposed substitutions, such acceptance shall
be in writing. No substitution will be considered after this 20 day period.
City of Carlsbad
1 1 /04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01630 - Product Options and Substitutions - 1 of 5
E. Contractor's Responsibility for Construction Modifications
Drawings have been detailed in compliance with ICBO Evaluation Report for
material specified. If a proposed substitute material is accepted by the Engineer,
the Contractor will assume the responsibility for construction modifications and
additional costs required by reason of this acceptance. If the substitution results
in a decrease in cost, the amount is to be submitted for consideration.
F. Systems of Like Manufacture
Where materials or items of manufacturer are specified in groups and are made
or furnished by one manufacturer, no substitution will be considered that is not
made or furnished similarly by one manufacturer. Where the Contractor proposes
to use a system of equipment other than that specified or detailed on the
Drawings the substitution shall be proposed as a complete system.
1.3 Requirements for Submittinq Substitutions
A. Substantiating Data
The Contractor shall submit with his written request for a proposed substitution all
data substantiating his request as well as a "Certificate of Suitability" certifying
that the proposed substitution is equal or better in all respects to that specified
and that it will, in all respects perform the function for which it is intended. The
Contractor shall include with his request all required samples. All written requests
and data for proposed substitutions shall be submitted in three copies.
B. Determination of Equality
It shall be the responsibility of the Contractor to submit complete information to
the Engineer so that proper evaluation can be made. The burden of proof of
equality of the substituted item shall be on the Contractor. Acceptance of such
substitutions is entirely at the discretion of the Engineer and Owner. All materials
or items of manufacture, which the Contractor proposes to substitute for those
specified, must be accepted by the Engineer before they may be ordered.
C. List of Accepted Substitutions
The Engineer may issue to the Contractor a list setting forth those items for which
substitutions are accepted. No substitution will be accepted for any materials or
item of manufacture called for in the Contract Documents which is not of equal
quality and which does not possess equal design or color characteristics to those
of the specified material or item.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01630 - Product Options and Substitutions - 2 of 5
Denial of Substitution D.
E.
If, in the opinion of the Engineer or Owner, the proposed substitution is not equal
or better in every respect to that so indicated or specified, or was not submitted
for acceptance in the manner outlined above, the Contractor shall furnish the
specified materials.
Responsibility for Coordinating Substitutions with Construction Trades
It shall be the responsibility of the Contractor, in proposing a substitution for any
item herein specified, to inform all other trades, vendors, and subcontractors of
the effects said substitution will have upon their work or products. Failure to so
notify shall require that the Contractor make payments arising from alterations in
specified materials or methods necessary to complete the Work in an approved
and acceptable manner.
1.4 Contractor's Responsibility for Cost of Substitution Reviews
The Contractor shall bear all costs by Engineer and Owner to review Requests for
Substitutions. Review costs shall be deducted on a regular basis from monthly
progress payment. Any and all design change costs, if any, because of an approved
substitution will be borne by the Contractor.
1.5 Completion Time
The specified Contract completion time shall not be affected by any circumstance
developing from the provisions of this section.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
01630 - Product Options and Substitutions - 3 of 5
SUBSTITUTION REQUEST FORM
TO: City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008
PROJECT NAME: -
FROM CONTRACTOR:
We hereby submit for consideration the following product substitution of specified item for above project:
DRAWING OR SHEET NUMBER
SECTION NO. - OR PARAGRAPH SPECIFIED lTEM
Proposed
substitution:
Attach complete dimensional information and technical data, including laboratory tests, if applicable.
Include complete information on changes to Drawings andlor Specifications which proposed substitution will
require for its proper installation.
Submit with request all necessary samples and substantiating data to prove equal quality and performance to
that which is specified. Clearly mark manufacturer's literature to indicate equality in performance. Differences in
quality of materials and construction shall be indicated..
Fill in Blanks Below:
A. Does the substitution affect dimensions shown on Drawings?
Yes - No - If yes, clearly indicate changes.
B. Will the undersigned pay for the changes to the building design, including engineering and detailing
costs caused by the requested substitution?
C. What effect does the substitution have on other trades?
D. What effect does substitution have on applicable code requirements?
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01630 - Product Options and Substitutions - 4 of 5
E. What is the IC60 Approval Number?
F. Differences between proposed substitution and specified item:
G. Manufacturer's guarantees of the proposed and specified items are:
Same -Different-(Explain)
CONTRACTOR'S CERT I Fl CAT1 ON OF
PERFORMANCE AND ASSUMPTION OF
LIABILITY FOR EQUAL PERFORMANCE
Submitted By:
Signature Title
Firm
Address
Telephone Date
Signature must be by person having authority to
legally bind his firm to the above terms. Failure to
provide legally binding signature will result in
retraction of approval.
City of Carlsbad
11/04
For use by Design Engineer: - Accepted - Accepted as Noted - Not Accepted - Received Too Late - Approved as Alternate-See Bid Form
BY
Date
Remarks
Concurrence By:
Owner
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01630 - Product Options and Substitutions - 5 of 5
SECTION 01 700
CONTRACT CLOSEOUT
PART 1 - GENERAL
1.1 Work Included
Specific administrative procedures, closeout submittals, and forms to be used at substantial
completion and final completion of Work, and project record documents.
1.2 Related Work
A.
B. Section 01400: Quality Control
C.
Section 01300: Shop Drawing Submittals
Section 01 71 0: Cleaning and Final Cleaning
1.3 Qualitv Assurance
Upon completion of Contract, Work shall be finished, tested and ready fo operati n. Work
shall fulfill its intended purpose as described in Contract Documents, in submittals, and in
manufacturer's literature.
Where connections or disruptions have been made to existing work, repair, reactivate, refill
and recharge components, restoring them to preconstruction conditions. Follow procedures
of authorities having Ownership or jurisdiction for work involving existing utilities and
services.
1.4 Proiect Record Documents
Final record drawings shall be prepared from survey notes, field notes and system
demonstration logs and shall be submitted in ink on sepia mylar prints bearing seal of
registered land surveyor who performed survey for record drawings. Note hydraulic and
electric equipment control settings used for system demonstration on record drawings.
Record changes neatly and accurately using 1/8-inch size lettering and dimensions.
Monument survey showing record locations of monuments or benchmarks disturbed and
reset by Contractor shall be sealed by surveyor and submitted to Owner.
1.5 Unit Prices
Payment for record drawings required in Contract Documents will be included in the price
bid for items of work for which record drawings are required.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01700 - Contract Closeout - 1 of 2
1.6 Warranty
Warranties shall cover improper assembly or erection, defective workmanship and
products, and incorrect or inadequate operation.
For equipment bearing manufacturer's warranty in excess of one year, furnish copy of
warranty to Owner named as beneficiary.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.1 Adjustinq and Cleaning
Valve box cover elevations are not shown on drawings. Determine and set cover elevations
in field so that finished rim elevations are flush with finished pavement where directed by
Owner's Representative.
3.2 Extra Stock/Spare Parts
Spare parts required shall be delivered in manufacturer's original containers labeled to
completely describe contents and equipment for which it is furnished.
END OF SECTION
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 700 - Contract Closeout - 2 of 2
SECTION 01 71 0
CLEANING AND FINAL CLEANING
PART 1 - GENERAL
1.1 Work Included
Cleaning during construction and final cleaning on completion of the Work.
1.2 Cleaninn Durinq Construction
Items covered in Section 7-8 of the SSPWC and Special Provision apply to this section as
well as the SWPPP. Maintain areas covered by Contract, adjacent properties, and public
access roads. Keep these areas free from waste, debris and rubbish caused by
construction.
Conduct cleaning and disposal to comply with the SWPPP, local ordinances and
antipollution laws. Do not burn or bury rubbish and waste materials on project site. Do not
dispose of volatile wastes, such as mineral spirits, oil or paint thinner, in storm or sanitary
drains. Do not dispose of wastes into streams or waterways.
Use only cleaning materials recommended by manufacturer of surface to be cleaned.
Wet down dry materials and rubbish to prevent blowing dust.
Provide containers for collection and disposal of waste materials, debris and rubbish.
Clean public access roads to site. Remove material falling from haul trucks.
1.3 Final Cleaning
Restore construction areas to preconstruction conditions after completing of Work and
immediately before final inspection.
Restore lines and grades of areas used for earthwork storage. Clean, sweep, and wash
Work and equipment including finishes.
Remove grease, dust, dirt, stains, labels, fingerprints and foreign materials from sight-
exposed interior and exterior finished surfaces. Polish surfaces so designated.
Repair, patch and touch up marred surfaces to specified finish to match adjacent surfaces.
Remove mark-out paint.
Broom-clean paved surfaces.
Rake-clean other surfaces of grounds.
City of Carlsbad
11/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline 01710 - Cleaning and Final Cleaning - 1 of 2
Remove from Owner's property temporary structures and materials, equipment and
appurtenances not required as part of, or appurtenant to, completed Work.
After Work is complete, remove from site loose concrete, lumber, wire, aggregate or rock
piles, reinforcing, rubbish, debris and materials not incorporated in Work. Remove excess
pointing mortar materials and other debris within pipes.
1.4 Unit Prices
Payment for cleaning will be included in items of Work to which cleaning is appurtenant.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01710 - Cleaning and Final Cleaning - 2 of 2
SECTION 01 720
RECORD DRAWINGS
PART 1 - SCOPE
1.1 General Reauirements
Contractor shall keep accurate and legible records on a single set of full size project blueline
prints of the Drawings.
Make the record drawings available for review by Owner in Contractor's field office.
Maintain record drawings on an up-to-date basis with all entries reviewed by the Owner's
Representative.
Protect the record set from damage or loss.
1.2 Detailed Requirements
The Contractor shall provide Record Drawings which shall clearly show all differences
between the contract Work as drawn and as installed for all concealed construction, as well
as construction added to the Contract which is not indicated on the Contract Drawings.
Concealed shall mean construction installed underground or in an area which cannot be
readily inspected by use of access panels, inspection plates or other removable features.
Show all changes in the Work, or Work added on the Record Drawings in a contrasting color.
In showing changes in the Work, or added Work, use the same legends that are used on the
Contract Drawings. Indicate exact locations by dimensions and exact elevations. Give dimensions from a permanent point.
Record by marking on the Drawings all changes in the Work which occur during construction,
including adding approved change orders.
Show locations by key dimensions, depths, elevations of all underground lines, conduit runs,
sensor lines, valves, capped ends, branch fittings, pull boxes, etc.
Record information on how to maintain and/or service concealed Work.
Make a record of finalized hydraulic and electrical equipment control settings in the tables
and spaces provided on the Drawings.
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
01720 - Record Drawings - 1 of 2
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.1 General
Deliver the marked record set of Drawings to the Owner prior to acceptance of the Work.
Final retention payment will not be made until Owner accepts Record Drawings as complete.
Payment for performing work required by Section 01720 shall be included in the various
items and no additional payment will be made therefor.
END OF SECTION
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
01 720 - Record Drawings - 2 of 2
SECTION 021 30
REMOVAL AND RESURFACING OF PAVEMENT SURFACES
i PART I- GENERAL
1.1 Description
Street pavement and surfaces shall be removed and replaced in all areas of construction
excavation in conformance with details shown on the Plans and/or as specified herein. Resurfacing of existing pavement and surfaces damaged or removed in connection with the
construction of project improvements including all appurtenances, shall conform to the provisions of permits issued by the local governing body, agency or association having jurisdiction of public and private streets for work performed within the rights-of-way of the respective governing body, agency or association.
1.2 Related Work Described Elsewhere
The Contractor shall refer to the following Specification section(s) for additional requirements:
A. Earthwork: Section 02200 B. C. Concrete Construction: Section 03300
Asphaltic Concrete Pavement: Section 0251 0
1.3 Submittals
Submittals shall be provided as required in the related section(s) of the Specifications for the appropriate material. I
1.4 Payment
Payment for the Work in this section shall be included as part of the lump sum or unit-price bid amount for which such Work is appurtenant thereto.
PART 2 - MATERIALS AND EXECUTION
2.1 Earthwork
Earthwork shall conform to the provisions of Section 02200, Earthwork.
2.2 Pavement Removal
A. General: Street pavement or existing road surfacing shall be removed within the limits of all construction excavations prior to proceeding with excavation operations of any nature. Surplus material shall be removed as specified in the Specifications. Prior to removal of existing surfacing, pavement cuts for pipelines shall be made as shown on the Plans and/or specified herein. All pavement cuts for pipelines shall be neat and straight along both sides of the trench and parallel to the alignment of the pipe to provide an unfractured and level pavement joint for bonding existing surfacing with pavement replacement. Where large irregular surfaces are removed, such trimming or cutting as hereinafter provided shall be parallel with roadway centerline or at right angles to the same. All cut edges shall provide clean, solid vertical faces free from all loose material.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02130 - Removal and Resurfacing of Pavement Surfaces - 1 of 3
B. Portland Cement Concrete Surfaces: Concrete pavement, including cross gutters, curbs and gutters, sidewalks, driveways, and concrete surfaces of
whatever nature, shall be saw cut to a minimum depth of 2X-inches prior to removal in accordance with details shown on the Plans or as specified herein. Said saw cut shall be made at the edge of the trench and/or excavation. With the written permission of the Owner's Representative pneumatic tools or other
approved equipment may be used to cut concrete pavement prior to removal at the limits of the excavation. In such an event, the saw cut as provided herein,
shall be made after backfilling, and the additional concrete pavement shall be removed and disposed of by the Contractor prior to resurfacing.
C. Plant Mix Surfacing (Asphalt Concrete Pavement): Streets, alleys and areas surfaced with asphalt concrete pavement shall be initially cut by means of pneumatic pavement cutters or other approved equipment at the limits of the trench and/or excavation prior to removal of surfacing. Pavement saw-cutting will
be required within the right-of-way of the county roads and highways, or as
required by local governing bodies.
D. Road-Mixed Surfacing: Streets, alleys and areas surfaced with road-mixed surfacing shall be cut at the limits of the trench and/or excavation prior to removal
of existing surfacing. Cuts may be made with pneumatic tools or other approved
equipment. The extra trimming width by saw cuts prior to resurfacing will not be required unless otherwise specified.
2.3 Asphalt Concrete Resurfacing
In all areas in which the surface is removed, broken, or damaged by equipment, or in which the ground has caved in or settled due to the installation of the improvements, the surface shall be restored to the original grade and crown section by the Contractor at his own expense. In the absence of specific designation on the Plans, and where the street has been
improved with roadway surface, base course, curb, sidewalk or gutter, trenches, or damaged sections shall be restored with the type of improvement conforming to that which existed at
the time the Contractor entered upon the Work. Prior to resurfacing, the existing surfacing shall be removed as provided above. All Work shall match the appearance of the existing
improvements and finished pavement shall not deviate from existing grade by more than 118-
inch in IO-feet and shall be free from ruts, depressions, and irregularities. Where large irregular surfaces are to be resurfaced, existing surfacing shall be cut and removed as provided herein. Asphaltic emulsion shall be applied to the vertical faces of all asphaltic concrete pavement against which the pavement replacement materials are to be placed. The completed surface, when ready for acceptance, shall be thoroughly compacted, true to grade
and cross section, and shall be free from ruts, depressions, and irregularities. Forest Avenue: Asphalt pavement shall be a minimum 4-inches thick and shall be no less thick than the asphalt pavement removed unless approved by the Inspector. Aggregate base
shall be a minimum of 4-inches thick but no less thick than the aggregate section being
replaced unless approved by the inspector. Monroe Street: Asphalt pavement shall be a minimum 4-inches thick and shall be no less thick than the asphalt pavement removed unless approved by the Inspector. Aggregate base shall be a minimum of 6-inches thick but no less thick than the aggregate section being replaced unless approved by the inspector. The trench section shall be lapped at least 12-inches on each side and shall be hand raked so that the lapped section will feather-in smoothly with the existing pavement. The resulting edge of contact between the new and existing pavement on each side shall parallel the existing trench and be a straight and neat join line.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02130 - Removal and Resurfacing of Pavement Surfaces - 2 of 3
2.4 Resurfacinn of Concrete Surfaces
Portland concrete cement pavement surfaces shall be replaced in kind, with an aggregate
base layer 8-inches minimum thickness. Minimum thickness of concrete pavement shall be
equal to that removed.
Portland cement concrete sidewalks shall be replaced to the nearest scoreline or over a
sufficient width to replace any portions of the sidewalk damaged, fragmented, cracked, or otherwise made unusable as a result of construction operations. Minimum thickness of
concrete shall be 4-inches.
2.5 Portland Cement Concrete
Portland cement concrete shall be Class 6 and shall conform to Section 40 of the State
Standard Specifications and the Specifications.
Concrete shall be placed over the width of the excavated trench where the edge of the trench
is more than 2-feet from the edge of an existing concrete excavation and is within 2-feet of
the existing gutter.
2.6 Temporary Paving
All pavement removal for trenching operations shall be replaced with 3-inches of temporary paving mix after compaction is approved by the Owner's Representative or within three days
after the installation of the pipe, whichever comes first.
Cross streets and all accesses shall be paved with temporary pavement on the same day
that excavation is made. Temporary pavement shall be maintained so that a smooth traversable surface is available at all times for vehicular traffic, free from ruts, depressions, holes, and loose gravel. Cost for temporary paving shall be included in the contract unit prices for the Work, and no extra compensation will be made to the Contractor.
END OF SECTION
City of Carlsbad
11/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
02130 - Removal and Resurfacing of Pavement Surfaces - 3 of 3
SECTION 02200
EARTHWORK
PART 1 - GENERAL
I .I Description
The work of this Section includes clearing and grubbing, demolition, removal and disposal of
surplus and objectionable materials, and trenching and backfilling at the locations indicated
on the Plans. Earthwork shall include the loosening, removing, loading, transporting,
depositing, and compacting in its final location of all materials, wet and dry, as required for
purposes of construction of all facilities and such other purposes as indicated on the Plans;
the furnishing, placing, and removing of all sheeting and bracing necessary to safely support
the sides of the excavations; all pumping, ditching, draining, and other required measures for
the removal or exclusion of water; the supporting of structures above and below the ground;
all backfilling around structures and all backfilling of trenches and pits; the disposal of excess
excavated materials, and all other incidental earthwork as indicated on the plans and as
specified herein.
The Contractor shall furnish all tools, equipment, materials, and supplies and shall perform
all labor necessary in connection with all earthwork and incidental appurtenant work,
complete, as specified herein and as indicated on the Plans.
1.2 Related Work Described Elsewhere
The Contractor shall refer to the following specification sections:
A. Testing and Inspection: 01410
1.3 Payment
Payment for earthwork and for conforming to all of the provisions of these Specifications,
unless otherwise specified and itemized on the bid form, shall be considered to be included
in the contract unit or lump sum price paid for the various items of work wherein earthwork is
required and no additional allowance will be made therefore.
1.3 Submittals
A. Shoring: Prior to excavating submit shop plans and pertinent structural calculations for
the shoring design. The shoring must be designed by a structural engineer and must
comply in all respects to the Contract Documents, to all safety regulations and
requirements, and to the plans and contract documents.
B. Pipe Zone and Bedding Material: Submit current certification and test results for all
utility pipe zone and bedding material. Pipe zone and bedding material will conform in
all respects to the latest edition of the Carlsbad Municipal Water District Rules and
Regulations for the Construction of Sanitary Sewer Facilities.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02200 - Earthwork - 1 of 14
PART 2 - MATERIALS
2.1 On-Site Material
Material obtained from the required site excavations.
2.2 Import Material
Owner-approved materials obtained from off-site borrow areas.
2.3 Suitable Material
As specified herein, shall be any material imported or excavated from the cut areas that are
free from shale, sod, large clods of earth, stones, roots, trash, lumber, and other debris that,
in the opinion of the Owner, is suitable for use and can be readily compacted to the densities
specified.
2.4 Granular Soil and Imported Sand
Whenever the term "granular soil" is used in the Plans and Specifications, it shall be defined
as soil having a minimum sand equivalence of 30, as determined by the latest revision in
accordance with State of California, Department of Transportation, Test Method No. Calif.
217, and not more than 12 percent of the material will pass through a 200-mesh sieve for
pipeline bedding, and not more than 5 percent for neutral sand bedding around valves and
fittings.
i
Whenever the term "imported sand" is used in the Plans and Specifications, it shall be
defined as sand having a minimum sand equivalence of 30 as determined by the latest
revision of Test Method No. Calif. 217.
2.5 Soil Sterilant
The sterilant shall be Oust (EPA regulation #352-401) as manufactured by E.I. DuPont
Nemours and Company (Wilmington, Delaware), or approved equal.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02200 - Earthwork - 2 of 14
2.6 Structure Backfill
Backfill shall consist of loose earth or sand free from stones, clods or other deleterious
materials. When material for the excavation is unsuitable for use in backfill, it shall be
disposed of and suitable material which is capable of attaining the required relative density
shall be arranged for and furnished by the Contractor at his expense.
2.7 PipeZone
Material used as backfill within the Pipe Zone shall comply Section 15062, paragraph 3.3
Earthwork.
2.8 Trench Zone
Material excavated from the trench may be used for backfill from 12-inches above the pipe to
the finished grade or, if applicable, street zone, provided that such material be free of
vegetation and contain no debris nor material of a spongy or perishable nature. It may
contain stones, asphaltic pavement or concrete of up to 6-inches in largest dimension so
long as such solids are completely surrounded by fines so that no voids are present in the
backfill as placed. No material greater than two inches in any dimension shall be placed
within one foot of any pipe, valve, or structure. All backfill within 24-inches of ductile-iron
fittings or valves shall be clean, washed sand.
PART 3 - EXECUTION
3.1 General
The Contractor shall perform all site grading, soil sterilant application, structure excavation
and backfill, trench excavation and backfill for pipelines and conduits, and other earthwork
required to complete the work under this contract. Included are all necessary clearing,
grubbing, grading, and excavation of all classes and of whatever substance encountered,
stockpiling, backfilling, compaction, controlling water, bracing excavations, stabilizing
subgrade, protecting existing structures and facilities, complying with conditions of permits
and safety regulations, cleaning up debris, papers and loose rocks, restoring fences and
other disturbed property, maintaining trees which are not permitted to be removed, and
disposing of excess material, and such supplementary operations as are necessary to
properly complete the entire work indicated or specified.
3.2 Earthwork Subiect to Permit Conditions
Earthwork within public rights-of-way controlled by a state, county or city, or earthwork within
railroad rights-of-way shall be in accordance with requirements and provisions of the permits
issued by those agencies for the construction within their respective rights-of-way. Such permit requirements and provisions which are more restrictive than those specified herein,
shall take precedence and supersede the provisions of these Specifications.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02200 - Earthwork - 3 of 14
3.3 Protection of Workmen
Excavations shall be so braced or sheeted so as to provide conditions under which workmen
may work safely and efficiently at all times. The latest revision of the rules, orders and
regulations of the Division of Industrial Safety of the State of California shall be complied
with.
3.4 Public Safety
Barriers shall be placed at each end of all excavations and 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 of the next day until
such excavation is entirely refilled. Material for backfill or for protection of excavation in
public roads from surface drainage shall be neatly placed and kept shaped so as to cause
the least possible interference with public travel. Free access must be provided to all fire
hydrants, water valves, meters, and private drives, or other property or facilities that may
have routine use.
3.5 Support of Adjacent Property
Excavations shall be so braced, sheeted, and supported that the ground alongside the
excavation will not slide or settle, and all existing improvements of any kind, either on public
or private property, will be fully protected from damage. Damage to adjacent property or to
the work occurring through settlements, water or earth pressures, slides, caves or other
causes due to failure of lack of sheeting or bracing or improper bracing, or through
negligence or fault of the Contractor in any other manner, shall be repaired by the Contractor
at his own expense.
3.6 Existing Improvements
The Contractor's attention is directed to the possible existence of pipe and other
underground improvements that 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.
Where it is necessary to remove and replace or to relocate such improvements in order to
prosecute the work, they shall be removed, maintained, and permanently replaced by the
Contractor at his expense, except as otherwise provided in the General Provisions.
3.7 Drainage Control
A. Control of Surface Drainage
The Contractor shall control grading in a manner to prevent water running into
excavations. Obstruction of surface drainage shall be avoided and means shall
be provided whereby storm and wastewater can flow uninterrupted in existing
gutters, other surface drains or temporary drains.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02200 - Earthwork - 4 of 14
B. Preservation of Existing Drainage
Except as shown on the Plans, existing drainage patterns shall be preserved.
Where construction methods cause a temporary obstruction of drainage patterns
temporary facilities adequate for expected flows and a means of emergency
removal of the obstruction shall be provided.
3.8 Correction of Faulty Grades
Where excavation is inadvertently carried below pipe or concrete structure subgrade, it shall be rectified for a pipe by backfilling with approved sand or gravel compacted to 95% of maximum density, at the expense of the Contractor.
3.9 Surplus Excavated Material
The Contractor shall make the necessary arrangements for and shall remove and dispose of
all surplus excavated material, unless provided for on the Plans or in the Special Provisions. All costs for the disposal of surplus waste material shall be borne by the Contractor.
It is the intent of these Specifications that all surplus material not required for backfill or fill shall be disposed of by the Contractor outside the limits of the public rights-of-way and/or easements at no cost or liability to the Owner.
No excavated material shall be deposited on private property unless the Contractor thereof secures written permission from the Owner. Before the Owner will accept the work as being completed, the Contractor shall file a written release signed by all property owners with whom
he has entered into agreements for disposal of surplus excavated material absolving the
Owner from any liability connected therewith.
3.10 Imported Backfill Material
Whenever the excavated material is not suitable for backfill, the Contractor shall at his own expense arrange for and furnish suitable imported backfill material which is capable of attaining the required relative density.
3.1 1 Compaction Tests
Compaction tests will be made by the Owner or laboratory designated by him. Owner shall determine the number of tests and their location and depth. The Contractor shall make all necessary excavations for compaction tests as directed by the Owner and shall refill and
recompact these excavations to the densities as specified herein. Compaction shall be tested in accordance with the latest revision of Test Method No. Calif. 216. The Owner will pay for the initial cost of all compaction tests. If the backfill compaction fails to meet the relative compaction requirements set forth herein, the Contractor shall pay for subsequent
compaction tests in accordance with Section 01410, Testing and Inspection. All work in connection with compaction testing by the Contractor shall be included in the various contract
bid prices and no additional allowance will be made therefore.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02200 - Earthwork - 5 of 14
3.12 Site Grading
A. Stripping
All vegetation such as roots, brush, heavy sods, heavy growth or grass, and all decayed vegetable matter, rubbish, and other unsuitable materials within the area
of the work shall be stripped or removed prior to starting excavation or embankment. Trees and other natural growths outside the actual lines of construction operations shall not be destroyed and such measures as are necessary shall be taken by the Contractor, at his own expense, for the protection thereof.
B. Excavation
After stripping, excavation of whatever substances are encountered within the grading limits of the work shall be carried to the lines and grades indicated on the Plans. All suitable excavated material shall be utilized to meet the embankment requirements of the work. Material in excess or not suitable for embankment
shall be disposed of as specified herein for "Surplus Materials".
C. Embankment
After stripping, areas to receive embankment or fill shall be benched, if sloping,
and scarified to a depth of 6-inchesI then compacted as specified for embankment. Embankments and roadway fills shall be compacted to a relative compaction of 90% unless otherwise specified in the Special Provisions.
If after stripping the ground is in a loose, uncompacted condition, it shall be compacted to a relative compaction of 90%. Unsuitable material shall not be
deposited in a fill area where compaction is required.
Unless special material is specified or shown on the Plans, material for embankments or roadway fills may consist of excavated material from structures or of a mixture of such excavated materials and materials borrowed from other sources on the site. Leaves, grass, roots, stumps, sludge, and other organic matter shall not be deposited in any embankment or fill. Offsite sources of fill
must be designated and are subject to the evaluation and approval of the Owner.
No material shall be placed beyond the sloping lines of embankment unless so ordered by the Owner. Material allowed to be placed beyond the lines of embankment shown on the Plans will be compacted as required above unless
otherwise authorized by the Owner.
Material for embankments or roadway fills shall be placed in 8-inch-maximum lifts
and shall be compacted by rolling with power rollers weighing not less than ten tons, with sheepsfoot rollers, with vibrating rollers, or with pneumatic tire rollers,
as required to accomplish the work. As each layer is deposited, water shall be applied in sufficient amounts to ensure optimum moisture to secure the
compaction specified. If excess moisture is encountered in the fill, each layer
shall be manipulated so as to dry out excess moisture. The water shall be uniformly incorporated with the fill material in an amount sufficient to ensure the required density after rolling.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02200 - Earthwork - 6 of 14
The use of trucks, carryalls, scrapers, tractors, or other heavy hauling equipment shall not be considered as rolling in lieu of rollers, but the traffic of such hauling equipment shall be distributed over the fill in such a manner as to make use of
the compaction afforded thereby as an addition to compaction by the use of rollers.
Excavation and fill shall be to the lines and grades indicated on the Plans and in accordance with these Specifications with maximum slope not exceeding 2:l ,
unless such flatter slopes are indicated or vertical with shoring.
Haul routes shall be planned to avoid passing heavy off-highway equipment over pipelines with less than 6-feet of cover. Where crossings must be made, the Contractor shall provide concrete encasement or approved bridging.
D. Finish
All areas covered by the work, including excavated and filled sections and transition areas, shall be uniformly graded to the elevations shown on the Plans. The finished surface shall be reasonably smooth, compacted, and free from any irregular surface changes. Edges of spoil and borrow areas shall be rounded to
blend into natural contours. The degree of finish ordinarily obtainable from a blade grader will be satisfactory for open areas, but hand grading and raking will be required around structures and walkways. The finished surface shall be not more than 0.1-foot above or below the established grade and sloped to prevent ponding.
3.13 Soil Sterilant
A. General
The Contractor shall treat the finished subgrade of specified areas with an approved soil sterilant.
B. Areas Requiring Soil Sterilant
All areas which are to receive bitumastic pavement, including embankments, walkways, drainage structures, parking, and road areas, require soil sterilant.
Other areas requiring soil sterilant are storage reservoir or pond surfaces that are
to receive any lining material of less than 3-inches in thickness and lining perimeter areas to a distance of 5-feet from the edge of lining material.
C. Material and Application
The sterilant shall be applied in a liquid or dry form and at a uniform rate of 10 to 12 ounces of dry sterilant per acre in accordance with the manufacturer’s directions. At the option of the Owner, the area shall then be lightly sprinkled with water to prevent loss of sterilant or scuffing.
City of Carlsbad
I 1104
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02200 - Earthwork - 7 of 14
3.14 Structure Excavation and Backfill
A. Excavation
Excavation of all material of whatever nature necessary for the construction of
structures and foundations shall be carried out to the lines and grades shown on
the Plans and required to provide working clearance and safe construction slopes
and to emplace shoring, sheeting, bracing, and other details that may be
necessary.
B. Working Clearance
Except when concrete is authorized to be placed directly against excavated
surfaces, the Contractor shall establish clear space at the sides of the excavation
to facilitate form construction and removal and provide for the Contractor's
excavation protective support system.
C. Excessive Excavation
Where concrete is to be placed on original ground without subgrade preparation,
machinery utilizing teeth shall not be used nearer than 3-inches from any finished
subgrade. The last 3-inches shall be removed without disturbing the subgrade.
Should the excavation be carried below the lines and grades indicated on the
Plans, the Contractor shall refill such excavated space to the proper elevation as
specified herein for correction of faulty grades.
D. Structure Backfill
Backfill shall not be placed until the structure footings or other portions of the
structure or facility have been inspected by the Owner and approved for
backfilling. No backfill material shall be deposited against the back of concrete
abutments, concrete retaining walls or reinforced concrete structures until the
concrete has developed a strength of not less than 3000 psi in compression as
determined by test cylinders, covered under conditions similar to those prevailing
at the site. Backfill shall be placed in horizontal layers not exceeding 8-inches in
depth and shall be moistened and thoroughly tamped, rolled or otherwise
compacted to 90% of maximum density or as specified in the Special Provisions.
Water settling will not be permitted. Backfill shall be placed in such a way that no
additional unbalanced loading may occur during placing.
Particular care shall be exercised when backfilling at the various structures to
obtain adequate compaction beneath pipes connected thereto and to avoid injury
or displacement of such pipes.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02200 - Earthwork - 8 of 14
E. Foundations in Poor Soil
If excessively wet, soft, spongy, unstable, or similarly unsuitable material is
encountered at the subgrade, it shall be removed and replaced by crushed rock or gravel of sufficient thickness to form an unyielding foundation.
Removal of the material and additional backfill required will be paid for by the unit
price in the schedule of work items unless otherwise specified. However, if the
necessity for such additional bedding material has been occasioned by an act or
failure to act on the part of the Contractor, the Contractor shall bear the expense
of the additional excavation and backfill to the required depth.
The Contractor’s attention is called to his responsibilities in maintaining adequate
dewatering procedures to ensure that an otherwise stable foundation will not be
rendered unfit due to accumulation of water in the trench excavation.
3.15 Trench Excavation and Backfill for Pipelines and Conduits
A. Alignment and Grades
The alignment and grade for pipe shall be as shown on the Plans. When flow line
is shown, it shall be the invert or interior bottom of the pipe. When top of pipe is
shown, it shall be the exterior of the pipe barrel. In the absence of such profile
grade, the pipe shall be laid on a straight grade to permit complete drainage and
to provide a minimum of 36-inches of cover to finish ground or street subgrade
unless otherwise specified.
Where the natural ground above the pipeline trench has been overexcavated
and/or the pipeline is to be placed in new embankment, embankment material
shall be placed and compacted to an elevation of not less than one foot above
the top of pipe prior to trench excavation.
B. Length of Open Trench
Except where detailed in the Special Provisions or included in permits, the
maximum length of open trench shall be 6O0-feetI or the distance necessary to
accommodate the amount of pipe installed in a single day, whichever is the
greater. The distance is the collective length at any location, including open
excavation, pipe laying, and appurtenance construction and backfill which has not
been temporarily resurfaced.
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
02200 - Earthwork - 9 of 14
C. Trench Width
The overall trench width measured at a level of one foot above top of pipe for
pipelines and appurtenances shall not exceed the limits listed in the following
table:
Nominal Inside
Pipe Diameter Minimum Maximum
(Inches) Trench Width Trench Width
4 through 12 OD plus 12" OD plus 16"
14 through 48 OD plus 18" OD plus 24"
Excavating and trenching shall be true to line so that the pipe is centered in the
trench.
D. Trench Bottom
The trench bottom shall be graded to provide a smooth, firm, and stable
foundation at every point throughout the length of pipe. The Contractor shall
transfer construction stake grades into the trench as necessary to ensure that the
trench bottom is accurately graded. Special bedding required by the Plans and
Special Provisions shall be emplaced.
Pipe subgrade at the trench bottom shall be prepared for the specific type of pipe
material being installed in accordance with the Standard Specifications for said
pipe.
Should large gravel and cobbles be encountered at the trench bottom or pipe
subgrade, they shall be removed from beneath the pipe and replaced with
granular material that shall be compacted to provide uniform support and a firm
foundation.
Whenever the trench bottom does not afford a sufficiently solid and stable base
to support the pipe or appurtenance, the Contractor shall excavate below normal
trench bottom and replace it with crushed rock or gravel of sufficient thickness to
form an unyielding foundation.
E. Foundations in Poor Soil
If excessively wet, soft, spongy, unstable, or similarly unsuitable material is encountered at the subgrade, it shall be removed and replaced by crushed rock or gravel of sufficient thickness to form an unyielding foundation.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02200 - Earthwork - 10 of 14
Removal of the material and additional bacMill required will be paid for by the unit price in the schedule of work items unless otherwise specified. However, if the
necessity for such additional bedding material has been occasioned by an act or failure to act on the part of the Contractor, the Contractor shall bear the expense of the additional excavation and backfill to the required depth.
The Contractor's attention is called to his responsibilities in maintaining adequate
dewatering procedures to ensure that an otherwise stable foundation will not be
rendered unfit due to accumulation of water in the trench excavation.
F. Foundations in Rock
Where rock is encountered, it shall be removed below grade and the trench
backfilled with clean imported sand to provide a compacted foundation cushion
with a minimum allowable thickness .of 3-inches under the outside diameter of the
pipe barrel and a clear space of I-%inches under the pipe bell. Payment for the
removal of rock and additional backfill shall be provided for in the schedule of work items unless otherwise specified.
G. Backfilling
After the pipe has been properly laid, exterior joints grouted and inspected, backfilling shall be commenced. Rolling, vibrating or impact means, or a combination thereof shall accomplish mechanical densification or compaction of
backfill. The method or methods used shall result in obtaining the compaction of
the backfill in the various specified zones and within the maximum lifts specified
herein. The densification or compaction method or methods used shall not result
in damage to the pipe, adjacent ground, existing improvements, or improvements
installed as part of this project.
Material for mechanically compacted backfill shall be placed in lifts which, prior to
compaction, shall not exceed the depths specified below for the various types of
equipment.
1. Impact, free-fall, or "stomping" equipment - maximum lift depth of 3-feet. Not appropriate over rigid or cement-mortar lined pipe.
2. Vibratory equipment with smooth contact surface - maximum lift depth of
2-fee t .
3. Rolling equipment, including, vibratory interrupted surface equipment -
maximum depth of I-foot.
4. Hand directed mechanical tampers - maximum lift depth of 6-inches.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02200 - Earthwork - 11 of 14
H. Backfill Densification by Water Saturation
Water settling may be used in the pipe zone and trench zone in lieu of
mechanical compaction, only where the material being backfilled is sufficiently
sandy and permeable so that the specified compaction is achieved. Densification
by saturation shall be accomplished by inserting a pipe, through which water is
being supplied under pressure, to the bottom of the lift of material to be
consolidated, and applying to each square yard or lesser surface area in this
manner sufficient water to completely saturate the backfill, thereover, and cause
obvious settlement.
The Contractor may use densification by saturation when it has been determined
that it will not result in damage to adjacent ground, existing improvements or
improvements installed for the project, and that it is appropriate to obtain the
specified relative compaction. Some encroachment permits limit the methods of
densification or compaction. In addition, use of densification by saturation is
subject to all of the following requirements.
1. Application of water shall be in a manner, quantity and at a rate sufficient to
thoroughly saturate the thickness of the lift being densified.
2. Vibrating compacting equipment may be necessary to supplement the water
saturation process where the required densities cannot be attained by
saturation alone.
3. Lift thickness of backfill shall not exceed that which can be readily densified
by the saturation procedure, but in no case shall the undensified lift exceed
5-feet.
4. Character of material excavated from the trench may be generally, or in
zones, unsuitable for densification with water, and in this case the
Contractor may, at no additional cost to the Owner, import suitable material
for saturation, or densify the excavated material by mechanical compaction.
If water does not readily drain from the trench, it shall be removed by sump
pump.
I. Control of Trench Backfill by Zones
Whether mechanical compaction or densification by water saturation is employed,
backfill shall be constructed by zones, and the compaction requirement for each
zone in the various portions of the project shall be as scheduled in the Special
Provisions and/or Plans. Zone requirements are defined in the following
paragraph for pipe zone, trench zone and street zone.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02200 - Earthwork - 12 of 14
1. Pipe Zone
The trench shall be backfilled in lifts to a height of 12-inches above the top of the
pipe with selected material as described in 2.7, Pipe Zone.
Backfill shall be placed in layers simultaneously on each side of the pipe for the
full width of the trench. In placing and compacting the backfill, particular attention
is to be given to the underside of the pipe and fittings to provide firm support
along the full length of the pipe. Care shall be exercised in backfilling to avoid
damage to the pipe coating.
The backfill shall be compacted and/or consolidated to obtain a relative
compaction of 95%.
2. Trench Zone
The backfill material shall be compacted to obtain a relative compaction of 95%.
Either mechanical compaction or water settling may be used, depending on the
nature of the material. Trench zone compaction shall be completed prior to
covering it with street zone material.
3. Street Zone
Backfill in traveled ways and public streets shall be in accordance with the
right-of-way agreement, encroachment permit or applicable regulations of the
agency having jurisdiction over the road. In the absence of such provisions, the
following shall apply.
The top 12-inches below the roadway subgrade or ground surface, as the case
may be, shall be compacted by approved hand-, pneumatic-, or mechanical-type
tampers to obtain a relative compaction of 95%. Consolidation will not be
permitted in this upper 12-inches. The material for this backfill may contain
stones ranging in sizes up to two inches in diameter in quantity not exceeding
20% of the volume where said coarse materials are well distributed throughout
the finer material and the specified compaction can be obtained.
The pavement section shall be constructed in accordance with the Plans and
Technical Specifications.
3.16 Final Cleanup
After backfill has been completed, the site shall be dressed smooth and left in a neat and
presentable condition, free of all cleared vegetation, rubbish and other construction wastes.
Surplus rock which cannot be used for backfill shall be hauled away and disposed of by the
Contractor. Areas next to structures where blade-type equipment cannot reach shall be hand
raked.
END OF SECTION
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02200 - Earthwork - 13 of 14
SECTION 02225
UTILITY CROSSINGS
PART 1 - GENERAL
1.1 Description
Where utilities cross the pipeline trench but do not conflict with the permanent Work to be
constructed, the Contractor shall follow the procedures given below and as indicated on the
Plans and in the Specifications. For utility crossings not shown on the Plans, follow the
General Provisions and the instructions of the Engineer.
1.2 Related Work Described Elsewhere
A. Section 02200: Earthwork
B. SSPWC and Special Provisions: Section 5
1.3 Submittals (Not Applicable)
1.4 Payment
Payment for the Work in this section shall be included as part of the lump-sum or unit-price
bid amount for which such Work is appurtenant thereto.
I
PART 2 - MATERIALS
2.1 Replacement in Kind
Except as indicated below or as specifically authorized by the Engineer, the Contractor shall
reconstruct utilities with new material of the same size, type, and quality as that removed.
2.2 Vitrified Clay Sewer Pipe and Couplingis
For sewer pipe eight inches in diameter or under, replacement shall consist of plain-end pipe
conforming to ASTM C700. Compression coupling shall conform to ASTM C594; Band seal
couplings or approved equal. At least two lengths of pipe shall be used in crossing the trench
section as shown on the details on the Plans or in the Special Provisions.
PART 3 - EXECUTION
3.1 Notification
The Contractor shall notify the utility owner 48 hours in advance of the potholing and at the
beginning of construction and will coordinate the construction schedule with the utility service
requirements.
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
02225 - Utility Crossings - 1 of 2
3.2 Exposina Utilities in Advance
It shall be the Contractor's responsibility to determine the true location and depth of all utilities and service connections which may be affected by or affect the Work. He shall also
determine the type, material, and conditions of these utilities. In order to provide sufficient
lead time to resolve unforeseen conflicts, order materials, and take appropriate measures to
ensure that there is no delay in Work, the Contractor shall expose all utilities in advance of
submittal of shop drawings and lay diagrams for the pipeline construction. All costs incurred
in exposing utilities shall be borne by the Contractor.
3.3 Protect in Place
The Contractor shall protect all utilities in place, unless abandoned, and shall maintain the
utility in service, unless otherwise specified on the Plans or in the Specifications.
3.4 Cut and Plus Ends
The Contractor shall cut abandoned utility lines and plug the ends of lines larger than 18-inch
diameter with brick and mortar, unless otherwise specified on the Plans or in the
Specifications. Abandoned facilities smaller than 18 inches in diameter shall be plugged with
concrete. The pipe shall be disposed of as unsuitable material by the Contractor.
3.5 Remove and Reconstruct
Where so indicated on the Plans or in the Specifications or as required by the Engineer, the
Contractor shall remove the utility and after passage, reconstruct it with new materials. The
Contractor shall take appropriate measures to provide temporary service for the disconnected
utility. All reconstruction work shall be in accordance with the applicable specifications.
3.6 Compaction
A. Utilities Protected in Place: Contractor shall take special precautions to compact
under and around the utility to ensure that no voids are left.
B. Utilities Reconstructed: Prior to replacement of the utility, the trench shall be
backfilled and compacted by approved means to an elevation one foot above the
top of the ends of the utility. A cross trench of the proper width shall be excavated
for the utility and it shall be laid, backfilled, and compacted as specified herein or
as required by the Engineer.
C. Alternate Construction - Sand SlurrV: Sand slurry consisting of one sack (94
pounds) of Portland cement per cubic yard of sand and sufficient moisture for
workability may be substituted for other backfill materials to aid in reducing
compaction difficulties. Specific methods and procedures must be submitted for
the approval of the Engineer prior to construction.
END OF SECTION
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
02225 - Utility Crossings - 2 of 2
SECTION 02510
ASPHALTIC CONCRETE PAVEMENT
PART 1 - GENERAL
1.1 Description
The Contractor shall construct asphaltic concrete pavements for roads, parking areas,
aprons, sidewalks, and other work involving asphaltic concrete, all as shown on the Plans.
Asphaltic concrete shall conform to all requirements of the latest revision of the Standard
Specifications for Public Works Construction (P.W.C.) and specified herein.
1.2 Related Work Described Elsewhere
A. Section 02200: Earthwork
6. Section 01300: Shop Drawings
1.3 Submittals
Contractor shall furnish submittals in accordance with the requirements of Section 01 300,
Shop Drawing Submittals. The following submittals are required:
Submit six (6) copies of a report from a testing laboratory verifying that aggregate
material is asbestos-free and conforms to the specified gradations or characteristics.
1.4 Pavment
Payment for the Work in this section shall be included as part of the unit price or lump sum
bid amount stated in the Proposal.
1.5 Testina for Compaction
A. The Owner will test for compaction as described herein and in Section 02200,
Earthwork.
6. Determine the density of existing soil in place by the Sand Cone Method, ASTM
D1556.
C. Determine laboratory moisture-density relations of soils by ASTM D1557.
D. Determine the relative density of cohesionless soils by ASTM D4253 and D4254.
E. Sample backfill materials by ASTM D75.
F. "Relative compaction" is the ratio, expressed as a percentage, of the in-place dry
density to the laboratory maximum dry density.
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
0251 0 - Asphaltic Concrete Pavement - 1 of 4
G. Compaction shall be deemed to comply with the specifications when no more
than one test of any three consecutive tests falls below the specified relative
compaction. The one test shall be no more than three percentage points below
the specified compaction. The Contractor shall pay the costs of any retesting of
Work not conforming to the specifications.
PART 2 - MATERIALS
2.1 Soil Sterilant
The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt
concrete paving with a post emergent herbicide. Herbicide shall be applied at least 2 (two)
working days prior to paving the area. Allowance for the two day period shall be shown in the
schedule required per section 6-1.
2.2 Aggregate Base Course
The base materials shall conform to Section 200-2.2, crushed aggregate base of the
Standard Specifications for P.W.C. The Contractor may elect to use on-site materials which
shall conform to Section 200-2.5, Processed Miscellaneous Base of the Standard
Specifications for P.W.C.
2.3 Prime Coat
Prime coat shall be liquid asphalt, Grade SC-250 as specified in Section 203-2 of the
Standard Specifications for P.W.C.
2.4 TackCoat
If paving over existing pavement, a tack coat shall be applied, either ARIOOO paving asphalt
or SS-1 h in accordance with Section 302-5.4 of the Standard Specifications for P.W.C.
2.5 Asphalt Concrete Pavement
Asphalt concrete shall consist of Type il mineral aggregate conforming to the requirements
specified in Section 203-6.3.2 of the Standard Specifications for P.W.C. using a medium
coarse Class B grading mixed with a bitumen content of 4.5% to 5.8% of the dry mineral
aggregate, bitumen shall be RC85-100 penetration paving asphalt.
2.6 Seal Coat
Seal coat shall be SS-1 h asphalt emulsion.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02510 - Asphaltic Concrete Pavement - 2 of 4
PART 3 - EXECUTION
3.1 Subqrade Preparation
Scarify 12-inches below subgrade, bring to optimum moisture content, and compact to a
relative dry density of 95%.
3.2 Soil Sterilant
Soil sterilant shall be spread uniformly upon the prepared subgrade at the rate of 10 to 12
ounces of dry sterilant per acre, in accordance with the manufacturer's recommendations,
from outside of curb to opposite outside of curb for the full width of roadways or parking area
to be paved or surfaced.
3.3 Aqqreqate Base Course
Base material shall be furnished, placed and compacted for asphalt concrete pavements as
shown on the Plans and specified herein.
The spreading and compacting shall conform to Section 301-2 of the Standard Specifications
for P.W .C.
3.4 Prime Coat
After completion of the subgrade, a prime coat of liquid asphalt, specified in 2.2, shall be
pressure-spray applied at a rate of approximately 0.25 gallons per square yard. In the event
an aggregate base is specified, the prime coat shall be applied after completion of the base
course. Liquid asphalt shall be prevented from spraying on adjacent ground, structures,
curbing and fencing.
3.5 Tack Coat
Over existing pavement, a tack coat shall be applied in accordance with Section 302-5.4 of
the Standard Specifications for P.W.C.
3.6 Asphaltic Concrete Pavement
Materials and workmanship for asphalt concrete shall conform to the applicable provisions of
Section 203-6 of the Standard Specifications for P.W.C. and the following provisions:
Asphaltic concrete pavement shall be spread in one course by means of a Barber-
Greene paving machine, or approved equal. It shall be spread to a depth to achieve a
compacted thickness as shown on the Plans. The completed surface shall be
thoroughly compacted, smooth and true to grade and cross-section, and free from ruts,
humps, depressions and irregularities.
When a straight edge is laid on the finished surface and parallel to the centerline, the
surface shall not vary more than 1/8-inch in 10-feet.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
0251 0 - Asphaltic Concrete Pavement - 3 of 4
3.7 Seal Coat
A seal coat of mixing type emulsion liquid asphalt shall be applied to all asphaltic concrete
pavements. The emulsion shall be SS-1 h and shall be applied at the rate of 0.1-gallon per
square yard. The Contractor shall have the option of closing the sealed area to traffic for at
least 7-days or blotting with sand and sweeping with the area being open to traffic as soon as
cover material is laid.
3.8 Adiust Valve Box Rinas and Covers
The Contractor shall adjust all valve box rings and covers to grade within 30 days after final
paving of each street in which the pipelines are installed.
END OF SECTION
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
0251 0 - Asphaltic Concrete Pavement - 4 of 4
SECTION 02800
GRASS LINED SWALE
PART 1 - GENERAL
I .I Description
Grading and planting grass-lined swale includes finish grading, soil preparation, planting
mulching, irrigation and associated elements and includes all labor, services, materials,
transportation and equipment necessary to perform the Work indicated on the drawings and
specified herein.
1.2 Related Work Described Elsewhere
A. Section 02200: Earthwork
B. Section 01 300: Submittals
1.3 Submittals
Contractor shall furnish submittals in accordance with the requirements of Section 01 300,
Shop Drawing Submittals. The following submittals are required:
A. Mulch. Contractor shall submit product information and sample prior to delivery
to site.
B. Plant Material. Contractor shall submit name of nursery supplying plant materials
and photos of the plant materials.
1.4 Layout of work
A. Layout of plant materials shall provide coverage for all disturbed areas as shown
on the plans. The Contractor shall adjust final plant locations as directed by the
City.
I .5 Maintenance
A. Contractor shall maintain all plantings until plants are established for a minimum of
two weeks and not to exceed four weeks.
1.6 Pavment
Payment for the Work in this section shall be included as part of the lump-sum or unit-price
bid amount for which such Work is appurtenant thereto.
City of Carlsbad
2/05
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02800 - Grass Lined Swale - 1 of 3
PART 2 - MATERIALS
2.1 Plant Materials
A. Nomenclature: Scientific names take precedence. Common names are given for
clarity only.
B. Suppliers: All plants shall be supplied from a reputable commercial nursery
approved by the City. All plant materials shall be grown at nurseries inspected by
the State Department of Agriculture. Inspection of the plant materials shall be the
responsibility of the nursery of origin. All necessary permits or certificates shall be
secured prior to delivery of plants to the site.
C. All plants shall be vigorous, healthy, well-rooted, and free from disease, pests,
insects or their eggs. All plant materials shall meet the sizes and requirements
specified on the plans.
2.2 Mulch
A. Organic Wood Mulch: Organic Wood Mulch, free from deleterious materials,
debris, and weed seed. Suitable as a top dressing of trees, shrubs and
groundcovers, consisting of following:
1. Type: Shredded cedar, redwood, fir, or hardwood commercial wood bark
products, composted with humus and leaf materials. Organic Wood Mulch
shall be graded and to average dimensions of one-inch (1”) to two inches (2”)
in length, and flat in cross section.
2. Coverage depth:
a. Refer to Part 111 indicated herein this section.
PART 3 - EXECUTION
3.1 Finish grading
A. Disturbed area to be graded to remove any undulations and/or irregularities in the
planting surfaces prior to planting operations.
B. Final finish grades shall insure positive drainage of the site with all surfaces
draining toward the graded line as shown o the plans. Ground surfaces shall
slope a minimum 2% to drain.
C. Finish grades shall be accepted by the City prior to planting operation.
D. Care shall be taken to insure top twelve inches is not over compacted.
E.
City of Carlsbad
2/05
No additional soil preparation is required.
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02800 - Grass Lined Swale - 2 of 3
3.2 Planting
A. Layout of plant materials shall insure coverage of all disturbed areas.
B. Layout of plant materials shall be approved by City prior to planting operation.
C. Damaged plants will not be accepted. Damaged plants are plants with broken
rootballs or cracked broken or mutilated leaves, either before, during or after the
process of installation. Plants shall not be allowed to dry out at any time. Install
plants immediately after removing from their container.
D. Space plants twelve inches on center.
E. Dig holes large enough to allow spreading of roots.
F. Work soil around roots to eliminate air pockets.
G. Water thoroughly after planting, taking care plant crowns with wet soil.
H. Any plant that has settled deeper than surrounding grade shall be raised to the
correct level.
3.3 Mulch
A. Apply a minimum thickness of two inches of organic wood mulch.
B. Do not placer mulch directly against plants.
C. Contractor shall provide mulch as needed to ensure minimum cover throughout
duration of contract.
3.4 Irrigation
Contractor shall provide sufficient irrigation to establish the planting.
applied for a minimum of two weeks and not exceed four weeks. Irrigation shall be
END OF SECTION
City of Carlsbad
2/05
3495 - Forest Avenue HDD Gravity Sewer Pipeline
02800 - Grass Lined Swale - 3 of 3
SECTION 03300
CONCRETE CONSTRUCTION
PART 1 - GENERAL
1 .f Description
The Work under this section includes all cast-in-place concrete, complete.
1.2 Related Work Described Elsewhere
The Contractor shall refer to the following Specification section(s) for additional requirements:
A. Shop Drawing Submittals: 01 300
B. Testing and Inspection: 01410
1.3 Submittals
Contractor shall furnish submittals in accordance with the requirements of Section 01 300, Shop
Drawing Submittals. The following submittals are required:
A. The mix design shall be submitted for review and approved before placing of any
concrete.
6. The Contractor shall submit reinforcing Shop Drawings and placing drawings for all
reinforcing. Placing drawings shall indicate all openings, including additional
reinforcing at openings and corner bar arrangements at intersecting beams, walls,
and footings as indicated in the Plans.
C. The Contractor shall submit a certified mill copy of mill tests on each heat showing
physical and chemical analysis of reinforcing steel.
D. The Contractor shall submit a proposed sequence of placing concrete, showing
proposed beginning and ending of individual placements. Placement of concrete
shall be consistent with indicated construction joints.
1.4 Payment
A. Measurement: Measurement shall be per the various bid items and no separate unit
is included for concrete work.
B. Payment: Payment shall be considered included as part of the lump-sum or unit-
price bid amount for which such Work is appurtenant thereto.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 1 of 18
PART 2 - MATERIALS
2.1 General
A. Cement: Cement shall be Portland cement, Type II, conforming to ASTM C150
(unless otherwise specified).
6. Aggregates: Aggregates shall conform to ASTM C33 and shall be free from any
substances that will react with the cement alkalies.
C. Reinforcement: Reinforcement shall conform to ASTM A61 5, Grade 40 or 60. Tie
wire shall be annealed wire not lighter than 16 gauge. Wire fabric shall conform to
ASTM A1 85.
D. Waterstops: Waterstops shall be of polyvinyl material. The material shall be
resistant to chemical action with portland cement, shall be resistant to alkalies, and
shall not be affected by mildew or fungus. It shall show no effect when immersed for
ten days in a 10% solution of sulfuric or hydrochloric acids, saturated lime solution, or
salt water. All waterstops shall be such that any cross section will be dense,
homogeneous, and free from porosity and other imperfections. They shall be
symmetrical in shape. When tested in accordance with the applicable test methods
of Federal Standard No. 601, the material shall meet the following requirements:
Tensile strength, psi, minimum 2,000
Elongation, ultimate, percent, minimum 250
Compression set, percent, maximum 30
Tensile strength after accelerated aging
80
Water absorption, percent by weight, maximum 0.5%
(48 hours, 70°C, 300 psi) percent, minimum
Durometer hardness, Shore A 70-80
E. Water: Water should be clean and potable.
F. Admixtures: All concrete shall contain Master Builders Pozzolith polymer-type water-
reducing admixture and an air-entraining admixture (Type MBVR), to prevent
segregation, improve workability, and reduce the quantity of mixing water, both in
strict accordance with the manufacturer's recommendations. Resulting entrained air
shall be 3% to 5%. Where controlled setting and/or controlled rate of hardening is
required, the admixtures shall be a formulation that provides this control without loss
in strength when compared with the normal setting formulation. The manufacturer
shall make available at no cost upon 72 hours notice, the services of a qualified full-
time field representative to assure proper use of the admixture.
G. Forms: Form lumber shall conform to specified paragraphs in the Standard Grading
Rules No. 16 of the West Coast Lumber Inspection Bureau effective September 1,
1970. Plywood shall be Douglas fir, Class 1, Exterior B-B concrete panels,
conforming to U.S. Product Standard PSI-66 and shall be edge sealed.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 2 of 18
H. Premolded Expansion Joint Filler: Premolded expansion joint filler shall be
preformed, non-extruding-type joint filler constructed of closed cellular sponge rubber
of firm texture conforming to ASTM 01752, Type I.
I. Curing Compound: Curing compound shall conform to ASTM C309.
J. Joint Sealant: The joint sealant shall be a two part, gray, non-staining, non-sagging,
polyurethane sealant, which cures at ambient temperature to a firm, flexible, tear-
resistant rubber. The sealer shall be resilient and have excellent recovery
characteristics after extended periods of compression or elongation. Sealant shall be
PRC 270 or approved equal.
Technical Requirements
Consistency Gun Grade
Tack Free Time 24 hours at 75°F and 50% R.H.
Pot Life 1 to 3 hours
Hardness 30 Shore A, *5
Shrinkage Negligible
Tensile Strength, ASTM D412
Peel Strength on Concrete
Temperature Service Range
Elongation 750%
325 psi
12 P.L.I. Cohesive
-40°F to 175°F
Joint primer shall be compatible with sealant. Joint backup material shall be closed
cell polyethylene rod, 3/4-inch diameter. Bond breaker tape shall be compatible with
sealant.
K. Epoxy Bonding Compound: Epoxy bonding compound shall be Concresive 1001 LPL
and shall be applied in accordance with manufacturer's instructions.
2.2 Concrete Requirements
A. Classes of Concrete: Concrete shall be of three classes, referred to as Class A,
Class B, and Class C.
Anchors, thrust blocks, encasements, cradles, surface slope protection, cut off walls,
and other similar items shall be constructed of a minimum of Class B Concrete.
Class C concrete may be used as fill for unauthorized excavation, thrust blocks and
pipe encasement where approved by the Owner's Representative.
All other concrete shall be Class A.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 3 of 18
B. Strength Requirements: Class A concrete shall not be less then 3,250 psi
compressive strength at 28 days and contain not less than six sacks of cement per
cubic yard of concrete.
Class B concrete shall not be less than 2,500 psi compressive strength at 28 days
and contain not less than five sacks of cement per cubic yard of concrete.
Class C concrete shall not be less than 2,000 psi compressive strength at 28 days
and contain not less than four sacks of cement per cubic yard of concrete.
C. Mix Design: The mix designs shall be prepared at the Contractor's expense by an
independent inspection and testing laboratory acceptable to the Owner's
Representative in accordance with Section 0141 0, Testing and Inspection and shall
show the expected strength and corresponding slump and all ingredient weights and
other physical properties necessary for the design mix. Mix design shall be submitted
for review and approved in accordance with Section 01300, Shop Drawing
Submittals, before placing of any concrete.
Aggregate size shall be as follows:
Sections 8-inches or less in thickness shall be 3/4-inch maximum (combined
gradation).
Sections greater than 8-inches shall be 1 %-inches maximum.
Mix design for pumped concrete shall produce a plastic and workable mix. The
percentage of sand in the mix shall be based on the void content of the coarse
aggregate.
D. Slump: Vertical wall sections and columns shall be four to five inches. Slabs,
beams, and footings shall be three to four inches.
E. Workability: Concrete shall be of such consistency and composition that it can be
worked readily into the forms and around the reinforcement without excessive
spading and without permitting the materials to segregate or free water to collect on
the surface.
The proportions shall be adjusted to secure the lowest water-cement ratio which is
consistent with good workability, a plastic, cohesive mixture, and one which is within
the specified slump range.
To avoid unnecessary changes in consistency, the aggregate shall be obtained from
a source which will ensure uniform quality, moisture content, and grading during any
single day's operation. Materials shall be handled in such a manner that variations in
moisture content will not interfere with production of concrete of the specified degree or uniformity and slump.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 4 of 18
2.3 Formwork
A. Design of Forms: The Contractor shall be responsible for the design and
construction of forms. Forms shall be designed on the basis of deflection and stress
and shall be adequately braced. The allowable deviation in all exposed finished
surfaces shall not exceed 1/8-inch in ten feet. All concrete shall be formed, unless
shown otherwise on the Plans.
B. Classes of Forms: Class I forms shall have smooth surface plywood, 5/8-inch
minimum thickness. Face and edges of forms shall be coated with a two-coat system
of one component polyurethane coating applied by roller at the rate of 500 square
feet per gallon.
Class II forms shall be metal or smooth planed boards or plywood in good condition,
with boards free from large or loose knots with tongue and groove or ship lap joints.
Forms shall be oiled.
C. Location of Forms: Class II forms may be used for exterior concrete surfaces which
are below one foot of finish grade. Class I forms shall be used for all other surfaces.
D. Tolerances: The following table indicates tolerances or allowable variations from
dimensions or positions of all structural concrete work:
Maximum Tolerance
Sleeves and inserts +1/4" - 1/8"
Projected ends of anchor bolts +1/4" - 0.0"
Anchor bolt setting +1/16" - 1/16"
Concrete walls and slabs +1/8" - 1/8" in 10-feet
Finished concrete, all locations +1/4" - 1/4" in 10-feet
not listed above
Regardless of the tolerances listed above, it shall be the responsibility of the
Contractor to limit deviations in line and grade to tolerances which will permit proper
installation and operation of mechanical equipment piping.
E. Removal of Forms and Shoring: The following table indicates the minimum allowable
time after the last cast concrete is placed before forms or shoring may be removed:
Sides of footings 24 hours
Walls and columns 48 hours
Vertical sides of beams, girders, and similar members 48 hours
Slabs, beams and girders 10 days
Shoring for slabs, beams, and girders 21 days
City of Carlsbad
1 1 104
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 5 of 18
Forms shall not be removed from concrete which has been placed with outside air
temperature below 50°F without first determining by cylinder tests if the concrete has
properly set without regard for time. No heavy loading on green concrete will be
permitted. Immediately after forms are removed, the surface of the concrete shall be
carefully examined and any irregularities in the surface shall be repaired and finished
as specified hereinafter.
F. Waterstops: Waterstops shall be of the shapes and dimensions shown on the Plans.
Waterstops shall be properly heat-spliced at ends and intersections to ensure
continuity. Splicing shall be in accordance with the manufacturer's instructions.
Forms for construction joints shall be constructed in such a manner as to prevent
injury to waterstops. Waterstops shall be securely held in position in the construction
joints by wire ties, continuous bars, and rings as indicated. Waterstops shall be
installed in all construction joints in hydraulic structures and in all joints subjected to
groundwater.
2.4 Reinforcing (Non-Prestressed)
A. General Requirements: All reinforcing steel shall be delivered to the site bundled and
tagged with identifying tags. All reinforcing steel shall be bent cold and shall be bent
in accordance with the details on the Plans and as recommended in ACI 315.
Reinforcing steel, before being positioned, shall be free from loose mill and rust scale
and from coating that may destroy or reduce the bond. Where there is delay in
depositing concrete, reinforcement steel shall be reinspected and cleaned when
necessary by abrasive sandblasting.
Reinforcing steel shall not be straightened or rebent in a manner that will injure the
material. Bars with bends not shown on the Plans shall not be used.
PART 3 - EXECUTION
3.1 Concrete Construction
A. Mixing: Concrete shall be site mixed o
following requirements:
ready mixed and shall nform to the
Site Mixed Concrete: The mixing equipment shall be capable of combining the
aggregates, cement, and water within the specified time into a thoroughly mixed and
uniform mass and discharging the mixture without segregation.
Mixing shall be done in a batch mixer of approved type which will ensure a uniform
distribution of the materials throughout the mass. The equipment at the mixing plant
shall be so constructed that all materials, including the water entering the mixing
drum, can be accurately proportioned and controlled. The cement and aggregate
shall be proportioned by weight.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 6 of 18
B.
C.
Each entire batch shall be discharged before recharging. The volume of the mixed
materials per batch shall not exceed the manufacturer's rated capacity of the mixer.
Mixing time shall be as follows:
For mixer of a capacity of one cubic yard or less, 1-1/2 minutes after batching is
completed.
For mixers of capacities larger than one cubic yard, the time of mixing shall be
1-1/2 minutes plus 30 seconds for each additional 112 cubic yard capacity or
fraction thereof in excess of one cubic yard.
The mixer shall revolve at a uniform rate as specified by the manufacturer for the
mixing equipment.
Ready-Mixed Concrete: Ready-mixed concrete shall conform to ASTM C94 with the
following additional requirements:
Water shall not be admitted to the mix until the drum has started revolving. The right
is reserved to increase the required minimum number of revolutions or to decrease
the designated maximum number of revolutions allowed, if necessary, to obtain
satisfactory mixing, and the Contractor will not be entitled to additional compensation
because of such increase or decrease.
The retempering of concrete or mortar which is partially hardened will not be
permitted.
Conveying: Concrete shall be conveyed from the mixer to the place of final deposit
by methods which will prevent the separation or loss of the materials. Equipment for
chuting, pumping, and pneumatically conveying concrete shall be of such size and
design as to ensure a practically continuous flow of concrete at the delivery end
without separation of the materials. Chutes and devices for conveying and depositing
concrete shall be so designed and used that the concrete shall be directed vertically
downward when discharged from the chute or conveying device. Chutes for
conveying concrete shall be kept thoroughly cleaned by washing and scraping.
Placing: Placement of concrete shall be consistent with indicated construction joints.
Wye walls at the top of hydraulic structures shall be placed monolithic with the main
structural wall. After review of the proposed sequence of placing concrete, this
sequence shall be adhered to, except when specifically permitted otherwise by the
Owner's Representative. The Contractor shall notify the Owner's Representative of
his readiness, not just his intention to place concrete in any portion of the Work. This
notification shall be such time in advance of the operation as the Owner's
Representative deems necessary for him to make final inspection of the preparations
at the location of the proposed concrete placing. All forms, steel, screeds, anchors,
ties, and inserts shall be in place before the Contractor's notification of readiness is
given to the Owner's Representative.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 7 of 18
Concrete shall not be placed until all reinforcement is securely and properly fastened
in its correct position and loose form ties at construction joints have been retightened,
nor until all dowels, bucks, sleeves, hangers, pipes, conduits, bolts, wires, ceiling
insert, and any other fixtures required to be embedded therein have been placed and
adequately anchored, nor until the forms have been cleaned and coated as specified.
Subgrade shall be moistened and forms shall be wetted before concrete is placed.
Concrete shall be deposited at or near its final position to avoid segregation caused
by rehandling or flowing. Concrete shall not be deposited in large quantities in one
place and worked along the forms with a vibrator or shovel. No concrete shall be
dropped freely into place from a greater height than six feet in unexposed Work and
four feet in exposed Work. Tremies shall be used where the drop exceeds these
limits.
In order to assure that there will be no interruption in continuous placing, the
Contractor shall have available standby concrete mixing equipment ready for use in
case of breakdown or he shall make arrangements, satisfactory to the Owner's
Representative, with the supplier of concrete, if transit mix concrete is being used so
that the Owner'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 Owner's
Representative during the day preceding the planned day of placement.
Appropriate mechanical vibration shall be used in placing concrete to eliminate rock
pockets and voids, to consolidate each layer with that previously placed, to
completely embed reinforcing bars and fixtures and to bring just enough fine material
to 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 vibrators shall be available at the
site. The use of external vibrators for consolidating concrete will be permitted when
the concrete is otherwise inaccessible for adequate consolidating, provided the forms
are constructed rigidly enough to resist displacement or damage from external
vibration and the vibrators are approved by the Owner's Representative.
Concrete shall be placed solidly against the forms so as to leave no voids, with
measures taken to ensure that all concrete is compact. If for any reason the surfaces
or interiors indicate voids or are in any way defective, such concrete shall be repaired
as directed by the Owner's Representative. Defective Work shall be repaired as
specified hereinafter.
No concrete shall be placed during rainstorms. Concrete placed immediately before
rain shall be protected to prevent rain water from coming in contact with it. Sufficient
protective covering shall be kept on hand at all times for this purpose.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 8 of 18
1. Placing Temperatures
City of Carlsbad
1 1/04
a. Hot Weather: When the weather is such that the temperature of the concrete as placed would exceed 90°F, the Contractor shall employ ice or other effective means of cooling the concrete during mixing and transportation so that the temperature of the concrete as placed will not
exceed 90°F.
Precautions shall be taken when placing concrete during hot weather to
eliminate early or "flash" setting of concrete. This includes protection of
reinforcing from direct sunlight to prevent heating of reinforcing, placing concrete during cooler hours of the day and the proper and timely application
of specified curing methods.
All cracks that occur in line with reinforcing bars due to "flash" setting of
concrete shall be repaired by the Contractor at his own expense. These
cracks are in addition to the cracks defined in Subsection 3.4, Repair of
Defective Concrete.
There will be no additional reimbursement to the Contractor for costs incurred for placing concrete in hot weather.
b. Cold Weather: Suitable equipment for enclosing and heating freshly placed concrete and maintaining the required curing conditions shall be furnished by
and at the expense of the Contractor and shall be approved by the Owner's
Representative.
When the temperature of the surrounding atmosphere is 40°F or, as
determined by the Owner's Representative, is likely to fall below this
temperature, the mixing water shall be heated to but not exceed 140°F.
Under no circumstances shall the heated water be permitted to come in
contact with the cement before the cement is added to the batch.
Concrete, when placed in the forms during cold weather, shall have a
temperature of not less than 55°F. All materials shall be free from ice, snow,
and frozen lumps before entering the mixer.
The air and forms in contact with the concrete shall be maintained at
temperatures about 40°F for at least the first five days and above 35°F for the remainder of the curing period. Reinforcing shall be protected and shall
be maintained at temperatures about 50°F until concrete is placed around the bars. The temperature protection equipment, the curing water and the
removal of forms shall be handled and applied so that ambient and concrete
surface temperatures, as indicated by suitable thermometers installed
outside of the concrete and two inches inside the surface of the concrete,
may be determined by direct observation. All thermometers shall be furnished by the Contractor. There will be no additional reimbursement made to the Contractor for costs incurred for placing concrete during cold
weather.
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 9 of 18
D. Pumping Concrete: Equipment: Pump size shall be based on rate of concrete
placement, length of delivery pipe or hose, aggregate size, mix proportions, vertical
lift and slump of concrete.
Minimum inside diameter of pipe or hose shall be based on the maximum aggregate
size as follows:
3/4-inch maximum aggregate
1 %-inch maximum aggregate
2-inches minimum ID
4-inches minimum ID
Aluminum pipes shall not be used for delivery of concrete to the forms.
Pumping: Before pumping is started, the delivery pipe or hose shall be primed by
pumping mortar through the line using five gallons of mortar for each 50-feet of
delivery line.
E. Construction Joints: Construction joints shall be made only where shown on the
Plans, unless otherwise permitted by the Owner’s Representative. In case of
emergency, construction joints shall be placed as directed by the Owner’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, loose or defective concrete and foreign material. Clean aggregate
shall be exposed by sandblasting the surface of construction joints before the new
concrete is placed. Except when otherwise shown on the Plans, after the surfaces
have been prepared to the satisfaction of the Owner’s Representative, all horizontal
construction joints shall be covered with a layer of mortar approximately two inches in
thickness and shall be spread uniformly and worked thoroughly into all irregularities of
the surface. The mortar shall have the same proportions of cement and sand as the
regular concrete mixture. The water-cement ratio of the mortar in place shall not
exceed that of the concrete to be placed upon it and the consistency of the mortar
shall be suitable for placing and working.
Where indicated on the Plans, expansion joints shall be provided with continuous
edge reservoirs which shall be filled with a joint sealant. The material used for
forming the reservoirs shall be left in place until immediately before the grooves are
cleaned and filled with joint sealant. After removing edge forms from the reservoir, all
grout, loose concrete, and fins shall be removed after which the slots shall be
sandblasted. The reservoirs shall be allowed to become thoroughly dry, after which
they shall be blown out and immediately thereafter, they shall be primed and filled
with the expansion joint sealant and back-up materials. The primer used shall be
supplied by the same manufacturer supplying the joint sealant.
Construction joints shall be keyed, unless otherwise detailed. Keyways shall be
formed by beveled strips or boards placed at right angles to the direction of shear.
Except where otherwise shown on the Plans or specified, keyways shall be at least
1 %-inches in depth over at least 25% of the area of the section.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 10 of 18
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 Owner's Representative.
Furnishing and placing such reinforcing steel shall be at the Contractor's expense.
F. Embedded Items: Anchor bolts and all other embedded items shall be set accurately
and held securely in position in the forms until the concrete is placed and set. All
special castings, channels, or other metal parts that are to be embedded in the
concrete shall be approved prior to and again after installation. All nailing blocks,
plugs, strips, etc., necessary for the attachment of trim, finish and similar work, shall
be approved prior to installation by the Contractor.
Aluminum surfaces to be embedded or which are in contact with concrete shall,
before installation, be given one coat of zinc chromate primer in accordance with
United States Joint Army-Navy Specification JAN-P-735 or the equivalent. The paint
shall be allowed to dry before the aluminum is placed in contact with the concrete.
Submerged aluminum surfaces in contact with concrete or masonry shall receive one
heavy coat of alkali-resistant bituminous paint in accordance with U.S. Military
Specification MIL-P-6883. The paint shall be applied as it is received from the
manufacturer without addition of any thinner.
G. Curing: All concrete shall be cured for not less than 14 days after placing, in
accordance with the methods specified herein for the different parts of the Work and
described in detail in the following paragraphs:
Surface to be Cured Method
Unstripped wooden forms 1
Vertical and horizontal construction joints
and walls
Surfaces requiring architectural finish or
which are to be plastered or tiled or upon
which concrete topping is to be placed
All concrete surfaces not specifically
provided for elsewhere in this subsection
2
3
4
Method 1: Wooden forms shall be wetted immediately after concrete has been
placed and shall be kept wet with water until removed. The exposed
concrete surfaces shall then be cured by Method 2, 3 or 4.
Method 2: The surface shall be covered with burlap mats which shall be kept wet
with water for the duration of the curing period.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 11 of 18
Method 3: The surface shall be kept wet with water for the duration of the curing
period. This shall be accomplished by keeping the forms wet prior to
stripping and by means of an approved combination of fog nozzlers,
soaker-type hoses, handsprinkling, and burlap or other types of mats.
No curing compound may be applied to surfaces cured under Method 3.
Method 4: The surface shall be sprayed with a liquid curing compound which will
not affect the bond of paint to the concrete surface. It shall be applied in
accordance with the manufacturer's instructions at a maximum coverage
rate of 300-square feet per gallon in such a manner as to cover the
surface with a uniform film which will seal thoroughly. The exterior
surfaces of buried portions of partially buried walls shall be given two
additional coats of curing compound at the specified coverage rate,
making three coats in all.
Surfaces which are to receive Method 4 curing shall be reviewed prior to placement
with respect to anticipated weather conditions and placement procedures, whereby
Method 3 curing may be required as directed by the Owner's Representative.
Where the curing compound method is used, care shall be exercised to avoid
damage to the seal during the curing period. Should the seal be damaged or broken
before the expiration of the curing period, the damaged portions shall be repaired
immediately by the application of additional curing compound.
Whenever curing compound may have been applied to surfaces against which
concrete subsequently is to be placed and to which it is to adhere, the curing
compound shall be entirely removed by sandblasting prior to the placing of new
concrete.
Where curing compound is specified, it shall be applied immediately after completion
of the finish on unformed surfaces and within two hours after removal of forms on
formed surfaces. Repairs required to be made to formed surfaces shall be made
within the said two hour period; provided, however, that any such repairs which
cannot be made within the said two hour period shall be delayed until after Method 3
has been applied. When repairs are to be made to an area on which curing
compound has been applied, the area shall first be sandblasted to remove the curing
compound, after which repairs shall be made as specified hereinafter.
H. Installation of Pipelines Through Concrete
1. Pipes in Place: whenever a pipeline of any material terminates at the surface or
continues through a structural wall, slab, or sump, the Contractor shall, where
possible, install in advance of placing concrete the fitting or special casting
required for the particular installation. Welding of wall flanges to reinforcing steel
shall not be permitted and shall be cause for rejection.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 12 of 18
2.
3.
4.
Formed Openings: Whenever any run of pipe is installed subsequent to
placement of concrete, the Contractor shall accurately position the required
opening in the concrete for such pipelines. Openings shall be of sufficient size to
permit final alignment of pipelines and fittings without deflection or offsets of any
kind and to allow adequate space for satisfactory packing where pipe passes
through the wall to ensure water tightness around openings so formed. The
boxes or cores shall be provided with continuous keyways to hold the filling
material in place, and they shall have a slight flare to facilitate grouting and the
escape of entrained air during grouting. Formed openings shall be provided with
reinforcement as indicated on the Plans.
Non-shrink Grout: Non-shrink grout shall be Master builders "MASTERFLO" 713
grout or approved equal. Grout shall not contain any ferrous materials.
Before placing the grout, concrete surfaces shall be abrasive cleaned and shall
be coated with an epoxy bonding compound.
Placing of Grout: The pipe, castings, or conduits, as specified, shall be grouted
in place by pouring in grout under a head of at least four inches. The grout shall
be poured or rammed into place to fill completely the space between the pipes,
castings, or conduits and the sides of the openings so as to obtain water
tightness through the wall itself. The grouted area shall then be water cured.
1. Surface Finishes: Concrete surface finishes shall be in accordance with the concrete
finish schedule indicated below:
CONCRETE FINISH SCHEDULE
Finish
F- 1
F-2
F-3
s- 1
s-2
s-3
s-4
E- 1
City of Carlsbad
1 1/04
Area
Exterior walls below grade not exposed to water.
Exterior and interior walls exposed to water.
Walls of structures or buildings exposed to view.
Underside of formed floors or slabs.
Slabs and floors to be covered with concrete.
Slabs and floors not water bearing.
Slabs and floors which are water bearing.
Slabs and floors of structures or buildings exposed
to view (includes sidewalks).
Exposed edges of slabs, floors, and wall tops.
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 13 of 18
The following finishes shall be used for vertical concrete surfaces and for underside
of formed slabs:
Finish F-1 :
Finish F-2:
Finish F-3:
No special treatment other than repair of defective concrete and filling
depressions deeper than 1/2-inch and filling tie holes.
Repair of defective concrete, removal of fins, filling depressions 1/4-inch
or deeper and filling tie holes. Finish 2 shall be a preparation finish for
surfaces receiving Finish 3.
Upon completion of Finish F-2, fill all depressions and air holes with
mortar. Predampen surfaces and then spread a slurry consisting of one
part cement (including an appropriate quantity of white cement) and 1 -
1/2 parts sand passing the No. 16 sieve, by damp loose volume, over
the surface with clean burlap pads or sponge rubber floats. Any surplus
shall be removed by scraping and then rubbing with clean burlap (sack
fin ish) .
After proper and adequate vibration and tamping, the following finishes shall be used
for horizontal concrete surfaces:
Finish S-1
Finish S-2
Finish S-3
Finish S-4
Finish E-1 :
Screeded to grade and left without special finish.
Smooth steel trowel finish.
Steel trowel finish free from trowel marks. The finish shall be smooth
and free of all irregularities. (Note shall be made where moving
mechanical equipment is located).
Steel trowel finish without local depressions or high points and shall be
given a light hair-broom finish. Stiff bristle brooms or brushes shall not
be used. Brooming shall be parallel to slab drainage.
Exposed edges of all slabs, floors and tops of walls shall be edged with
a 1/4-inch radius edger or chamfered as shown on the Plans.
Edges shall include any line where placement is stopped. All wall and slab surfaces
at edges shall be protected against concrete spatter and shall be thoroughly cleaned
upon completion of each placement or adjacent placement of concrete.
City of Carlsbad
1 1 /04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 14 of 18
3.2 Form Construction Requirements
All forms shall be true in every respect to the required shape and size, shall conform to the
established alignment and grades, and shall be of sufficient strength and rigidity to maintain their
position and shape under the loads and operations incident to placing and vibrating the concrete.
Suitable and effective means shall be provided on all forms for holding adjacent edges and ends
of panels and sections tightly together and in accurate alignment so as to prevent the formation
of ridges, fins, offsets, or similar surface defects in the finished concrete. The forms shall be
tight in order to prevent the loss of mortar and fines during placing and vibration of the concrete.
Cleanout and inspection openings shall be provided at the bottom of each lift of forms. The size,
number, and location of such openings is subject to the approval of the Owner's Representative.
Exterior corners in concrete members shall be provided with 3/4-inch chambers. Re-entrant
corners in concrete members shall not have fillets, unless otherwise shown on the Plans. Adequate and suitable means shall be provided for removing all forms without injury to the surface of the finished concrete.
A sufficient number of forms shall be provided to permit a reasonable and coordinated rate of
progress to be maintained. If, in the opinion of the Owner's Representative, additional forms are
required to maintain the necessary progress, such additional forms shall be provided.
Where metal rod ties extending through the concrete are used to support or to strengthen forms, the rod ties shall remain embedded and shall terminate not less than one inch back from the
formed face or faces of the concrete. The maximum diameter of removable cones for rod ties
shall not exceed one inch, and all such fasteners shall be such as to leave holes of conical
shape for reaming and patching. Wire ties for holding forms will not be permitted. No form-tying device or part thereof or other than metal shall be left embedded in the concrete, nor shall any be removed in such a manner as to leave a hole extending entirely through the concrete member. The use of form or form-tying methods which cause spalling of the concrete upon form
stripping or tie removal will not be permitted. Form ties shall be provided with integral
waterstops. All vertical surfaces of concrete members shall be formed, except where the
placement of the concrete against the ground is called for on the Plans or explicitly authorized by
the Owner's Representative. The dimensions of concrete members shown on the Plans apply to
formed surfaces, except where otherwise indicated, and not less than one inch of concrete shall be added where concrete is permitted to be placed against trimmed undisturbed ground in lieu of forms. Such permission will be granted only for members of comparatively limited height and
where the character of the ground is such that it can be trimmed to the required lines and will
stand securely without caving or sloughing.
Forms shall be maintained at all times in good condition, particularly as to size, shape, strength,
rigidity, tightness, and smoothness of surface. Forms, when in place, shall conform to the established alignment and grades. Before concrete is placed, the forms shall be thoroughly cleaned. The surfaces of all Class I forms shall be treated with a bond breaker as specified hereinbefore. Class II forms shall be treated with a non-staining mineral oil or other lubricant approved by the Owner's Representative. Any excess lubricant shall be satisfactorily removed
before placing the concrete. In addition, all plywood not treated with the bond breaker specified
above, shall be given a preliminary oil treatment by the form manufacturer or shall be oiled by
the Contractor at least two weeks in advance of its use as forms. Care shall be exercised to keep form oil off the surface of steel reinforcement and other metal items to be embedded in
concrete.
City of Carlsbad
11104
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 15 of 18
Forms may be reused if they are in good condition and if approved by the Owner's
Representative. In determining the extent to which forms may be reused, particular attention
shall be given to maintaining a uniform surface texture on all exposed concrete surfaces. Light
sanding between uses will be required wherever necessary, in the opinion of the Owner's
Representative, to obtain such uniform texture. Unused tie rod holes shall be plugged with
corks, shaved flush, and sandpapered on the concrete surface side. Patching of forms other
than filling tie rod holes will not be permitted, except in the case of Class II forms. The use of
metal patching discs on Class I forms will not be permitted.
3.3 Reinforcinq (Non-Prestressed)
A. Placing: Reinforcement steel shall be accurately positioned in accordance with the
Plans and secured by using annealed wire ties or suitable clips at intersections and
shall be supported by concrete or metal supports, spacers or metal hangers. Metal
clips or supports shall not be placed in contact with the forms. Tie wires shall be bent
away from the forms in order to provide the specified concrete coverage. Bars,
additional to those shown on the Plans, which may be found necessary or desirable
by the Contractor for the purpose of securing reinforcement in position, shall be
furnished and installed by the Contractor at his own expense. All reinforcement shall
be placed a minimum of 2-inches clear of any metal pipe or fittings.
Reinforcing dowels, where required or ordered, shall be set in place prior to placing
concrete; they shall not be pressed into the concrete after the concrete has been
placed.
Wire mesh used for reinforcement shall be rolled flat before placing concrete and
shall be supported and tied to prevent movement during concrete placement. Dowels
for masonry walls shall be accurately positioned to occur at reinforced block cells.
The Owner's Representative shall approve all dowel locations prior to placing of any
concrete.
6. Splices: When it is necessary to splice reinforcement at points other than shown on
the Plans, the splice shall be 36 bar diameters. Unless otherwise shown, splices in
horizontal bars shall be staggered with splices 36 bar diameters with 18-inches
minimum. Laps of wire mesh shall be one width of wire spacing, and adjoining
sheets shall be securely tied together with No. 14 tie wire, one tie for each two
running feet. Wires shall be staggered and tied in such a manner that they cannot
slip.
3.4 Repair of Defective Concrete
A. General: As soon as forms are removed, all surfaces shall be carefully examined
and all rough sections, rock pockets, and defective areas shall be removed and
replaced.
The material used for repair purposes shall consist of a cement mortar composed of
one part cement well mixed with three parts sand by volume and only enough water
so that the mortar will ball together when molded by slight pressure of the hands.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 16 of 18
The mortar shall be thoroughly compacted into place. Sand shall pass a No. 16
sieve.
Defective surfaces to be repaired shall be cut back from true line a minimum depth of
one inch over the entire area, Feathered edges shall be avoided. All surface laitance
or soft material, and not less than 1/32-inch depth of the surface film from all sound
concrete, shall be removed by means of an efficient sandblast.
Dry-pack mortar shall be placed and packed in layers having a compacted thickness
of 3/8-inch. Surfaces of each layer shall be scratched to promote bonding of next
layer.
Before the mortar is applied, the surfaces of the sandblasted concrete shall be
coated with an epoxy bonding compound.
Major defective area repairs are defined as follows:
1. Areas of more than one foot square and deeper than the reinforcing steel.
2. Major repair areas shall be filled with pneumatically-applied concrete after
surfaces have been sandblasted.
For major repairs, the filling shall be reinforced and doweled securely to the old
concrete. The exposed surface shall be neatly finished to match the surface and
texture of the adjacent concrete. All patches shall be cured by Method 2.
Holes left by tie-rod cones shall be reamed with suitable toothed reamers so as to
leave the surfaces of the holes clean and rough. These holes then shall be repaired
in an approved manner with mortar and epoxy and cured in accordance with the
requirements of the curing section of the Specifications. Other imperfections having
a depth greater than their least surface dimension shall not be reamed, but shall be
repaired in an approved manner with epoxy bonding compound and dry packed
mortar.
All repairs shall be built up and shaped in such a manner that the completed surface
will conform to the finish requirements of this specification using approved methods
which will not disturb the bond or cause sagging or horizontal fractures. Surfaces of
said repairs shall receive the same kind and amount of curing treatment as required
for the concrete in the unrepaired section.
B. Cracks in Hydraulic Structures: Concrete cracks greater than 1/64-inch in width shall
be repaired by cutting out a square edge joint 1/2-inch wide by one inch deep,
preparing all exposed surfaces of the joint, installing a back-up rod, priming of the
joint and application of the polyurethane joint sealant in accordance with the joint
sealant section of this specification.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 17 of 18
Alternate methods of crack repair used by the Contractor which utilize epoxy
adhesive injection methods shall be subject to the approval of the Owner's
Representative.
Full height vertical cracks and full width horizontal cracks greater than the above-
specified width shall be assumed to occur and the Contractor shall make allowance in
his bid for the repair of specified cracks.
3.5 Enforcement of Concrete Strenath Requirements
A. Compressive Strength: Compressive strength shall be determined at the end of
seven days and 28 days on standard six by 12-inch test cylinders in accordance with
ASTM C39. The compressive strength shall not be less than 3,000 psi for Type A
concrete and 2,000 psi for Type C concrete at 28 days.
B. Concrete Cylinders: The Owner's Representative will take three concrete cylinders
for each 50 cubic yards of concrete and each day's pour. The Contractor shall
furnish the concrete and cylinders for such tests. Cylinders will be cured under job
conditions. Slump tests will be in accordance with ASTM C143.
C.' Cylinder Tests: If any cylinders fail to meet the strength requirements for the portion
of the structure in which the concrete is used, core tests will be taken at the
Contractor's expense to demonstrate the adequacy of the concrete in place.
If both core tests and cylinder tests fail to meet the Specifications, the concrete shall
be considered defective and shall be replaced or adequately strengthened in a
manner satisfactory to the Engineer.
END OF SECTION
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03300 Concrete Construction - 18 of 18
SECTION 15062
POLYVINYL CHLORIDE GRAVITY SEWER PIPE AND FITTINGS
PART 1 - GENERAL
1.1 Description
This section designates the requirements for the manufacture and installation of polyvinyl
chloride, abbreviated PVC, gravity sewer pipe to be furnished and installed by the Contractor,
at the location and to the lines and grades shown on the Plans as herein specified. This
work shall be in accordance with these specifications and the Carlsbad Municipal Water
District Standards for Sanitary Sewers.
Specifications for related Work are as follows:
ASTM D1784
ASTM D2321
ASTM D2412
ASTM D2564
ASTM D3034
ASTM D3212
ASTM F477
ASTM F679
UNI-B-5
Rigid PVC Compounds
Underground Installation of Flexible Thermoplastic Sewer Pipe
Pipe Stiffness Test
Solvent Cements for PVC Pipe Fittings
PVC Sewer Pipe and Fittings (4'' to 15")
Joints for Drain and Sewer Plastic Pipe Using Elastomeric Seals
Elastomeric Gaskets for Joining Plastic Pipe
PVC Large Diameter Gravity Sewer Pipe and Fittings (1 8" to 27")
Uni Bell Recommended Practice for the Installation of PVC Sewer Pipe
1.2 Related Work Described Elsewhere
The Contractor shall refer to the following Specification section(s) for additional
requirements:
A. Shop Drawing Submittals: 01300
B. Earthwork: 02200
C. Concrete Construction: 03300
D. Leakage and Infiltration Testing of Gravity Sewer Pipelines: 15045
1.3 Submittals
The Contractor shall furnish submittals in accordance with Section 01 300, Shop Drawing
Submittals. Submittals are required for the following:
A. Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts
and other information.
B. An affidavit from the pipe manufacturer including compliance with requirements of
the P1an.s and Specifications shall be delivered with the pipe.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 1 of 6
1.4 Payment
A. Payment for the Work in this section shall be included as part of the lump-sum or
unit-price bid amount for which such Work is appurtenant thereto.
B. Payment by the linear foot shall be for each diameter and for each pipe strength
designation measured horizontally over the pipe centerline.
PART 2 - MATERIALS
2.1 General
PVC gravity sewer pipe shall be made of PVC plastic having a cell classification of 12454-6,
13364-A, or 13364-B as defined in ASTM D1784. The fittings shall be made of PVC plastic
having a cell classification of 12454-B, 12454-C, or 13343-C as defined in ASTM D1784.
2.2 Pipe
PVC gravity sewer pipe, fittings, coupling and joints, 4-inch through 15-inch, shall be
manufactured in conformance with the requirements of ASTM D3034, SDR 35 and shall
have gasketed joints. All pipe shall be of solid wall construction with smooth interior and
exterior surfaces.
PVC gravity sewer pipe, fittings, coupling and joints, 18-inch through 21-inch, shall be
manufactured in conformance with the requirements of ASTM F679 with T-1 wall thickness
and shall have gasketed joints. All pipe shall be of solid wall construction with smooth
interior and exterior surfaces.
The minimum pipe stiffness for both small diameter and large diameter PVC gravity sewer
pipe shall be 46 psi according to ASTM D2412.
The pipe shall be manufactured by J-M Manufacturing Company, Certainteed Corporation,
Pacific Western Extruded Plastics Company, or approved equal.
2.3 Joinina System
The pipe shall be jointed with an integral bell gasketed joint that meets the requirements of
ASTM D3212. The gasket shall be manufactured from a synthetic elastomer and factory
installed in the belled end of the pipe. Gasket shall conform to ASTM F477.
All pipe shall have a homemark on the spigot end to indicate proper penetration when the
joint is made. The socket and spigot configurations for fittings and couplings shall be
compatible to those used for the pipe.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 2 of 6
2.4 Certification
Pipe, fittings, and couplings shall meet the requirements of the section titled “Requirements”
of ASTM D3034 SDR 35 (4-inch through 15-inch) and ASTM F679 (18-inch through 27-inch).
During production of the pipe, the manufacturer shall perform the specified tests for each
pipe marking. A certification by the manufacturer indicating compliance with specification
requirements shall be delivered with the pipe. The certification shall include the test result
data. Pipe which is not installed within 120 days of latest test shall not be used without prior
approval of the Owner‘s Representative.
PART 3 - EXECUTION
3.1 Pipe Lenqths
Standard laying lengths shall be 20-feet and 12.5-feet with the manufacturer’s option to
supply up to 15 percent random lengths. Combined horizontal and vertical deflections at
PVC gravity sewer pipe shall not exceed that recommended by the manufacturer (the
maximum total deflection allowed shall be three degrees). Any deflection of the pipe shall be
accomplished by bending the pipe along its entire length in the trench and not by deflection
at the joints.
3.2 Marking
All pipe, fittings, and couplings shall be clearly marked at an interval not to exceed 5-feet as
follows:
Nominal Pipe Diameter
PVC cell classification
Company, plant, shift, ASTM, SDR, and date designation
Service designation or legend
For fittings and couplings, the SDR designation is not required.
3.3 Earthwork
A. Excavation and backfill, including the pipe bedding, shall conform to the provisions
of Section 02200, Earthwork, except as herein modified.
B. Crushed Rock and Gravel: Crushed rock shall be the product of crushing rock or
gravel. Fifty percent of the particles retained on a 3/8-inch sieve shall have their
entire surface area composed of faces resulting from fracture due to mechanical
crushing. Not over five percent shall be particles that show no faces resulting
from crushing. Less than ten percent of the particles that pass 3/8-inch sieve and
are retained on the No. 4 sieve shall be water worn particles. Gravel shall not be
added for crushed rock.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 3 of 6
Gravel shall be defined as particles that show no evidence of mechanical
crushing, are fully waterworn, and are rounded. For pipe bedding, where gravel is
specified, crushed rock may be substituted or added.
Where crushed rock or gravel is specified in the bedding details on the Plans or in
the Specifications, the material shall have the following gradations:
Sieve Size
2"
1 %I1
1 II
3/4"
Y2I1
3/8" No. 4
No. 8
1%-Inch Max
Gravel Yo
Passinq
100
90 - 100
20 - 55
0- 15
0-5
---
---
l-Inch Max
Gravel Yo
Passing
100
90 - 100
60 - 80
---
0 - 15
0-5 ---
3/4-lnch Max
Crushed Rock Yo
Passinq --- ---
100
90 - 100
30 - 60
0 - 20
0-5 ---
Unless otherwise specified, l-M-inch maximum gravel shall be used for pipes with
inside diameter of 45-inches and larger, l-inch maximum gravel shall be used for
pipes with inside diameters of 33-inches to 42-inchesI and 3/4-inch maximum
crushed rock shall be used for pipes with inside diameter of 30-inches and less.
C. Pipe Bedding: Crushed rock shall be used for pipe bedding and shall be
compacted to obtain a relative density of 95-percent unless otherwise specified.
The thickness of the pipe bedding shall be a minimum of four inches. The pipe
bedding shall be placed over the full width of the trench. For depths greater than
15 feet, the maximum size of aggregate shall be 3/8-inch.
D. Backfill Within Pipe Zone: Crushed rock shall be placed and compacted within the
pipe zone from the bottom of the pipe to 3/4 of the pipe outside diameter. The
crushed rock shall be compacted to obtain a relative density of 95-percent unless
otherwise specified.
From 3/4 of the outside pipe diameter to the top of the pipe zone, granular material
shall be placed and compacted by hand to a relative compaction of 95-percent. In
lieu of sand equivalent 30 material, the Contractor, at his option, may substitute 3/4-
inch graded or crushed rock.
3.4 General Installations Procedures and Workmanship
PVC pressure pipe and fittings shall be installed per ASTM D2321, Uni Bell pamphlet Uni-B-
5, and the manufacturer's recommendations.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 4 of 6
Proper care shall be used to prevent damage in handling, moving, and placing the pipe. The Contractor shall unload the pipe by mechanical means such as a crane or backhoe, or by rope and skids, as recommended by the manufacturer. In using skids, pipes must be
prevented from striking other pipe. Dropping pipe from truck will not be permitted.
All pipe shall be laid without break, upgrade form structure to structure, with the bell ends of the pipe upgrade. Pipe shall be laid to the line and grade given so as to form a close concentric joint with the adjoining pipe and prevent sudden offsets of the flow line. The interior of the pipe shall be cleaned of all dirt and superfluous materials of all description immediately prior to installing the pipe. The Contractor shall wipe the mating surfaces of the pipe to be joined clean of all dirt and foreign matter and apply an approved lubricant. The spigot end shall be inserted to the proper depth of the socket as indicated by the home mark.
3.5 Branches
PVC wyes, and other types of branches shall be furnished and installed along with PVC pipe
as is called for on the Plans. The longitudinal barrel of branch fittings, to be placed in line and grade with PVC sewer mains, shall be of the same diameter, quality, and type as specified herein for sewer installations, and shall conform to the applicable provisions set
forth for PVC gravity sewer pipe. Unless otherwise specified, the branch of wye fittings shall be inclined upward at an angle not greater than 45 degrees from a horizontal line. No wye
shall be placed closer than five feet in the downstream side to the centerline of any structure. Also no two wyes or tees shall be laid back to back. There shall be a minimum of four feet between each branch fitting.
The Contractor shall place a support of grade crushed rock or gravel under every wye branch
when installed.
3.6 Saddle Connections
All saddle connections into existing sewer lines shall be made with a wye saddle. The
sewering to be saddled shall be scored to the approximate shape of wye or tee and shall be cut by mechanical hole cutters or by keyhole or by sabre saw. The tap holes shall be cleanly machined and may be further worked by hand to proved a true and neat opening for the wye or tee saddle. The Contractor shall replace or repair any pipe damaged during the operation.
Saddles shall be mounted on the pipe with solvent cement in conformance with the requirements of ASTM D2564 or by gaskets with all stainless steel straps. If a solvent welded saddle is used, the saddle shall be secured to the main with stainless steel straps or with saddle clamps. After the connection has set sufficiently long for the solvent cement to cure, the Contractor shall encase the fitting with Class A portland cement concrete.
The Contractor shall carry out the saddling operation only in the most workmanlike manner and he shall keep all chips, dirt, solvent cement, mortar and concrete out of the sewering being saddled. The Contractor shall, if directed to do so by the Owner's Representative, flush, clean and ball the reach of sewer main saddle.
In lieu of a saddle connection, a wye connection may be made by cutting the sewer and installing a wye. All applicable provisions of this Specification will be adhered to in making a cut-in wye connection.
City of Carlsbad
1 1 /04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 5 of 6
3.7 Manholes
I Connection of PVC sewer pipe to the manhole shall be water tight. The connection shall be
made with a gasketed plastic manhole coupling in accordance with the detail shown on the
Plans.
3.8 Preventinq Foreiqn Matter from Enterinq the Pipe
At all times when pipe laying is not in progress, the open end of the pipe shall be closed with
a tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These
provisions shall apply during the noon hour as well as overnight. In no event shall the
pipeline be used as a drain for removing water which has infiltrated into the trench. The
Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and
sanitary condition until its acceptance by the Owner.
3.9 Cleaning
Before testing, each pipe shall be thoroughly cleaned from manhole to manhole with a sewer
scrubbing ball. All debris and trash shall be removed from each manhole.
3.10 Test for Leakaqe and Infiltration
The pipe, and other appurtenances shall be tested for leakage and infiltration in accordance
with Section 15045, Leakage and Infiltration Testing for Gravity Sewer Pipelines.
3.1 1 Mandrel Test
Following the completion of the required testing, the placement and densification of backfill,
and the installation of all utilities, and prior to the placing of the permanent paving, all PVC
sewer pipe shall be cleaned and then mandrelled, to measure for obstructions (deflections,
joint offsets, and lateral pipe intrusions) in accordance with the requirements of the Standard
Specifications for Public Works Construction (latest edition) Section 306-1.2.1 2. A rigid
mandrel, with a circular cross section having a diameter of at least 95 percent of the
specified inside diameter, shall be pulled through the pipe by hand. The minimum length of
the circular portion of the mandrel shall be equal to the nominal diameter of the pipe.
Obstructions encountered by the mandrel shall be corrected by the Contractor. All material,
equipment, and labor to perform the test shall be provided by the Contractor at no cost to the
Owner.
END OF SECTION
City of Carlsbad
1 1 /04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 6 of 6
SECTION 03460
PRECAST CONCRETE MANHOLES
PART 1: GENERAL
1.1 Description
Precast concrete manholes shall be constructed in accordance with the design, size and details
and at the locations shown on the Plans. Specifications for relative work are as follows:
ASTM C478, Concrete; ASTM A48, Gray-Iron Castings; California Construction Safety
orders Article 4, Section 1532, Confined Spaces.
1.2 Related Work Described Elsewhere
The Contractor shall refer to the following Specification section(s) for additional requirements:
A. Shop Drawing Submittals: 01300
8. Earthwork: 02200
C. Concrete Construction: 03300
D. PVC Lining for Interior Concrete Surface of Machines: 03475
1.3 Submittals
Contractor shall furnish submittals in accordance with the requirements of Section 01 300, Shop
Drawing Submittals. The following submittals are required:
A. Submit Shop Drawings of the precast manhole.
1.4 Payment
Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid
amount for which such Work is appurtenant thereto.
PART 2: MATERIALS
2.1 Precast Manholes
Precast reinforced concrete manhole riser and tops shall be constructed of Class A concrete and
shall conform to the Specifications of ASTM C478, except as herein modified. The minimum
allowable steel shall be hoops of No. 4 wire, to be cast into each unit at adequate places as a
precautionary measure for handling. Manhole components shall be designed for H-20 highway
loads and site soil conditions.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03460 - Precast Concrete Manholes - 1 of 6
The minimum nominal shell thickness for formed and vibrated sections shall be 1/8 of the
internal diameter of the riser or largest cone diameter. Manholes shall be fabricated only from
eccentric taper sections and standard cylinder units of the proper internal diameter. Manhole
sections shall be cast without galvanized steel ladder rungs unless otherwise shown on the
Plans.
Precast manholes shall be furnished with a PVC lining (T-lock) system per Section 03475.
Precast concrete manholes shall be manufactured by Associated Concrete Products, Ameron,
Southwest Concrete Products, Inland Concrete Products, or approved equal.
2.2 Drop Manholes
The materials and construction of drop manholes shall conform to the applicable provisions of
the Specifications for precast manholes (including frames and covers), except as herein modified
by Specifications and/or Plans. Drop manhole sections shall be lined with an epoxy lining as
manufactured by Armco T-plate or approved equal.
2.3 Manhole Frames and Covers
Castings for frame and cover sets shall conform to the requirements for gray iron castings in
ASTM A48 for Class 30 castings. Frames and covers shall be designed for H-20 loading.
Before leaving the foundry, all castings shall be thoroughly cleaned and subjected to a hammer
inspection, after which they shall be dipped twice in a preparation of asphalt or coal tar and oil
applied at a temperature of not less than 290" F nor more than 31 0" F and in such a manner as
to form a firm and tenacious coating. Each cover shall be ground or otherwise finished so that it
will fit in its frame without rocking, and frames and covers shall be match-marked in sets before
shipping to the site. Covers shall have the word "SEWER" and the specified initials cast thereon
as shown on the Plans. No other lettering on the top side will be permitted.
PART 3: EXECUTION
3.1 General
Manhole locations are fixed and cannot be moved to accommodate pipe manufacturing or
laying. If necessary, special lengths will be provided to meet manhole location requirements.
3.2 Work Within Existinq Manholes
Any proposed Work inside an existing manhole, which is part of a sewage system in service,
shall not be undertaken until all the tests and safety provisions of Article 4, Section 1532
"Confined Spaces" State of California Construction Safety Orders have been made.
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
03460 - Precast Concrete Manholes - 2 of 6
3.3 Excavation
The Contractor shall prepare an excavation large enough to accommodate the structure and
permit grouting of openings and backfilling operations. Earthwork shall conform to Section
02200, Earthwork, except as herein modified.
3.4 Manhole Base
The manhole base shall be poured in place against undisturbed soil with Class A portland
cement concrete. The manhole stubs and sewer main shall be set before the concrete is placed
and shall be rechecked for alignment and grade before the concrete has set. The various sized
inlets and outlets to the manhole shall be located as indicated on the Plans. The manhole base
shall extend 12-inches below the bottom of the lowest pipe.
Invert elevations of connecting sewers may vary depending upon sizes. The crown elevation of
all pipes shall be the size as the crown elevation of the largest pipe unless otherwise indicated
on the Plans.
The invert of the manhole base shall be hand worked so as to provide channels conforming in
size and shape to the lower portions of the inlets and outlets. The channel shall vary uniformly in
size and shape from inlet to outlet, and be constructed higher than pipe as indicated on the
Plans. The manhole invert channels shall be smooth and accurately shaped. Channels may be
formed directly in the concrete base.
All transitions shall be smooth and of the proper radius to give an uninterrupted transition of flow.
The concrete base shall be shaped with a wood float and shall receive a hard-steel trowel finish
prior to the concrete setting. In the event additional mortar is required after initial set has taken
place, the surface to receive the mortar shall be primed, and the mortar mixed with "Willhold
Concrete Adhesive" in the amounts and proportions as recommended by the manufacturer and
as directed by the Owner's Representative in order to secure as chip-proof a result as possible.
The bases shall set a minimum of 24 hours before the manhole construction is continued. In
certain critical situations the time of setting may be reduced upon approval of the Owner's
Representative.
3.5 Manholes
Each manhole section shall be set in a bed of mortar to make a watertight joint, shall be neatly
banded on the inside and out, and shall be set perfectly plumb. Sections of various height grade
rings shall be used in order to bring the top of the manhole ring and cover to the elevation
established on the Plans, but limited to maximum of 18-inches of grade ring unless otherwise
instructed by the Owner's Representative. The precast concrete manhole rings shall be jointed
with a minimum thickness of %-inch of portland cement mortar.
Mortar shall be composed of one part portland cement to two parts of clean well-graded sand of
such size that all pass a No. 8 sieve. Cement, aggregate, and water for mortar shall conform to
the applicable provisions of Section 03300, Concrete Construction. Preformed, cold-applied,
ready-to-use plastic joint sealing compound may be substituted for mortar between units and
must be used when groundwater is encountered.
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
03460 - Precast Concrete Manholes - 3 of 6
The finished elevations at which manhole frames and covers are to be set shall conform to the
requirements set forth on the Plans, but in all cases shall be governed by the Owner's
Representative in the field. Where the frame and cover are in existing pavement or in the
traveled way of the existing road shoulder, it is to be placed flush with the existing surface.
Where the structure is outside the limits of the traveled shoulder but not in the roadside ditch, it
should be placed 1/1 O-foot above the existing ground surface. Where the manhole cover falls in
the existing roadside ditch or easement right-of-way "offsite," it is to be placed approximately 18-
inches above the existing ground surface or as directed by the Owner's Representative.
Manhole frames shall be set at the required grade and shall be securely attached to the top
precast manhole shaft unit with a cement-mortar bed and fillet as shown on the Plans. After the
frames are securely set in the place provided herein, covers shall be installed and all necessary
cleaning and scraping of foreign materials from the frames and covers shall be accomplished to
ensure a fine satisfactory fit.
3.6 Manhole Stubs and Stoppers
Sewer pipe shall be furnished and installed in manholes at the locations and in conformance with
the Plans. All stubs shall be plugged with stoppers or brick wall plugs as shown on the Plans for
various sizes of pipe. Where new construction is started at the stub of an existing manhole, the
Contractor shall brick the opening into the manhole before he removes the plug or stopper from
the stub. Said bricked opening shall remain in place until the Contractor has tested and
completed the Work.
3.7 Bulkheadinn Manhole Stub Channels
Brick and mortar bulkheads shall be installed by the Contractor at the downstream end of all
unused stub channels over 5-feet in length to prevent the creation of a septic condition resulting
from ponding of sewage and debris in the unused channels, until such time as the manhole stub
is connected and normal sewage flow can occur. On short stub only a plug will be required.
3.8 Plugginq Upstream End of the New Sewer
In order to prevent accidental use of the new sewer prior to completion and acceptance, the inlet
to existing tie-in manholes shall be sealed with broken brick and mortar. Installation of these
plugs shall be approved by the Owner's Representative. Plugs shall be removed at the time of
final inspection or as directed by Owner's Representative.
3.9 Damp-Droofing
At the discretion of the Engineer, Damp-proofing material shall be applied to the exterior
surfaces of manholes in accordance with the manufacturer's recommendations. The material
shall be applied to all exterior surfaces below a point one foot above the water table or
indications of seepage or moisture as directed by the Engineer.
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
03460 - Precast Concrete Manholes - 4 of 6
3.1 0 Bac kf i I I
Select backfill material consisting of clean sand shall be used around all manholes. It shall be
consolidated by water jetting or compacted by pneumatic tampers to obtain a relative density of
95% unless otherwise specified on the Plans.
3.1 1 Concrete Ring
A Class B concrete ring shall be cast around manhole frames that are flush with the surface as
shown on the Plans. The ring shall be placed after final grading or paving together with final
cleanup.
3.12 Watertightness of Manholes
A. General: It is the intent of the Specifications that manholes and appurtenances be
watertight and free from infiltration. All manholes are to be banded both inside and
outside with cement-mortar grout. Where manholes are to be given a protective lining
or coating, they shall be free of any seeping or surface moisture. The adequacy of
manholes and appurtenances as to watertightness shall be determined by the
Owner's Representative and shall be tested by filling with water.
B. Manhole Test: Watertightness of manholes may be tested in connection with tests of
sanitary sewers or at the time the manhole is completed and backfilled. The
Contractor shall plug all inlets and outlets with approved stoppers or plugs and fill the
manhole to the limits indicated below. Any evidence of leakage as a result of testing
shall be repaired to the satisfaction of the Owner's Representative.
The manhole shall be filled with water to an elevation l-foot below the start of the
cone section, with a minimum depth of 4-feet and a maximum depth of 20-feet.
The water shall stand in the manhole for a minimum of one hour to allow the manhole
material to reach maximum absorption. After the one-hour period has elapsed, the
Contractor shall refill the manhole to the original depth and the drop in water surface
shall be recorded after a period of from fifteen minutes to one hour has elapsed (said
time of the test shall be determined by the Owner's Representative and shall be
varied by the Owner's Representative to fit the various field conditions).
The maximum allowable drop in the water surface shall be %-inch for each 15minute
period of testing. Even though the leakage is less than the specified amount, the
Contractor shall stop any leaks that may be observed to the satisfaction of the
Owner's Representative.
C. Vacuum Testing of Manholes: At the owner's option the manholes may be vacuum
tested in lieu of water test. Vacuum testing shall include the following:
1. Vacuum testing equipment shall be as manufactured by P.A. Glazier, Inc. or
approved equal.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03460 - Precast Concrete Manholes - 5 of 6
2. Manholes shall be tested after assembly and prior to mortaring the joints or
backfilling. In case of manholes incorporating a PVC liner, the testing is to take
place prior to mortaring the joints, welding the linear seams between sections
or backfilling.
3. All lift holes shall be plugged with an approved grout prior to testing.
4. All pipes entering the manhole shall be plugged, and bracing installed, to
prevent the plug from being drawn into the manhole.
5. The test head shall be placed inside the top of the cone section and the seal
inflated in accordance with the manufacturer's recommendations.
6. A vacuum of 10 inches of mercury shall be drawn. The time shall be
measured for the vacuum to drop to 9 inches. The manhole shall pass the test
if the time taken for the drop is greater than 60 seconds.
7. If the manhole.fails the test, necessary repairs shall be made and the test
repeated until acceptable results are obtained. The leak(s) shall be located
and repaired according to their nature with material-in-kind.
3.1 3 Connections to Existing Manholes
New connections to existing manholes wherein stubs have not beerl provided shall be made by
core drilling through the walls and base as directed by the Owner's Representative.
END OF SECTION
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03460 - Precast Concrete Manholes - 6 of 6
SECTION 03475
PVC LINING FOR INTERIOR CONCRETE SURFACE OF MANHOLES
PART 1 - GENERAL
1.1 Description
This section covers the work necessary to furnish and install, complete, PVC lining (white
color) for concrete surfaces that are exposed to sewage immersion or sewage atmosphere,
as indicated on the drawings or specified herein.
The manufacturer of the lining shall furnish an affidavit attesting to the successful use of its
material as a lining for sewer pipes or sewage containment structures for a minimum period
of 10 years in sewage conditions recognized as corrosive or otherwise detrimental to
concrete.
1.2 Related Work Described Elsewhere
The Contractor shall refer to the following Specification section(s) for additional
requirements:
A. Shop Drawing Submittals: 01 300
B. Precast Concrete Manholes: 03460
1.3 Submittals
The Contractor shall furnish in accordance with the requirements of Section 01300, Shop
Drawing Submittals. Submittals shall include the following:
A. Shop Drawings, material lists, manufacturer’s literature, catalog cuts and other
information.
B. Submit an affidavit from the liner manufacturer that all delivered materials comply
with the requirements of the Plans and Specifications.
1.4 Payment
Payment for the Work in this section shall be included as part of the lump-sum or unit-price
bid amount for which such Work is appurtenant thereto.
City of Carlsbad
11/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
03475 PVC Lining for Interior Concrete Surface of Manholes - 1 of 7
PART 2 - MATERIALS
2.1 General
PVC liner shall be of two (2) types:
Type 1 shall have locking extensions and shall be used for formed or vertical surfaces.
Type 2 shall not have locking extension (it will be plain sheet), and shall be used for
unformed or horizontal surfaces.
Type 1 PVC liner shall be installed on the interior concrete surface of the manhole.
Type 2 PVC liner shall be used on the unformed concrete fillet areas of the manhole.
If not otherwise specified hereinafter, undifferentiated references to “PVC Liner-” shall be
understood to refer to both Type 1 and Type 2 liner.
Type 1 PVC liner shall be secured to the underlying surface by means of its locking
extensions.
Type 2 PVC liner shall be secured to the underlying surface primarily by means of an
adhesive as recommended by the PVC liner manufacturer. The adhesive anchorage shall
be augmented by stainless steel expansion anchors. The mechanical anchorage system
(including sealing materials, batten strips and other accessories) shall be as recommended
by the manufacturer. Explosive-drive anchors shall not be used for this purpose. Anchors
shall be Type 304 stainless steel “Lite Spike” (3/16-inch diameter x 1 %-inch long with EPDM
sealing washer) installed in a drilled hole per the anchor manufacturer‘s recommendations.
The anchor manufacturer shall be Rawlplug Company (Anaheim, California) or approved
equal.
Anchor holes shall be sealed using Sikadur No. 31 (Sika Corporation; Santa Barbara,
California) or “Concressive Past LPL” (Master Builders; Cleveland, Ohio). A sealing agent
such as Sikaflex 1A that does not setup and harden shall not be used. A four inch (4”) wide
joint strip shall be welded over all mechanical anchors to seal them from contact with the
sewage. Us e Ameron’s one inch (1”) wide weld strip on both sides of the four inch (4”) wide
joint strip to seal it to the underlying Amer-Plate. The seal shall be continuous and watertight
along its entire length. A single, continuous piece of joint strip shall be provided to cover
each row of anchors.
2.2 Composition of Liner
The material used in the liner and in all joint, corner and welding strips shall be a combination
of poly (vinyl chloride) resin, pigments and plasticizers, specially compounded to remain
flexible. Poly (vinyl chloride) resin shall constitute not less than 99 percent, by weight, of the
resin used in the formation. Copolymer resins will not be permitted.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03475 PVC Lining for Interior Concrete Surface of Manholes - 2 of 7
All plastic liner plate sheets, joint, corner, and welding strips shall nave the following physical properties when tested at 77" F+ 5".
Property Tensile Strenath Elongation at Byeak Shore Durometer
Weight Change
Type D
- Initial 2.200 Dsi min. .ZOO% min.
1 -spec. 50-60 1 0-spec. 35-50
JPar.2.4) 2,100 psi rnin. .200Y0 rnin.
*5 with respect to *5 initial test result *1.5%
Tensile specimens shall be prepared and tested in accordance with ASTM D412 using die. Weight change specimens shall be l-inch by 3-inch sample of the sheet thickness.
Specimens may be taken from sheet and strip at any time prior to final acceptance of the work.
Liner plate locking extensions embedded in concrete shall withstand a test pull of at least
100 pounds per linear inch, applied perpendicularly to the concrete surface for a period of one minute, without rupture of the locking extensions or withdrawal form embedment. This test shall be made at a temperature of 70-80°F inclusive.
All plastic liner plate sheets, including locking extensions, all joint, corner, and welding strips
shall be free of cracks, cleavages, or other defects adversely affecting the protective characteristics of the material. The Engineer may authorize the repair of such defects by
approved methods.
The lining shall have good impact resistance, shall be flexible, and shall have an elongation sufficient to bridge up to %-inch settling cracks, which may occur in the pipe, joint of structure after installation, without damage to the lining.
The lining shall be repairable at any time during the life of the pipe or structure.
2.3 Chemical Resistance Testing
After conditioning to constant weight at 1 1 O"F, tensile specimens and weight change
specimens shall be exposed to the following solutions for a period of 112 days at 77"F+5.
At 30 day intervals, tensile specimens and weight change specimens shall be removed from
each of the chemical solutions and tested in accordance with Paragraph 2.3.2. If any specimen fails to meet the 1 12-day requirements before completion of the 1 1 %day exposure, the materials will be subject to rejection.
CHEMICAL SOLUTION CONCENTRATION
Sulfuric Acid ............................................................. 20%* Sodium hydroxide ....................................................... 5% Ammonium hydroxide 5 o* /o
Nitric acid .................................................................... 1 % Ferric chloride ............................................................. 1 % Soap ........................................................................ 0.1 % Detergent (linear alkyl benzyl sulfonate or LAS) ...... 0.1 Yo
Bacteriological ...................... BOD not less than 700ppm
................................................
* Volumetric percentages of concentrated CP grade reagents.
City of Carlsbad
11/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline 03475 PVC Lining for Interior Concrete Surface of Manholes - 3 of 7
~ -
2.4 Dimension of Basic Size Sheet (4-foot widths)
Type 1 linear sheets shall be minimum of 0.065-inch in thickness. Locking extensions
(T-shaped) of the same materials as that of the liner shall be integrally extruded with the
sheet. Locking extensions shall be approximately 2.5-inches apart and shall be at least
0.375-inches high. Type 2 liner sheets shall be 3/32-inch in thickness. Liner sheets shall be
white in color.
Sheets shall have a nominal width of 48-inches and a length of not more than 24-feetI except
that longer lengths may be supplied on special order. Lengths specified shall include a
tolerance at a ratio of &&inch for each 1 OO-inches.
Sheets no used for shop fabrication into larger sheets shall be shop tested for pinholes using
an electrical spark tester set at 20,000 volts minimum. Any holes shall be repaired and
retested.
2.5 Manufacturer
Liner and accessories shall be Amer-Plate Y T-Lock liner, Amer-Plate plain sheet liner,
Amer-Plate 94Y welding strips, and Amer-Plate 19Y adhesive system (thinner, primer and
adhesive) as manufactured by Ameron Protective Linings Division (Brea, California) or
approved equal.
PART 3 - EXECUTION
3.1 Installation
Installation of the lining, including preheating of sheets in cold weather and the welding of all
joints, shall be done in accordance with the recommendations of the manufacturer.
Coverage of the lining shall not be less than the minimum shown on the Plans or specified
herein. The plain sheet PVC liner shall be welded to the PVC wall liner around the entire
periphery of the protected strictures.
The lining shall be installed with the locking extensions running vertically except for where
horizontal locking extensions are recommended by the PVC liner manufacturer to seal liner
terminations.
The lining shall be held snugly in place against inner forms by means of steel banding straps
or other means recommended by the manufacturer. Banding straps must be located in the
precut channels to prevent crushing or tilting of the locking extensions.
If banding straps are used, a steel channel, angle, or bar may be inserted along the edge
locking extension of each liner for concrete pipe or cast-in-place structures. Steel channel,
angle, or bar shall be of sufficient stiffness to hold the longitudinal edges of the lining snugly
against the form. These may be removed after the concrete is vibrated into place.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03475 PVC Lining for Interior Concrete Surface of Manholes - 4 of 7
Locking extensions shall terminate not more than one and one-half inches (1%") from the end of the formed wall section. When used, joint flaps shall extend approximately four inches (4") beyond the end of the inside surface.
Concrete poured against the PVC liner shall be vibrated, spaded, or compacted in a careful manner so as to protect the lining and produce a dense, homogenous concrete, securely
anchoring and locking extensions into the concrete.
In removing forms, care should be taken to protect the lining from damage. Sharp instruments shall not be used to pry forms from lined surfaces. When forms are removed,
any nails that remain in the lining shall be pulled, without tearing the lining, and the resulting holes clearly marked. Form tie holes shall be marked before ties are broken off and all areas
of serious abrasion or damage shall be marked.
All nail and tie holes and all cut, torn, and seriously abraded areas in the lining shall be patched. Patches made entirely with welding strip shall be fused to the liner over the entire patch area. Larger patches may consist of smooth liner sheet applied over the damaged area with adhesive. All edges must be covered with welding strip fused to the patch and to
the sound lining adjoining the damaged area.
Hot joint compounds, such as coal tar, shall not be poured or applied to the lining.
The Contractor shall take all necessary measures to prevent damage to installed lining from equipment and materials used in or taken through the work.
3.2 Special Requirements for Cast-ln-Place Structures
A. Placement of liner within forms: Liner sheets
Shall be closely fitted and properly secured to the inner forms. Sheets shall be cut to fit curved and warped surfaces using a minimum number of separate pieces.
If liner joints are to be Type C-3 joints (as described in Paragraph SC-9.9), the adjacent sheets shall be butted with not more than l/&inch opening between the sheets. A welding strip fusion-welded on the back of butt joint or other means recommended by the manufacturer shall be used to prevent wet concrete from flowing around edges.
B. Interfaces Between Concrete and Non-Concrete Surfaces:
Unless otherwise shown on the Plans, the lining shall be returned at least three inches (3") at the surfaces of contact between the concrete structure and items not
of concrete (including vitrified clay, ductile iron, or PVC pipes). The same procedure shall be followed at joints where the type of protective lining is changed
or the new work is built to join existing unlined concrete. At each return, the returner liner shall be sealed to the item in contact with the plastic-lined concrete using the manufacturer's recommended adhesive system. If the liner cannot be sealed with this adhesive because of the joint at the return being to wide or rough or because of safety regulations, the joint space shall be densely caulked with Concressive LPL (Master Builders Company) to one inch (1") depth of an
approved corrosion resistant material as necessary. The hole cut in Type 2 PVC liner to accommodate penetrations shall be small enough so that after pressing the liner over the penetration, a minimum of one inch (1") of liner shall lay flat on the
penetration.
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline 03475 PVC Lining for Interior Concrete Surface of Manholes - 5 of 7
Lining at joints shall be free of all mortar and other foreign matter and shall be
clean and dry before joints are made.
C. Field Joints in the PVC Liner: Field Joints
In the lining shall be of the following described types, used as prescribed:
Tvpe C-1: The joint shall be made with a separate 4-inch joint strip and two (2)
welding strips. The four inch (4") joint strip shall be centered over the joint, tack-
welded to the liner then welded along each edge to adjacent sheets with one inch
(1") weld strip. The width of the space between adjacent sheets shall not exceed
two inches (2"). The four inch (4") joint strip shall lap over each sheet a minimum
of one-half inch (SI'). It may be used at any transverse or longitudinal joint.
Tvpe C-2: The joint shall be made by lapping sheets not less than one-half (W).
One welding strip is required. The upstream sheet shall overlap the one
downstream. The lap shall be tack-welded into place prior to welding.
Tvpe C-3: The joint shall be made by applying one inch (1") wide welding strip on
the back of the butt joint or by some other method by the manufacturer to prevent
wet concrete from getting under the sheet. After the forms have been stripped, a
one inch (1") welding strip shall be applied over the face of the sheet.
All welding is to be in strict conformance with the recommendations of the lining
manufacturer and with the requirements given herein.
Welding shall fuse both sheets and weld strip together to provide a continuous
joint equal in corrosion resistance and impermeability to the liner plate,
Hot-air welding guns shall provide effluent air to the sheets to be joined at a
temperature between 500°F and 600°F. Welding guns shall be held approximately
one-half inch (Y2") from and moved back and forth over, the junction of the two (2)
materials to be joined. The gun shall be moved slowly enough as the weld
progresses to cause a small bead of molten material to be visible along both
edges and in front of the weld strip.
D. Testing and Repairing Damaged Surfaces:
All surfaces covered with lining, including welds shall be tested with an approved
electrical holiday detector (Tinker & Rasor Model No. AP-W with power pack) with
the instrument set at 20,000 volts minimum.
All welds shall be physically tested by a nondestructive probing method. All
patches over holes, or repairs to the liner wherever damage has occurred, shall be
accomplished in accordance with Paragraph C.
Each transverse welding strip which extends to a lower end of the liner will be
tested by Owner. The welding strips shall extend two inches (2") below the liner to
provide a tab. A ten (1 0) pound pull will be applied to each tab.
City of Carlsbad
11/04
3495 - Forest Avenue HOD Gravity Sewer Pipeline
03475 PVC Lining for Interior Concrete Surface of Manholes - 6 of 7
The force will be applied normal to the face of the structure by means of a spring
balance. Liner adjoining the welding strips will be held against the concrete during
application of the force. The ten (1 0) pound pull will be maintained if a weld failure
develops, until no further separation occurs. Defective welds will be retested after
repairs have been made. Tabs shall be trimmed away neatly by the installer of the
liner after the welding strip has passed inspection. Inspection shall be made within
two (2) days after the joint has been completed in order to prevent tearing the
projection weld strip and consequent damage to the liner from equipment and
materials used in or taken through the work.
END OF SECTION
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
03475 PVC Lining for Interior Concrete Surface of Manholes - 7 of 7
SECTION 15045
LEAKAGE AND INFILTRATION TESTING OF GRAVITY SEWER PIPELINES
PART 1 - GENERAL
1.1 Description
This section designates the requirements and procedures for leakage and infiltration testing of
gravity sewer pipelines. The Contractor shall furnish all labor, materials, tools, and equipment
necessary to provide and complete leakage and infiltration testing as specified. It is the intent
of the Plans and Specifications that the completed gravity sewer pipes of all types, along with
manholes and other appurtenances, shall be watertight.
1.2 Related Work Described Elsewhere
The Contractor shall refer to the following Specification section(s) for additional requirements:
A. Shop Drawing Submittals: 01300
B. Polyvinyl Chloride Gravity Sewer Pipe and Fittings: 15062
1.3 Submittals
Contractor shall furnish submittals in accordance with the requirements of Section 01 300,
Shop Drawing Submittals. The following submittals are required:
A. If requested by the Owner, the Contractor shall furnish a detailed plan showing how
the Contractor intends to test and flush the pipeline.
1.4 Pavment
Payment for the Work in this section, including required permits, shall be included as part of
the lump-sum or unit-price bid amount for which such Work is appurtenant thereto.
PART 2 - MATERIALS
2.1 General
The Contractor shall furnish all labor, materials and equipment necessary for completing the
testing process as specified herein. The equipment utilized by the Contractor shall arrive on
the site in good and proper working order and ready for use.
PART 3 - EXECUTION
3.1 General
Each section of sewer between two successive manholes shall be tested for leakage or, at the
option of the Owner’s Representative, for infiltration, or both. The leakage test shall be made
on all sections of sewer. The infiltration test shall also be made where excessive groundwater
is encountered.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15045 - Leakage and Infiltration Testing of Gravity Sewer Pipelines - 1 of 5
Even though a section may have previously passed the leakage or infiltration test, each section of sewer shall be tested subsequent to the last backfill compacting operation in connection therewith, wheiein, in the opinion of the Owner's Representative, heavy compaction equipment of any of the operations of the Contractor or others may have damaged or affected the required water-tight integrity of the pipe, structure, and appurtenances. The Contractor shall furnish all materials required for the tests and bear all costs in connection therewith. Tests shall be made in the presence of the Owner's Representative.
If the leakage and/or infiltration rate, as shown by the tests specified herein, is greater than the
amount specified, the pipe joints shall be repaired or, if necessary, the pipe shall be removed and relaid by the Contractor at his expense. The sewer will not be considered acceptable until the leakage and/or infiltration rate, as determined by test, is less than the allowable.
3.2 Tests for V.C.P. Gravitv Sewers
A. Leakage Test: The leakage test shall be conducted by an air test. Each section of sewer between two successive manholes shall be tested by plugging all pipe outlets with suitable test plugs. Air shall be slowly added until the internal pressure is raised to 4.0 pounds per square inch gauge (psig). The compressor used to add air to the pipe shall have a blowoff valve set at 5 psig to ensure that at no time the internal pressure in the pipe exceeds 5 psig. The internal pressure of 4 psig shall
be maintained for at least two minutes to allow the air temperature to stabilize, after which the air supply shall be disconnected and the pressure allowed to decrease to
3.5 psig. The time in minutes that is required for the internal air pressure to drop from 3.5 psig to 2.5 psig shall be measured and the results compared with the values tabulated below:
MINIMUM DURATION FOR AIR TEST PRESSURE DROP - V.C.P.
Pipe Diameter
jlnches) 8 10 12 15 18 21 24
27 30 33 36 39 42
Test Time
lMinutes) 3 4 5 7 8 10
11 12 14
15 16 18 19
jSeconds) 45 46 40 0 36 6 6 42 1
0 41
5 24
Minimum Distance Between Manholes lFeet) 320 260 21 5 170 145 125 105 95 85 75 70 65 60
K Value
fSec/Foot) .704 1.10 1.58 2.47 3.56 4.85 6.34
8.02 9.90 12.0 14.3 16.8 19.4
The above tabulated values shall be used for the respective diameter pipes, except
where the distance between successive manholes is less than the above tabulated values, in which case the following formula will be used to determine the test time:
T=KL
in which T = test time in seconds K = L = distance between successive manholes in feet minimum allowable test time in seconds per lineal foot of pipe
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline 15045 - Leakage and Infiltration Testing of Gravity Sewer Pipelines - 2 of 5
If the pressure drop from 3.5 psig to 2.5 psig occurs in less time than the above- tabulated or calculated values, the pipe shall be overhauled and, if necessary, replaced and relaid until the joints and pipe shall hold satisfactory under this test.
B. Infiltration Test: If, in the construction of a section of the sewer between structures,
groundwater is encountered, the end of the sewer at the upper structure shall be closed sufficiently to prevent the entrance of water and pumping of groundwater
shall be discontinued for at least three days after which the section shall be tested for infiltration. The infiltration shall not exceed 0.025 gallons per minute per inch of diameter per 1,000-feet of main line sewer being tested and does not include the length of house laterals entering that section. Where any infiltration in excess of this amount is discovered before completion and acceptance of the sewer, the sewer shall be immediately uncovered and the amount of infiltration reduced to a quantity within the specified amount of infiltration, before the sewer is accepted, at the expense of the Contractor. Should, however, the infiltration be less than the
specified amount, the Contractor shall stop any individual leaks that may be
observed when ordered to do so by the Owner's Representative. The Contractor
shall furnish all labor and materials for making the tests required at his own
expense. All tests must be completed before the street or trench is resurfaced, unless otherwise determined by the Owner's Representative.
3.3 Tests for PVC Gravitv Sewer Pipe
A. Leakage Test: The leakage test shall be conducted by an air test. Each section of sewer between two successive manholes shall be tested by plugging all pipe outlets with suitable test plugs. Air shall be slowly added until the internal pressure is raised to 4.0 pounds per square inch gauge (psig). The compressor used to add air to the pipe shall have a blowoff valve set at 5 psig to ensure that at no time the internal pressure in the pipe exceeds 5 psig. The internal pressure of 4 psig shall be maintained for at least two minutes to allow the air temperature to stabilize, after which the air supply shall be disconnected and the pressure allowed to decrease to
3.5 psig. The time in minutes that is required for the internal air pressure to drop from 3.5 psig to 3.0 psig shall be measured. The results shall not be less than the minimum permissible duration for air test pressure drop tabulated below:
MINIMUM DURATION FOR AIR TEST PRESSURE DROP - PVC PIPE
Pipe Diameter
/Inches) 4
6 8 10
12 15
Test Time Minimum Distance Between Manholes
/Minutes) JSeconds) JFeet) K Value 1 53 597 0.1 9 2 50 398 0.43 3 47 298 0.76 4 43 239 1.19 5 40 199 1.71 7 5 159 2.67
The above tabulated valves shall be used for the respective diameter pipes, except where the distance between successive manholes is more than the above tabulated values, in which case the following formula will be used to determine the test time:
T = KL
in which T = test time in seconds K =
L = distance between successive manholes in feet
minimum allowable test time in seconds per lineal foot of pipe
City of Carlsbad
1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline 15045 - Leakage and Infiltration Testing of Gravity Sewer Pipelines - 3 of 5
If the pressure drop from 3.5 psig to 3.0 psig occurs in less time than the above
tabulated values, the pipe shall be overhauled and if necessary, replaced until the
joints and pipe shall hold satisfactorily under this test.
6. Infiltration Test: If, in the construction of a section of the sewer between structures,
groundwater is encountered, the end of the sewer at the upper structure shall be
closed sufficiently to prevent the entrance of water and pumping of groundwater
shall be discontinued for at least three days after which the section shall be tested
for infiltration. The infiltration shall not exceed 50 gallons per inch of internal
diameter per mile per day. Where any infiltration in excess of this amount is
discovered before completion and acceptance of the sewer, the sewer shall be
immediately uncovered and the amount of infiltration reduced to a quantity within the
specified amount of infiltration, before the sewer is accepted, at the expense of the
Contractor. Should, however, the infiltration be less than the specified amount, the
Contractor shall stop any individual leaks that may be observed when ordered to do
so by the Owner's Representative. The Contractor shall furnish all labor and
materials for making the tests required at his own expense. All tests must be
completed before the street or trench is resurfaced, unless otherwise determined by
the Owner's Representative.
3.4 Closed Circuit Television Inspection
In addition to the leakage and infiltration tests, closed-circuit television inspections will be
conducted. The inspection shall be conducted after all utilities have been installed and backfill
compaction certified, but prior to final paving. The closed-circuit television inspections shall be
in accordance with the Regional Supplemental Amendments to the SSPWC, Section 306.
Additionally, the video shall be submitted to the City in color and in a VHS and DVD format.
All defects and evidence of reverse slope by ponding water or dips in pipe alignment revealed
by the closed-circuit television inspection shall be repaired to the satisfaction of the Engineer
at the Contractor's expense.
City of Carlsbad
1 1/04
END OF SECTION
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15045 - Leakage and Infiltration Testing of Gravity Sewer Pipelines - 4 of 5
SECTION 15062
POLYVINYL CHLORIDE GRAVITY SEWER PIPE AND FITTINGS
PART I - GENERAL
I .I Description
This section designates the requirements for the manufacture and installation of polyvinyl
chloride, abbreviated PVC, gravity sewer pipe to be furnished and installed by the Contractor,
at the location and to the lines and grades shown on the Plans as herein specified. This
work shall be in accordance with these specifications and the Carlsbad Municipal Water
District Standards for Sanitary Sewers.
Specifications for related Work are as follows:
ASTM D1784
ASTM D2321
ASTM D2412
ASTM D2564
ASTM D3034
ASTM D3212
ASTM F477
ASTM F679
UNI-B-5
Rigid PVC Compounds
Underground Installation of Flexible Thermoplastic Sewer Pipe
Pipe Stiffness Test
Solvent Cements for PVC Pipe Fittings
PVC Sewer Pipe and Fittings (4" to 15")
Joints for Drain and Sewer Plastic Pipe Using Elastomeric Seals
Elastomeric Gaskets for Joining Plastic Pipe
PVC Large Diameter Gravity Sewer Pipe and Fittings (18" to 27")
Uni Bell Recommended Practice for the Installation of PVC Sewer Pipe
1.2 Related Work Described Elsewhere
The Contractor shall refer to the following Specification section(s) for additional
requirements :
A. Shop Drawing Submittals: 01300
B. Earthwork: 02200
C. Concrete Construction: 03300
D. Leakage and Infiltration Testing of Gravity Sewer Pipelines: 15045
I .3 Submittals
The Contractor shall furnish submittals in accordance with Section 01 300, Shop Drawing
Submittals. Submittals are required for the following:
A. Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts
and other information.
B. An affidavit from the pipe manufacturer including compliance with requirements of
the Plans and Specifications shall be delivered with the pipe.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 1 of 6
1.4 Payment
A. Payment for the Work in this section shall be included as part of the lump-sum or
unit-price bid amount for which such Work is appurtenant thereto.
B. Payment by the linear foot shall be for each diameter and for each pipe strength
designation measured horizontally over the pipe centerline.
PART 2 - MATERIALS
2.1 General
PVC gravity sewer pipe shall be made of PVC plastic having a cell classification of 12454-B,
13364-A, or 13364-B as defined in ASTM D1784. The fittings shall be made of PVC plastic
having a cell classification of 12454-B, 12454-C, or 13343-C as defined in ASTM D1784.
2.2 Pipe
PVC gravity sewer pipe, fittings, coupling and joints, 4-inch through 15-inchI shall be
manufactured in conformance with the requirements of ASTM 03034, SDR 35 and shall
have gasketed joints. All pipe shall be of solid wall construction with smooth interior and
exterior surfaces.
PVC gravity sewer pipe, fittings, coupling and joints, 18-inch through 21-inch, shall be
manufactured in conformance with the requirements of ASTM F679 with T-I wall thickness
and shall have gasketed joints. All pipe shall be of solid wall construction with smooth
interior and exterior surfaces.
The minimum pipe stiffness for both small diameter and large diameter PVC gravity sewer
pipe shall be 46 psi according to ASTM D2412.
The pipe shall be manufactured by J-M Manufacturing Company, Certainteed Corporation,
Pacific Western Extruded Plastics Company, or approved equal.
2.3 Joining System
The pipe shall be jointed with an integral bell gasketed joint that meets the requirements of
ASTM 03212. The gasket shall be manufactured from a synthetic elastomer and factory
installed in the belled end of the pipe. Gasket shall conform to ASTM F477.
All pipe shall have a homemark on the spigot end to indicate proper penetration when the
joint is made. The socket and spigot configurations for fittings and couplings shall be
compatible to those used for the pipe.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 2 of 6
2.4 Certification
Pipe, fittings, and couplings shall meet the requirements of the section titled “Requirements”
of ASTM D3034 SDR 35 (4-inch through 15-inch) and ASTM F679 (18-inch through 27-inch).
During production of the pipe, the manufacturer shall perform the specified tests for each
pipe marking. A certification by the manufacturer indicating compliance with specification
requirements shall be delivered with the pipe. The certification shall include the test result
data. Pipe which is not installed within 120 days of latest test shall not be used without prior
approval of the Owner‘s Representative.
PART 3 - EXECUTION
3.1 Pipe Lengths
Standard laying lengths shall be 20-feet and 12.5-feet with the manufacturer’s option to
supply up to I5 percent random lengths. Combined horizontal and vertical deflections at
PVC gravity sewer pipe shall not exceed that recommended by the manufacturer (the
maximum total deflection allowed shall be three degrees). Any deflection of the pipe shall be
accomplished by bending the pipe along its entire length in the trench and not by deflection
at the joints.
3.2 Marking
All pipe, fittings, and couplings shall be clearly marked at an interval not to exceed 5-feet as
follows:
Nominal Pipe Diameter
PVC cell classification
Company, plant, shift, ASTM, SDR, and date designation
Service designation or legend
For fittings and couplings, the SDR designation is not required.
3.3 Earthwork
A. Excavation and backfill, including the pipe bedding, shall conform to the provisions
of Section 02200, Earthwork, except as herein modified.
6. Crushed Rock and Gravel: Crushed rock shall be the product of crushing rock or
gravel. Fifty percent of the particles retained on a 3/8-inch sieve shall have their
entire surface area composed of faces resulting from fracture due to mechanical
crushing. Not over five percent shall be particles that show no faces resulting
from crushing. Less than ten percent of the particles that pass 3/8-inch sieve and
are retained on the No. 4 sieve shall be water worn particles. Gravel shall not be
added for crushed rock.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 3 of 6
C.
D.
Gravel shall be defined as particles that show no evidence of mechanical
crushing, are fully waterworn, and are rounded. For pipe bedding, where gravel is
specified, crushed rock may be substituted or added.
Where crushed rock or gravel is specified in the bedding details on the Plans or in
the Specifications, the material shall have the following gradations:
11/2-lnch Max l-Inch Max 3/4-lnch Max
Sieve Size Gravel % Gravel % Crushed Rock %
2"
1 %I1
1 lI
3/4" X1'
3/8"
No. 4
No. 8
Passing
100
90 - 100
20 - 55
0- 15
0-5
---
--- ---
Passing
100
90 - 100
60 - 80
---
---
0 - 15
0-5 ---
Passinq --- ---
100
90 - 100
30 - 60
0 - 20
0-5 ---
Unless otherwise specified, l-%-inch maximum gravel shall be used for pipes with
inside diameter of 45-inches and larger, l-inch maximum gravel shall be used for
pipes with inside diameters of 33-inches to 42-inches, and 314-inch maximum
crushed rock shall be used for pipes with inside diameter of 30-inches and less.
Pipe Bedding: Crushed rock shall be used for pipe bedding and shall be
compacted to obtain a relative density of 95-percent unless otherwise specified.
The thickness of the pipe bedding shall be a minimum of four inches. The pipe
bedding shall be placed over the full width of the trench. For depths greater than
15 feet, the maximum size of aggregate shall be 3/8-inch.
Backfill Within Pipe Zone: Crushed rock shall be placed and compacted within the
pipe zone from the bottom of the pipe to 314 of the pipe outside diameter. The
crushed rock shall be compacted to obtain a relative density of 95-percent unless
otherwise specified.
From 3/4 of the outside pipe diameter to the top of the pipe zone, granular material
shall be placed and compacted by hand to a relative compaction of 95-percent. In
lieu of sand equivalent 30 material, the Contractor, at his option, may substitute 3/4-
inch graded or crushed rock.
3.4 General Installations Procedures and Workmanship
PVC pressure pipe and fittings shall be installed per ASTM D2321, Uni Bell pamphlet Uni-B-
5, and the manufacturer's recommendations.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 4 of 6
Proper care shall be used to prevent damage in handling, moving, and placing the pipe. The
Contractor shall unload the pipe by mechanical means such as a crane or backhoe, or by rope and skids, as recommended by the manufacturer. In using skids, pipes must be
/ prevented from striking other pipe. Dropping pipe from truck will not be permitted.
All pipe shall be laid without break, upgrade form structure to structure, with the bell ends of the pipe upgrade. Pipe shall be laid to the line and grade given so as to form a close concentric joint with the adjoining pipe and prevent sudden offsets of the flow line. The interior of the pipe shall be cleaned of all dirt and superfluous materials of all description immediately prior to installing the pipe. The Contractor shall wipe the mating surfaces of the pipe to be joined clean of all dirt and foreign matter and apply an approved lubricant. The spigot end shall be inserted to the proper depth of the socket as indicated by the home mark.
3.5 Branches
PVC wyes, and other types of branches shall be furnished and installed along with PVC pipe
as is called for on the Plans. The longitudinal barrel of branch fittings, to be placed in line and grade with PVC sewer mains, shall be of the same diameter, quality, and type as specified herein for sewer installations, and shall conform to the applicable provisions set
forth for PVC gravity sewer pipe. Unless otherwise specified, the branch of wye fittings shall be inclined upward at an angle not greater than 45 degrees from a horizontal line. No wye shall be placed closer than five feet in the downstream side to the centerline of any structure. Also no two wyes or tees shall be laid back to back. There shall be a minimum of four feet
between each branch fitting.
The Contractor shall place a support of grade crushed rock or gravel under every wye branch when installed.
3.6 Saddle Connections
All saddle connections into existing sewer lines shall be made with a wye saddle. The
sewering to be saddled shall be scored to the approximate shape of wye or tee and shall be cut by mechanical hole cutters or by keyhole or by sabre saw. The tap holes shall be cleanly machined and may be further worked by hand to proved a true and neat opening for the wye or tee saddle. The Contractor shall replace or repair any pipe damaged during the operation.
Saddles shall be mounted on the pipe with solvent cement in conformance with the
requirements of ASTM 02564 or by gaskets with all stainless steel straps. If a solvent welded saddle is used, the saddle shall be secured to the main with stainless steel straps or with saddle clamps. After the connection has set sufficiently long for the solvent cement to cure, the Contractor shall encase the fitting with Class A portland cement concrete.
The Contractor shall carry out the saddling operation only in the most workmanlike manner and he shall keep all chips, dirt, solvent cement, mortar and concrete out of the sewering being saddled. The Contractor shall, if directed to do so by the Owner's Representative, flush, clean and ball the reach of sewer main saddle.
In lieu of a saddle connection, a wye connection may be made by cutting the sewer and installing a wye. All applicable provisions of this Specification will be adhered to in making a
cut-in wye connection.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 5 of 6
3.7 Manholes
Connection of PVC sewer pipe to the manhole shall be water tight. The connection shall be
made with a gasketed plastic manhole coupling in accordance with the detail shown on the
Plans.
3.8 Preventing Foreiqn Matter from Enterinq the Pipe
At all times when pipe laying is not in progress, the open end of the pipe shall be closed with
a tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These
provisions shall apply during the noon hour as well as overnight. In no event shall the
pipeline be used as a drain for removing water which has infiltrated into the trench. The
Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and
sanitary condition until its acceptance by the Owner.
3.9 Cleaning
Before testing, each pipe shall be thoroughly cleaned from manhole to manhole with a sewer
scrubbing ball. All debris and trash shall be removed from each manhole.
3.10 Test for Leakaqe and Infiltration
The pipe, and other appurtenances shall be tested for leakage and infiltration in accordance
with Section 15045, Leakage and Infiltration Testing for Gravity Sewer Pipelines.
3.1 1 Mandrel Test
Following the completion of the required testing, the placement and densification of backfill,
and the installation of all utilities, and prior to the placing of the permanent paving, all PVC
sewer pipe shall be cleaned and then mandrelled, to measure for obstructions (deflections,
joint offsets, and lateral pipe intrusions) in accordance with the requirements of the Standard
Specifications for Public Works Construction (latest edition) Section 306-1.2.1 2. A rigid
mandrel, with a circular cross section having a diameter of at least 95 percent of the
specified inside diameter, shall, be pulled through the pipe by hand. The minimum length of
the circular portion of the mandrel shall be equal to the nominal diameter of the pipe.
Obstructions encountered by the mandrel shall be corrected by the Contractor. All material,
equipment, and labor to perform the test shall be provided by the Contractor at no cost to the
Owner.
END OF SECTION
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 6 of 6
SECTION 15068 HIGH DENSITY POLYETHYLENE PE 3408 PIPE
PART 1 - GENERAL
1 .l Description
This section designates the requirements for the manufacture and installation of high density
polyethylene pipe (PE 3408), abbreviated HDPE, to be furnished and installed by the Contractor
at the location and to the lines and grades shown on the Plans as herein specified for use as a
sanitary sewer force main. Reference Standards related to the work are as follows:
ASTM D 3350
ASTM F 714
ASTM D 3261
ASTMD2321
ASTM 2037
AWWA C906
1.2 Related Work Described Elsewhere
The Contractor shall refer to the following Specification section(s) for additional requirements:
A. Shop Drawing Submittals: 01300
B. Testing and Inspection: 0141 0
C. Earthwork: 02200
D. Testing and Flushing: 15041
1.3 Submittals
The Contractor shall furnish submittals in accordance with Section 01 300, Shop Drawing
Submittals. Submittals are required for the following:
A. Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts of,
but not limited to, the following:
Shop Drawings
Layout Schedule
Special Fitting
Dimensional Checks
Shop Drawings shall be submitted and approved prior to manufacture of special
fittings. The layout schedule shall indicate the order of installation, the length and
location of each pipe section and special, the station and elevation of the pipe invert
at all changes in grade, and all data on curves and bends for both horizontal and
vertical alignment.
B. Submit data used by the Contractor in manufacture and quality control.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15068 - High Density Polyethylene PE 3408 - 1 of 6
1.4 Payment
A. Payment for the Work in this section shall be included as part of the lump-sum or
unit-price bid amount for which such Work is appurtenant thereto.
B. Payment by the linear foot shall be for each diameter and for each pipe strength
designation measured horizontally over the pipe centerline.
PART 2 - MATERIALS
2.1 General
High Density Polyethylene Pipe (PE 3408) and fittings shall be manufactured in accordance with
ASTM F714 shall be of the sizes and DR classes shown on the Plans. Unless otherwise shown
on the plans, the pipe shall be DR 9.
The manufacturer shall have quality control facilities capable of producing and assuring the
quality of the pipe and fittings required by the reference standards and these specifications.
High Density Polyethylene pipe and fittings shall be supplied by the same manufacturer. Pipe
and fittings from different manufacturers shall not be interchanged. Pipe shall be Series 4300 as
maunfactured by CPChem or approved equal.
2.2 Materials
Materials used for the manufacture of polyethylene pipe and fittings shall be in accordance with
ASTM F714 for PE 3408 high density polyethylene conforming to cell classification 345444C or
345444E per ASTM D 3350; and shall be as listed in the name of the pipe and fitting
manufacturer in the Plastic Pipe Institute's Recommended Hvdrostatic and Desian Stresses for
Thermoplastic Pipe and Fittinrrs Compounds, with a standard grade HDB rating of 1600 psi at
73" F. The Manufacturer shall provide a certification that the materials used to manufacture the
pipe and fittings meets theses requirements.
Polyethylene pipe shall be manufactured in accordance with ASTM F 71 4, Polyethvlene (PE)
Plastic Pipe (SDR-PR) Based on outside diameter, and shall be so marked Each production lot
of pipe shall be tested for (from material or pipe) melt index, density, % carbon, (from pipe)
dimensions and ring tensile strength. The results of these tests shall be submitted to the Owner
for review.
2.3 Polyethylene Fittings and Custom Fabrications
Polyethylene fittings and custom fabrications shall be made or fabricated by the pipe
manufacturer. Pipe and fittings from different manufacturers shall not be interchanged. Butt
fusion outlets shall be made to the same outside diameter, wall thickness, and tolerances as the
mating pipe. All fittings and custom fabrications shall be fully rated for the same internal
pressure as the mating pipe. Pressure de-rated fittings are prohibited.
'
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15068 - High Density Polyethylene PE 3408 - 2 of 6
Molded fittings shall be manufactured in accordance with ASTM D 3261, Butt Heat Fusion
Polvethvlene (PE) Plastic Fittinas for Polvethvlene (PE) Plastic PiDe and Tubinq, and shall be so
marked. Each production lot of molded fittings shall be subjected to the tests required under
ASTM D 3261. The results of these tests shall be submitted to the Owner for review. The
manufacturer shall submit samples from each molded fittings production lot to x-ray inspection
for voids, and shall certify that voids were not found. Copies of these certifications shall be
submitted for review by the Owner.
Fabricated fittings shall be made by heat fusion joining specially machined shapes cut from pipe,
polyethylene sheet stock, or molded fittings. Fabricated fittings shall be rated for internal
pressure service at least equal to the full service pressure rating of the mating pipe. Directional
fittings 16-inch IPS and larger such as elbows, tees, etc., shall be submitted for the approval of
the Engineer.
2.4 Flange Adapters
Flange adapters shall be made with sufficient through-bore length to be clamped in a butt fusion
joining machine without the use of a stub-end holder. The sealing surface of the flange adapter
shall be machined with a series of small v-shaped grooves to provide gasketless sealing, or to
restrain the gasket against blow-out. Flange adapters shall be fitted with back-up rings pressure
rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or
radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be type
31 6 stainless steel.
2.5 Compliance Tests
The manufacturer’s production facilities shall be open for inspection by the owner or his
Authorized Representative. The manufacturer’s inspection and testing shall comply with
applicable ASTM standards, a list of the inspection certifications and test certifications shall be
submitted prior to the shop drawing submittal for the HDPE pipe itself. The list shall be
submitted as a shop drawing in accordance with Section 01300. In case of conflict with
Manufacturer’s certifications, the Contractor, the Engineer, or the Owner may request retesting
by the manufacturer or have retests performed by an outside testing service. All failed retesting
shall be paid for by the manufacturer.
PART 3 - EXECUTION
3.1 General
High Density Polyethylene pipe and fittings shall be handled, assembled and installed in
accordance with the applicable sections of AWWA C906 for PE 3408, ASTM D 2321,
manufacturer’s recommendations and as specified herein.
3.2 Excavation
A. Excavation and backfill, including the pipe bedding, shall conform to the provisions of
Section 02200, Earthwork, except as herein modified.
City of Carlsbad
11/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
15068 - High Density Polyethylene PE 3408 - 3 of 6
B. Crushed Rock and Gravel shall comply with Section 200-1.2 SSPWC.
C. Pipe Bedding: 3/8“ Crushed rock aggregate shall be used for pipe bedding and shall
be compacted to obtain a relative density of 95-percent unless otherwise specified.
The thickness of the pipe bedding shall be a minimum of four inches. The pipe
bedding shall be placed over the full width of the trench.
D. Backfill Within Pipe Zone: Crushed rock shall be placed and compacted within the
pipe zone from the bottom of the pipe to one foot above top of pipe. The crushed
rock shall be compacted to obtain a relative density of 95-percent unless otherwise
specified.
3.3 Pipe Handling
The manufacturer’s written procedures for unloading, inspection and handling of the HDPE pipe
shall be adhered to by the Contractor. A copy of these Manufacturer’s written procedures shall
be submitted as a shop drawing and included with the shop drawings for the pipe in accordance
with Section 01300.
When lifting with slings, only wide fabric choker slings capable of safely carrying the load, shall
be used to lift, move, or lower pipe and fittings. Wire rope or chain shall not be used. Slings
shall be of sufficient capacity for the load, and shall be inspected before use. Worn or damaged
equipment shall not be used.
3.4 Heat Fusion Joining
Joints between plain end pipes and fittings shall be made by butt fusion in accordance with
ASTM D 2657, and joints between the main and saddle branch fittings shall be made using
saddle fusion procedures in accordance with ASTM F 905 and the procedures for both types of
joints that are recommended by the pipe and fitting manufacturer. External and internal beads
shall not be removed.
Fusions of different wall thickness are acceptable, as long as the difference is limited to a one
SDR difference. Transitions between unlike wall thicknesses greater than one SDR shall be
made with a transition nipple (a short length of pipe of the heavier wall pipe with one end
machined to the lighter wall) or by mechanical means.
The Contractor shall ensure that persons making heat fusion joints have received training in the
Manufacturer’s recommended procedure. The Contractor shall maintain records of trained
personnel, and shall certify that training was received not more than 12 months before
commencing construction.
The Contractor shall include in his bid the cost of having the Manufacturer provide training in the
Manufacturer’s recommended procedures for butt fusion and saddle fusion to the Contractor’s
personnel, inspectors for the Owner and the Owner’s Operation and Maintenance personnel.
No joint shall be backfilled until it has been observed by the Owner’s Representative. Sufficient
trench space shall be left open in the vicinity of each joint to permit visual observation around the
entire periphery of the joint.
City of Carlsbad
1 1 /04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15068 - High Density Polyethylene PE 3408 - 4 of 6
3.5 Joining bv Other Means
Polyethylene pipe and fittings may be joined together or to other materials by means of flanged
connections, mechanical couplings designed for joining polyethylene pipe or for joining
polyethylene pipe to another material or electro fusion. The installation instructions of the joining
device manufacturer shall be strictly followed when joining by other means is performed.
Mechanical joints shall be installed in accordance with the Manufacturer's recommended
procedure. When an OD compression mechanical coupling is used, a stiffener shall be installed
in the bore of the polyethylene pipe.
Flange faces shall be centered and aligned to each other before assembling and tightening
bolts. In no case shall the flange bolts be used to draw the flanges in alignment. Bolt threads
shall be lubricated, and flat washers shall be fitted under the flange nuts. Bolt threads shall be
evenly tightened according to the tightening pattern and torque step recommendations of the
Manufacturer. At least 1 hour after initial assembly, flange connections shall be re-tightened
following the Manufacturer's tightening pattern and torque step recommendations. The final
tightening torque shall be 100 ft-lbs or as recommended by the Manufacturer.
3.6 Fabricated Fittings and Branch Connections
The plain end of 16-inch IPS and larger fabricated fittings shall be butt fused to the end of a pipe
length. Flanged directional outlet connections to the fitting shall be made up in the trench.
Flanged connections shall be assembled, and tightened in accordance with the flange adapter
manufacturer's instructions. Under no circumstances shall more than one pipe length be
connected to a 16 IPS or larger directional fitting before placing the fitting in the trench.
Branch connections to the main shall be made with saddle fittings or tees. Polyethylene saddle
fittings shall be fused to the main pipe in accordance with paragraph 3.4 of this section.
3.7 Preventing Foreiqn Matter from Enterinq the Pipe
At all times when pipe laying is not in progress, the open end of the pipe shall be closed with a
tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These provisions
shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as a
drain for removing water which has infiltrated into the trench. The Contractor shall maintain the
inside of the pipe free from foreign materials and in a clean and sanitary condition until its
acceptance by the Owner's Representative.
3.8 Damaqed Pipe or Fittinns
Damaged pipe or fittings shall be removed upon discovery and without delay from the Project
Site.
City of Carlsbad
11/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15068 - High Density Polyethylene PE 3408 - 5 of 6
3.9 Testing
A. Butt Fusion Testing
On every day butt fusions are made, the first fusion of the day shall be a trial fusion.
The trial fusion shall be cooled completely, then fusion test straps shall be cut. The
test strap shall be 12-inch (min.) or 30 times the wall thickness in length with the
fusion in the center, and 1 -inch (min.) or 1.5 times the wall thickness in width. Bend
the test strap until the ends of the strap touch. If the fusion fails at the joint, a new
trial fusion shall be made, cooled completely and tested. Butt fusion of the pipe to be
installed shall not commence until a trial fusion has passed the bent strap test.
6. Pressure Testing
All pipelines shall be flushed and tested in accordance with Section 15041 , Testing,
Flushing and Disinfection, and the applicable provisions of AWWA C600, except as
modified herein.
C. Allowable Leakage
There will be no leakage allowed for the butt fused portions of the pipeline.
END OF SECTION
City of Carlsbad
11/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline 15068 - High Density Polyethylene PE 3408 - 6 of 6
SECTION 15075
HORIZONTAL DIRECTIONAL DRILLING/GUIDED DRILLING
PART 1 - GENERAL
1.1 DESCRIPTION AND BACKGROUND
This specification section describes the requirements for the Forest Avenue HDD Gravity Sewer
Pipeline installation of one high density polyethylene (HDPE) pipe from the existing Forest Avenue
Lift Station to Monroe Street in Carlsbad, California as shown on the drawings (jobsite) using the
trenchless construction process called Horizontal Directional Drilling (HDD). The Contractor shall
provide all labor, machinery, construction equipment, and materials to perform in a good
workmanlike manner all items herein specified.
The project is located within the City of Carlsbad, and consists of the replacement of the existing
Forest Lift Station with a gravity sewer pipeline. The project begins at the existing Forest Avenue Lift
Station and ends at a new manhole in Monroe Street. This project will utilize Horizontal Directional
Drilling for approximately 1,200 feet horizontally and 90 feet vertically.
Work to be done by the Contractor shall include, but not be limited to, the following items:
1)
2)
3)
4)
Comply with all other requirements of the Plans, Specifications, and Contract Documents for
the Forest Avenue HDD Gravity Sewer Pipeline.
Transport all equipment, labor, consumables, and materials to and from the job site;
Prepare the site including drive and reception areas as defined on the drawings and
specified herein;
Supply, installation, and testing of approximately 1,200 feet of 1 O-inch SDR 9 HDPE pipeline
with Horizontal Directional Drilling Methods approximately on the bore path shown on the
attached plan and profile drawing. The actual length of pipe shall be shortened or extended,
as necessary to complete the curved drill path and the temporary above ground end
extensions used for installation and testing. Perform Horizontal Directional Drilling
operations including the drilling of pilot hole, reaming of pilot hole to a suitable diameter for
the installation of the polyethylene pipe as specified on the drawings, and pull-back of the
welded HDPE carrier pipe.
Supply and install all other pipeline section using traditional open-trench methods.
Demolition of the existing Forest Avenue Lift Station. 5)
5)
1.2 SCHEDULE OF WORK
a) The Contractor shall grade the boring pad and surrounding area to provide a
foundation for the drilling equipment and drill mud collection area. Erosion control
measures will also be installed.
A temporary pipe launcherholler system (or equal) and pipe launching equipment will
be laid out and constructed by the Contractor. b)
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15075 - Horizontal Directional Drilling - 1 of 13
c) The Contractor will string out up to 1,200 feet of 10.75" OD SDR 9 HDPE pipe in a line south of the pipe entrance point along Monroe Street. The pipe segments will be heat fused and then air or hydrostatically tested. Pipe will be supported on rollers or other acceptable support devices to prevent scraping and gouging of the pipe as it is installed. Provide temporary end caps and hydrostatically test the HDPE pipeline. After drilling the pilot bore and reaming the bore out to about 16" diameter, the 10.75" outside diameter HDPE pipe will be pulled from near the existing Forest Lift Station upstream end of the alignment back into the bore hole to the west end of the installation. Once pipe pullback operation has begun, it will be continued until completion without stopping. Cleanup and demobilize drilling equipment from the site.
Complete pipeline installation work at either end of the newly installed HDPE pipeline.
d) e)
f
g)
1.3 QUALIFICATIONS
The Contractor's project manager, superintendent and driller operator assigned to this project must be experienced in work of this nature and must have successfully completed similar gravity sewer projects using Horizontal Directional Drilling. These personnel must have completed at least three
(3) projects of similar difficulty and magnitude to the proposed work.
The HDPE Welder shall have current training certification acceptable to the Engineer. The welding equipment, welding monitoring and testing devices, air pressure testing and monitoring devices, and hydrostatic pressure testing devices shall each have been recently calibrated, and evidence of such
calibrations shall be provided to the Engineer for review and approval.
1.4 GENERAL REQUIREMENTS
The Forest Avenue Gravity Sewer Pipeline shall be installed by Horizontal Directional Drilling. Horizontal Directional Drilling is a trenchless excavation technique for installing pipelines and conduits in two phases. The first phase consists of drilling a small diameter pilot hole along a designed directional path. The second phase consists of enlarging the pilot hole to a diameter suitable for installation of the pipe or conduit, and pulling the pipe or conduit into the enlarged hole. The method is accomplished using a surface launched horizontal directional drilling rig and ancillary tools and equipment.
The drill string shall create a pilot bore hole in an essentially horizontal path or shallow arc which shall subsequently be enlarged to a larger diameter during a secondary operation. Subsequent operations could include multiple hole enlargements in steps and pullback of the product pipe. Tracking of the initial bore path shall be accomplished by an electronic guidance system located in
the drill head and transmitting location information through a wire to the drill operator's console. A manually operated overhead receiver shall not be considered as an acceptable alternative for this
installation. Steering shall be achieved by controlling the orientation of the drill head which has a directional bias and pushing the drill string forward, without rotation, with the drill head oriented in the desired direction. Continuous rotation of the drill string shall allow the drill head to drill a straight path. The procedure shall use fluid jets or mechanical cutting or both with a low, controlled flow rate of drilling fluid to minimize the creation of voids during the pilot hole drilling and back reaming operations. The drilling fluid, shall consist of bentonite clay and water mixture, or approved alternative, which shall stabilize the drilled hole, remove cuttings, cool the drill bit and electronics,
and lubricate the hole for the drill bit, drill string and product pipe. The resultant slurry shall surround the pipe, filling the annulus between the pipe and the drilled hole.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15075 - Horizontal Directional Drilling - 2 of 13
The Contractor shall assume all responsibility for his methods of construction, the stability and
accuracy of the drilled and reamed hole and pits constructed by him, and all costs for damages
resulting from any failure thereof. The Contractor shall be solely responsible for the safety of the
pits and related structures, and personnel engaged in underground construction throughout the
duration of the work.
The Contractor's methods and schedule shall consider the overall project requirements, anticipated
ground condition, and water conditions as described in the attached referenced Geotechnical
Report. The Contractor selection of inadequate, inappropriate, or inefficient equipment and
methods shall not be cause for adjustments to the Contract Price or Contract Time.
The general dimensions, arrangement and details for the drilled hole to be constructed shall be as
indicated on the Contract Drawings. Methods of excavation, equipment and procedures for the
horizontal directional drilling operation and pits shall be selected by the Contractor to provide
adequate working space and clearances for the work to be performed. Pit excavation methods,
ground water control and pit support techniques shall be selected by the Contractor. The Contractor
shall be responsible for cleanup and disposal of all remaining imported or excavated spoils, trash,
and debris to a legally acceptable disposal location, as approved by the Engineer.
1.5 UTILITIES
Contractor shall be required to locate all utilities prior to start of excavation or drilling. All utilities
crossed or approached within 24 inches in a lateral direction must be exposed to verify location. In
addition, visual verification shall be required that the drill, reamer or product pipe has missed the
utility as it passes in accordance with California State law. Damage to utilities shown on the
drawings shall be the responsibility of the Contractor.
Utility lines and structures indicated on the Drawings shall remain in service at all times and shall be
protected by the Contractor from any damage as a result of his operations. Where utility lines or
structures not shown on the Drawings are encountered, the Contractor shall report them to the
Owner before proceeding with the Work. The Contractor shall bear the cost of repair or
replacement of any utility lines or structures which are broken or damaged by his operations.
All utilities in close proximity to the drill pilot bore, back ream or product pipe installation must be
exposed through a "pot-hole" or other opening, in accordance with appropriate utility locating laws
and regulations, to ensure, through visual inspection, that the drill, reamer or product pipe has
caused no damage to the utility and maintains adequate clearance.
All underground utilities within 10 feet of the HDD drill path southwest of Sta 1+87.15 shall be
potholed after USA Alert mark-out and prior to pilot hole drilling. Any utility that conflicts with the
proposed design shall immediately be brought to the attention of the engineer.
There are extensive overhead power lines in the drill side area of work. Contractor shall visit the site prior to bidding and include the cost and effort of coordination around, or temporary relocation in
accordance with SDG&E requirements of any interfering power lines.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15075 - Horizontal Directional Drilling - 3 of 13
There is a 2-inch diameter and other small diameter high pressure gas lines in the vicinity of the
work. Contractor shall coordinate with and follow all requirements of SDG&E to avoid damage to the
gas lines. Contractor shall include the cost of temporary or permanent gas line relocation in the bid
amount without further cost to the owner, if required to complete the sewer installation.
Contractor shall take the following steps prior to commencing drilling operations in a location which might contain underground facilities:
1.
2.
3.
4.
1.6
Contact the utility or utility locatiodnotification service, through Underground Service Alert at
1-800-422-41 33 for markout of all utilities.
Contact the following utility owners seven days prior to construction work:
Underground Service Alert Mark-out for All Utilities 800-422-41 33
City of Carlsbad Streets and Storm Drain 760-438-2980
San Diego Gas & Electric Gas 760-480-7761
San Diego Gas & Electric Electric 760-480-7761 Daniels Cablevision Cable TV 760-931 -7000
City of Carlsbad Sewer, Water, & Reclaimed Water 760-438-3367
Positively locate and stake all existing lines, cables, or other underground facilities including
exposing any facilities which are located within 10 ft. of the designed drilled path and any
other utilities as required by the owner of those utilities.
Modify drilling practices and downhole assemblies to prevent damage to existing facilities.
TRAFFIC CONTROL PLAN
Contractor shall provide traffic control plans in accordance with Section 01 300, Shop Drawing
Submittals to the city for review and approval for work in City Right of Way including both Forest Avenue and Monroe Street. Construction parking along the edge of Monroe Street will be only
allowed to thee extent allowad by the approved traffic control plan.
1.7 STAGING AREA AND EASEMENTS
Contractor shall submit an equipment staging plan in accordance with Section 01 300, Shop Drawing
Submittals, to the City of Carlsbad for review with approval from the City of Carlsbad prior to start of
construction. The contractor shall comply with all requirements of the approved city traffic control
plan and encroachment permit. At least one-half of all street widths shall be kept open at all times.
The area of parcels APN 156-080-1 3 and 156-340-1 5 is within the City of Carlsbad “Hosp Grove”.
There’is an extensive Eucalyptus grove on these parcels. Eucalyptus Trees interfering with the work
may be cut down only within the designated work area as shown of the plans or with the prior written approval of the city inspector. Trees shall not be willfully abused or damaged.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15075 - Horizontal Directional Drilling - 4 of 13
1.8 REFERENCES
The current edition of the following American Society of Testing Materials (ASTM) publications forms
a part of this Specification.
ASTM D1248: Specification for Polyethylene Plastics Molding and Extrusion
Materials
ASTM D3350: Standard Specification for Polyethylene Plastics Pipe and Fittings
Materials
ASTM 2657: Heat Joining of Polyethylene Pipe and Fittings
ASTM 3261 : Butt Heat Fusion Polyethylene Plastic Fittings for Polyethylene Plastic
Pipe and Tubing
Work in conjunction with this Contract shall conform to the requirements of the Standard
Specifications For Public Works Construction, "Greenbook," latest edition. This document is written
and promulgated by the Joint Cooperative Committee of the Southern California Chapter American
Public Works Association and Southern California Districts Associated General Contractors of
California. The document is published by Building News, 3055 Overland Ave, Los Angeles, CA
90034, telephone (31 0)-202-7775 and is available at local technical book stores.
The Contractor shall construct the work in accordance with any pertinent requirements of the Soils
Investigation Report entitled, "Geotechnical Investigation, Forest Avenue Lift Avenue Station
Conversion Project" Carlsbad, California, Prepared for Dudek and Associates, Inc, by Group Delta
Consultants, Inc., March, 2003.
If there are conflicts, errors, omissions, or discrepancies in any of the Contract Documents, the order
of precedence shall be as stated in Part I of the Contract Documents.
1.9 SAFETY, CODES, AND REGULATIONS
The Contractor shall carry out his operations in strict accordance with equipment manufacturer's
safety requirements. It shall be the responsibility of the Contractor to ensure that the appropriate
items of personnel protective equipment necessary for the various working conditions are available
and utilized by staff and its subcontractors.
Horizontal Directional Drilling Equipment machine safety requirements will include a common
grounding system to prevent electrical shock in the event of high voltage underground cable strike.
The grounding system will connect all pieces of interconnecting machinery; the drill, mud mixing
system, drill power unit, drill rod trailer, operator's booth, worker grounding mats and any other
interconnected equipment to a common ground. The drill will be equipped with an "electrical strike"
audible and visual warning system that will notify the system operators of an electrical strike.
Operators of the drill shall wear electrical shock protection equipment and operate from common
grounded mats as required.
All work covered by this section shall be performed in accordance with the applicable federal and
state codes and laws which pertain to such work and supplemental regulations which are contained
in these specifications. In case of conflict between these specifications and any federal or state
codes or laws, the most stringent shall govern.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15075 - Horizontal Directional Drilling - 5 of 13
The Contractor shall familiarize himself with, and shall at all times conform to all applicable
regulations including, but not limited to:
1 )
2)
3)
The "General Construction Safety Orders" and "Trench Construction Safety Orders" of the
State of California, Dept. of Industrial Relations, Div. of Occupational Health and Safety:
Confined space entry requirements of the State of California and the Federal Government.
Other applicable laws, codes, and regulations.
1.1 0 SUBMITTALS
The Contractor shall submit documents requested in this section for review by the Engineer in
accordance with Section 01 300, Shop Drawing Submittals. The Engineer will review all submittals
for compliance with the requirements for this project. Such review does not relieve the Contractor in
any way of his responsibilities under the Contract. Contractor shall not commence work on any Part
or Subpart requiring a prior submission until his submittals have been reviewed and approved bythe
Engineer.
A. Items to be Submitted with Bid Packaqe
Contractor shall submit for the Engineer's review, the completed Bidders Statement of Technical
Ability and Experience form with the bid proposal.
B. Preconstruction Submittals
Before initiating construction, the Contractor shall conduct and/or submit the following to the
Engineer for review and approval:
1. Contractor shall arrange and conduct at least one project kick-off meeting with the Engineer,
subcontractors, Contractors of adjacent work, the City of Carlsbad, the owners of all utilities
being crossed, and the Owner prior to initiation of the project.
Contractor shall ensure all downhole drilling components are appropriate for the work to be
performed. Contractor shall provide descriptions for all downhole components prior to
initiation of the project.
Contractor shall provide verification of downhole surveying equipment calibration prior to
initiation of the project.
Contractor shall provide a copy of Daily Log for collecting the information required in Section
1.10 - c.
2.
3.
4.
C. Documentation Durinq and After Construction
1. Daily Logs
Contractor shall maintain a complete set of project records. Contractor shall maintain a daily
activity log during Horizontal Directional Drilling operations. A copy of the log shall be
submitted to the Engineer for record purposes on a daily basis. These documents shall
include but not be limited to:
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15075 - Horizontal Directional Drilling - 6 of 13
a.
b.
C.
d.
e.
Start and finish time of each section of drill pipe for pilot hole drilling and reaming.
For pilot hole drilling, drill bit location at least every 30 ft. along the drill path.
Contractor will mark the as-built drawings on a daily basis with drilling progress.
General description for each ground condition drilled.
Details and perceived reasons for delays greater than one hour other than normal
breaks and shift changes.
Details of any unusual conditions or events.
2. Record Drawings
Contractor shall keep and maintain at construction site a complete set of field drawings for
recording of as-built conditions. Upon completion of construction, Contractor shall be
required to provide an as built drawing in the form of a plot of the pipe installation with
reference dimensions to locations on the contract drawings. The Contractor shall sign the
as-built drawings and provide to the Engineer at the end of construction.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Drillinq Fluids
The Contractor shall use a high quality bentonite drilling fluid or equivalent to ensure hole
stabilization, cuttings transport, bit and electronics cooling and hole lubrication to reduce drag on the
drill pipe and the 1 O-inch diameter HDPE product pipe. Oil based drilling fluids or fluids containing
additives that can contaminate the soil or ground water shall not be considered acceptable
substitutes. Composition of the fluid shall comply with all federal and local environmental
regulations.
Drilling fluids shall be mixed with potable water to ensure no contamination is introduced into the soil
during the drilling, reaming or the pipe installation process.
Disposal of drilling fluids shall be the responsibility of the Contractor and shall be conducted in
compliance with all relative environmental regulations, right-of-way and workspace agreements and
permit requirements.
Drilling fluid returns can be collected in the entrance pit, exit pit or spoils recovery pit. The
Contractor shall immediately clean up any inadvertent spills or overflows from these pits.
Water - B.
Contractor is responsible for obtaining, transporting and storing water required for drilling fluids. The
Contractor shall arrange and pay for a portable fire hydrant potable water meter from the Carlsbad
Municipal Water District at (760) 438-3367 for all water requirements for the project.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15075 - Horizontal Directional Drilling - 7 of 13
C. Product Pipe
The 1 O-inch diameter polyethylene pipe shall be gray in color and manufactured from high density,
high molecular weight resin that is classified as a Type Ill, Grade P34, Class C, Category 5, by
ASTM D1248. The ASTM D3350 cell classification shall be 345434C and shall be rated as PE3408
class by the Plastics Pipe Institute, a division of the Society of the Plastics Industry, Inc. With the
exception of fabricated polyethylene fittings, the pipe shall be manufactured in a single run within the
past six months and shall be in good condition as reasonably judged by the Engineer. The pipe shall
be grey in color.
The pipe shall have an outside diameter of 10.75-inches. Pipe is to be of sufficient SDR ratio, no
greater than 9, to ensure adequate strength to withstand operation and installation loads as a result
of the installation method, procedure, equipment and practices used by the Contractor. The
Contractor shall be responsible for installation or construction load calculations and stresses. The
pipe shall have a working pressure rating of not less than 160 psi, an occasional surge pressure
rating of 320 psi, and a recurring surge pressure rating of 240 psi.
D. HDPE Tie-in Fittinas
The HDD Contractor shall supply and deliver HDPE transition couplings, bends, and fittings, as
listed in the bid schedule and as shown on the plans. These items shall be constructed of minimum
SDR 9 HDPE pipe and shall have a minimum pressure rating equal to the adjacent HDPE pipe
including "occasional and recurring surge" allowances, all as noted above. These fittings shall be
manufactured by the approved manufacturer of the Product Pipe specified above, or shall be
fabricated by Independent Pipe Products 800-499-6927, or approved equal. The Contractor and the
HDPE fitting manufacturer shall be responsible to coordinate flange size and drilling with standard
DIP ANSI 125# flange pattern. Full face gaskets recommended by the transition coupling
manufacturer shall be provided. 31 6 stainless steel backup ring and hardware shall be provided for
each transition coupling.
D. Backfill Soil
Pit and "pot hole" backfill material shall comply with specifications in Green Book.
PART 3 - EXECUTION
3.1 MOBILIZATION AND SITE PREPARATION
The Contractor shall mobilize all necessary personnel, equipm nt and m terials to construct an
entry area for drilling operations and exit area for drilling ope.rations as shown on the drawings.
Contractor shall maintain safe working conditions; ensure stability of the entry, exit, settlement and
containment pits; and shall minimize loosening, deterioration and disturbance of the surrounding
ground.
City of Carlsbad 1 1/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
15075 - Horizontal Directional Drilling - 8 of 13
A. Riq Side of Crossinq
The contractor shall set up his temporary work area in the staging areas shown on the drawings.
The area shall be graded, fenced and surrounded by a containment berm built around the site. The
graded area shall consist of engineered fill material, compacted to a minimum of 95% of optimum
dry density consistent with the contours shown on the plans. The berm shall consist of sand bags
and shall be constructed such that all drilling mud and debris is contained within the bermed area.
The site shall contain the horizontal directional drilling rig, drill pipe storage racks, water and slurry
pumps, slurry mixing tank, cuttings separation equipment, primary settlement and containment pits,
dry storage area for bentonite and crane. All pits shall be lined with heavy plastic sheeting with
sealed joints to contain drilling muds and cuttings, and to minimize water infiltration. Hay bales shall be used to line the frontage area to minimize erosion and prevent foreign material from discharging into the surrounding areas. Contractor shall develop and submit a drilling mud control plan to engineer for approval as to how the contractor will contain and drain or pump drilling spoils from the
pipe entry point for disposal or reuse.
The site shall be restored to finish grade as shown the on the design drawings at the completion of the work.
8. ExWPipe Side of Crossing
Contractor shall not allow the uncontrolled drainage or runoff of drilling mud (slurry or bentonite etc.) to the vicinity of the pipe side exit. Contractor shall develop and submit a drilling mud control plan to
engineer for approval as to how the contractor will contain and drain or pump drilling spoils from the
pipe exit point for disposal or reuse.
Collection, transport and disposal of all drilling mud and spoils shall be provided by contractor whether retrieved at the drill side, pipe side, or location of any inadvertent returns and shall be
completed in a manner submitted for review and after approval of the engineer. Drilling mud and
spoils shall apply be disposed of in a legal manner complying with the laws and regulations
governing such disposal.
Pipe string shall be laid out as shown on sheet 4 of the design plans or as otherwise approved. The
pipe string shall be supported off the ground on rollers or on some other non-abrasive surface such as sand bags. Pipe gouges or scrapes exceeding 0.1 inches in depth in the pipe shall be subject to removal from the pipe string at no additional expense to the owner.
3.2 HORIZONTAL DIRECTIONAL DRILLING
A. Directional Drillinq Aliqnment and Profile
The plan and profile for the horizontal directional drilling operation shall be in accordance with the
contract drawings, unless otherwise approved by the Engineer.
Contractor may submit an alternate alignment profile for consideration by the Engineer. The proposed profile must stay within the specified right of way, maintain minimum ground cover to
ensure no drilling fluid breakout, maintain a minimum vertical depth beneath the terrain as shown on
the contract drawings.
City of Carlsbad
1 1 I04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15075 - Horizontal Directional Drilling - 9 of 13
B. Drill Entrance and Exit Ansle
The ground entry point near Monroe Street shall be at such an angle to allow excavation and
continuation of the pipeline with a minimum cover of 5-feet to the east. Contractor may submit
alternative entry method and location for review and approval by Engineer.
C. Pilot Hole
The pilot hole drilling operation will begin adjacent to Monroe Street. A smoothly curved pilot hole
shall follow the designated centerline of the pipe profile as shown on the contract drawings. The
directional tolerance of the hole will be as follows:
1. Vertical tolerances - Plus or minus six (6) inches from the invert elevation of the polyethylene
product pipe, as shown on the contract drawings.
2. Horizontal tolerances - Plus or minus two (2) feet from the centerline of the polyethylene
product pipe, as shown on the contract drawings.
3. Curve radius - Curves shall be drilled at a radius equal to or less than that shown on the plan
and profile drawings. The drilled radius shall be calculated over any three joint segments. At
no point in the drilled profile shall the radius of curvature be less than 350 ft.
4. Entry point location - The pilot hole shall enter the ground from the drive pit, as shown on the
contract drawings.
5. Accuracy of Exit PoinVDrill Target - The exit point shall fall within the excavated trench to
Plan Sta 1 +87.15.
D. Drill Size
A horizontal directional drill is specified for this project with a minimum of 40,000 pounds of pull back
capacity and 5,000 ft-lb. of drill head torque.
E. Instrumentation
The Contractor shall provide downhole wireline magnetic steering equipment for this project with the
ability to track pitch, roll, depth, and azimuth information for real time monitoring, tracking and
surveying of the drill head. An above ground magnetic grid tracking system shall also be used to
verify the downhole survey at minimum intervals equal to the length of one drill string segment. Note
that the magnetic grid shall be laid out in the existing street right of way on Forest Avenue and that
set backs equal to depth are not available. Engineer shall have access to these instruments,
readings and written output at all times. Surveyed as-built plan and profile shall be provided to the
Owner as part of the work.
Contractor shall provide all conventional ground surveying required to define the above ground
projected drill path and depth to required profile.
City of Carlsbad 11/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
15075 - Horizontal Directional Drilling - 10 of 13
F. Reaminq Operations
Reaming operation to the required hole size shall be submitted by the Contractor to the Engineer for
review and approval prior to initiation of construction. Contractor shall supply to Engineer an
estimate of drilling fluids to be utilized for each reaming cycle.
G. Subsidence and Heave Control And Monitorinq
The Contractor shall conduct all operations in such a manner as to avoid subsidence and heave.
The Contractor shall submit a Subsidence and Heave Control and Monitoring Plan for the review
and approval of the Engineer.
3.3 ENVIRONMENTAL REQUIREMENTS
The Horizontal Directional Drilling operation will be a closed system to eliminate the discharge of
water, drilling mud and/or cuttings to nearby land areas involved in the construction process.
Contractor shall provide equipment and procedures to maximize the recirculation of drilling mud and
to minimize waste. Contractor shall provide solids control and fluid cleaning equipment of a
configuration and capacity that can process surface returns and produce drilling fluid suitable for
reuse.
Waste cuttings and drilling mud shall be dewatered and dried by Contractor to the extent necessary
fdr disposal in offsite land fills acceptable to the Engineer. Water from the dewatering process shall
be treated by Contractor to result in 100 percent of solids passing a No. 100 sieve with subsequent
discharge of the water to the City of Carlsbad sewer. Contractor shall sample and test the cuttings
and water for disposal daily, or more often if required by the Engineer due to failed tests.
“Blow holes” or “breakouts” of drilling fluid to the surface must be cleaned up immediately and the
surface area washed and returned to original condition. All drilling fluids, spoils and separated
material will be disposed of in compliance of local environmental regulations. If the amount of
surface returns exceeds which can be contained and collected using small sumps, drilling
operations shall be discontinued until surface return volumes can be brought under control.
Equipment and materials for cleanup and contingencies shall be provided by Contractor and stored
at the rig side of the crossing.
Construction-related activities involving fuels and lubricants such as vehicle refueling and equipment
maintenance, including the draining and pumping of lubricants shall be conducted at sufficient
distance from the water channel to eliminate contamination in case of a spill. Any fuels or lubricants
spilled shall be cleaned up immediately to the satisfaction of the Engineer.
Immediately upon completion of work, all rubbish and debris shall be removed from the job site. All
construction equipment and implements of service shall be removed and the entire area involved
shall be left in a neat, clean, and acceptable condition.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15075 - Horizontal Directional Drilling - 11 of 13
3.4 PIPELINE ASSEMBLY AND INSTALLATION
The Contractor shall supply all necessary materials, equipment, and services to perform the pipeline
assembly and installation.
A. Pipe Handlinq and Storaqe
All pipe and fittings shall be prepared for standard commercial shipment. Care shall be taken during
shipment, delivery, and storage to prevent cuts, scratches, and other damage. All piping used on
the project shall be delivered to the jobsite in good condition free from cuts and scrapes, and
gouges. The pipe shall be supported on wooden skids or racks and shall be restrained from
significant or damaging movement during shipment.
All piping used on the project shall be lifted using fabric slings of sufficient strength and width to
safely pick up the pipe without strap failure and without causing scrapes or cuts damage to the pipe.
Lifting with cable or chain shall not be allowed. Lifting one end of the pipe and dragging the pipe
into position shall not be allowed. The pipe shall at all times iricluding installation be protected from
impact and abrasion. Pipe shall be stored on supports and rollers as appropriate during conduct of
the work to prevent damage.
A temporary pipe storage site shall be determined by the Contractor and approved by the Engineer.
The Contractor shall provide the necessary skids and padding to protect pipe, and prevent the pipe
from contacting the ground.
The Contractor shall provide, assemble, and pretest the polyethylene pipe for installation in the
drilled hole as specified on the Drawings. Contractor shall supply all necessary materials,
equipment, and services to perform the pipeline assembly, pretest, and installation.
B. Pipe Support and Rollers
Contractor shall provide adequate supports and rollers along the laydown space to support the
HDPE product pipe during the installation.
C. Testinq of Product Pipe
After the HDPE product pipeline has been assembled, the Contractor shall perform an air pretest.
The test pressure shall be 100 psi and this pressure shall be held for 8 hours. Contractor is
responsible for providing an air compressor for this test. Pressure and temperature shall be
monitored and recorded with certified instruments during the test.
A hydrostatic pretest may be conducted in lieu of the air pretest at the Contractor's option. However,
the Contractor shall be responsible for providing water to the site and disposal of the test water after
testing. Water and sewer may not be available in the immediate vicinity of the exitlpipe side.
City of Carlsbad
1 1/04
3495 - Forest Avenue HDD Gravity Sewer Pipeline
15075 - Horizontal Directional Drilling - 12 of 13
D. Weldinq of Product Pipe
The HDPE product pipe shall be joined together using thermal butt-fusion according to ASTM
D-2657. The Contractor's Welder of plastic pipe must possess the skill, knowledge, and formal
training by a qualified instructor to consistently produce high quality thermal butt-fusion joints as identified in ASTM D-2657. Contractor's welders must utilize care in the heating operation to prevent damage to the plastic material from overheating or having the material not sufficiently heated to
assure a sound joint.
The welding procedures, equipment, monitoring, and testing shall be in accordance with the HDPE
manufacturer's recommendations, which shall have been submitted for review and approval as part of the submittal process required above in Part 1 of this specification. After welding process, all interior weld beads shall be trimmed flush to pipe.
Contractor shall supply written certification that the designated on-site Welder is able to produce
thermal butt-fusion joints according to ASTM D-2657. Certification will be required and checked at
the time of welding.
The pipeline interior shall be debeaded at all weld points. Debeading shall be included in the cost
for welding of the HDPE pipe.
All joints shall be visually inspected and compared to standards for good joints for this type of pipe.
The Engineer shall have final authority to accept or reject the welds in accordance with reasonable
judgment and standards of care.
E. Pipeline Installation
During the pipeline installation and pullback operation, the Contractor shall monitor the pipe roller
system and use of sideboom equipment to control damage to the pipes. Contractor shall cease
installation operations if damage to the pipes or coating occurs. Damage to the pipes may require
removal of damaged portions of the pipeline and rewelding, as necessary. Pulling operations may not resume until the pipe is repaired.
3.5 SITE RESTORATION/DEMOBILIZATlON
A. Immediately upon completion of work of this Section, all rubbish and debris shall be
removed from the job site. All construction equipment and implements of service shall be
removed and the entire area involved shall be left in a neat, clean and acceptable condition.
The HDD Subcontractor shall restore the general work areas, right-of-way and all other
construction areas shall be graded to their original contours or as shown on the project
plans. Contractor shall repair all paved and graveled subgrades and surfaces, removed or
disturbed during construction.
"Blow holes" or "breakouts" of drilling fluid to the surface must be cleaned up immediately and the surface area washed and returned to original condition. All drilling fluids, spoils and separated material will be disposed of in compliance with federal and local environmental regulations.
B.
END OF SECTION 15075
City of Carlsbad .11/04 3495 - Forest Avenue HDD Gravity Sewer Pipeline
15075 - Horizontal Directional Drilling - 13 of 13
APPENDIX “A”
CITY OF CARLSBAD
CONSTRUCTION
WORK
ABC CONTRACTORS OFFICE # (760)xyX-xxxY
FIELD # (760)XXX-XXZ
Dear Resident: As a part of the City of Carlsbad’s
ongoing program to maintain its sewer facilities a portion of your street will be closed to allow for
pipeline construction. The Forest Avenue Lift Station will be removed
and replaced with a gravity sewer pipeline. The construction will
require setting up construction equipment and trenching in Forest
Avenue in the vicinity of Highland Drive. Construction activities will
take place Monday through Friday from 7:OO a.m. to 5:OO p.m. The
construction will begin
be completed by and
ABC is the Contractor that will be performing the work for the city and you may call them at the above
phone number if you have any
questions regarding the project. If you have any concerns which cannot
be addressed by the Contractor, you may call the City’s Project Inspector
Thank you for your cooperation as we work to make a better City of Carlsbad.
@ (xxx) xxx-xxxx.
Appendix B
Storm Water Pollution Prevention Plan (Template)
STORM WATER POLLUTION PREVENTION PLAN
for
Prepared for:
City of Carlsbad
Public Works
1635 Faraday Avenue Carlsbad, CA 92008
Submitted by:
Project Site Address:
Contractor's Water Pollution Control Manager:
SWPP Prepared by:
S WPPP Preparation Date:
CLICK AND INSERT DATE"
Contents
Section I00
100.1
100.2
100.3
Section 200
200.1
200.2
Section 300
300.1
300.2
300.3
300.4
300.5
Section 400
Section 500
500.1
500.2
500.3
500.4
500.5
500.6
500.7
500.8
500.9
Section 600
600.1
600.2
600.3
SWPPP Certifications and Approval ............................................................... 1
Initial SWPPP Certification ................................................................................. 1
SWPPP Approval ............................................................................................... 2
SWPPP Amendment Certification and Approval ................................................ 4
Introduction and Project Description ................................................................... 7
Annual Compliance Certification ........................................................................ 3
SWPPP Amendments ...................................................................................... 4
Amendment Log ................................................................................................. 6 Introduction and Project Description ............................................................. 7
Unique Site Features ......................................................................................... 7
Construction Site Estimates ............................................................................... 7
Project ScheduleNVater Pollution Control Schedule ........................................... 7
Contact Information/List of Responsible Parties ................................................. 8
References ...................................................................................................... IO
Objectives ........................................................................................................ 11
Vicinity Map ...................................................................................................... 11 Pollutant Source Identification and BMP Selection ........................................... 12
500.3.1 Inventory of Materials and Activities that May Pollute Storm Water ......................................................................... 12
500.3.2 Existing (pre-construction) Control Measures ................................... 12
500.3.3 Nature of Fill Material and Existing Data Describing the Soil ............ 13
500.3.4. Soil Stabilization (Erosion Control) ................................................... 13 500.3.5 Sediment Control ............................................................................. 14
500.3.6 Tracking Control ............................................................................... 14
500.3.7 Wind Erosion Control ....................................................................... 15
500.3.8 Non-Storm Water Control ................................................................. 15
500.3.9 Waste Management and Materials Pollution Control ........................ 17
Water Pollution Control Drawings (WPCDs) ...................................................... 19
Construction BMP Maintenance, Inspection and Repair ................................... 19
Post-Construction Storm Water Management .................................................. 19
500.6.1 Post-Construction Control Practices ................................................. 19
500.6.2 Operation/Maintenance after Project Completion ............................. 20
Training ............................................................................................................ 20
List of Subcontractors ....................................................................................... 20 Other Plans/Permits ......................................................................................... 20
Monitoring Program and Reports ................................................................. 21
Site Inspections ................................................................................................ 21
Discharge Reporting ........................................................................................ 21
Record Keeping and Reports ........................................................................... 21
Body of SWPPP .............................................................................................. 1 I
SWPPP Attachments
Attachment A .................................................................................................. Vicinity Map
Attachment B.. ........... Modifications to the Caltrans Construction Site Best Management
Attachment C ....................................................................... BMP Consideration Checklist
Attachment D .......................................................................................... Project Schedule
Attachment E ...................................................................................................... Not Used
Attachment F ........................................................................................................ Not Used
Attachment G . Program for Maintenance, Inspection, & Repair of Construction Site BMPs
Attachment H ....................... ..Storm Water Quality Construction Site Inspection Checklist
Attachment J ...................................................... Subcontractor Notification Letter and Log
Attachment K ................................................ Notice of Discharge, Written Notice or Order
Attachment L ................................................... SWPPP and Monitoring Program Checklist
Attachment M ..................................................... Annual Certification of Compliance Form
Attachment N ..................................................................................... Other PlandPermits
Practices (BMPs) Manual
Attachment I .................................................................. Trained Contractor Personnel Log
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
Section I00
SWPPP Certifications and Approval
100.1 Initial SWPPP Certification
Project Name: FOREST AVENUE HDD GRAVITY SEWER PIPELINE
City of Carlsbad Contract No. 3495
"I certify under a penalty of law that this document and all attachments were prepared under my
direction or supervision in accordance with a system designed to ensure that qualified personnel
properly gather and evaluate the information submitted. Based on my inquiry of the person or
persons who manage the system or those persons directly responsible for gathering the
information, to the best of my knowledge and belief, the information submitted is true, accurate,
and complete. I am aware that there are significant penalties for submitting false information,
including the possibility of fine and imprisonment for knowing violations".
Contractor's Signature Date
Contractor's Name and Title Telephone Number
Page 1
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
~
100.2 SWPPP Approval
For City of Carlsbad Use Only
City Approval and Certification of the
Storm Water Pollution Prevention Plan
Project Name: FOREST AVENUE HDD GRAVITY SEWER PIPELINE
City of Carlsbad Contract No. 3495
".I certify under a penalty of law that this document and all attachments were prepared under my
direction or supervision in accordance with a system designed to ensure that qualified personnel
properly gather and evaluate the information submitted. Based on my inquiry of the person or
persons who manage the system or those persons directly responsible for gathering the
information, to the best of my knowledge and belief, the information submitted is true, accurate,
and complete. I am aware that there are significant penalties for submitting false information,
including the possibility of fine and imprisonment for knowing violations".
Engineer's Signature Date
Engineer's Name Engineer's Telephone Number
Page 2
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
100.3 Annual Compliance Certification
By June 15 of each year, the contractor shall submit an Annual Certification of Compliance to
the Engineer stating compliance with the terms and conditions of the Permits and the SWPPP.
The Annual Certification of Compliance Form and Engineer Approval form are included in
Attachment M. Completed Annual Certifications of Compliance and Approvals can be found in
the following pages.
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
Section 200
SWPPP Amendments
200.1 SWPPP Amendment Certification and Approval
This SWPPP shall be amended:
0 Whenever there is a change in construction or operations which may affect the
discharge of pollutants to surface waters, groundwater(s), or a municipal separate storm
sewer system (MS4); or
0 If any condition of the Permits is violated or the general objective of reducing or
eliminating pollutants in storm water discharges has not been achieved. If the RWQCB
determines that a Permit violation has occurred, the SWPPP shall be amended and
implemented within 14 calendar days after notification by the RWQCB;
0 Annually, prior to the defined rainy season, when required by the project's Special
Provisions; and
0 When deemed necessary by the Engineer.
The amendments for this SWPPP, along with the Contractor's Certification and the Engineer's
approval, can be found in the following pages. Amendments are listed in the Amendment Log in
section 200.2
Page 4
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
Project Name:
SWPPP Amendment No.
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
City of Carlsbad Contract No. 3495
To be Completed by Contractor
"I certify under a penalty of law that this document and all attachments were prepared under my
direction or supervision in accordance with a system designed to ensure that qualified personnel
properly gather and evaluate the information submitted. Based on my inquiry of the person or
persons who manage the system or those persons directly responsible for gathering the
information, to the best of my knowledge and belief, the information submitted is true, accurate,
and complete. I am aware that there are significant penalties for submitting false information,
including the possibility of fine and imprisonment for knowing violations".
Contractor's Signature Date
Contractor's Name and Title Telephone Number
For City of Carlsbad Use Only
Engineer's Approval and Certification of the
Storm Water Pollution Prevention Plan Amendment
"I certify under a penalty of law that this document and all attachments were prepared under my
direction or supervision in accordance with a system designed to ensure that qualified personnel
properly gather and evaluate the information submitted. Based on my inquiry of the person or
persons who manage the system or those persons directly responsible for gathering the
information, to the best of my knowledge and belief, the information submitted is true, accurate,
and complete. I am aware that there are significant penalties for submitting false information,
including the possibility of fine and imprisonment for knowing violations".
Engineer's Signature Date
Engineer's Name Engineer's Telephone Number
Page 5
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
200.2 Amendment Log
Project Name:
City of Carlsbad Contract No.
FOREST AVENUE HDD GRAVITY SEWER PIPELINE
3495
Page 6
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
Section 300
Introduction and Project Description
300.1 Introduction and Project Description
The project is the construction of a ten-inch HDPE sewer pipeline, eight-inch PVC and VCP
gravity sewer pipeline in Forest Avenue through Hosp Grove and across Monroe Street.
Construction techniques include horizontal directional drilling of the HDPE pipe and open trench
for the PVC and VCP pipeline segments. The project also includes construction of access
holes, connection to the active sewer gravity pipelline in Forest Avenue and Monroe Street. The
project will require saw-cutting the existing pavement, removal of pavement and replacing it and
restriping at the completion of the project.
300.2 Unique Site Features
The project is located within the existing Forest Avenue and Monroe Street Right of way.
Horizontal directional drilling will be utilized to install the HDPE pipeline segment under Hosp
Grove. Care is required by the contractor in Hosp Grove to preserve existing trees.
300.3 Construction Site Estimates
The project is within an existing roadway and hydrologic and hydraulic analysis has been
performed to design the existing storm drain system. This project will not increase run-off and
no further hydrologic or hydraulic analysis is required.
300.4 Project ScheduleNVater Pollution Control Schedule
Est i m a t e Cons t r u c t i o n S t a rt ckl C hN&iN SE l?l D&TQ.
Est i m at e Construction Fin ish . ckrc!? ~N~~$~R~ l%AT@
Mobilization of equipment and materials to begin on eEfcx ANR INSEf?F:BAJ@
lization and temporary sediment control products beginning on
Submit annual rainy season implementation schedule CLkK AND lNSERToDATq
Continue to implement and maintain temporary BMPs throughout rainy season.
Coastal Rainy season begins October 1, 2004.
Actual Rainy Season Begins December 15, 2004.
Begin sawcut roadway CLI
Page 7
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
nd receiving pit and implement drilling mud control plan
Fuze HDPE INSERT DATE*
Pretest HDPE
Begin Directional Drill CLI~K'AND INS
Complete Directional Drill CLI'CK'AND.'IhlSE
Begin stockpile and haul AC offsite c'cfe@A#
Begin spoil/backfill stockpile ~~1~~@1
Install temporary concrete washout @Lm
Begin dig, form, pour aces holes Cil
Begin Dig, Lay, Backfill PVCNCP gravity sewer
Leakage and Infiltration Testing GCICK~NDIN
Connect sewer pipeline to existing pipe CfTC
Remove existing pump station CLICK
Remove concrete washout and restore area to original grade
Rainy season ends April 15, 2005.
Project complete eTe@@%ND' INSERT GATq.
See attached schedule (Attachment D) for more detailed information. This schedule will be
updated month I y.
300.5 Contact InformationlList of Responsible Parties
The Water Pollution Control Manager (WPCM) assigned to this project is:
Page 8
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
The WPCM shall have primary responsibility and significant authority for the implementation,
maintenance, inspection and amendments to the approved SWPPP. Duties of the Contractor's
WPCM include, but are not limited to:
0
0
0
0
0
0
0
0
0
0
Ensuring full compliance with the SWPPP and the Permit
Implementing all elements of the SWPPP irncluding, but not limited to:
Implementation of prompt and effective erosion and sediment control measures
- Implementing all non-storm water management, and materials and waste
management activities such as: monitoring discharges (dewatering, diversion
devices), general site cleanup, vehicle and equipment cleaning, fueling and
maintenance, spill control, ensuring1 that no materials other than storm water are
discharged in quantities which will have an adverse effect on receiving waters or
storm drain systems, etc.
Pre-storm inspections
Post-storm inspections
Storm event inspections
Preparing annual compliance certification
Ensuring elimination of all unauthorized discharges
The Contractor's WPCM shall be assigned authority by the Contractor to mobilize crews
in order to make immediate repairs to the control measures
Coordinate with the Engineer to assure all of the necessary corrections/repairs are made
immediately, and that the project complies with the SWPPP, the Permit and approved
plans at all times
Provide copies of all forms weekly to the Engineer.
Page 9
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
Section 400
References
The following documents are made a part of this SWPPP by reference:
0 Proiect Dlans DWG. 412-4 and SDecifications no. 3495. dated C~k~~~&i”~E~~~~T@, . .Y< ^. prepared by City of Carlsbad.
0 California Regional Water Quality Control Board Order No. 2001-01, NPDES No.
CAS01 08758, National Pollutant Discharge Elimination System (NPDES) Permit.
0 Caltrans Storm Water Quality Handbooks, Construction Site Best Management
Practices Manual, dated November 2000 as amended by the City of Carlsbad
(see Attachment B).
0 Caltrans Storm Water Quality Handbooks, SWPPPNVPCP Preparation Manual, dated
November 2000.
Page 10
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
Section 500
Body of SWPPP
500.1 Objectives
This Storm Water Pollution Prevention Plan (SWPPP) has four main objectives:
0 Identify all pollutant sources, including sources of sediment that may affect the quality of
storm water discharges associated with construction activity (storm water discharges)
from the construction site, and
0 Identify non-storm water discharges, and
0 Identify, construct, implement in accordance with a time schedule, and maintain Best
Management Practices (BMPs) to reduce or eliminate pollutants in storm water
discharges and authorized non-storm water discharges from the construction site during
construction, and
0 Develop a maintenance schedule for BMPs installed during construction designed to
reduce or eliminate pollutants after construction is completed (post-construction BMPs).
This SWPPP conforms with the required elements of Permit No. CAS0108758 issued by the
State of California, State Water Resources Control Board (SWRCB). This SWPPP will be
modified and amended to reflect any changes in construction or operations that may affect the
discharge of pollutants from the construction site to surface waters, groundwaters, or the
municipal separate storm sewer system (MS4). The SWPPP will also be amended if it is in
violation of any condition of the Permit or has not achieved the general objective of reducing
pollutants in storm water discharges. The SWPPP shall be readily available on-site for the
duration of the project.
500.2 Vicinity Map
The construction project vicinity map showing the project location, surface water boundaries,
geographic features, construction site perimeter, and general topography, is located in
Attachment A. The project's Title Sheet provides more detail regarding the project location and
is also included in Attachment A.
Page 11
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
500.3 Pollutant Source Identification and BMP Selection
500.3.1 Inventory of Materials and Activities that May Pollute Storm Water
The following is a list of construction materials that will be used and activities that will be
performed that will have the potential to contribute pollutants, other than sediment, to storm
water runoff (control practices for each activity are identified in sections 500.3.4 through
500.3.9):
Paints Solvents, thinners
Wood products
0 Metals and plated products
Vehicle fluids, including oil, grease, petroleum, and coolants
Asphaltic emulsions associated with asphalt-concrete paving operations
Cement materials associated with PCC concrete used for underground utilities
Construction activities that have the potential to contribute sediment to storm water discharges
include:
Soil export operations
0 Temporary stockpiling
Utility excavation operations
Attachment C lists all Best Management Practices (BMPs) that are either minimum
requirements or special contract requirements, and all BMPs selected by the Contractor for this
project. Implementation and location of BMPs are shown on the WPCDs in Attachment B.
Narrative descriptions of BMPs to be used during the project are listed by category in each of
the following SWPPP sections.
500.3.2 Existing (Pre-Construction) Control Measures
The following are existing (pre-construction) control measures encountered within the project
site:
0 Forest Avenue and Monroe Street are currently paved and all drainage facilities are
constructed. Curb and gutter convey drainage to an existing storm drain system. This
storm drain system drains into existing d'esiltation basins.
Page 12
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
500.3.3 Nature of Fill Material and Existing Data Describing the Soil
Existing Forest Avenue and Monroe Street were constructed was graded in several controlled
grading operations between 1960 and 1971. Backfill was compacted to minimum 90% relative
compaction, asphaltic concrete base and pavement has been in place for several years and the
roads are currently in use.
The directional drilling will go through formational dense sandy soils that may have random
gravel and cobble layers. The soil is described in the Geotechnical Investigation prepared by
Group Delta Consultants, Inc., dated March 18, 2003.
It is not anticipated that any hazardous materials will be encountered during the construction of
the pipeline.
500.3.4 Soil Stabilization (Erosion Control)
Soil stabilization, also referred to as erosion control, consists of source control measures that
are designed to prevent soil particles from detaching and becoming suspended in storm water
runoff. Soil stabilization BMPs protect the soil surface by covering and/or binding soil particles.
This project will incorporate minimum temporary soil stabilization requirements, temporary soil
stabilization measures required by the contract documents, and other measures selected by the
contractor. This project will utilize and implement the following principles for effective temporary
and final soil stabilization during construction:
The project is the construction of a pipeline in an existing roadway. The erosion control
measures will include the prevention of off-site siltation of any stockpiled materials and are
addressed in Section 500.3.5
0 SS-1, Scheduling
Year around: WPCM shall monitor the weather using National Weather Service reports to track
conditions and alert crews to the onset of rainfall events.
During the rainy season: Disturbed areas will be stabilized with temporary or permanent
erosion control before a rain event hits. Prior to forecast storm events, temporary BMPs will be
deployed and inspected.
During the non-rainy season: The project schedule will sequence construction activities with the
installation of both soil stabilization and sediment control measures. The construction schedule
will be arranged as much as practicable to leave existing paved areas undisturbed until
immediately prior to excavation.
INSERT ADDITIONAL NARRATIVE'TEXT OF SOIL STABILIZATION OR DELETE LINE
Page 13
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
500.3.5 Sediment Control
Sediment controls are structural measures that are intended to complement and enhance the
selected soil stabilization (erosion control) measures. Sediment controls are designed to
intercept and settle out soil particles that have been detached and transported by the force of
water. This project will incorporate minimum temporary sediment control requirements,
temporary sediment control measures required by the contract documents, and other measures
selected by the contractor. The temporary sediment control BMPs selected are adequate to
prevent a net increase of sediment in storm water discharge relative to pre-construction levels.
Sufficient quantities of temporary sediment control materials will be maintained on-site
throughout the duration of the project, to allow implementation of temporary sediment controls in
the event of predicted rain, and for rapid response to failures or emergencies, in conformance
with other City requirements and as described in this SWPPP. This includes implementation
requirements for active areas and non-active areas before the onset of rain.
Implementation and locations of temporary sediment control BMPs are shown on drawings. The
BMP Consideration Checklist in Attachment C indicates all the BMPs that will be implemented
to control sediment on the construction site, these are:
0 SC-1, Silt Fence
0 SC-5, Fiber Rolls
0
0
SC-7, Street Sweeping and Vacuuming
SC-10, Storm Drain Inlet Protection
During the rainy season, temporary sediment controls will be implemented at the drainage
perimeter of disturbed soil areas, at the toe of slopes, at storm drain inlets, around stockpiled
materials and at outfall areas at all times.
During the non-rainy season, temporary sediment controls will be implemented at the drainage
perimeter of disturbed soil areas and at storm drains downstream from disturbed areas before
rain events.
Storm drain inlet protection will be used at all inlets to storm drain systems during the rainy
season when downstream from construction activity.
During the non-rainy season, in the event of a predicted storm, the following temporary
sediment control materials will be maintained on-site: silt fence materials, gravel bags and fiber
rolls for inlet and perimeter protection barriers and check dams.
500.3.6 Tracking Control
The project does not include any major grading activities so a stabilized construction access is
not required. The contractor will verify that trucks are loaded and the area kept clean through
street sweeping activities to limit any tracking of materials off the project. The following BMPs
Page 14
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
have been selected to reduce sediment tracking from the construction site onto private or public
roads:
0 SC-7, Street Sweeping and Vacuuming
Road sweeping and vacuuming will occur during soil and materials hauling and as necessary to
keep street surfaces clear of soil and debris. Washing of sediment tracked onto streets into
storm drains will not occur.
TIV
500.3.7 Wind Erosion Control
The following BMPs have been selected to control dust from the construction site:
0 WE-I, Wind Erosion Control
Potable water will be applied to disturbed soil areas of the project site and spoil piles to control
dust and maintain optimum moisture levels for compaction. The water will be applied using
water trucks. As s edule, project soils will be disturbed and exposed
from approximately M to
BMP WE- 1, Wind Erosion Control, and BMP NS- 1, Water Conservation Practices, will be
implemented to provide dust control and prevent discharges from dust control activities and
water supply equipment. Water application rates will be minimized as necessary to prevent
runoff and ponding and water equipment leaks will be repaired immediately.
During windy conditions (forecast or actual wind conditions of approximately 25 mph or greater),
dust control will applied, including haul roads to adequately control wind erosion and possible
si Ita t io n onto adjacent farming a ct ivi t i e s .
INSERr, ADbtTlONAL 'NARRATIVE TEXT OF WIND EROSION
DELETE
O~ROL".,'PWCTICES OR
500.3.8 Non-Storm Water Control
An inventory of construction activities and potential non-storm water discharges is provided in
Section 500.3.1. The BMP Consideration Checklist in Attachment C and the following list
indicates the BMPs that have been selected to control non-storm water pollution on the
construction site. A narrative description of each BMP follows:
0 NS-1, Water Conservation Practices
0
0
0
0
0
NS-3, Paving and Grinding Operations
NS-6, Illicit Connection/lllegal Discharge Detection and Reporting
NS-8, Vehicle and Equipment Cleaning
NS-9, Vehicle and Equipment Fueling
NS-10, Vehicle and Equipment Maintenance
Page 15
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
Illicit Connection/lllegal Discharge Detection and Reporting
The contractor will implement BMP NS-6, Illicit Connection/lllegal Discharge Detection and
Reporting throughout the duration of the project.
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
Paving Operations
The project will include placement of AC pavement. Paving locations and adjacent storm drain
inlets are shown the project drawings. Paving operations will generally be conducted as shown
on the project schedule in Section 300.4. BMP NS-3, Paving and Grinding Operations, will be
implemented to prevent paving materials from being discharged off-site. Covers will be placed
over each inlet adjacent to paving operations. The covers will consist of scrap carpeting or filter
fabric placed over, and tucked under, each inlet grate. Following paving operations, the area
will be swept, inlet covers will be removed, and the inlets will be inspected for paving materials.
Vehicle and Equipment Operations
0 Several types of vehicles and equipment will be used on-site throughout the project,
including graders, excavators, loaders, paving equipment, rollers, trucks and trailers,
backhoes, forklifts, generators, compressors, and traffic control equipment. BMPs NS-9,
Vehicle and Equipment Fueling, and NS-I 0, Vehicle and Equipment Maintenance will be
utilized to prevent discharges of fuel and other vehicle fluids. Except for concrete
washout, which is addressed in Section 500.3.8, vehicle cleaning will not be performed
on-site.
All vehicle maintenance and mobile fueling operations will be conducted at least 15
yards away from operational inlets and drainage facilities and on a level graded area.
0
500.3.9 Waste Management and Materials Pollution Control
An inventory of construction activities, materials, and wastes is provided in Section 500.3.1.
The BMP Consideration Checklist in Attachment C and the following list indicates the BMPs that
have been selected to handle materials and control construction site waste. A narrative
description of each BMP follows.
0 WM-1, Material Delivery and Storage
0 WM-2, Material Use
0 WM-4, Spill Prevention and Control
0 WM-5, Solid Waste Management
a WM-9, SanitaryEeptic Waste Management
Material Delivery, Storage, and Use
In general, BMPs WM-1 and WM-2 will be implemented to help prevent discharges of
construction materials during delivery, storage, and use. The general material storage area will
be located in the contractor's yard as shown on WPCD-4. A sandbag barrier (BMP SC-8) will
be provided around the storage area to prevent run-on from adjacent areas. Two types of
storagelcontainment facilities will be provided within the storage area to minimize storm water
contact with construction materials:
0 Water-tight shipping containers will be used to store hand tools, small parts, and most
construction materials that can be carried by hand, such as paint cans, solvents and
grease.
Page 17
Storm Water Pollution Prevention Pian (SWPPP)
Contract No. 3495
Very large items, such as pipe and stockpiled lumber, will be stored in the open in the
general storage area. Such materials will be elevated with wood blocks to minimize contact
with run-on.
Aggregate and base materials will also be stockpiled in the general storage area and will be
surrounded with sediment controls (i.e., gravel bag barrier or silt fence).
Spill clean-up materials, material safety data sheets, a material inventory, and emergency
contact numbers will be maintained and stored in the office.
Spill Prevention and Control
BMP WM-4, Spill Prevention and Control, will be implemented to contain and clean-up spills and
prevent material discharges to the storm drain system. Spill prevention is also discussed above
in Material Delivery, Storage, and below in the following waste management and equipment
maintenance sections.
Waste Management
BMP WM-5, Solid Waste Management, and BMP WM-6, Hazardous Waste Management will be
implemented to minimize storm water contact with waste materials and prevent waste
discharges. Solid wastes will be loaded directly into trucks for off-site disposal. When on-site
storage is necessary, solid wastes will be stored in watertight dumpsters in the general storage
area of the contractors yard. AC and PCC rubble will be stockpiled in the general storage area
and will be surrounded with sediment controls (SC-8, Sandbag Barrier). Solid waste, including
rubble stockpiles, will be removed and disposed off-site at least weekly. Coast Waste
Management will provide solid waste disposal services. Hazardous wastes will be stored in the
shipping containers or covered containment area discussed above for materials storage.
Hazardous wastes will be appropriate and clearly marked containers and segregated from other
non-waste materials.
Contaminated Soil Management
Contaminated soil management BMPs address the possibility of construction activity near
contaminated soils. The construction site has no known history of contaminated soil or other
impairments. However, employees will be instructed to recognize evidence of contaminated
soil, such as buried debris, discolored soil, and unusual odors.
Concrete Residuals and Washout Wastes
This project includes placement of concrete. No discahrges are anticipated. Estimated pour
dates are shown on the project schedule in Section 300.4. Concrete pours will not be
conducted during or immediately prior to rainfall events.
Page 18
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
BMP WM-8, Concrete Waste Management, will be implemented, a concrete washout facility will
be constructed and maintianed. All excess concrete and concrete washout slurries will be
discharged to the washout facility for drying. BMP maintenance, waste disposal, and BMP
removal will be conducted as described in WM-08. Dried-off concrete will be used as fill
material if permitted by the City.
Sanitary and Septic Wastes
The contractor will implement BMP WM-9, Sanitary and Septic Waste Management, and
portable toilets will be located and maintained at the contractors yard for the duration of the
project.
500.4 Construction Site BMP's
City of Carlsbad modifications to Caltrans construction site BMP's can be found in Attachment B.
500.5 Construction BMP Maintenance, Inspection and Repair
A program for Maintenance, Inspection and Repair of BMPs is shown in Attachment G.
500.6 Post-Construction Storm Water Management
500.6.1 Post-Construction Control Practices
The following are the post-construction BMPs that are to be used at this construction site after
all construction is complete:
e
0
0
Outlet protection/velocity dissipation devices at all culvert outlets
Deslitation basins will be utilitized.
Street sweeping and trash pick up.
S COMPANY NAM Page 19
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
500.6.2 Operation/Maintenance after Project Completion
The post-construction BMPs that are described above will be funded and maintained as follows:
Short term funding: City of Carlsbad Maintenance and Operations Budget
Long term funding: City of Carlsbad __ Maintenance -~ and Operations Budget
The responsible party for the long-term maintenance of post-constriction BMPs is the
City of Carlsbad.
500.7 Training
Section 300.5 shows the name of the Contractor's Water Pollution Control Manager (WPCM).
This person has received the following training:
0
0
0
0
The training log showing formal and informal training of various personnel is shown in
Attachment I.
This SWPPP was nreoared bv
500.8 List of Subcontractors
All contractors and subcontractors will be notified of the requirement for storm water
management measures during the project. a list of contractors will be maintained and included
in the SWPPP. If subcontractors change during the project, the list will be updated accordingly.
The subcontractor notification letter and log is included in the SWPPP as Attachment J.
500.9 Other Plans/Permits
Attachment N includes copies of other local, state, and federal plans and permits. Following is a
list of the plans and permits included in Attachment N:
0 California Regional Water Quality Control Board Order No. 2000-01, NPDES No
CAS01 08758, National Pollutant Discharge Elimination System (NPDES) Permit.
Page 20
Storm Water Pollution Prevention Pian (SWPPP)
Contract No. 3495
Section 600
Monitoring Program and Reports
600.1 Site Inspections
The Contractor will inspect the site prior to a forecast storm, after a rain event that causes runoff
from the construction site, at 24-hour intervals during extended rain events, and as specified in
the project Special Provisions. The results of all inspections and assessments will be
documented and cop8ies of the completed inspection checklists will be maintained with the
SWPPP. Site inspections conducted for monitoring purposes will be performed using the
inspection checklist shown in Attachment H.
The name(s) and contact number(s) of the assigned inspection personnel are listed below:
Assigned inspector: ~~ Contact phone: TECEPhaNE .. ^WhrjB
600.2 Discharge Reporting
If a discharge occurs or if the project receives a written notice or order from any regulatory
agency, the Contractor will immediately notify the Engineer and will file a written report to the
Engineer within 7 days of the discharge event, notice, or order. Corrective measures will be
implemented immediately following the discharge, notice or order. A sample discharge form is
provided in Attachment K.
The report to the Engineer will contain the following items:
0 The date, time, location, nature of operation, and type of unauthorized discharge,
including the cause or nature of the notice or order;
0 The control measures (BMPs) deployed before the discharge event, or prior to receiving
notice or order;
0 The date of deployment and type of control measures (BMPs) deployed after the
discharge event, or after receiving the notice or order, including additional measures
installed or planned to reduce or prevent re-occurrence; and
0 An implementation and maintenance schedule for any affected BMPs.
600.3 Record Keeping and Reports
Records shall be retained for a minimum of three years for the following items:
0 Site inspections
0 Compliance certifications
0 Discharge reports
0 Approved SWPPP document and amendments
I Page 21
Storm Water Pollution Prevention Plan (SWPPP)
Contract No. 3495
I VICINITY MAP
SI
2 DRAW BY: SCOTT EVANS, CARLSBAD WUKERING DEPT. 12/13/04 C: \CAPlTAl\HOWARD\34uSDK
SI
Nor ro SCALE
PROJECT ATTACHMENT 1 FOREST AVENUE NUMBER ROJECT NAME
HDD GRAVITY SEWER PIPELINE 3455
Attachment B
Modifications to the Caltrans Construction Site Best Management Practices
(BMPs) Manual
The contract documents for the South Agua Hedionda Interceptor Phase Ill Reach II shall be
comprised of the current edition of the Construction Site Best Management Practices (BMPs)
Manual published by Caltrans and as modified by the additions and substitutions listed below:
Modifications to the Construction Site Best Manaqement Practices:
Delete all references to Resident Engineer (RE) and replace with Engineer (E).
Replace all references to Section 7-1.13 of the Standard Specifications and replace with
Section 7-10.2 and 300-1.3 of the Standard Specifications for Public Works Construction
(SSPWC).
Replace all references to Section 7-10 of the Standard Specifications and replace with
Section 7-8.1 of the Standard Specifications for Public Works Construction (SSPWC).
Replace all references to Section 15-1.02 of the Standard Specifications and replace with
Section 7-9 of the Standard Specifications for Public Works Construction (SSPWC).
Replace all references to Section 15-3.02 of the Standard Specifications and replace with
Section 300-1.3 of the Standard Specifications for Public Works Construction (SSPWC).
Delete all references to highway.
ss-1:
sc-5:
sc- 1 0:
ss-2:
NS-2:
WM-8:
Delete any reference to seeding and revegetation. The work associated with this
project shall occur entirely within the paved portion of the right-of-way.
Add the following to Appropriate Applications
May be used for inlet protection
Replace the following under Removal
Fiber rolls will not be left in place
Delete "If fiber rolls removed" and replace with "After fiber roll removal"
Delete all references to sandbags and replace with gravel bags.
Delete reference to Environmentally Sensitive Areas (ESAs) and replace with
Environmentally Sensitive Habitat Areas (ESHAs).
Reporting: Replace District Storm Water Coordinator with Environmental Programs
Manager.
Temporary Concrete Washout Facility (Type Above Grade). Delete reference to
Section 12-3.04 "Portable delineators and replace with Flexible base glue down
delineators and shall meet the following specifications:
Post:
Page 6-1
WM-10: Appropriate applications: Add the following:
Flushing of pipelines
All pipeline flushing shall be into a desiltation basin. Contractor shall supply
method to remove HDPE shaving that may be in the pipe prior to discharge from
the basin and provide a method to remove shavings from the basin.
Page B-2
Attachment C
BMP Consideration Checklist
SS-4
SS-5
SS-6
SS-7
SS-8
CONSTRUCTION SITE BMPs
CONSIDERATION CHECKLIST
The Contractor shall consider using all BMPs listed hereon. Those BMPs which are not included in the SWPPP
shall be checked as ”Not Used” with a brief statement describing why it is not being used.
All selected BMPs shall be included in the Schedule of Values, except for those items shown on the plans and
[XI Ixlu
IXI Ixlo
Hydroseeding J(1)
J(1)
J(1)
J(1)
Soil Binders
Straw Mulch
Geotextiles, Plastic
Covers, 8 Erosion
Control BlanketslMats
Wood Mulching
0 trenching in existing
0 trenching in existing
0 trenching in existing
0 pavement
pavement
0 pavement
Temporary Concentrated
R
n n n
ss-10 E ss-11
Inveyance Controls
Earth Dikes/Drainage
Swales 8, Lined
Ditches
Outlet Protection/
Velocity Dissipation
Devices
U U U
IXI IXIO
0 In-place
0 pavement
trenching in existing Slope Drains
. (I) The Contractor shall select one of the five measures listed or a combination thereof to achieve
and maintain the contract’s rainy season disturbed soil area (DSA) requirements.
(2) Not all minimum requirements may be applicable to every project. Applicability to a specific
project shall be verified by the Contractor or determined by Caltrans.
Attachment C
BMP Consideration Checklist
SC-2
SC-3
SC-4
CONSIDERATION CHECKLIST
Desilting Basin 0 0 '
Ix) Storm drain system in place
Sediment Trap 0 Ix) Storm drain system in place
Check Dam 0 0 Storm drain system in place
SC-5
SC-6
May be used for inlet and El 0 slope protection Fiber Rolls
Gravel Bag Berm 0 0 Storm drain system in place
sc-7
SC-8
SC-9
sc-'o
I
J IXI mu Street Sweeping and
Vacuuming
Sand Bag Barrier 0 Storm drain system in place
Straw Bale Barrier 0 0 Storm drain system in place
Storm Drain Inlet
Protection J El IXIO
"-'
TC-2
TC-3
(2) Not all minimum requirements may be applicable to every project. Applicability to a specific
project shall be verified by the contractor or determined by Caltrans.
El IXIU Stabilized Construction
Entrance/Exit
Stabilized Construction
Roadway
Entranceloutlet Tire
Wash
0 [XI Roadwayispaved
Roadwayispaved
Attachment C
BMP Consideration Checklist
CONSTRUCTION SITE BMPs
CONSIDERATION CHECKLIST
The Contractor shall consider using all BMPs listed hereon. Those BMPs which are not included in the SWPPP
shall be checked as ”not used” with a brief statement describing why it is not being included.
All selected BMPs shall be included in the Schedule of Values, except for those items shown on the plans and paid for as a separate item or work
IF NOT USED, STATE
REASON
IXI [XIU Paving and Grinding
Operations
Temporary Stream
Crossing
NS-3
NS-4
NS-5 Clear Water Diversion 0 No clear water diversion
0 0 NO stream crossings
0
NS-6 Discharge Detection J IXI IXIO
0 0 IXI project
IXI IXIO
J IXI IXIO
J la IXIO
J [XI IXIO
Illicit Connectionllllegal
and Reporting
Potable NS-7 Water/lrrigation
Vehicle and Equipment
Operations
NS-8
NS-9
NS-10
Irrigation is not a part of this
Vehicle and Equipment
Cleaning
Vehicle and Equipment
Fueling
Vehicle and Equipment
Maintenance
(2) Not all minimum requirements may be applicable to every project. Applicability to a specific
project shall be verified by the contractor or determined by Caltrans.
Attachment C
BMP Consideration Checklist
W'-7
WM-8
CONSTRUCTION SITE BMPs
CONSIDERATION CHECKLIST
The Contractor shall consider using all BMPs listed hereon. Those BMPs which are not included in the SWPPP
shall be checked as "not used" with a brief statement describing why it is not being used.
All selected BMPs shall be included in the Schedule of Values, except for those items shown on the plans and
0 [x1 no contaminated soil in the
exting fill. 0
IXI IXIO
Contaminated Soil
Management
Concrete Waste
Management
STATE REASON
WM-9
WM-10
Material Delivery and ll WM-l 1 Storage
-
J IXI El0
IXI Ixlo
SanitarySeptic Waste
Management
Liquid Waste
Management
1 wM-2 j Mateial Use J IIXIIUI
(2) Not all minimum requirements may be applicable to every project. Applicability to a specific
project shall be verified by the contractor or determined by Caltrans.
Storm Water Pollution Prevention Plan (S WPPP)
3495 Forest Avenue HDD Gravity Sewer Pipeline
Attachment G
BMP Consideration Checklist I The contractor shall use the following guidelines for maintenance, inspection, and repair
Of
BEST MANAGEMENT
SC-1 Silt Fence
SC-5 Fiber Rolls
SC-10 Storm Drain Inlet
Protection
SC-7 Street Sweeping and
Vacuuming
___
WE-I Wind Erosion Control
3MPs identified in the SWI
INSPECTION FREQUENCY
Weekly
Bi-weekly
Prior to forecast storm
After a rain event that
causes runoff from the
construction site
At 24-hour intervals during
extended rain events
Daily
Daily
I vacuuming
PPMPCP . . . . . - .
MAlNTENANCElREPAlR PROGRAM
rn
Review and update as necessary
Inspect protective fencing and repair or
replace as necessary
fROL BMPs Y.
Remove, dispose, and replace damaged,
deteriorated, or otherwise unsuitable
BMPs
Replace tom gravel bags as required.
Replace tom sections of silt fences
Remove retained sediments before they reach 113 of the bamer height or % of the
sediment holding capacity
Clean and dispose of accumulated
sediment deposited in sediment traps
around drainage inlets; re-secure silt
fence as needed
Remove BMPs when no longer needed,
as directed by the Engineer
Inspect site access points daily
rn
rn
rn
rn
rn Sweep tracked sediment
rn Maintain water trucks and water
distribution equipment in good order and fix leaks immediately
rn
Sweep tracked sediment
Inspect site access points daily
3495-Forest Avenue HDD Gravity Sewer Pipeline
H:\Capital Improvement Program\3495 Forest Ave Sewer Replacernent\SWPPP\SWPPP-3495 Forest Ave Attachments doc
Attachment G
Page C
Storm Water Pollution Prevention Plan (S WPPP)
3495 Forest Avenue HDD Gravity Sewer Pipeline
The contractor shall use the following guidelines for maintenance, inspection, and repair
of BMPs identified in the SWPPPMPCP
BEST MANAGEMENT
PRACTICES (BMPs)
NQ!
NS-1 Water Conservation
Practices
NS-3 Paving and Grinding
Operations
NS-6 Illicit Connection/lllegal
Discharge Detection and Reporting
NS-8 Vehicle and Equipment
Cleaning
NS-9 Vehicle and Equipment
Fueling
NS-10 Vehicle and Equipment
Maintenance
WASTE MANAG€I
WM-I Material Delivery and
Storage
WM-2 Material Use
WM-3 Asphalt concrete
stockpiles
WM-4 Spill Prevention and
Control
WM-5 Solid Waste Management
WM-6 Hazardous Waste Management
INM-8 Concrete Waste Management
NM-9 Sanitary/Septic Waste
Management
NM-10 Liquid Waste Management
INSPECTION FREQUENCY
(All controlsl
Weekly
ENT AND MATERIALS Pi
Weekly
Prior to forecast storm
After a rain event that
causes runoff from the
construction site
At 24-hour intervals during
extended rain events
MAINTENANCEIREPAIR PROGRAM
Inspect site durinq proiect execution for
3495-Forest Avenue HDD Gravity Sewer Pipeline Attachment G
H:\Capilal Improvement Program\3495 Forest Ave Sewer Repiacemenl\SWPPRSWPP-3495 Forest Ave Atlachmenkdoc Page G-2
evidence of illicit Zisctiarges or illegal
dumping.
Observe site perimeter for evidence or
potential of illicitly discharged or illegally dumped material which may enter the job site.
Notify the Resident Engineer of any illicit
discharges or illegal dumping incidents at the time of discovery.
Remove, dispose and replace damaged,
deteriorated, or otherwise unsuitable
BMPs
Remove vehicles andlor equipment that
leak.
Replace drip pans or absorbent materials as needed. Re-stock spill materials.
Remove BMPs when no longer needed,
as directed by the Engineer. Repair
slopedsurfaces damaged by BMP
removal
8
8
8
w
8
Keep storage areas clean, well
organized, and equipped with ample clean-up supplies as appropriate for the
materials stored
Repair or replace perimeter controls,
containment structures, covers and liners
as needed to maintain proper function
and protection
Properly remove and dispose
accumulated rainwater from containment
facilities
Cover any stockpiles with appropriate
mats or covers.
Maintain waste fluid containers in leak proof condition. Repair or replace
dumpsters that leak
Provide timely service and removal to
prevent dumpsters and sanitary facilities
from overflowing.
Schedule Refuse Contractor to pick up
waste containers weekly.
MAlNTENANCElREPAlR PROGRAM BEST MANAGEMENT INSPECTION FREQUENCY
PRACTICES (BMPs) (All controls)
WM-8 Concrete Waste Weekly Remove accumulated debris from
Management I concrete washouts. Replace lining and
sand bags as necessary
3495-Forest Avenue HDD Gravity Sewer Pipeline
H:\Capital Improvement Program\3495 Forest Ave Sewer Replacement\SW~~P\SwPPP_3495 Faest Ave Attachments.doc
Attachment G
Page
Storm Water Pollution Prevention Plan (SWPPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
Attachment H
Storm Water Quality Construction Site Inspection Checklist
~~ ~
GENERAL INFORMATION
IProject Name [ 3495 Forest Ave HDD Gravity Sewer Pipeline
Contractor
Inspector's Name
Inspector's Title
Signature
Date of Inspection
0 Prior to forecast rain
0 24-hr intervals during extended rain
0 After a rain event
0 Other
Inspection Type
(Check Applicable)
0 Rainy 0 Non-Rainy Season
(Check Applicable)
I I I
I Storm Start Date & Time: Storm Duration (hrs):
Storm Data
OTHER REQUIREMENTS
-oation:
-ocation:
Femporary Linear Sediment Barriers
3495 Forest Ave HDD Gravity Sewer Pipeline Attachment H
H:\Capital Improvement Prqram\3495 Forest Ave Sewer Replacement\SWPPP\SWPPP-2495 Forest Ave Attachments doc Page H-I
Storm Water Pollution Prevention Plan (SWPPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
accordance with the details, functional and maintained?
Are temporary linear sediment barriers free of accumulated litter?
Is the built-up sediment less than 1/3 the height of the barrier?
Are cross barriers installed where necessary and properly
Location: IIII
located at least 15 m from concentrated flows,
3495 Forest Ave HDD Gravity Sewer Pipeline
ti \Capital Improvement Prqram\3495 Forest Ave Sewer Replacement\SWPPP\SWPPP-3495 Forest Ave Attachments doc
Attachment H
Page
Storm Water Pollution Prevention Plan (S WPPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
Location:
Location:
Location:
Location:
~ Vehicle 8 Equipment Fueling, Cleaning, and Maintenance
Are vehicle and equipment fueling, cleaning and maintenance
areas reasonably clean and free of spills, leaks, or any other
deleterious material? IIII.
Are vehicle and equipment fueling, cleaning and maintenance
Is wash water contained for infiltration/ evaporation and disposed
3495 Forest Ave HDD Gravity Sewer Pipeline Attachment H
Storm Water Pollution Prevention Plan (S WPPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
Are waste management receptacles filled at or beyond capacity?
Location:
Location:
3495 Forest Ave HDD Gravity Sewer Pipeline
H:\Capital Improvement ProgramW95 Forest Ave Sewer Replacement\SWPPP\SWPPP_3495 Forest Ave Attachmenkdoc
Attachment H
Pagt
Storm Water Pollution Prevention Plan (S WPPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
WPCPlSWPPP Update
Does the WPCP/SWPPP, Project ScheduleMlater Pollution
Control Schedule adequately reflect the current site conditions
and contractor operations?
Are all 6MPs installed in the proper location(s) and according to
the details for the plan?
Location:
Location:
-1 ~
JLocation:
-~
(Location: IIII
~~~ ~
General
Are there any other potential water pollution control concerns at
the site?
Location:
3495 Forest Ave HDD Gravity Sewer Pipeline
H \Capital Improvement Program\3495 Forest Ave Sewer Replacement\SWPPP\SWPPP_3495 Forest Ave Attachments.doc
Attachment H
Page H-5
Storm Water Pollution Prevention Plan (S WPPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
Attachment I
Storm Water Management Training Log
Project Name: 3495 Forest Ave. HDD Gravity Sewer Pipeline
Storm Water Management Topic: (check as appropriate)
0 Temporary Soil Stabilization 0 Temporary Sediment Control
0 Wind Erosion Control
Non-storm water
management 0
Specific Training
Objective:
0 Tracking Control
Waste Management and Materials Pollution 0 Control
Location: Date:
Instructor: Telephone:
Attendee Roster (attach additional forms if necessary)
COMMENTS:
3495 Forest Ave HDD Gravity Sewer Pipeline
H:\Capital Improvement Prograrn\3495 Forest Ave Sewer Replacement\SWPPP\SWPPP-3495 Forest Ave Attachments.doc
Attachment 1
Page
Storm Water Pollution Prevention Plan (SWPPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
Attachment J
Subcontractor Notification Letter (Sample) and Notification Log
Dear Sir/Madam,
Please be advised that the California State Water Resources Control Board has
adopted the NPDES Statewide Storm Water Permit (Permit) to the State of
California, CA S0108758, Order No. 2001-01. The goal of the permit is
prevention of discharge of pollutants associated with construction activity from
entering the storm drain system, ground and surface waters.
The City of Carlsbad has developed a Storm Water Pollution Prevention Plan
(SWPPP) in order to implement the requirements of the Permits.
As a subcontractor, you are required to comply with the SWPPP and the Permits
for any work that you perform on site. Any person or group who violates any
condition of the Permits may be subject to substantial penalties in accordance
with state and federal law. You are encouraged to advise each of your
employees working on this project of the requirements of the SWPPP and the
Permits. A copy of the Permits and the SWPPP are available for your review at
the construction office. Please contact me if you have further questions.
Sincerely,
3495 Forest Ave HDD Gravity Sewer Pipeline
ti Capital Improvement Program\3495 Forest Ave Sewer Replacement\SWPPP\SWPPP_3495 Forest Ave Attachments doc Page J-I
Project Name:
Storm Water Pollution Prevention Plan (SWPPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
SUBCONTRACTOR NOTIFICA TlON LOG
3495 Forest Ave HDD Gravity Sewer Pipeline
..
~
USE ADDITIONAL PAGES AS NECESSARY
3495 Forest Ave HDD Gravity Sewer Pipeline
H:\Capilal improvement Program\3495 Forest Ave Sewer Replacement\SWPPP\SWPPP-3495 Forest Ave Attachments.doc Page,
Storm Water Pollution Prevention Pian (SWPPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
Attachment K
Notice of Discharge, Written Notice, or Order
To: Date: Insert Date
Subject: Notice of Discharge
Project Name: 3495 Forest Ave HDD Gravity Sewer Pipeline
In accordance with the City of Carlsbad NPDES Statewide Permit for Storm
Water Discharges Associated with Construction Activity, the following
instance of discharge is noted:
Date, time, and location of discharge
Insert description and date of event
Nature of the operation that caused the discharge
insert description of operation
Initial assessment of any impact cause by the discharge
insert assessment
Existing BMP(s) in place prior to discharge event
list BMPs in place
Date of deployment and type of BMPs deployed after the discharge.
5MPs deployed after the discharge (with dates)
Steps taken or planned to reduce, eliminate andlor prevent recurrence of
the discharge
insert steps taken to prevent recurrence
Implementation and maintenance schedule for any affected BMPs
insert implementation and maintenance schedule
If further information or a modification to the above schedule is required, notify
the contact person below.
Name of Contact Person Title
Company Telephone Number
Signature Date
3495 Forest Ave HDD Gravity Sewer Pipeline Attachment K
Page K-1 H.\Capital Improvement Program\3495 Forest Ave Sewer Replacement\SWPPP\SWPPq3495 Forest Ave Attachments doc
Stom Water Pollution Prevention Plan (S WPPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
Attachment L
Storm Water Pollution Prevention Plan (SWPPP)
and Monitoring Program
Checklist
CONSTRUCTION PROJECT: 3495 Forest Ave HDD Gravity Sewer Pipeline
CONTRACTOR:
CHECK IF ADDRESSED SWPPP NIA IF NOT Section I APPLICABLE
COMMENTS
I I100 1 SWPPP Certification and Approval
N/A 100.1 NO1 No Grading
100.2 Related Permit Conditions
200 SWPPP Amendments
I I 300.2 I Uniaue Site Features (narrative)
Project ScheduleMlater Pollution Control
Schedule (narrative or graphical) 300.4
~~ I Vicinity Map (narrative or graphic)
3495 Forest Ave HDD Gravity Sewer Pipeline
H:\Capilal Improvement Program\3495 Forest Ave Sewer Replacement\SWPPP\S~WP-3495 Fwest Ave Anachmenk.doc
Attachment L Page
Storm Water Pollution Prevention Plan (S WPPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
I CHECK IF I I I I ADDRESSED SWPPP I NIA IF NOT I Section I COMMENTS
I I I Location of Areas Designated for: I
I Waste handling and disposal areas
Listing or Description of Postconstruction
BMPs 500.6.1
500.3.2 Pre-construction control practices
Inventory of materials and activities that may
pollute storm water 500.3.1
500.3.8 8 BMPs to reduce/eliminate potential pollutants
500.3.9 listed in the inventory
300.4 Runoff coefficient (before & after)
300.4 Percent impervious (before & after)
Attach. F Copy of the NOC
300.3 Construction activity schedule
1300.5 ~ I contact information
I The S WPPP shall include: I
3495 Forest Ave HDD Gravity Sewer Pipeline
H:\CaDilal lrnprovernenl Proqram\3495 Forest Ave Sewer Replacernenl\SWPPP\SWPPP-3495 Faest Ave Anachments.doc
Attachment L
Page L-2
Storm Water Pollution Prevention Plan (SWPPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
COMMENTS
Implementation schedule for sediment contro
OTHER REQUIREMENTS
500.7 Documentation of all training
1 500.8 I List of ContractordSubcontractors I
ADDRESSED SWPPP ,TEM CHECK'F NIA IF NOT I Section I COMMENTS
3495 Forest Ave HDD Gravity Sewer Pipeline
H:\Capital Improvement hogramW495 Forest Ave Sewer ReplacementEWPPP\SWPPP_3495 Forest Ave Attachments.doc
Attachment L Page
CHECK IF ADDRESSED
NIA IF NOT
APPLICABLE
Storm Water Pollution Prevention Plan (SWPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
swppp Section [ITEM I COMMENTS
Keep records of all inspections, compliance
certifications, and noncompliance reports on
SECTION C: STANDARD PROVISIONS FOR CONSTRUCTION ACTIVITIES
ADDRESSED NIA IF NOT I I 1 ITEM 1 COMMENTS
3495 Forest Ave HDD Gravity Sewer Pipeline
H:\Capilal Improvement ProgramW95 Forest Ave Sewer Replacement\SWPmSWPPP 3495 Forest Ave Allachrnenls.doc
Attachment L
Page L-4
Storm Water Pollution Prevention Plan (SWPPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
Attachment M
Annual Certification of Compliance for the Construction Contractor
Project Name: 3495 Forest Ave Gravity Sewer Pipeline
Contractor Company Name:
Contractor Address:
Construction Start Date: Completion Date:
Description of Work:
1 Work Now in Progress:
1 Work Planned for Next 12 Months:
"1 certify under penalty of law that this document and all attachments were
prepared under my direction or supervision in accordance with a system
designed to assure that qualified personnel properly gather and evaluate the
information submitted. Based on my inquiry of the person or persons who
manage the system or those persons directly responsible for gathering the
information, to the best of my knowledge and belief, the information submitted is,
true, accurate, and complete. I am aware that there are significant penalties for
submitting false information, including the possibility of fine and imprisonment for
knowing violations."
Contractor Signature: Date:
3495 Forest Ave Gravity Sewer Pipeline
H:\Caoital Improvement ProOram\3495 Fares! Ave Sewer Replacement\SWPPP\SWPPP 3495 Forest Ave Atlachments.doc
Attachment M
Pagc ..
S tom Water Pollution Prevention Plan (SWPPP)
3495 Forest Ave HDD Gravity Sewer Pipeline
Approval by the City for the
Annual Certification of Compliance
Findings
I, and/or personnel acting under my direction and supervision, have inspected the
project site and the work described above and find as follows:
1. 0 YES 0 NO
accordance with the SWPPP approved for the project.
Storm water pollution control measures are being implemented in
2. 0 YES 0 NO
California Water Quality Control Board San Diego Region Order no. 2001-01 NPDES
No. CAS01 08758.
The project site and activities thereon are in compliance with the
When both 1 and 2 above are checked “yes”, the resident engineer must complete the
annual certification below.
If either 1 or 2 above are checked “no”, the resident engineer must:
File a notice of non-compliance within 30 days of identification of the
noncompliance;
Document follow up actions below;
Notify the contractor; and
Initiate corrective actions in accordance with the contract.
City Follow up Actions:
I certify under penalty of law that this document and all attachments were prepared
under my direction or supervision in accordance with a system designed to assure that
qualified personnel properly gather and evaluate the information submitted. Based on
my inquiry of the person or persons who manage the system, or those persons directly
responsible for gathering the information, the information submiffed is to the best of my
knowledge and belief, true, accurate, and complete. I am aware that there are
significant penalties for submitting false information, including the possibility of fine and
imprisonment for knowing violations.
CERTIFICATION BY CITY
Engineer’s Name and Signature Date
Attachment M 3495 Forest Ave Gravity Sewer Pipeline
ti \Capital Improvement Program\3495 Forest Ave Sewer Replacement\SWPPP\SWPPP-3495 Forest Ave Attachments doc Page M-2
Appendix C
Mitigated Negative Declaration
FILE COPY -- ’ Notice of Determination 4%%7
To: Office of Planning and Research From: CITY OF CARCSBAD
P.O. Box 3044 Planning Department
Sacramento, CA 95812-3044 1635 Faraday Avenue
Carlsbad, CA 92009
County Clerk (760) 602-4600
County of San Diego
Attn: Rita Garcia, Rm. 260
1600 Pacific Highway
San Diego, CA 921 12-1750
Project No: EIA 04-06
Filing of Notice of Determination in compliance with Section 21108 or 21152 of the Public
Resources Code.
Forest Avenue Sewer Line
Project Title
City of Carlsbad, Michael Grim (760) 602- 4623
State Clearinghouse No. Lead Agency, Contact Person Telephone Number
From approximately the intersectiorG of Highland Avenue and Forest Avenue northeasterly to
Monroe Street, in the City of Carlsbad, County of San Diego
Project Locations (include County)
Name of Applicant: City of Carlsbad Public Works
Applicant’s Address: 1635 Faraday Avenue, Carlsbad CA 92008
Applicant’s Telephone Number: 760-602-2730
Project Description: Boring and excavation for, and installation of, a 1,600 lineal foot sewer
pipeline within the City right-of-way and traversing a portion of Hosp Grove.
This is to advise that the City of Carlsbad has approved the above described project on February
16,2005, and has made the following determination regarding the above described project.
1.
2.
The project will not have a significant effect on the environment
A Negative Declaration was prepared for this project pursuant to the provisions of
CEQA.
3.
4.
5.
6.
Mitigation measures were made a condition of the approval of the project.
A mitigation reporting or monitoring plan was adopted for this project.
A statement of Overriding Considerations was not adopted for this project.
Findings were made pursuant to the provisions of CEQA.
This is to certify that the final Negative Declaration with comments and responses and record of
project approval is available to the General Public at THE CITY OF CARLSBAD.
Date received for filing at OPR:
Revised December 2004
9
4
City of Carlsbad --
MITIGATED NEGATrVE DECLARATION
CASE NAME:
PROJECT LOCATION:
Avenue northeasterly to Monroe Street, Citv of Carlsbad. County of San Dieno
PROJECT DESCRIPTION: Boring and excavation for, and installation of, a 1,600 lineal foot
sewer pipeline within the City street right-of-way and traversing a portion of Hosp Grove.
DETERMINATION: The City of Carlsbad has conducted an environmental review of the above
described project pursuant to the Guidelines for Implementation of the California Environmental
Quality Act and the Environmental Protection Ordinance of the City of Carlsbad. As a result of said
review, the initial study (EIA Part 2) identified potentially significant effects on the environment,
and the City of Carlsbad finds as follows:
Although the proposed project could have a significant effect on the environment, there will not be a significant effect in this case because the mitigation measures described on an
attached sheet have been added to the project.
The proposed project MAY have “potentially significant hpact(s)” on the environment, but
at least one potentially significant impact 1) has been adequately analyzed in an earlier
document pursuant to applicable legal standards, and 2) has been addressed by mitigation
measures based on the earlier analysis as described on attached sheets. (Mitigated Negative
Declaration applies only to the effects that temained to be addressed).
Although the proposed project could have a significant effect on the environment, there
WILL NOT be a significant effect in this case because all potentially significant effects (a)
have been analyzed adequately in an earlier ENVIRONMENTAL IMPACT REPORT or
NEGATIVE DECLARATION pursuant to applicable standards and (b) have been avoided
or mitigated pursuant to that earlier ENVIRONMENTAL IMPACT REPORT or
NEGATIVE DECLARATION, including revisions or mitigation measures that are imposed
upon the proposed project. Therefore, nothing further is required.
Forest Ave Sewer Line
From auuroximately the intersection of Hifland Avenue and Forest
CASE NO: EIA 04-06
c]
0
A copy of the initial study (EL4 Part 2) documenting reasons to support the Negative Declaration is
on file in the Planning Department, 1635 Faraday Avenue, Carlsbad, California 92008.
ADOPTED: Februarv 16,2005. pursuant to Administrative Approval
ATTEST:
DON NEU
Assistant Planning Director
@ 1635 Faraday Avenue - Carlsbad, CA 92008-7314 (760) 602-4600 FAX (760) 602-8559 www.ci.carlsbad.ca.us
CALIFORNlA DEPARTMENT OF FISH AND GAME
PO BOX 944209
SACRAMENTO CA 94244-2090
CERTIFICATION OF FEE EXEMPTION
De Minimis Impact Finding
Project NumbedTitleLocation (Include County):
EIA 04-06 - Forest Avenue Sewer Line - From approximately the intersection of
Highland Avenue and Forest Avenue northeasterly to Monroe Street, City of Carlsbad,
County of San Diego.
Name and Address of Applicant:
City of Carlsbad Public Works, 1635 Faraday Avenue, Carlsbad, CA 92008
Project Description:
Boring and excavation for, and installation of, a 1,600 lineal foot sewer pipeline within
the City right-of-way and traversing a portion of Hosp Grove.
Findings of Exemption (attach as necessary):
1. The City of Carlsbad Planning Department has completed an Environmental Initial Study
for the above referenced property, including evaluation of the proposed project’s
potential for adverse environmental impacts on fish and wildlife resources.
2. Based on the complete Environmental Initial Study, the City of Carlsbad Planning
Department finds that the proposed project will not encroach upon wildlife habitat area,
will have no potential adverse individual or cumulative effects on wildlife resources, and
requires no mitigation measures to be incorporated into the proposed project which would
affect fish or wildlife.
Certification :
I hereby certify that the public agency has made the above finding and that the project
will not individually or cumulatively have an adverse effect on wildlife resources, as
defined in Section 71 1.2 of the Fish and GamKode.
DON NEU
Assistant Planning Director
Lead Agency: CITY OF CARLSBAD
MG:aw
Section 71 I 1. Fih and Gam Code DFG. 1191
- City of Carlsbad -
NOTICE OF INTENT TO ADOPT A
MITIGATED NEGATIVE DECLARATION
CASE NAME:
PROJECT LOCATION: From approximately the intersection of Highland Avenue and
Forest Avenue northeasterlv to Monroe Street, Citv of Carlsbad, Countv of San Dieno
Forest Avenue Sewer Line
CASE NO: EL4 04-06
PROJECT DESCRIPTION: Boring and excavation for, and installation of, a 1,600 lineal foot
sewer pipeline within the City street right-of-way and traversing a portion of Hosp Grove.
PROPOSED DETERMINATION: The City of Carlsbad has conducted an environmental
review of the above described project pursuant to the Guidelines for Implementation of the
California Environmental Quality Act and the Environmental Protection Ordinance of the City of
Carlsbad. As a result of said review, the initial study (EM Part 2) identified potentially
significant effects on the environment, but (1) revisions in the project plans or proposals made
by, or agreed to by, the applicant before the proposed negative declaration and initial study are
released for public review would avoid the effects or mitigate the effects to a point where clearly
no significant effect on the environment would occur, and (2) there is no substantial evidence in
light of the whole record before the City that the project “as revised” may have a significant
effect on the environment. Therefore, a Mitigated Negative Declaration will be recommended
for adoption by the City of Carlsbad Planning Director.
A copy of the initial study (EIA Part 2) documenting reasons to support the proposed Mitigated
Negative Declaration is on file in the Planning Department, 1635 Faraday Avenue, Carlsbad,
California 92008. Comments from the public are invited. Please submit comments in writing to
the Planning Department within 20 days of the date of this notice.
The proposed project and Mitigated Negative Declaration are subject to review and
approvaVadoption by the City of Carlsbad Planning Commission and City Council. Additional
public notices will be issued when those public hearings are scheduled. If you have any
questions, please call Michael Grim in the Planning Department at (760) 602-4623.
PUBLIC REVIEW PERIOD January 25.2005 through February 14,2005
PUBLISH DATE Januarv 25,2005
1635 Faraday Avenue Carlsbad, CA 92008-7314 (760) 602-4600 FAX (760) 602-8559 ~;5iiagyj&&ca.us @
. .-
ENVIRONMENTAL IMPACT ASSESSMENT FORM - PART II
(TO BE COMPLETED BY THE PLANNING DEPARTMENT)
CASE NO: EIA 04-06
DATE: December 27.2004
BACKGROUND
1.
2.
3.
4.
5.
6.
7.
8.
CASE NAME: Forest Avenue Sewer Line
LEAD AGENCY NAME AND ADDRESS: City of Carlsbad
CONTACT PERSON AND PHONE NUMBER: Michael Grim 760-602-4623
PROJECT LOCATION: From approximately the intersection of Highland Avenue and Forest
Avenue northeasterly to Monroe Street. City of Carlsbad. County of San Diego
PROJECT SPONSOR'S NAME AND ADDRESS: Citv of Carlsbad Public Works. 1635
Faraday Avenue, Carlsbad, CA 92008
GENERAL PLAN DESIGNATION: ODen Space (OS)
ZONING: Oden Space (0-S)
OTHER PUBLIC AGENCES WHOSE APPROVAL IS REQUIRED (i.e., permits, financing
approval or participation agreements): none
9. PROJECT DESCRIPTION/ ENVIRONMENTAL SETTING AND SURROUNDING LAND
USES:
Abandonment of an existinp sewer pump station and installation of a 1,400 lineal foot, eight-inch
gravity sewer pipeline, involving trenching and backfill for apuroximatelv 374 feet within the
City street right-of-way and boring for approximatelv 982 feet through a sloued portion of Hosp
Grove containing eucalwtus trees and disturbed vegetation.
1 Rev. 07i03i02
.
ENVIRONMENTAL FACTORS POTENTIALLY AFFECTED:
The summary of environmental factors checked below would be potentially affected by this project,
involving at least one impact that is a “Potentially Significant Impact,” or “Potentially Significant Impact
Unless Mitigation Incorporated” as indicated by the checklist on the following pages.
Aesthetics
u Agricultural Resources
0 Air Quality
Biological Resources
Cultural Resources
Geology/Soils
0 HazardsIHazardous Materials
0 Noise
Population and Housing
Hydrologylwater Quality Public Services
Land Use and Planning Recreation
u Mineral Resources
c] Mandatory Findings of
Significance
TransportatiodCircdation
Utilities & Senrice Systems
2 Rev. 07/03/02
DETERMINATION.
(To be completed by the Lead Agency)
0
El
0
I find that the proposed project COULD NOT have a signrficant effect on the environment, and a
NEGATIVE DECLARATION will be prepared.
I find that although the proposed project could have a significant effect on the environment, there will not
be a significant effect in this case because the mitigation measures described on an attached sheet have
been added to the project. A MITIGATED NEGATIVE DECLARATION will be prepared.
I find that the proposed project MAY have a significant effect on the environment, and an
ENVIRONMENTAL IMPACT REPORT is required.
I find that the proposed project MAY have "potentially significant impact(s)" on the environment, but at
least one potentially significant impact 1) has been adequately analyzed in an earlier document pursuant to
applicable legal standards, and 2) has been addressed by mitigation measures based on the earlier analysis
as described on attached sheets. A Negative Declaration is required, but it must analyze only the effects
that remain to be addressed.
I find that although the proposed project could have a significant effect on the environment, there WILL
NOT be a significant effect in ths case because all potentially significant effects (a) have been analyzed
adequately in an earlier ENVIRONMENTAL IMPACT REPORT or NEGATIVE DECLARATION
pursuant to applicable standards and (b) hve been avoided or mitigated pursuant to that earlier
ENVIRONMENTAL IMPACT REPORT or NEGATIVE DECLARATION, including revisions or
mitigation measures that a e irn osed upon the proposed project. Therefore, nothing further is required. fP
Planner Signature Date
/-zo-or
Planning Director's Signature Date
3 Rev. 07/03/02
ENVIRONMENTAL IMPACTS
STATE CEQA GUIDELINES, Chapter 3, Article 5, Section 15063 requires that the City conduct an Environmental
Impact Assessment to determine if a project may have a significant effect on the environment. The Environmental
Impact Assessment appears in the following pages in the form of a checklist. This checklist identifies any physical,
biological and human factors that might be impacted by the proposed project and provides the City with information
to use as the basis for deciding whether to prepare an Environmental Impact Report (EIR), Negative Declaration, or
to rely on a previously approved EIR or Negative Declaration.
A brief explanation is required for all answers except “No Impact” answers that are adequately supported
by an information source cited in the parentheses following each question. A “No Impact‘‘ answer is
adequately supported if the referenced information sources show that the impact simply’does not apply to
projects like the one involved. A “No Impact” answer should be explained when there is no source
document to refer to, or it is based on project-specific factors as well as general s,tandards.
“Less Than Significant Impact” applies where there is supporting evidence that the potential impact is not
significantly adverse, and the impact does not exceed adopted general standards and policies.
“‘Potentially ‘Significant Unless Mitigation Incorporated“ applies where the incorporation of mitigation
measures has reduced an effect from “Potentially Significant Impact” to a “Less Than Significant Impact.”
The developer must agree to the mitigation, and the City must describe the mitigation measures, and briefly
explain how they reduce the effect to a less than significant level.
“Potentially Significant Impact” is appropriate if there is substantial evidence that an effect is sigmficantly
adverse.
Based on an “EIA-Part 11”, if a proposed project could have a potentially significant adverse effect on the
environment, but fl potentially signrfcant adverse effects (a) have been analyzed adequately in an earlier
EIR or Mitigated Negative Declaration pursuant to applicable standards and (b) have been avoided or
mitigated pursuant to that earlier EIR or Mitigated Negative Declaration, including revisions or mitigation
measures that are imposed upon the proposed project, and none of the circumstances requiring a
supplement to or supplemental EIR are present and all the mitigation measures required by the prior
envlronmental document have been incorporated into this project, then no additional environmental
document is required.
When “Potentially Significant Impact” is checked the project is not necessarily required to prepare an EIR
if the significant adverse effect has been analyzed adequately in an earlier EIR pursuant to applicable
standards and the effect will be mitigated, or a “Statement of Overriding Considerations” has been made
pursuant to that earlier Em.
A Negative Declaration may be prepared if the City perceives no substantial evidence that the project or
any of its aspects may cause a significant adverse effect on the environment.
If there are one or more potentially significant adverse effects, the City may avoid preparing an EIR if there
are mitigation measures to clearly reduce adverse impacts to less than significant, and those mitigation
measures are agreed to by the developer prior to public review. In this case, the appropriate “Potentially
Sigmficant Impact Unless Mitigation Incorporated” may be checked and a Mitigated Negative Declaration
may be prepared.
4 Rev. 07/03/02
An EIR must be prepared if “Potentially Significant Impact” is checked, and including but not limited to
the following circumstances: (1) the potentially sigruficant adverse effect has not been discussed or
mitigated in an earlier EIR pursuant to applicable standards, and the developer does not agree to mitigation
measures that reduce the adverse impact to less than significant; (2) a “Statement of Overriding
Considerations” for the significant adverse impact has not been made pursuant to an earlier Em, (3)
proposed mitigation measures do not reduce the adverse impact to less than significant; or (4) through the
EM-Part II analysis it is not possible to determine the level of significance for a potentially adverse effect,
or determine the effectiveness of a mitigation measure in reducing a potentially sigtllficant effect to below a
level of significance.
A discussion of potential impacts and the proposed mitigation measures appears at the end of the form under
DISCUSSION OF ENVIRONMENTAL EVALUATION. Particular attention should be given to discussing
mitigation for impacts, which would otherwise be determined significant.
Issues (and Supporting Information Sources).
I. AESTHETICS - Would the project:
Potentially Significant
Potentially Unless Less Than Significant Mitigation Significant No Impact Incorporated Impact Impact
0 0 OH o 0 nrxl
a) Have a substantial adverse effect on a scenic vista?
b) Substantially damage scenic rescwces, including but not limited to, trees, rock outcroppings, and historic
buildings within a State scenic highway?
0 0 om c) Substantially degrade the existing visual character or
quality of the site and its surroundings?
0 OH d) Create a new source of substantial light and glare,
which would adversely affect day or nighttime views
in the area?
11. AGRICULTURAL RESOURCES - (In determining
whether impacts to agricultural resources are sigmficant
environmental effects, lead agencies may refer to the
California Agricultural Land Evaluation and Site
Assessment Model-1997 prepared by the California
Department of Conservation as an optional model to use
in assessing impacts on agriculture and farmland.) Would
the project:
a) Convert Prime Farmland, Unique Farmland, or
Farmland of Statewide Importance (Farmland), as
shown on the maps prepared pursuant to the
Farmland Mapping and Monitoring Program of the
California Resources Agency, to non-agricultural
use?
0 0
o 0 b) Conflict with existing zoning for agricultural use, or a Williamson Act contract?
0 0 c) Involve other changes in the existing environment,
whlch, due to their location or nature, could result in
conversion of Farmland to non-agricultural use?
5 Rev. 07/03/02
Issues (and Supporting Information Sources).
111. AIR QUALITY - (Where available, the significance
criteria established by the applicable air quality
management or air pollution control district may be relied
upon to make the following determinations.) Would the
project:
Conflict with or obstruct implementation of the
applicable air quality plan?
Violate any air quality standard or contribute
substantially to an existing or projected air quality
violation?
Result in a cumulatively considerable net increase of
any criteria pollutant for which the project region is
in non-attainment under an applicable federal or state
ambient air quality standard (including releasing
emissions which exceed quantitative thresholds for
ozone precursors)?
Expose sensitive receptors to substantial pollutant
concentrations?
Create objectionable odors affecting a substantial
number of people?
IV. BIOLOGICAL RESOURCES - Would the project:
Have a substantial adverse effect, either directly or
through -habitat modifications, on any species
identified as a candidate, sensitive, or special status
species in local or regional plans, policies, or
regulations, or by California Department of Fish and
Game or US. Fish and Wildlife Service?
Have a substantial adverse effect on any riparian,
aquatic or wetland habitat or other sensitive natural
community identified in local or regional plans,
policies, or regulations or by California Department
of Fish and Game or US. Fish and Wildlife Service?
Have a substantial adverse effect on federally
protected wetlands as defined by Section 404 of the
Clean Water Act (including but not limited to marsh,
vernal pool, coastal, etc.) through direct removal,
filing, hydrological interruption, or other means?
Interfere substantially with the movement of any
native resident or migratory fish or wildlife species
or with_ established native resident or migratory
wildlife corridors, or impede the use of native
wildlife nursery sites?
Potentially Significant Impact
0
0
0
0
0
0
0
0
0
i
Potentially
Significant Unless Mitigation Incorporated
0
0
0
0
0
0
0
0
€a
Less Than Significant Impact
0
IXI
El
17
0
.n -
..
No Impact
El
0
0
IXI
IXI
El _.
0 'W
nu
. ..
6 Rev. 07/03/02
Issues (and Supporting Information Sources). Potentially Significant -.
Potentially Unless LeSSThan . Significant Mitigation Significant No '
Impact Incorporated 0 e) Conflict with any local policies or ordinances
protecting biological resources, such as a tree
preservation policy or ordinance?
0 0 Clm
0 0 om
t) Conflict with the provisions of an adopted Habitat
Conservation Plan, Natural Community Conservation
Plan, or other approved local, regional, or state
habitat conservation plan?
g) Impact tributary areas that are environmentally
sensitive?
Issues (and Supporting Information Sources). Potentially Significant
Potentially Unless Less Than Significant Mitigation Significant No Impact Incorporated Imp,act Impact
V. CULTURAL RESOURCES -Would the project:
0 CI om a) Cause a substantial adverse change in the
significance of a historical resoiuce as defined in
Q 15064.5?
0 0 om b) Cause a substantial adverse change in the signifi- cance of an archeological resource pursuant to
§ 15064.5?
0 Ix1 00
0 CI OB
c) Directly or indirectly destroy a unique paleontologi-
cal resource or site or unique geologic feature?
d) Disturb any human remains, including those interred outside of formal cemeteries?
._
VI. GEOLOGY AND SOILS - Would the project:
a) Expose people or structures to potential substantial adverse effects, including the risk of loss, injury or
death involving:
0 0 i. Rupture of a known earthquake fault, as
delineated on the most recent Alquist-Priolo
Earthquake Fault Zoning Map issued by the
State Geologist for the area or based on other
substantial evidence of a known fault? Refer to
Division of Mines and Geology Special
Publication 42.
ii. Strong seismic ground shaking?
... 111. Seismic-related ground failure, including
liquefaction?
iv. Landslides?
0 0
0
OIXI
7 Rev. 07/03/02
i
Issues (and Supporting Information Sources). Potentially Significant
Potentially Unless Significant Mitigation hact Incornrated
Less Than
Significant No Impact IXI Impact 0 b) Result in substantial soil erosion or the loss of
topsoil?
Be located on a geologic unit or soil that is unstable,
or that would become unstable as a result of the
project, and potentially result in on- or off-site landslide, lateral spreading, subsidence, liquefaction,
or collapse?
c)
0
0 0
0 0
0
0 d) Be located on expansive soils, as defmed in Table 18 - 1-B of the Uniform Building Code (1997), creating
substantial risks to life or property?
e) Have soils incapable of adequately supporting the
use of septic tanks or alternative wastewater disposal
systems where sewers are not available for the
disposal of wastewater?
0 (XI
VII. HAZARDS AND HAZARDOUS MATERIALS -
Would the project:
0 0 a) Create a significant hazard to the public or the
environment through the routine transport, use, or
disposal of hazardous materials?
0 b) Create a significant hazard to the public or
environment through reasonably foreseeable upset
and accident conditions involving the release of
hazardous materials into the environment?
Emit hazardous emissions or handle hazardous or
acutely hazardous materials, substances, or waste
within one-quarter mile of an existing or proposed
school?
c) 0 0 0 (XI
0 d) Be located on a site which is included on a list of
hazardous materials sites compiled pursuant to
Government Code Section 65962.5 and, as a result,
would it create a significant hazard to the public or
environment?
IXI
e) For a project within an airport land use plan, or
where such a plan has not been adopted, within two
miles of a public airport or public use airport, would
the project result in a safety hazard for people
residing or working in the project area?
0 0 0 IXI
0 0 f) For a project within the vicinity of a private airstrip,
would the project result in a safety hazard for people
residing or working in the project area?
0 0 g) Impair implementation of or physically interfere with
an adopted emergency response plan or emergency
evacuation plan?
8 Rev. 07/03/02
Issues (and Supporting Information Sources).
h) Expose people or structures to a significant risk of loss, injury or death involving wildland fires,
including where wildlands are adjacent to urbanized
areas or where residences are intermixed with
wildlands?
VIII. HYDROLOGY AND WATER QUALITY - Would the
project:
Violate any water quality standards or waste
discharge requirements?
Substantially deplete groundwater supplies or
interfere substantially with ground water recharge
such that there would be a net deficit in aquifer
volume or a lowering of the local ground water table
level (i.e., the production rate of pre-existing nearby
wells would drop to a level which would not support
existing land uses or planned uses for which permits
have been granted)?
Impacts to groundwater quality?
Substantially alter the existing drainage pattern of the
site or area, including through the alteration of the
course of a stream or river, in a manner, which would
result in substantial erosion or siltation on- or off-
site?
Substantially alter the existing drainage pattern of the
site or area, including through the alteration of the
course of a stream or river, or substantially increase
the flow rate or amount (volume) of surface runoff in
a manner, which would result in flooding on- or off-
site?
Create or contribute runoff water, which would
exceed the capacity of existing or planned
stormwater drainage systems or provide substantial
additional sources of polluted runoff?
Otherwise substantially degrade water quality?
Place housing within a 100-year flood hazard area as
mapped on a Federal Flood Hazard Boundary or
Flood Insurance Rate Map or other flood delineation
map?
Place within 100-year flood hazard area structures,
which would impede or redirect flood flows?
Expose people or structures to a significant risk of
loss injury or death involving flooding, including
flooding as a result of the failure of a levee or dam?
9
Potentially
Significant
Impact 0
0
0
0
0
0
cl
0
0
--
1
Potentially Significant
Unless
Mitigation
Incorporated 0
0
0
0
0
0
0
0
0
cl
0
Rev. 07/03/02
Less Than
Significant Impact 0
El
0
0
0
No Impact IXI
€3
IXI
El
IXI
Ix1
OIXI
Issues (and Supporting Information Sources).
Potentially Significant Impact 0
17
k)
1)
Inundation by seiche, tsunami, or mudflow?
Increased erosion (sediment) into receiving surface
waters.
0 m) Increased pollutant discharges (e.g., heavy metals,
pathogens, petroleum derivatives, synthetic organics,
nutrients, oxygen-demanding substances and trash)
into receiving surface waters or other alteration of
receiving surface water quality (e.g., temperature,
dissolved oxygen or turbidity)?
o n) Changes to receiving water quality (marine, fresh or
wetland waters) during or following construction?
0 0) Increase in any pollutant to an already impaired
water body as listed on the Clean Water Act Section
303(d) list?
0 p) The exceedance of applicable surface or groundwater
receiving water quality objectives or degradation of
beneficial uses?
IX. LANDUSE AND PLANNING - Would the project:
a) Physically divide an established community?
b) Conflict with any applicable land use plan, policy, or regulation of an agency with jurisdiction over the
project (kcluding but not limited to the general plan,
specific plan, local coastal program, or zoning
ordinance) adopted for the purpose of avoiding or
mitigating an environmental effect?
Conflict with any applicable habitat conservation
plan or natural community conservation plan?
0 o
0 c)
X. MINERAL RESOURCES - Would the project:
a) 0 Result in the loss of availability of a known mineral
resource that would be of kture value to the region
and the residents of the State?
o b) Result in the loss of availability of a locally
important mineral resource recovery site delineated
on a local general plan, specific plan, or other land
use plan?
XI. NOISE - Would the project result in:
0 a) Exposure of persons to or generation of noise levels
in excess of standards established in the local general
plan or noise ordinance or applicable standards of
other agencies?
Potentially Significant --
Unless Less Than Mitigation Significant No Incorporated Impact Impact 0 OM ow
0
0
0
0
0
0
0
0
0
om o[xI
0 Ixi-
om
10 Rev. 07/03/02
Potentially
Significant
Potentially Unless Less Than Significant Mitigation Significant No
Issues (and Supporting Information Sources).
Impact Incorporated 0 0 b) Exposure of persons to or generation of excessive
groundbourne vibration or groundbourne noise
levels?
c) A substantial permanent increase in ambient noise
levels in the project vicinity above levels existing
without the project?
0 CI
0 OH d) A substantial temporary or periodic increase in
ambient noise levels in the project vicinity above
levels existing without the project?
e) For a project located within an airport land use plan
or, where such a plan has not been adopted, within 2
miles of a public airport or public use airport, would
the project expose people residing or working in the
project area to excessive noise levels?
o
f) For a project withn the vicinity of a private airstrip,
would the project expose people..residing or working
in the project area to excessive noise levels?
0 0
XII. POPULATION AND HOUSING - Would the project:
a) Induce substantial growth in an area either directly
(for example, by proposing new homes and
businesses) or indirectly (for example, through
extension of roads or other infrastructure)?
I
0 om
0 U[xI
b) Displace substantial numbers of existing housing,
necessitating the construction of replacement housing
elsewhere?
c) Displace substantial numbers of people, necessitating
the construction of replacement housing elsewhere?
XIII. PUBLIC SERVICES
a) Would the project result in substantial adverse
physical impacts associated with the provision of
new or physically altered government facilities, a
need for new or physically altered government
facilities, the construction of whch could cause
significant environmental impacts, in order to
maintain acceptable service ratios, response times, or
other performance objectives for any of the public
services:
i) Fire protection'? 0
ii) Police protection? 0
iii) Schools? 0 0
11 Rev. 07/03/02
Issues (and Supporting Information Sources). Potentially
Significant .-
Potentially Unless LessThan ’
Significant Mitigation Significant No Impact Incorporated Impact Impact 0 0 OB iv) Parks?
v) Other public facilities? 0 0 nw
XIV. RECREATION
0 0.0 Ix1 a) Would the project increase the use of existing
neighborhood and regional parks or other
recreational facilities such that substantial physical
deterioration of the facility would occur or be
accelerated?
0 0 b) Does the project include recreational facilities or
require the construction or expansion of recreational
facilities, which might have an adverse physical
effect on the environment?
XV. TRANSPORTATION/TRAFFIC - Would the project:
a) 0 Cause an increase in traffic, which is substantial in
relation to the existing traffic load and capacity of the
street system (i.e., result in a substantial increase in
either the number of vehicle trips, the volume to
capacity ratio on roads, or congestion at
intersections)?
Exceed, either individually or cumulatively, a level
of service standard established by the county
congestion management agency for designated roads
or highways?
Result in a change in air traffic pattern, including
either an increase in traffic levels or a change in
location that results in substantial safety risks?
0 0
b)
c)
0 0 d) Substantially increase hazards due to a design feature
(e.g., sharp curves or dangerous intersections) or
incompatible uses (e.g., farm equipment)?
e) Result in inadequate emergency access? cl 0’
0 0
0 0
f) Result in insufficient parking capacity?
g) Conflict with adopted policies, plans, or programs supporting alternative transportation (e.g., bus turn-
outs, bicycle racks)?
XVI. UTILITIES AND SERVICES SYSTEMS - Would the
project:
0 0 a) Exceed wastewater treatment requirements of the
applicable Regional Water Quality Control Board?
12 Rev. 07/03/02
Issues (and Supporting Information Sources).
Require or result in the construction of new water or
wastewater treatment facilities or expansion of
existing facilities, the construction of which would
cause significant environmental effects?
Require or result in the construction of new storm
water drainage facilities or expansion’ of existing
facilities, the construction of which could cause
significant environmental effects?
Have sufficient water supplies available to serve the
project from existing entitlements and resources, or
are new or expanded entitlements needed?
Result in a determination by the wastewater
treatment provider, which serves or may serve the
project that it has adequate capacity to serve the
project’s projected demand in addition to the
provider’s existing commitments?
Be served by a landfill with sufficient permitted
capacity to accommodate the project’s solid waste
disposal needs?
Corrrply with federal, state, .and local statutes and
regulations related to solid waste?
XW. MANDATORY FINDINGS OF SIGNIFICANCE
Does the project have the potential to degrade the
quality of the environment, substantially reduce the
habitat of a fish or wildlife species, cause a fish or
wildlife population to drop below self-sustaining
levels, threaten to eliminate a plant or animal
community, reduce the number or restrict the range
of a rare or endangered plant or animal or eliminate
important examples of the major periods of
California history or prehistory?
Does the project have impacts that are individually
limited, but cumulatively considerable? (“Cumula-
tively considerable” means that the incremental
effects of a project are considerable when viewed in
connection with the effects of past projects, the
effects of other eurrent projects, and the effects of
probable future projects?)
Does the project have environmental effects, which
will cause the substantial adverse effects on human
beings, either directly or indirectly?
Potentially
Significant
Impact 0
0
0
0
0
Potentially
Significant Unless
Mitigation Incorporated 0
0
0
0
0
0
Less Than
Significant Impact 0
0
0
0
om
om
No
Impact El
IXI
IXI
I8
om
a’-
13 Rev. 07/03/02
XVIII. EARLIER ANALYSES
Earlier analyses may be used where, pursuant to the tiering, program EIR, or other CEQA process, one or
more effects have been adequately analyzed in an earlier ElR or negative declaration. Section
15063(c)(3)(D). In this case a discussion should identify the following on attached sheets:
4 Earlier analyses used. Identify earlier analyses and state where they are available for review.
b) Impacts adequately addressed. Identify which effects from the above checklist were within the
scope of and adequately analyzed in an earlier document pursuant to applicable legal standards,
and state whether such effects were addressed by mitigation measures, based on the earlier
analysis.
c) Mitigation measures. For effects that are “Less Than Significant with Mitigation Incolporated,”
describe the mitigation measures, which were incorporated or refmed fiom the earlier document
and the extent to which they address site-specific conditions for the project.
14 Rev. 07/03/02
DISCUSSION OF ENVIRONMENTAL EVALUATION
The proposed project involves the abandonment of an existing sewer pump station and the installation of an 8-inch
sewer pipeline to allow for gravity flow to an existing sewer pipeline. The proposed sewer pipe would connect to an
existing line located within the Forest Avenue right-of-way, at its intersection with Highland Drive. The new pipe
would be installed along the Forest Avenue right-of-way eastward using a trenching and backfilling method. The
remaining portion of the pipe would be installed through the Hosp Grove open space area using a horizontal drilling
method. The pipe would then connect to an existing sewer pipe in the Monroe Street right-of-way. All drilling
operations would be conducted from the Monroe Street end of the tunneling, thereby placing the drilling equipment
distant from the homes in the Forest Avenue area.
The potion of Hosp Grove proposed for the alignment is a sloping hillside with eucalyptus trees and scattered
undergrowth. No sensitive, threatened, or endangered species reside in or near the project site. The eucalyptus trees
may be used by migratory bird species for nesting, therefore the project includes a mitigation measure to preclude
construction that would damage or remove trees during the prime nesting season, as well as the requirement to
survey for nests prior to any operations that would result in tree damage, pruning, or removal. There are no
archeological or historical resources in the area, however the drilling would take place within Quaternary terrace
deposits and Santiago Formation. Both of these rock units are known to contain paleontological resources within
the City limits. Therefore, several mitigation measures have been added to the project requiring paleontological
assessment and monitoring.
AESTHETICS
No Impact. The proposed project would involve the short-term use of construction equipment within the improved
Forest Avenue and Monroe Street rights-of:way during installation operations. Once the project is complete, no
aboveground structures or apparatus would be apparent. No sources of light or glare are proposed with the project.
In addition, there are no significant visual resources within the project area. Therefore, the proposed Forest Avenue
Sewer Line project would not result in any significant aesthetic impacts.
AGRICULTURAL RESOURCES:
No Impact. There are no farmlands or property under Williamson Act contract within or near the project site. The
proposed trenching and backfilling operations within the improved right-of-way and horizontal drilling operations
would, therefore, have no impact to any agricultural resources.
AIR QUALITY-Would the project:
a) Conflict with or obstruct implementation of the applicable air quality plan?
No Impact. The project site is located in the San Diego Air Basin which is a federal and state non-attainment area
for ozone (03), and a state non-attainment area for particulate matter less than or equal to 10 microns in diameter
(PMlo). The periodic violations of national Ambient Air Quality Standards (AAQS) in the San Diego Air Basin (SDAB), particularly for ozone in inland foothdl areas, requires that a plan be developed outlining the pollution
controls that will be undertaken to improve air quality. In San Diego County, th~s attainment planning process is
embodied in the Regional Air Quality Strategies (RAQS) developed jointly by the Air Pollution Control District
(AF'CD) and the San Diego Association of Governments (SANDAG).
A plan to meet the federal standard for ozone was developed in 1994 during the process of updating the 1991 state-
mandated plan. This local plan was combined with plans from all other California non-attainment areas having
serious ozone problems and used to create the California State Implementation Plan (SIP). The SIP was adopted by
the Air Resources Board (ARB) after public hearings on November 9th through 10th in 1994, and was forwarded to
the Environmental Protection Agency (EPA) for approval. After considerable analysis and debate, particularly
regarding airsheds with the worst smog problems, EPA approved the SIP in mid-1996.
The proposed project relates to the SIP andlor RAQS through the land use and growth assumptions that are
incorporated into the air quality planning document. These growth assumptions are based on each city's and the
County's general plan. If a proposed project is consistent with its applicable General Plan, then the project
presumably has been anticipated with the regional air quality planning process. Such consistency would ensure that
the project would not have an adverse regional air quality impact.
15 Rev. 07/03/02
Section 15125(B) of the State of California Environment Quality Act (CEQA) Guidelines contains specific
reference to the need to evaluate any inconsistencies between the proposed project and the applicable air quality. .
management plan. Transportation Control Measures (TCMs) are part of the RAQS. The RAQS and TCM plan set
forth the steps needed to accomplish attainment of state and federal ambient air quality standards. The California
Air Resources Board provides criteria for determining whether a project conforms with the RAQS which include the
.
following:
0
0
Is a regional air quality plan being implemented in the project area?
Is the project consistent with the growth assumptions in the regional air quality plan?
The project area is located in the San Diego Air Basin, and as such, is located in an area where a RAQS is being
implemented. The project is consistent with the growth assumptions of the City’s General Plan and the RAQS.
Therefore, the project is consistent with the regional air quality plan and will in no way conflict or obstruct
implementation of the regional plan.
b) Violate any air quality standard or contribute substantially to an existing or projected air quality
violation?
Less Than Significant Impact. The closest air quality monitoring station to the project site is in the City of
Oceanside. Data available for this monitoring site through Apnl, 2002 .indicate that the most recent air quality
violations.recorded were for the state one hour standird for ozone (one day in both 2000 and 2001) and one day in
2001 for the federal 8-hour average for ozone and one day for the 24-hour state standard for suspended particulates
in 1996. No violations of any other air quality standards have been recorded recently. The project would involve
minimal short-term emissions associated with grading and construction. Such emissions would be minimized
through standard construction measures such as the use of properly tuned equipment and watering the site for dust
control. Long-term emissions associated wih travel to and from the project will be minimal. Although air pollutant
emissions would be associated with the project, they would neither result in the violation of any air quality standard
(comprising only an incremental contribution to overall air basin quality readings), nor contriiute substantially to an
existing or projected air quality violation. Any impact is assessed as less than significant.
c) Result in a cumulatively considerable net increase of any criteria pollutant for which the project
region is non-attainment under an applicable federal or state ambient air quality standard?
Less Than Significant Impact. The Air Basin is currently in a non-attainment zone for ozone and suspended fine
particulates. The proposed project would represent a contribution to a cumulatively considerable potential net
increase in emissions throughout the air basin. As described above, however, emissions associated with the
proposed project would be minimal. Given the limited emissions potentially associated with the proposed project,
air quality would be essentially the same whether or not the proposed project is implemented. According to the
CEQA Guidelines Section 15130 (a)(4), the proposed project’s contribution to the cumulative impact is considered
de minimus. Any impact is assessed as less than significant.
d) Expose sensitive receptors to substantial pollutant concentrations?
No Impact. As noted above, the proposed project would not result in substantial pollutant emissions or
concentrations. In addition, there are no sensitive receptors (e.g., schools or hospitals) located in the vicinity of the
project. No impact is assessed.
e) Create objectionable odors affecting a substantial number of people?
No Impact. The construction of the proposed project could generate fumes from the operation of construction
equipment, which may be considered objectionable by some people. Such exposure would be short-term or
transient. In addition, the number of people exposed to such transient impacts is not considered substantial.
BIOLOGICAL RESOURCES:
Potentially Significant Unless Mitigation Incorporated. The proposed sewer line installation project would
involve tunneling under an existing open space area. This area is occupied by a eucalyptus grove, with some under
story vegetation. Implementation of the project would likely involve the trimming or removal of several eucalyptus
trees near the Monroe Street frontage to accommodate the drilling equipment and staging areas. According to the
biological evaluation, conducted by Merkel and Associates and documented in a letter report, dated October 2004,
no sensitive or threatened species, wetlands, or riparian habitats exist within or near the project area. The trees can
16 Rev. 07/03/02
support nests for migratory birds, therefore the removal or pruning of trees containing must be conducted outside of
the prime nesting season and a biological monitor must inspect trees in or near the pruninglremoval area to ensure
that no nests are disturbed through the process. By implementing the mitigation measure for the protection of
migratory bird nests, the proposed project reduces the potential environmental impacts to biological resources to a
level of insignificance.
CULTURAL RESOURCES:
Potentially Significant Unless Mitigation Incorporated. The project site does not contain any historical
resources nor does it contain any human remains or archeological resources. The project does propose to tunnel into
Quaternary terrace deposits and Santiago Formation, both of which are know to contain potentially significant
paleontological resources. Therefore, the San Diego Natural History Museum was consulted to ascertain the
appropriate mitigation measures. These measures include the presence of a qualified paleontologist and
paleontological monitor to ensure that any evidence of fossil remains is investigated in the field and, if necessary,
collected and salvaged. Implementation of these mitigation measures reduces the potential environmental impact to
cultural resources to a level of insignificance.
GEOLOGY AND SOILS:
No Impact. According .to the project-specific geotechnical report, Geotechnical Investirration Forest Avenue Lift
Station Conversion Proiect Carlsbad, California, prepared by Group Delta Consultants, Inc on March 18, 2003, no
significant adverse environmental impacts due to geology or soils will result from implementation of the proposed
project. The proposed earthwork would not expose people or structures to potential substantial adverse effects as a
result of fault rupture, seismic ground shaking, liquefaction or landslides. The project is subject to the City’s
National Pollutant Discharge Elimination System Permit, as well as the City of Carlsbad Grading Ordinance,
therefore no significant soil erosion or runoff will occur. Given the above, no significant adverse impacts to geology
or soils will occur with the Forest Avenue Sewer Line project.
HAZARDS AND HAZARDOUS MATERIALS:
No Impact. The project site is not included in the list of hazardous materials sites and is not located near an airport
or airstrip. T’he project does not involve the routine transport, use, disposal, or release of any hazardous materials.
The Forest Avenue right-of-way and alternative routes would remain open to traffic, therefore no impacts to
emergency response or emergency evacuation plans will occur. Given the above, the proposed Forest Sewer Line
project will not result in any significant adverse environmental impacts due to hazards or hazardous materials.
HYDROLOGY AND WATER QUALITY:
No Impact. The proposed sewer line installation project is subject to the City’s National Pollutant Discharge
Elimination System Permit and the City’s Grading Ordinance, therefore no waste or pollutant discharge or,
substantial erosion and run off will occur. According to the project-specific geotechnical report, no groundwater
exists in or near the project site. The developed and sloping open space areas proposed for the sewer line
installation are not within the 100-year floodplain and are not subject to seiche, tsunami, or mudflow impacts. No
existing surface drainage features exist within the project area and no alteration of the existing surface sheet flow
drainage pattern is proposed with the project. Therefore, no significant adverse environmental impacts associated
with hydrology and water quality shall occur as a result of the proposed Forest Sewer Line project.
LAND USE AND PLANNING:
No Impact. No land use changes or aboveground development is proposed with the Forest Sewer Line project,
therefore no division or impact to existing communities or land uses will result. The proposed facility improvement
is consistent with all applicable land use plans. The proposed alignment does involve tunneling through a City open
space area, which is identified as a conservation area in the City’s Habitat Management Plan, however no significant
aboveground impacts to the existing vegetation should occur. Given the above, the proposed Forest Sewer Line
project will not produce any sigmficant adverse impacts to land use and planning.
MINERAL RESOURCES:
No Impact. The proposed project site does not contain any known mineral resources of future value to the State of
California. In addition, the site is not designated as a locally important mineral resource recovery site. Therefore,
no significant adverse impacts to mineral resources shall occur as a result of the Forest Sewer Line project.
17 Rev. 07/03/02
.
* NOISE:
No Impact. The proposed installation of the a sewer line would involve two construction activities: trenching and
backfilling withm the Forest Avenue street right-of-way and directional drilling from a staging area adjacent to the
Monroe Street right-of-way. All construction activities are subject to the City’s construction noise regulations,
which preclude construction after sunset on any day, before seven (7) a.m. Monday through Friday, before eight (8)
a.m. on Saturday, and on Sundays and holidays. The proposed construction activities, and the noise generated from
these activities are short-term in nature and no noise sources are proposed with the project. The project site is not
located near an airport or airstrip. Given the above, no significant adverse impacts due to noise will occur as a result
of the proposed Forest Sewer Line project.
POPULATION AND HOUSING:
No Impact. The proposed sewer line installation is part of a program to eliminate sewer pump stations and covert
to gravity flow where feasible. All facilities are sized to accommodate the amount of growth indicated and hted
by the City’s Growth Management Program, therefore the proposed sewer line does not have any direct or indirect
growth-inducing impacts. No housing exists within the project area, therefore no displacement of people will occur.
Given the above, the proposed Forest Sewer Line project will not produce any significant adverse impacts to
population and housing.
PUBLIC SERVICE:
No Impact. The proposed Forest Sewer Line project does not involve any construction or development that would
require to provisions of public services such as fire or police protection, schools, parks, or other public facilities.
The sewer line installation is proposed to accommodate existing and planned hture growth and, therefore, would
not result in substantial adverse physical impacts associated with the provision of new or physically altered
governmental facilities.
RECREATION:
No Impact. Since the proposed sewer line installation does not increase the capacity of growth beyond that allowed
by the City’s Growth Management Program, no increase in the demand for parks or other recreational opportunities.
No additional recreational facilities are proposed with the project, and no impact to the existing trail system within
Hap Grove would occur as a result of the project. Therefore, the Forest Sewer. Line,praject would not cause any
significant adverse impacts to recreation.
TRANSPORTATION/TRAFFIC-Would the project:
a) Cause an increase in traffic that is substantial in relation to the existing traffic load and capacity
of the street system?
No Impact.
project and, therefore, no impacts to existing traffic load or capacity of street system will occur.
Except for short-term construction traffic, no traffic will be generated by the sewer line installation
b) Exceed, either individually or cumulatively, a level of service standard established by the county
congestion management agency for designated roads or highways?
No. Impact.
project and, therefore, no level of service impacts on roadway segments or intersections will occur.
Except for short-term construction traffk, no traffic will be generated by the sewer line installation
c) Result in a change in air traffic patterns, including either an increase in traffic levels or a change
in location that results in substantial safety risks?
No Impact. The proposed project does not include any aviation components. The project is outside of the Airport
Influence Area and therefore no subject to the Comprehensive Land Use Plan for the McClellan-Palomar Airport. It
would not, therefore, result in a change of air traffic patterns or result in substantial safety risks. No impact
assessed.
18 Rev. Q7/#3/#2
d) Substantially increase hazards due to a design feature or incompatible uses?
No Impact. No circulation improvements are involved with the proposed sewer line installation project. Therefore,
it would not increase hazards due to an incompatible use. No impact assessed.
e) Result in inadequate emergency access?
No Impact. The proposed project has been designed to satisfy the emergency requirements of the Fire and Police
Departments. No impact assessed.
0 Result in inadequate parking capacity?
No Impact. The proposed project is not requesting a parkmg variance. Additionally, the project would comply
with the City’s parking requirements to ensure an adequate parking supply. No impact assessed.
g) Conflict with adopted policies, plans or programs supporting alternative transportation (e.g., bus
turnouts, bicycle racks, etc.)?
No Impact. No adopted policies, plans or programs supporting alternative transportation systems are impacted by
the proposed below-ground sewer line installation project.
UTILITIES AND SERVICE SYSTEMS:
No Impact. No water or storm drain facilities are proposed or impacted by the Forest Sewer Line project. The
existing sewer pump station is proposed to be removed and replaced with a gravity sewer system that ties into an
existing sewer line in Monroe Street. The pioposed gravity sewer is preferable to the pump station for both function
and safety reasons. The installation of the sewer line would not increase the capacity of the system to a level higher
than anticipated by the City’s Growth Management Program and, therefore, would not exceed the capacity of the
wastewater treatment facility to process the waste. No solid waste would be generated by the sewer line installation.
Therefore, the proposed Forest Sewer Line project would not result in any significant adverse impacts to utilities or
service systems.
EARLIER ANALYSIS USED AND SUPPORTING INFORMATION SOURCES
The following documents were used in-the analysis of this project and are on file in the City of Carlsbad Planning --
Department located at 1635 Faraday Avenue, Carlsbad, California, 92008.
.
1. Final Master Environmental ImDact Report for the City of Carlsbad General Plan Update (MER 93-01).
City of Carlsbad Planning Department. March 1994.
2. Geotechnical Investigation Forest Avenue Lift Station Conversion Project Carlsbad. California. Group
Delta Consultants, Inc. March 2003
3. Letter report from Director of Department of PaleoServices, San Diego Natural History Museum regarding,
“Paleontological Resources: Forest Sewer Pipeline Project Site.“ October 2004.
4. Letter report from Senior Biologist, Merkel and Associates regarding, “City of Carlsbad Sewer Line -
Biological Letter Report.” October 2004
19 Rev. 07/03/02
. (.
LIST OF MITIGATING MEASURES (IF APPLICABLE)
Biological Resources
1. To mitigate potential impacts to biological resources, more specifically migratory bird species that may use
portions of the tree canopy in Hosp Grove for nesting, no removal or damage of any active nests nor any
tree pruning or removal operations within 500 feet of any active nest shall occur during prime nesting
season, that being fiom March 15 to May 30. In addition, prior to any tree removal or pruning operations
proposed outside of the prime nesting season but within the period between January and June, a
confiition from a biologist that no disturbance to the nests or nesting activities would occur is required
prior to beginning of operations.
Cultural Resources
1. Prior to initiation of construction activities, a qualified paleontologist shall be retained to carry out the
mitigation program outlined below. A qualified paleontologist is defined as an individual with a MS or
PH.D. in paleontology or geology who is experienced with paleontological procedures, techniques, and
research problems.
2. A qualified paleontologist should attend the pie-construction meetings for each site to consult with the
excavation contractors.
3. A paleontological monitor should be onsite when excavation activities for the entrance and exit drilling pits
are being conducted in the Quaternary terrace deposits. A paleontological monitor is defined as an
individual whop has experience in the collection and salvage of fossil materials. The paleontological
monitor should work under the direction of a qualified paleontologist.
4. If fossils are discovered, the paleontologist (or paleontological monitor) should recover them IN most
cases this fossil salvage can be completed in a short period of time. Because of the potential for the
discovery of small fossil remains, such as isolated mammal teeth, it may be necessary to collect bulk
sedimentary matrix samples for screen-washing and laboratory analysis.
5. Fossil remains collected during the monitoring and salvage portion of the mitigation program should be
cleaned, repaired, sorted and cataloged.
,- . .. , >w . 6. ‘Prepared fossils, along witd copies of all pertinent field notes, photos, and maps, should be deposited (as a
donation) in a scientific institution with permanent paleontological collections such as the San Diego
Natural History Museum. Donation of the fossils should be accompanied by financial support for initial
specimen storage.
7. A final summary report should be completed that outlines the results of the mitigation program. This report
should include discussions of the methods used, stratigraphic sections(s) exposed, fossils collected, and
significance of recovered fossils.
20 Rev. 07/03/02
APPLICANT CONCURRENCE WITH MITIGATION MEASURES
THIS IS TO CERTIFY THAT I HAVE REVIEWED THE ABOVE MITIGATING MEASURES AND CONCUR
WITH THE ADDITION OF THESE MEASURES TO THE PROJECT.
21 Rev. 07/03/02
Appendix D
Soils Report
I
I
1 I
I
I
I
I
I
I
I
1
..
i I~ -.
, ,A’- A,. . -~-&
GEOTECHNICAL INVESTIGATION
FOREST AVENUE LIFT STATION CONVERSION PROJECT
CARLSBAD, CALIFORNIA
IGROUP
Prepared for
DUDEK E ASSOCIATES, Inc
Encinitas, California
Prepared by
GROUP DELTA CONSULTANTS, INC.
San Diego, California
Project No. S2 140
March 18, 2003
Certified MBE
Gmlrchnical Engmnriilg
GmlO$$f
Hydrqrolqy
Lwlhquake Engin<rring
Makrials 'T&i~ig & lnsprctioti
Forensic Srrvicer
I
I
I
I
I
Project NO. S2140
March 18,2003
Mr. Russ Bergholtz
DUDEK G ASSOCIATES
605 Third Street
Encinitas, California 92024
GEOTECHNlCAL INVESTIGATION
FOREST AVENUE LIFT STATION CONVERSlON PROJECT
CARLSBAD, CALIFORNIA
Dear Mr. Bergholtz:
In accordance with your request, Group Delta Consultants, lnc. (GDC) is pleased
to present our geotechnical investigation report for the proposed Forest Avenue
Lift Station Conversion Project within the city of Carlsbad, California.
The purpose of our study was to provide Dudek & Associates, lnc with an
assessment of the geotechnical conditions likely to be encountered along the
proposed pipeline alignment. This information is provided in the accompanying
report, which presents the results of our field exploration and laboratory testing,
as well as our conclusions and recommendations pertaining to the project.
We appreciate the opportunity to work with you on this project and trust this
information meets your needs. If you have any questions or require further
information, please give us a call.
Very truly yours,
GROUP DELTA CONSULTANTS, INC.
Barry R. Bevier, G.E.
Principal Engineer
G.E. 143
Addressee (7)
Attachments
10989-A Via Frontera A San Diego, California 92127 A (855) 524-1500 voice A (S%) 524-1599fn~
Aliso Viejo, Caliiornia A (949) 605-1020 Torrance, Cahiorfiis A (310; 52(:-51CtC
r r. ,.
I
I
I
I
1
I
TABLE OF CONTENTS
1
2
3
INTRODUCTION AND PROJECT DESCRIPTION .................................................. 1
PURPOSE AND SCOPE ......................................................................................... 2
FIELD INVESTIGATION AND LABORATORY TESTlNG ........................................ 3
3.1 Field Investigation .................................................................................................... 3
3.2 Laboratory Testing .................................................................................................. 3
SITE AND SUBSURFACE CONDITIONS ............................................................... 4 4
4.1
4.2
4.3
4.4
4.5
Regional Geology and Seismicity ............................................................................ 4
4.1. I Regional Geology ................................................................................................... 4
4.1.2 Seismicity .............................................................................................................. 4
Surface Conditions ................................................................................................. 5
Subsurface Soil Conditions ..................................................................................... 5
4.3.1 . West of Monroe Street ............................................................................................ 5
4.3.2 Canyon Bottom and Monroe Street ........................................................................ 6
Groundwater ........................................................................................................... 7
Geologic Hazards .................................................................................................... 7
4.5.1 Ground Surface Rupture ........................................................................................ 7
4.5.2 Seismic Shaking .................................................................................................... 7
4.5.3 Liquefaction: ; 7
4.5.4 Landslides .............................................................................................................. 8
4.5.5
................................. ........................................................................
Other Geologic Hazards ......................................................................................... 8
5 DlSCUSSlON AND CONCLUSIONS ...................................................................... 9
5.1 Excavation Characteristics ...................................................................................... 9
5.2 Trenchless Methods ................................................................................................ 9
RECOMMENDATIONS ............. : ........................................................................... 11
Subgrade Preparation and Backfill ........................................................................ 11
Temporary Excavation and Shoring ...................................................................... 12
6.2.1 OSHA Guidelines ................................................................................................. 12
6.2.2 Lateral Earth Pressures ......................................................................................... 12
6.3 Pipeline Design ..................................................................................................... 13
6.3.1 Pipeline and Anchorage and Sliding ..................................................................... 13
6.3.2 Pipe Design .......................................................................................................... 13
6.3.3 Pipe Trench. Pipe Bedding. and Pipe Zone Backfill Criteria .................................. 14
Horizontal Directional Drilling ............................................................................... 14
6.4.1 Soil Properties for Calculating Pipe Pressures ....................................................... 14
6.4.2 Consuuction Considerations ................................................................................ 14
6.5 Seismic Design Criteria ......................................................................................... 15
6.6 Soil Corrosivity ...................................................................................................... 16
6.7 Post Investigation Geotechnical Services .............................................................. 17
7 LIMITATIONS ....................................................................................................... 18
8 REFERENCES ...................................................................................................... 19
6
6.1
6.2
6.4
I
I
I
I
I
I
I
I
I
I
WDEK & ASSOCIATES, INC
Forest Avenue lift Station Conversion
Project No. S2 140
TABLE OF CONTENTS
(Continued)
TABLES
TABLE 1 - UBC 1997 SEISMIC DESIGN PARAMETERS
FIGURES
FIGURE 1 - VICINITY MAP
FIGURE 2 -
FIGURE 3 - SITE PIAN AND PROFILE
1997 UBC ACTIVE FAULT NEAR SOURCE ZONES
APPENDICES
APPENDIX A - FIELD iwnciA-noN
APPENDIX B - LABORATORY TESTING
March 18,2003
Page ii
I
GEOTECHNICAL [NVESTIGATION
FOREST AVENUE UW STATION CONVERSION PROJECT
CARLSBAD, CALIFORNIA
1 INTRODUCTION AND PROJECT DESCRIPTION
This report presents the results of our geotechnical investigation for the Forest Avenue
Lift Station Conversion Project in Carlsbad, California. The project location is shown in
Figure 1. The project consists of abandoning the present Forest Avenue Lift Station and
constructing an 8 inch-diameter gravity sewer along Forest Avenue to carry effluent
from the lift station site to an existing sewer located along Monroe Street. The total
length of the proposed sewer is approximately 1356 feet. Construction is anticipated to
be a combination of 982 feet of Horizontal Directional Drilling (Sta. O+OO to Sta. 9+82)
and 374 feet of cut and cover (Sta. 9+82 to 13+56). The approximate alignment and
profile are illustrated in Figure 2a and 2b.
I
I
I
I
WDEK G ASSOCIATES, INC
Forest Avenue Lift Station Conversion
Project No. S2 140
2 PURPOSE AND SCOPE
March 18,2003
Page 2
The purpose of this study is to provide a general assessment of the anticipated
geotechnical conditions along the pipeline alignment to assist Dudek & Associates in
their pipeline design studies. Our work included:
A review of published geologic maps;
A field investigation consisting of 3 hollow stem auger brings and laboratory testing
of selected samples;
An evaluation of the pertinent geotechnical aspects of the project, namely:
0 Soil and groundwater conditions, and their impact on the proposed
construction;
Geologic hazards, including faults, seismicity, and
liquefactiodsettlement potential;
Trench excavation considerations, such as excavatability,
construction-period trench-wall stability, and suitability of the
excavated materials for use as backfill; and
Geotechnical considerations for trenchless construction methods; and 0
Documentation of our investigation in a report.
I
t
I
DUDEK & ASSOCIATES, INC
Forest Avenue lift Station Conversion
Project No. S2 140
March 18,2003
Page 3
3 FIELD INVESTIGATION AND LABORATORY TESTING
3.1 Field Investigation
We performed a field investigation program consisting of three hollow-stem auger
borings along the project alignment. The boring depths ranged from 16.5 to 6 1.5 feet
below ground surface. Logs of these explorations are provided in Appendix A.
Our interpretations of subsurface conditions along the alignment were based on the
information from these test borings, and conditions may vary elsewhere along the
pipeline alignment. The locations of the test borings used for our study are indicated on
the boring location plan included as Figure 2 in this report.
3.2 Laboratory Testing
Laboratory testing was performed on selected samples of the subsurface materials
recovered in the borings. Tests were conducted to characterize the soils and evaluate
the engineering properties of the subsurface materials. The geotechnical laboratory
tests consisted of the following:
0 Moisture Content/Dry Density;
Grain Size Distribution;
Atterberg Limits;
0 Direct Shear; and
Soil Corrosivity (pH, sulfate, chloride, and resistivity).
Moisture content and dry density are shown on the boring logs in Appendix A. Detailed
descriptions of the tests performed and their results are presented in Appendix B. A
summary of laboratory test data is provided in Table B-1 of Appendix B.
I
I
1
I
I
1
I
I
I
I
I
I
I
WDEK G ASSOCIATES, INC
Forest Avenue lift Station Conversion
Project No. S2 140
4 SITE AND SUBSURFACE CONDITIONS
March 18,2003
Page 4
4.1 Regional Geology and Seismicity
4.1.1 Regionai Geology
Most of western San Diego County, including the project area, lies within the Peninsular
Ranges Geomorphic Province of California. The subject alignment extends through the
coastal plain area of San Diego, which is underlain by terraced coastal sedimentary
deposits of Quaternary to Tertiary age.
Our review of geologic maps (Tan and Kennedy, 1996) indicates the site is underlain by
Quaternary-age terrace deposits (Qt) which consist of poorly to moderatly-indurated
sandstone, which is in turn underlain by the Tertiary-age Santiago Formation (Tsa). The
Santiago Formation consists of poorly-indurated fine to medium-grained sandstone
interbedded with siltstone and claystone. Canyons in the project area are overlain by
deposits of colluvium (Qcol) and alluvium (Qal). Localized areas of the project likely
contain relatively shallow deposits of man-placed fill soils (Qf) as a result of past grading
for development, roadways, and other improvements.
4.1.2 Seisrnicity
Our review of geologic maps and literature indicates there are no known major or active
faults crossing or projecting toward the pipeline alignment. The site is not located in an
Alquist-Priolo Earthquake Fault Zone. The site is, however, located in a moderately
active seismic region of Southern California that is subject to significant hazards from
moderate to large earthquakes. Ground shaking could affect the site in the event of an
earthquake on any of the active fault zones located in or offshore of Southern California.
Based on 1997 UBC, the closest known active fault to the site is the Newport
InglewoodRose Canyon Fault (M=6.9), located about 5 miles (9 km) west of the project
offshore. This fault is the primary influence on the seismic ground-shaking hazard to
the proposed alignment. The Elsinore FaultJulian segment (M=7.1) located
approximately 23 miles to the northeast, and the Coronado Banks Fault (M=7.4)
located 22 miles southwest (offshore), could also cause strong shaking at the site. The
I I
WDEK E ASSOCIATES, INC
Forest Avenue Lift Station Conversion
Project No. S2140
March 18, 2003
Page 5
site location is shown on the Active Fault Near-Source Zones Map (UBC, 1997) in
Figure 3.
4.2 Surface Conditions
The project alignment is on local streets and adjacent slopes within the city of Carlsbad.
The project alignment follows narrow two-lane streets through a residential
neighborhood from Sta. O+OO to 7+80. Streets are paved with asphalt concrete (AC).
Single family residential housing exists on both sides of the proposed alignment. The
topography in this reach rises from El. 160 ft. (O+OO) to El. 188 ft (7+80) at the
intersection of Crest Drive and Forest Avenue. Grades drop from El. 188 ft to El. 64 ft
between stations Sta. 7+80 and Sta. 13+00 as the alignment descends a steep slope
down to Monroe Street. The slope is densely vegetated. From 13+00 to the end of
project (13+56) elevation is relatively constant at about 64 to 65 feet as the alignment
crosses Monroe Street. Numerous utilities exist along the alignment including gas,
water, sewer, and telecommunications. Some of these may require protection during
project construction. The contractor should veri& the location of all utilities and take
the necessary precautions.
4.3 Subsurface Soil Conditions
Subsurface soils have different characteristics in the vicinity of Monroe Street compared
to the soils upslope to the west. The two areas are described separately.
4.3.1 West ofMonroe Street
Review of published geologic maps (Tan and Kennedy, 1996) indicates that the upper
part of the slope below Forest Avenue and west of Monroe Street consists of Terrace
Deposit (Q) and the lower portion of the slope consists of Santiago Formation (Tsa)
sandstone. The mapped geology is consistent with the dense sandy formations
observed in our brings B-1 and B-2. These consist of dense to very dense sandy
materials ranging from clean Poorly Graded Sand (SP), to Poorly Graded Sand with
Silt (SP-SM), to Silty Sand (SM). Grain size tests on selected samples indicate the
materials are predominantly fine-grained sands and fine- to medium-grained sands with
WDEK G ASSOCIATES, INC
Forest Avenue Uft Station Conversion
Project No. 52140
March 18,2003
Page 6
1
I I
I
I
I
I
I
I
I
I
I
I
I
1
1
I
I
a measured 7 to 13 percent passing the No. 200 sieve. Standard Penetration Test
(SPT) blowcounts are typically well in excess of 50 blows per foot. The materials are
described as friable and weakly cemented, with relatively low moisture contents ranging
from 2 to 11 percent. The results of direct shear testing performed on two samples in
the sandy materials showed both cohesion and friction. The results of the testing are
included in Appendix B.
Relatively infrequent layers of gravels and cobbles were encountered in the borings.
The layers encountered ranged from 1 to 4 feet in thickness, and were estimated to
contain 60 to 70 percent gravels and cobbles in a sandy matrix. A 4-foot thick layer was
encountered between El. 132 and 136 feet in B-1, and a 1-foot thick layer was
encountered between El. 145 and 146 feet in 8-2 during our field investigation. The
gravels and cobbles encountered were generally rounded to sub-rounded and round to
elongate in shape, with a maximum size of 5 inches, and an average size of 2 to 3
inches. Although no other gravel and cobble layers were encountered, it should be
assumed that similar layers are like& to occur randomly at other locations and
elevations within these sedimentary deposits.
4.3.2 Canyon Bottom andMonroe Street
Published geologic maps (Tan and Kennedy, 1996) indicate alluvial deposits in the
canyon area east of the base of the slope near Monroe Street. Boring B-3 was drilled at
the base of the slope west of Monroe Street and did not encounter alluvium, but alluvial
deposits may be encountered further east. The soils observed in Boring B-3 are likely
shallow Fill (Qf) and / or Colluvium (Qcol) accumulated at the base of the slope, as
indicated by plant roots at a depth of 10 feet. The soils in Boring B-3 were dense to
very dense silty to clayey sands (SM-SC), with SPT blowcounts ranging from 42 to 76
blows per foot, and measured percent passing No. 200 sieve ranging from 24 to 29
percent. Moisture content was measured between 5 and 8 percent. A direct shear test
was performed on a sample from B-3, and yielded a peak cohesion intercept of 5 19 psf
and friction angle of 30 degrees.
WDEK G ASSOCIATES, INC
Forest Avenue Lift Station Conversion
Project No. S2140
March 18, 2003
Page 7
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
4.4 Groundwater
Neither a regional groundwater table, perched groundwater, nor any seepage was
observed in the borings. However, localized perched groundwater and seepage could
be encountered during excavations, and groundwater conditions may vary due to
irrigation, precipitation, or other activities.
4.5 Geologic Hazards
4.5.1 Ground Surl'ace Rupture
No faults are mapped as crossing or projecting toward the project alignment. The site
is not located in an Alquist-Priolo earthquake fault zone; therefore, it is our opinion, the
potential for ground rupture due to fault movement in the project area is considered to
be very low.
4.5.2 Seismic Shaking
The closest active fault to the site is the Newport InglewoocURose Canyon Fault capable
of generating a Magnitude 6.9 (UBC, Table 1) earthquake at a distance of about 5 miles
to the southwest (see Figure 3). The mean value of deterministic peak bedrock
acceleration at the site is on the order of 0.4 g (Caltrans, 1996; Blake, 2000).
Probabilistic Seismic Shaking Hazard Maps of California produced by California Division
of Mines and Geology (CDMG, 1999) indicate the peak ground acceleration with a 10%
probability of being exceeded in 50 years at the site is on the order of 0.2 to 0.49. For
design the parameters recommended in 1997 UBC, Section 6.5 may be used.
4.5.3 Liquefaction
Liquefaction is a phenomenon where saturated cohesionless soils of loose to medium
density undergo a temporary loss of strength due to buildup of pore-water pressures
during severe ground shaking, and acquire a degree of mobility sufficient to permit
ground deformation. In extreme cases, the soil particles can become suspended in
ground water, resulting in the soil deposit becoming mobile and fluid like. Liquefaction
N:~WAq*chml4OFaptuPSUUmWqromsZl#~kmrL~ DELTA/
I I
I
I
I
I
I
I
I
1
I
I
I
WDEK G ASSOC(ATES, INC
Forest Avenue Lift Station Conversion
Project No. S2140
March 18, 2003
Page 8
susceptible soils are primarily loose to medium dense deposits of saturated
cohesionless soils such as sands, silty sands, and sandy silts. Three conditions are
required for liquefaction to occur: (1) cohesionless soils of loose to medium density;
(2) saturated conditions; and (3) rapid, large strain, cyclic loading, normally provided by
earthquake motions.
The site is underlain by dense to very dense sandy materials and no groundwater is
present. Therefore, the liquefaction potential is insignificant.
4.5.4 Landsfides
Based on our review of local landslide hazard maps (CDMG 95-04, 1995), the site is not
located within or adjacent to a known or suspected landslide. The proposed project will
not modify the site grades or change the potential for landsliding, and as such a
detailed evaluation of slope stability was not warranted for this study.
4.5.5 other Geologic Hazards
Other geologic hazards may include seiches, and tsunamis. No large bodies of water
are located in the immediate vicinity of the site; therefore, the potential for seiches
impacting the site is considered negligible. Since the site is located about 2 miles
inland, and minimum site elevations are about El. +64 feet, there is no damage
potential from tsunamis at the site.
I
DUDEK G ASSOCIATES, INC
Forest Avenue Lift Station Conversion
Project No. S2140
March 18,2003
Page 9
I
I
I
I
I
I
I'
I
5 DISCUSSION AND CONCLUSIONS
5.1 Excavation Characteristics
For a cut-and-cover construction method, site soils are anticipated to be excavatable
with medium to heavy effort by conventional heavy-duty excavation equipment.
Oversized particles and locally cemented soil within the formational materials could
' result in difficult excavation locally. The majority of the excavated soil is expected to be
suitable for trench backfill.
5.2 Trenchless Methods
Trenchless construction for this project will involve an 8-inch pipe that will be placed
using the technique of Horizontal Directional Drilling (HDD) for a run of abut 980 feet.
The depths of access shafts for the subsurface excavation are anticipated to be on the
order of 15 to 25 feet.
Based on the conditions encountered in Borings B-1 and B-2, the proposed trenchless
operation for this reach will likely be within dense sandy Quaternary and Tertiary age
deposits. Both Formations as observed in Boring B-1 and 8-2 consist primarily of
poorly indurated friable sandstone, which may be considered soft rock or very dense
soil. These materials are weakly cemented to non-cemented, with relatively low fines
content and low moisture content. While they contain a small amount of apparent
cohesion and may stand unsupported for a short period, they should be considered
susceptible to caving or sloughing of the excavation walls. The sandy materials are
considered genera& suitable for the ffDD technique.
Within the sandy materials, relatively infrequent layers of gravels and cobbles were
encountered in the borings. The layers encountered ranged from 1 to 4 feet in
thickness, and were estimated to contain 60 to 70 percent gravels and cobbles in a
sandy matrix. The gravels and cobbles encountered were generally rounded to
subrounded and regular to elongated in shape, with a maximum size of 5 inches, and
an average size of 2 to 3 inches. Although encountered relatively infrequently in our
~~w~wl4of-l Ut~lRrpomsZIIo Gsa htestda
FIGURES
I
The base map is from 3D-Top0 Quads (C) Delorme
N
;T No scale
GDC Project No. s2140
Forest Lfi Station
Carlsbad, California
Vicinity Map
Figure 1
E
MATCHLINE-STA E+OO.OO KE SHEET X
\ I
WDEK & ASSOCIATES, INC.
Forest Avenue lift Station
GDC Project No. S2140
APPENDIX A
FIELD INVESTIGATION
A. 1 Introduction
Group Delta Consultants, Inc. (GDC) investigated the subsurface conditions at the
project site on February 20*, 2003 by performing three (3) soil borings (Figures A-2
through A-4). The approximate locations of the test explorations are shown on the
Site Plan, Figure 2. A summary of the soil borings is presented in Table A- 1.
A2 Borings
Three test borings were advanced to depths ranging from 16.5 to 61.5 feet below
ground surface using truck-mounted Mobile B-61 drill rig equipped with 8-inch
Hollow Stem Auger.
Bulk samples of the soil cuttings were collected and placed in plastic bags. Drive
samples were collected at a typical interval of 5 feet. The sampling utilized Standard
Penetration Test (SPT) samplers or California samplers. SPT drive samples were
obtained in accordance with ASTMD1586-82 using a 2-inch outside diameter,
1.375-inch inside diameter split-spoon sampler without lining. The soil recovered
From the SPT sampling was sealed in plastic bags to retain the natural moisture
content. The California Sampler is a 3-inch outside diameter split barrel sampler
lined with 2.4-inch inside diameter metal rings. Compared to the SPT, California
Samplers provide relatively undisturbed samples. California samples were removed
from the sampler, retained in the metal rings, and placed in sealed plastic canisters
to prevent moisture loss.
At each sampling interval, the drive samplers were fitted onto sampling rod, lowered
to the bottom of the boring, and driven with a 140-lb hammer free-falling a height of
30-inches. SPT blow counts are often used as an index of the relative density and
resistance of the sampled materials. For relative density estimation, California drive
sampler blow counts can be approximately converted to equivalent SPT blow counts
WDEK & ASSOCVITES, INC.
Forest Lift Station GDC Project No. S2140
Page A-2
by multiplying the field blowcounts by a factor of 0.67 to correct for larger sampler
end-area. Drive sample blow counts are presented on the boring logs.
At the completion of drilling, each borehole was backfilled with cuttings then cold
patched in surface. All samples of the recovered earth materials were transported to
our laboratory for further inspection and testing.
All the boreholes were advanced under the continuous technical supenrision of a
GDC field engineer or geologist, who visually inspected the soil and rock samples,
maintained detailed logs of the borings, and visually classified the soils in the field in
accordance with the Unified Soil Classification System (USCS). Field classifications
were modified where necessary on the basis of laboratory test results. A key for soil
classification and boring log legend are presented in Figure A-la and A-lb,
respectively. Detailed logs of the soil borings including blow count data, pocket
penetrometer readings, percent passing the No. 200 sieve, and in-situ moisture
content and dry density are presented in Figures A-2 through A-4. Laboratory tests
performed are indicated on the boring logs in the column labeled "Other Tests".
Descriptions of the laboratory tests performed and a summary of the results are
presented in Appendix 8.
The following abbreviations are used for "Other Tests" on the logs:
Ab. Atterberg Limits Test
GS Grain Size Distribution Test
HY Hydrometer Test
CO
DS Direct Shear Test
Corrosivity Tests (pH, sulfate, chloride, and resistivity)
A.3 List of Attachments
Table A-1 Summary of Field Explorations
Figure A- 1 a Key for Soil Classification I Figure A-1 b
Figures A-2 through A4
Boring Log Legend
Boring Logs
i'
I
I
1
I
I
I
I
I
I
I
I
I
I
PROJECT NUMBER BoRlNG -
LEGEND
START FINISH SHEET NO. SITE LOCATK)N 1 of I
DRlwNGME~ LOGGED CHECKED BY BY AILLING COMPANY
DRILLING EQUIPMENT
5
10
15
20
i i
BORING MA. (in) TOTAL DEPTH (ft) GROUND €LEV (ft) DEPTH/€W. GROUND WATER (ft)
35 Y Ina
0-2
$3
I
:u I
I ilfl- 10989-A Via Frontera
BULK, CAL. SPT - Refers to the sampling method as described below
BULK - Refers to collecting sample by method of placing soil cuttings into a plastic bag
CAL (CALIFORNIA MODIFIED) -A 76.2mm 0.d. spli tube sampler lined with 61.5mm i.d. metal sample rings generally driven tnto the soil by a free falling hammer
SPT (STANDARD PENETRATION TEST) -A 50.8mm 0.d. spli spoon sampler with a 34.9mm i.d. generally driven into the soil with a 63.6kg hammer free falling a height of 762mm
THIS SUMMARY APPLES ONLY AT THE LOCATION OF THlS BWNG AND AT THE TlME W DRILLING. SUBSURFACE C0"S MAY DIFFER AT OTHER LOCATK)NSANOMAYC"G€ATTHlSLOCATK)N WrmTHEPASSAGEOfTWE THEDATA PRESENTED IS A SlMwFlCAfloN Of THE ACTUAL P-.mme.m C.ICI. +.-I--
FIGURE A-lb
I
I
I
I
I
I
I
I
_-
ROJECT NAME OG OF TEST BORING IFOREST LIFT STATlON CONVERSION
PROJECT NUMBER 'BORING
S2140 B-1
CARLSBAD, CALIFORNIA I212012003 I2/20/2003 I lof2
LlLLlNG COMPANY I DRILLING METHOD I LOGGED BY I CHECKED BY
1 START 1 FINISH ' E LOCATION
I Hollow Stem Auaer I G.Gau I ~.sctteyhinn 1 BORING MA. (in) : 8, C Drillina LlLLlNG EQUIPMENT 1 TOTAL DEPTH (rq I GROUND ELN (n) I DEPTH/-. GROUND WATER (rq
SHEET NO.
inobile Drill B-61
MPLING METHOD
5
10
.15
30 50/6"
33 50%"
50/6"
25 35 40
18 I 31 I 159 I ~n~alna
TATION
DESCRIPTION AND CUSSIFCATION
reddish brown. moist, very dense
- fine to medium grained - becomes brown interbedded with light grey
- cobbles (ma !in, average 2-39 in rand matrix (approxiamtely 40% SP. 60% gravels and cobbles) oobbles rounded to subrounded, regular to elongated.
THIS SUMMARY APPLIES ONLY AT THE LOCATK)N OF THIS BORING AND AT THE TIME OF MULLING. SUBSURFACE C0NDK"S MAY DIFFER AT OTHER
THEP PASSAGE OFT ME. MEDATA LOCATK))JSANDMAYC"GEATTH~SLOC" FIGURE 2 a
PRESEWrrn IS A SMPI KEA.TMN M WE APT1 IAI
PROJECT NAME BoRlNG PROJECT NUMBER
Mobile Drill B-61
SAMPLING METHOD
[LOG OF TEST BORING IFOREST S2 140 I START I FINISH I 'ITELOCATION
Hammer: 140 Ibs.. Drr
W s=
PW
B-1
SHER NO.
30
I 'I i I-
DRILLING COMPANY DRILLING METHOD
: 30 in -
t;23 z333 $a:"- - 50/1"
40 5015"
LOGGED BY CHECKED BY
I 8" I 31 1 159 I ~ntaina
TATION
F&C Drillina DRILLING EQUIPMENT
'Roup GROUP DELTA CONSULTANTS, INC.
10989-A Via Frontera
Hollow Stem Auqer G. Gau C. Schevhinn BORING DU (in) TOTAL DEPTH (n) I GROUND ELW (n) 1 DEW-. GROUND WATER (n)
DESCRIPTION AND CUSSIFCATION
Ol
- no cobbles
- becomes light grey
I Boring terminated at 31 t?. No gmundwater emuntemd. Backfilled with bentonite chips then eokj patchsd.
THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THlS BORING AN0 AT THE TIM OF DRILLING. SUBSURFACE C0NDITK))JS MAY DIFFER AT OTHER LOCATIONS AND MAY CHANGE AT THls LOCATION L ME PASSAGE OF TIME. TEMTA PRESENTEb IS A SIMP1 IFICATlnN OF WF ACT1 lAl
FIGURE 2b
CARLSBAD, CALIFORNIA 1 of 3
F&CDn 'Ilina Hollow Stern Auaer G. Gau C. Schevhi
WLLMGCOMPANY DRILLING METHOD LOGGED BY CHECKED BY
lRlWNG EQUIPMENT BORING DU (In) TOTAL DEPTH (n) GROUND €LEV (ft) MPTHIELN. GROUND W
AMPLING METHOD STATION Mobile Drill B-61 8" 61.5 188 I nlalna
?r: 140 Ibs., Dv I: 30 ir
W a $s 0 5 -
6.5
6.7
5.6
4.4
3 0 88 Y-
00 B
DESCRIPTION AND CUSSIFICATION
....... ~ ~ ...... .-.-... ~ ......... f __ Poorly grained SAND (SP) reddish brown, moist, very dense fine to medium grained
- becomes brown interbedded with grey
S2140 B-2
rE LOCATION I START I FINISH 1 SHEET NO.
CARLSBAD, CALIFORNIA I 2120/2003 I 2/20/2003 I2Of3
'DRILLING COMPANY DRILLING METHOD LOGGED BY CHECKED BY
G. Gau
DRILLING EQUIPMENT
8" 61.5 188 X nlalna
TATlON Mobile Drill B-61
SAMPLING METHOD
30
Ibs.. Drc : 30 in -
-
26 37 5015"
30 41 5014"
32 43 50
5W4"
40 5016"
__.
w a
Y- O z
?g
-
2.4
3.0
2.2
3.0
1 .a
I
DESCRIPTION AND CLASSIFICATION
1 THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS B~INO AND AT THE TM OF DRIUNG SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCATIONSANDMAYCHANGEATTHISLOCATION FEURE 3 b WITH THE PASSAGE Of TIME. THE DATA
"Our GROUP DELTA CONSULTANTS, INC.
10989-A Via Frontera --- m:.--- na nna--. PRESENTED IS A SIMPLIFICATKW OF THE ACTl IAl lWX T A
PROJECT NUMBER BORING
S2140 B-2
PROJECT NAME
SHEET NO- I FINISH
LOG OF TEST 1 FOREST LIFT STATION CONVERSION
;IT€ LOCATION 1 START
3 of 3 CARLSBAD, CALIFORNIA I 212012003 I 2/20/2003
F8CDn 'Ilina Hollow Stem Auaer RILLING EQUIPMENT BORING DIA. (in) TOTAL DEPTH (ft) GROUND €LEV (ft) DEPTWELN. GROUND WAER
Mobile Drill B-61 8" 61.5 188 X nlatna
mWN0 COMPANY DRILLING METHOD LOGGED BY CHECKED BY C. Scheyhing G. Gau
IAMPUNG METHOD STATION
Hami -
9
E W 0 -
- 55
-60
- 65
- 70
-
!r: 14
5
d
F-
-
-135
.130
.125
-120
.115
Ibs.. Dr I: 30 ir
ZW-J gae
20 5016"
-
28 38 48
32 32 50
W a $E 2 -
5.2
4.1
10.8
10.5
7+90 50 R
DESCRIPTION AND CLASSIFICATION
light grey, moist. very dense finegrained sand
1
THE SUMMARY APPLIES ONLY AT THE L0CATK)N OF THE BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONMTKlNS MAY DlFFf R AT OTHER
WITH THE PASSAGE OF TlME THE DATA PRFAFhmn 1% A SIMVI ItlPATtnU nc TUC nrm )AI
DELTA INC-
LOCATIONS AND MAY CHAISE AT THIS LOCATION FIGURE 3 C 10989-A Via Frontera
CI -- e. -- .--
CARLSBAD, CALIFORNIA I lofl DRILLING COMPANY ] DRILLING METHOD I LOGGED BY I CHECKED BY
F & C Drillina
Mobile Drill B-61
DRILLING EOUIPMENT
Hollow Stem Auaer I G.Gau I ~.sct~evhina
8” 16.5 66 II. nfalna
BORING MA. (In) TOTAL DEPTH (ft) GROUND ELEV (ft) DEPWW. GROUND WATER (n)
Hammer: 14
u
+ :p 3: j3
H- fi
k
G- Q
3 z
2-
o
(3-
o E-
-10
- 15
-
-20
*’
: 30 in. I 12+8015L
t
18 20 22
33
~ .-.......... _-- ............ _._ ....... ~ ........ ~ ............ ~ ......_..._.._........- ~ ..........__._.__ _.._..._._ _...__..__.___.. Slky to Clayey SAND (SC-SM) orange brown, moist, very dense, roots fine to medium grained
- becomes dark grey - becomes dense
THIS SUMMARY APPUES ONLY AT THE LOCATION
SUBSURFACE CONDITIONS MAY DIFFER AT OTHER
WITH THE PASSAGE OF TIME. THE UTA PRESENTED IS A SIMPLIFICATION OF THE ACTUAL
.o* GROUP DELTA CONSULTANTS, INC. OF THIS BORING ANO AT THE TIME OF DRILLING.
LOCATWSANDMAYCHANGEATWSLOCAW FIGURE 4 10989-A Via Frontera
nrr TA 0,- n:--- n~ nmd-9
APPENDLXB
LABORATORY 7ESlTNG
I
I
I
I
I
I
I
I
I
I
1
WDEK G ASSOCIATES, INC.
Forest Lift Station
GDC Project No. S2140
APPENDIX B
LABORATORY TESTING
B. 1 Introduction
California drive-samples and bulkhag samples were collected during our field
investigation. All samples were sealed in the field to prevent moisture loss, and
transported to the laboratory for examination and testing. Tests were performed on
selected samples as an aid in classifying the soils and to evaluate their physical
properties and engineering characteristics. Details of the laboratory testing program
and test results are discussed in the following sections. The laboratory testing was
performed using appropriate American Society for Testing and Materials (ASTM) and
Caltrans Test Methods (CTM). Brief descriptions of the laboratory testing program
and test results are presented below.
B.2 Soil Classification
The subsurface materials were classified using the Unified Soil Classification System
(USCS) in accordance with ASTM Test Methods D2487-85 and D2488-84. The soil
classifications are presented on the boring logs in Appendix A.
B.3 Moisture Content and Dry Density
Moisture content and dry density were determined for selected samples. The drive
samples were trimmed to obtain volume and wet weight then were dried in
accordance with ASTM D2216-71. Mer drying, the weight of each sample was
measured, and moisture content and dry density were calculated. Moisture content
and dry density values are presented on the boring logs in Appendix A.
B.4 Grain Size Distribution and Fines Content
Representative samples were dried, weighed, soaked in water until individual soil
particles were separated, and then washed on the #200 sieve. The portion of the
material retained on the #200 sieve was oven-dried and then run through a standard
WDEK & ASSOCIATES, INC.
Forest Lift Station
GDC Project No. S2140
Page 8-2
set of sieves in accordance with ASTM D422-94. The results of grain size distribution
tests performed are graphically shown in Figures B-1 through 8-2. The relative
proportion (or percentage) by weight of gravel, sand and Fines (silt and clay) are
summarized in Table B-1. Fines content or percent passing #200 sieve were
performed on selected samples.
B.5 Corrosivity Tests
Selected samples were tested for corrosion potential and included soluble sulfate
content (CTM 4 17), soluble chloride content (CTM 422), minimum electrical
resistivity (CTM 643) and pH. The test results are presented in Table B-1.
B.6 Atterberg Limits
Liquid limit, plastic limit, and plasticity index were determined for selected soil
samples in accordance with ASTM D 43 18-95a. The soil sample was air-dried and
passed through a No. 40 sieve and moisturized. The liquid and plastic limit tests
were performed on the fraction passing the No. 40 sieve. Results of the Atterberg
limits tests are shown graphically on Figure 8-3, and are also summarized
numerically in Table 8- 1.
B.7 Direct Shear Test
To determine the shear strength parameters of the on-site soils, direct shear tests
were performed on selected ring samples in accordance with ASTM D 3080-90.
After the initial weight and volume measurements were made, the sample was
placed in the shear machine, and a selected normal load was applied. The sample
was submerged, allowed to consolidate, and then was sheared to failure. Shear
stress and sample deformations were monitored throughout the test. The process
was repeated under two additional normal loads. The plots of shear stress versus
normal stress are shown on Figures B-4 through B-6. Our interpreted friction
angles and cohesion intercepts are listed in Table B- 1.
I
I
I
I
1
I
1
I
I
I
I
WDEK & ASSOCIATES, INC.
Forest Lift Station
GDC Project No. S2140
B.8 List of Attached Tables and Figures
The following tables and figures are attached and complete this appendix:
Table B-1 Laboratory Data Summary Sheet
Figures B-1 to 8-2
Figure B-3
Figures B-4 to B-6
Grain Size Distribution Test Results
Atterberg Limit Test Results
Direct Shear Test Results
Page 8-2
.) E a
L
I a i d
iP
SILT OR CLAY GRAVEL SAND
coane I fine coarseI medium I fine COBBLES
i
U.S. SIEVE OPENING IN INCHES I U.S. SIEVE NUMBERS I HYDROMETER
GRAIN SIZE DISTRIBUTION
Group Delta Consultants, Inc.
'
'
GRAIN SEE IN INCHES
Project: FOREST LIFT STATION CONVERSION
Location: CARLSBAD, CALIFORNIA
Number: S2140
FIGURE B-1
SYMBOL BORING DEPTH (fit) USCS CLASSIFICATION
0 6-1 20.0 (SPSM) Poorly graded SAND with Silt
m 6-1 . 30.0 (SPSM) Poorly graded SAND with Silt
A 6-2 35.0 (SM) Silty SAND * B-2 45.0 (SPSM) Poorly graded SAND with Silt
SYMBOL BORING DEPTHM) Dl00 D30 & pl & Q
0 B-1 20.0 19 0.333 0.178 1.36 4.71
8-1 30.0 4.75 0.36 0.174 1.17 5.02
A 8-2 35.0 76.2 0.186 0.105 * 8-2 45.0 9.5 0.409 0.208 0.096 1.09 4.25
I
I
I
I
I
I
1
1
1
I
GRAVEL
coarse I fine COBBLES SILT OR CLAY SAND
coarse1 medium I fine
U.S. SIM OPENING IN lNcHES I U.S. SlEVE NUMBERS I HYOROMEER
1 0.1 0.01
GRAIN SIZE IN INCHES
SYMBOL BORING DEPTH Cft)
e B-2 60.0
m 8-3 5.0
A 8-3 15.0
USCS CLASSIFICATION
(SM) Silty SAND
(SC) Clayey SAND
(SCSM) Clayey to Silty SAND
SYMBOL BORING DEPTH@ DlOO 030 DiO LL pL pl
0 B-2 60.0 9.5 0.146 0.094
8-3 5.0 12.7 0.426 0.079
A 8-3 15.0 12.7 0.366 0.119
-- cc cu
~
Location: CARLSBAD, CALIFORNIA
Number: S2140
1
i
I1
I
I
I
1
I
I
I
I
I
ATTERBERG LIMITS
-
0 20 40 60 80 100
LIQUID LIMIT
Project: FOREST LIFT STATION CONVERSION
Location: CARLSBAD, CALIFORNIA
Number: S2140 FIGURE 8-3
SYMBOL BORING DEPTH@ pL pl M w% USCS CLASSIFICATION
0 6-3 10.0 23 16 7 -1.14 8 (SCSM) Clayey to Silty SAN
4000
DESCRIPTION
Brown Sand
3000
SHEAR CoHES1oN FRICTION ANGLE SAMPLE
LOCATION DEPTH (m STRENGTH (PSF) - B1 15' PEAK 352 35
cn cn L 2000 Li
:HECKED BY: DC FN: LAB
'ROJECT NO.: DATE: warn
1000
0
S2140 - Forest Lift Station
DIRECT SHEAR TEST RESULTS
Group Delta
I I,
I
I
I
I
I
I
I
I
I
DESCRIPTION
light grey Silty Sand
4000
SHEAR COHESloN FRICTION ANGLE SAMPLE
LOCATION DEPTH (FT) STRENGTH (PSF) - 82 55.0 PEAK 373 34
3000
:HECKEDBY DC FN: LAB
'ROJECT NO.: DATE: 3/18/03
1000
0
DIRECT SHEAR TEST RESULTS
Group Delta
S2140 - Forest Lift Station
0 1000 2000 3000 4000
NORMAL STRESS (PSF)
3 I to
DESCRIPTION
BrownClayeySand
4000
3000
2000
1000
0
SHEAR CoHES'oN FRICTION ANGLE SAMPLE
LOCATION DEPTH (FT) STRENGTH (PSF)
L B3 10.0 PEAK 519 30
0
:HECKEDBY: DC
'ROJECT NO.:
lo00 2000 3000
NORMAL STRESS (PSF)
FN: LAB
DATE: 3/14/03
4000
DIRECT SHEAR TEST RESULTS
Group Delta
S2-140 - Forest Lift Station
FIGURE 6-6