HomeMy WebLinkAboutJ Fletcher Creamer & Son Inc; 2002-11-26; 3583-2DOC # 2003-0846357
Recording requested by: 1 1
JUL 16s 2003 12~49 PM
OFFICIAL REm W DIEGO WUHTY WORDER'S OFFICE GREGORY J. SnITHs CWIlTy RECORDER FEES: 0.00
CITY OF CARLSBAD ) 1
When recorded mail to: )
)
City Clerk )
City of Carlsbad )
1200 Carlsbad Village Dr. ) Carlsbad, CA 92008
Space above this line for Recorder's Use
NOTICE OF COMPLETION
Notice is hereby given that:
1.
2.
3.
4.
5.
6.
7.
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 of improvement on the property hereinafter described was completed on March 6,
2003.
The name of the contractor for such work of improvement is J. Fletcher Creamer and Son.
The property on which the work of improvement was completed is in the City of Carlsbad,
County of San Diego, State of California, and is described as the construction of the South
Agua Hedionda Interceptor (SAHI) Phase II Reach Ill, Project No. 3583-2.
CITY OF CARLSBAD
L
%eputy Publipworks Director
LENN PRO
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 July 15 , 2003, 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 Julv 16 , 2003, at Carlsbad, California.
CITY OF CARLSBAD
V City Clerk
AB #17,241 (7-15-03)
Reso. 2003-189
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS AND
SUPPLEMENTAL PROVISIONS
FOR
SOUTH AGUA HEDIONDA
SEWER INTERCEPTOR (SAHI)
PHASE 11, REACH 111, STATION 15 TO 73
CONTRACT NO. 3583-2
August 2002
4? Revised 04!22/02 Contract No. 3583-2 Pine i nf 11 K D-nsr
. . Item
TABLE OF CONTENTS
Notice Inviting Bids ........................................................................................................................ 5
Contractor's Proposal .................................................................................................................... 15
Bid Security Form .......................................................................................................................... 22
Bidder's Bond To Accompany Proposal ....................................................................................... 23
Guide For Completing the "Designation Of Subcontractor and Amount Of Subcontractor's
Bid Items" and "Designation of Owner Operator/Lessor and Amount Of Owner Operator/Lessor
Work" Forms .......................................................................................................................... 25
Designation Of Subcontractor and Amount Of Subcontractor's Bid Items ................................. 27
Designation Of Owner Operator/Lessor and Amount Of Owner Operator/Lessor Work ............ 28
Bidder's Statement Of Financial Responsibility ............................................................................ 29
Bidder's Statement Of Technical Ability And Experience ............................................................. 30
Bidder's Certificate Of Insurance For General Liability. Employers' Liability. Automotive - Liability And Workers' Compensation .......................................................................................... 31
Bidder's Statement Of Re Debarment .......................................................................................... 32
Bidder's Disclosure Of Discipline Record ......................................................................... 33
Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid .............................. 35
Contract Public Works ................................................................................................................... 36
Labor And Materials Bond ............................................................................................................. 42
Faithful PerformanceMlarranty Bond ........................................................................................... 44
Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ....................................... 46
a Revised 04/22/02 . Contract No . 3583-2 Page 2 of 1 15 Pages
.
Part 1
Section 1
1-2
1-1
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
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 3
7-1 0
8-2
Section 8
8-6
.-
Section 9
9-1
9-3
SUPPLEMENTAL PROVISIONS
General Provisions
Terms. Definitions Abbreviations And Symbols
Terms ....................................................................................................................
Definitions ..............................................................................................................
Abbreviations .........................................................................................................
Scope And Control Of The Work
Subcontracts .........................................................................................................
Contract Bonds ......................................................................................................
Plans And Speclflcations .......................................................................................
Authority Of Board And Engineer
Surveying
Changes In Work
Changes Initiated by the Agency ..........................................................................
Changed Condtttons
Extra Work
Disputed Work .......................................................................................................
Control of Materials
Materials And Workrnanship .................................................................................
Materials Transportation. Handling and Storage ..................................................
Utilities
Location ........................................ , ........................................................................
Prosecution. Progress And Accep I ance Of The Work
Prosecution Of Work .............................................................................................
Delays And Extensions Of Time ...........................................................................
Time of Completion ...............................................................................................
Completion And Acceptance .................................................................................
Liquidated Damages .............................................................................................
Responsibilities Of The Contractot
Workers' Compensation Insurance
Liability Insurance ..................................................................................................
Cooperation and Collateral Work
Permits
Project Site Maintenance .......................................................................................
Public Convenience And Safety ............................................................................
Laws To Be Observed ............................................................................................
Facilities For Agency Personnel
Field Office Facilities ..................... ~ ........................................................................
Basis Of Payment ...................................................................................................
..
...............................................................................................................
..........................................................................
............................................................................................................. .. ..............................................................................................
Construction Schedule And Comnhencement Of Work ........................................
....................................................................... ...................................................................................................................
...........................................................................
Measurement and Payment
Measurement Of Quantities For Uhit Price Work .................................................
Payment ......................................... L .......................................................................
i
49
50
51
52
52
53
54
56
56
56
57
58
61
61
62
62
67
68
68
68
69
70
70
70
70
72
73
78
78
79
79
79
a Revised 04/22/02 Contract bo. 3583-2 Page 3 of 1 15 Paoes
Part 2
Section 206
206-7
206-8
206-9
Section 209
210-1
Section 21 0
Part 3
Section 300
300-1 2
Section 306
306-1
Section 31 0
31 0-5
31 0-7
.- 312-1
Section 31 2
Section 31 3
313-1
31 3-2
31 3-3
31 3-4
Construction Materials
Miscellaneous Metal Items
Traffic Signs ..........................................................................................................
Light Gage Steel Tubing And Connectors ............................................................
Portable Changeable Message Sign ....................................................................
Signals, Lighting And Electrical Systems .............................................................
Paint And Protective Coatings
Paint .......................................................................................................................
Construction Methods
Water Pollution Control .........................................................................................
Underground Conduit Construction
Open Trench Operations .......................................................................................
Painting
Painting Various Surfaces ....................................................................................
Permanent Signing ................................................................................................
Pavement Marker Placement And Removal
Placement ..............................................................................................................
Temporary Traffic Control Devices
Temporary Traffic Pavement Markers ..................................................................
Temporary Traffic Signing ....................................................................................
Temporary Railing (Type K) And Crash Cushions ...............................................
Measurement And Payment ..................................................................................
85
86
88
89
101
102
108
110
112
112
113
114
114
115
Technical Specifications
ADDendix
Appendix A Storm Water Pollution Prevention Plan (Template)
Appendix B Coastal Development Permit
Appendix C Notice of Exemption
Appendix E List of Related Soils Reports Appendix D City of Carlsbad Daily Extra Work Form
Appendix F Project Sign
Appendix G Traffic Signal at Car Country Drive
.,-
e Revised 04/22/02 Contract No. 3583-2 Page 4 of 1 15 Paqes
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Until 4:OO p.m. on Thursday, October 10, 2002, 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: construction of a fourteen inch
HDPE force main and a fifteen inch PVC gravity line in Cannon Road.
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE It, REACH 111, STA 15 TO 73
CONTRACT NO. 3583-2
This bid and the tens 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 City of 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 Specifications for Public Works Construction, 2000 Edition, and the
2001 and 2002 sumlements 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 and the technical specifications. 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 women-owned businesses.
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to
utilize recycled and recyclable materials when available, appropriate and approved by the Engineer.
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 (10) days after the Contract is awarded. Pursuant to
the provisions of law (Public Contract Code section 10263), appropriate securities may be
substituted for any obligation required by this notice or for any monies withheld by the City to ensure
performance under this Contract. section 10263 of the Public Contract Code requires monies or
securities to be deposited with the City or a state or federally chartered bank in California as the
escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of
the agent in connection with the handling of retentions under this section in an amount not less than
$1 00,000 per contract.
.-
_-
e Revised 04/22/02 Contract No. 3583-2 Paw 5 of 11 5 Paoes
The documents which comprise the Bidder's proposal and that must be completed and properly
executed including notarization where indicated are:
1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit
4. Designation of Subcontractors
5. Designation of Owner Operatodlessors 8,
6. Bidder's Statement of Financial Responsibility
7. Bidder's Statement of Technical Ability and
and Amount of Subcontractor Bid
Amount of Owner Operator/Lessor Work
Experience
8. Acknowledgement of Addendum(a)
9. 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. 1O.Bidder' s Statement Re Debarment 11 .Bidder's Disclosure Of Discipline Record 12.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
one million thirty eight thousand dollars ($1,038,000).
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" General Engineering.
the usual 10% retention from each payment, these documents must be completed and submitted
If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of
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 $40.00 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.
Q Revised 04/22/02 Contract No. 3583-2 Paae 6 of 11 5 Paaes
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,
of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the
1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy
Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers
employed by him or her in the execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5
of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and
Subcontracting Fair Practices Act." The City Engineer is the Cityk "duly authorized officer" for the
purposes of section 4107 and 4107.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to
the Contract for work.
This project includes the closure of westbound Cannon Road to allow Contractor the entire
westbound roadway to perform construction activities. The following lists adjacent activities that will
require coordination of the Contractor during the project:
Aaua Hedionda Laaoon Visitor Center:
Contractor: Rod Construction Company The Agua Hedionda Lagoon Visitor Center will be constructing a driveway at the intersection of
Cannon Road and Faraday Avenue to access their propelty. They take construction access off
Cannon Road. The point of contact is Bob Richards at (760) 434-41 93.
.- Cannon Road Reach 2 Segment 2:
Contractor: Erreca's, Inc.
Construction activities for the underground and surface improvements for Cannon Road Reach 2
Segment 2 will be ongoing through the duration of this Contract. The construction access for this project is off Cannon Road at Faraday Avenue. The point of contact is John Owens with Shea Homes at (858) 653-4146.
Kellv Ranch:
The adjacent development includes single-family homes and apartments. The builders are Contractor: Erreca's, Inc.
The point of contact is John Owen at Shea Homes at (858) 653-4146.
Shea Homes and Archstone. Access to the site will be from Cannon Road at Faraday Avenue.
Traffic Sianal at Car Countw Drive:
The Carltas Company may be constructing the traffic signal at Car Country Drive and Cannon
The plans will be revised for a video detection system rather than detector loops. The City,
Road. A copy of the plans has been included for information only (DWG 285-2C, Sheet 14 of 16).
the Carltas Company and Contractor shall coordinate efforts so no conflicts between the projects will occur.
."
Q) Revised 04/22/02 Contract No. 3583-2 Paae 7 of 1 15 Paoes
Utilitv Access:
c Additionally, Cannon Road is access for San Diego Gas and Electric to maintain transmission
and distribution lines and a high-pressure gas pipe line. The access points are shown in
to perform maintenance that will require access from Cannon Road, they will contact both the
approximate location on the attached exhibit and accurately on the plans. Should SDG&E need
City and Contractor. The Contractor will provide SDG&E with copies of the project schedule and
updates. Those are to be sent to:
Stephen Campbell
Government Liaison
SDG&E, a Sempra-Energy Company
CP22A
8315 Century Park Court, Suite 210
San Diego CA 92123-1500
Phone: (858) 636-3955 Fax: (858) 636-3967
A copy of the transmittal shall be provided to the project inspector
Flower Fields:
The Flower Fields actively farm parcels on the east and west side of LEGOLAND Drive and use
Cannon Road to access the two parcels. The Contractor shall provide access to the fields
at points shown on the plans. The contact for the farming operation is Mike Meuhe at
(760) 801-2180.
”. North Countv Shootina Ranae:
Faraday Avenue serves as access to a Shooting Range that serves North County law
enforcement personnel and is located to the east of Faraday Avenue within the closed portion of Faraday Avenue. Access to the Shooting Range is to be maintained throughout the life of the
project.
A copy of the soils reports may be viewed in the Public Works-Engineering Department, 1635
Faraday Avenue, Carlsbad. Copies of the soils reports may be obtained through the use of a blue
printer bonded with the City of Carlsbad. A list of the soils reports is in Appendix E. One copy of the
soils reports will be provided to the successful bidder.
Construction of the project will damage the loop detector system in westbound Cannon Road at
LEGOLAND Drive. Video detection is required to replace Phase 1 and 6. No splicing of conductor
wire is allowed. A new run of conductor wire is required.
The San Diego Marathon route includes a portion of Cannon Road that is within the limits of work of
this contract. The San Diego Marathon is Sunday, January 19. 2003. No equipment or materials
delivery can occur on the day of the marathon until after 500 p.m.
Incentive and Disincentive
The project includes temporary closure of westbound Cannon Road. The intent of the incentive is to minimize the length of time the road remains closed. IncentivelDisincentive payments apply to the Road Closure work on the project.
A mandatory pre-bid meeting and tour of the project site will be held at 2:OO p.m., September 25,
2002, City of Carlsbad Faraday Center, Room 173B, 1635 Faraday Avenue, Carlsbad, CA 92008.
.c
@ Revised 04/22/02 Contract No. 3583-2 Page 8 of 115 Pages
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
2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total
total amount payable does not exceed five million dollars ($5,000,000).
amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million
dollars ($10,000,000).
3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract
exceeds ten million dollars ($10,000,000).
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 carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their
liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be
accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other
instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner.
quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with If the bid is accepted, the City may require copies of the insurer's most recent annual statement and
the insurer's receipt of a request to submit the statements. section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of
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 manner.
Workers' compensation insurance required under this contract must be offered by a company
meeting the above standards with the exception that the Best's rating condition is waived. The City
does accept policies issued by the State Compensation Fund meeting the requirement for workers'
compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. Any additional
cost of said insurance shall be included in the bid price.
e Revised 04/22/02 Contract No. 3583-2 Paoe 9 of 11 5 Paaes
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
third lowest bidder and the bid security of the lowest bidder may be forfeited.
Contractor fails to comply with these requirements, the City may award the contract to the second or
The prime contractor and all subcontractors are required to have and maintain a valid City of
Carlsbad Business License for the duration of the contract.
Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2002-254,
adopted on the 13th day of August, 2002.
-
Date c/ RUTH LETCHER, Deputy City Clerk
."
a Revised 04/22/02 Contract No 3583-2
HEDIONDA INTERCEPTOR PHASE II REACH 111
I LOCATION MAP
HEDIONDA ENSTRUCTACCESS
LAGOON VISITORS CENTER, AGUA HEDIONDA LAGOON ACCCESS FOR CANNON ROAD
Y
NOT TO SCAl
CONSTRUCTION PROJECTS BY OTHERS ADJACENT *Aa% ocrw
.E TO PROJECT SITE
LOCATION MAP
2.
NOT 4 TO SCAL€
FLOWER
SI
FIELDS ACCESS
SI
I LOCATION MAP
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE 11, REACH 111, STA 15 TO 73
CONTRACT NO. 3583-2
CONTRACTOR'S PROPOSAL
City Council
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read the Notice
Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto,
to do all the work to complete Contract No. 3583-2 in accordance with the Plans, Specifications,
and hereby proposes to furnish all labor, materials, equipment, transportation, and services required
Supplemental Provisions and addenda thereto and that hdshe will take in full payment therefor the
following unit prices for each item complete, to wit:
BID SCHEDULE 1
15-INCH GRAVITY SEWER
-
2
3
DescriDtion
Mobilization, demobilization. providing
and supplementary conditions and project sign, compliance with all general
providing cleanup of construction site
complete in place at -r*rr -0Us" lru-lbb -/wo
Dollars (Lump Sum)
Perform exploratory excavation at underground utility crossings and points of connection for the proposed 15-inch SDR
35 PVC sewer at
Far% 7"~"~ WD -=/\Oo
Dollars (Lump Sum)
Construct the 15-inch SDR-35 PVC
Dollars per Linear Foot
Approximate
Quantity
LS
LS
2,849 LF
@ Revised 04/22/02 Contract No. 3583-2
- Total
10 ,Ooo k
Y, OOQ .o,
\ ea, ox* a
Page 15 of 11 5 Pages
Item - No.
4
5
6
7
8
9
10
11
DescriDtion
Construct the connection of the existing &inch PVC sewer to the 15-inch PVC sewer at approximate Station No.
12+87.80 including the &inch SDR-35
PVC sewer at
Tm Ma "
Dollars Each
Construct the connection of the 154nch SDR-35 PVC sewer to the existing access hole at Station No. 10+04.02 at
wn -/.a0
Fa+ F-ul'p U". *b -/,Oo
Dollars Each
Construct a 5-foot diameter access hole
per Carlsbad Municipal Water District Standard Dwg. No. S1 and plan details at e"WY ""b p.Jb -/roo
Dollars Each
Plug existing 24-inch and remove existing
8-inch diameter sewer and existing access
Ti%*U-T -m-b -c Hu
hole No. 12 at st.*
Dollars (Lump Sum)
Provide bypass pumping for gravity sewer between existing access hole No. 10 to
existing access hole No. 14 at
SI* "Mm WE thuI%m
rwD \" Dollars (Lump Sum)
Provide excavation safety measures including sheeting, shoring and bracing, or equivalent method for the protection of life
and limb in trenches and open excavation
orders at in conformance with applicable safety
5" -4" Wh
Dollars (Lump Sum)
Storm Water Pollution Prevention Plan (SWPPP) at
w -=/,ea
cp Acm
l="vTsr,, H\y.1OOLp w -/roo
Dollars (Lump Sum)
Erosion control required by Engineer not defined in SWPPP per Section 3-3 SSPWC at five thousand dollars Five Thousand Dollars
Approximate
gJlyfJj
Quantity
1 EA
1 EA
7 EA
LS
LS
LS
LS
NIA
Revised 04/22/02 Contract No. 3583-2
Price
Unit - - Total
3, son 3 ,so0 e%
b ,5me b ,400
\ ,500 e \ ,500 e
NIA
Page 16 of 11 5 Pages
- Item - No.
12 "
Approximate
Quantity
Descriotion
Construction trailer at 3 MO
ou\ tms" " -/\m
-
13
15
16
17
18
Furnish, install, maintain and remove
temporary traffic control for the construction of the 15-inch diameter gravity
sewer at
~hr="~wd -c-u- -m m/\-
Dollars (Lump Sum)
Video Detection - LEGOLAND Drive
Abandon phase 1 and 6 loop detectors.
Install video detection camera on luminaire
detection processor in existing controller. mast arm of pole "C". Install video
Video detection system shall be Vantage Edge or approved equal per the Special Provisions at " FWI T""
Dollars (Lump Sum)
Repair 3 traffic conduit and replace signal LS
LS
LS
m." -/\.sa
conductors at FzJr ruo\r"b " -/\oo
Dollars (Lump Sum)
Traffic control in excess of TCP as required by Engineer per Section 3-3
Twenty Thousand Dollars SSPWC at twenty thousand dollars
NIA
Asphaltic concrete (AC) and aggregate base (AB) in excess of 5 AC118" AB
included in bid item 3 as required by
thousand dollars Engineer per Section 3-3 SSPWC at ten
Project construction schedule at two thousand dollars
NIA
NIA
NIA
NIA
NIA
3,mo e
19,000 - OD,
Total amount of bid in words, Item Nos. 1 through 18: -rGVt~c "-bbarP 5"
=-Gum- -rHO"D P-CJb UU4b"T.y r-aurQ e\. 00 /X00
Total amount of bid in numbers, Item Nos. 1 through 18: $ 3- 0 , 53+
a Revised 04/22/02 Contract No. 3583-2 Page 17 of 115 Pages
-
Item - No.
I "
2
."
3
- 5
6
7 -
BID SCHEDULE NO. 2
14-INCH INSIDE DIAMETER FORCE MAIN
DescriDtion
Mobilization, demobilization. providing project sign, compliance with all general
and supplementary conditions and providing cleanup of construction site complete in place at
F-rLJs v* "e " oa~wo
Dollars (Lump Sum)
Perform exploratory excavation at underground utility crossings and points of
connection for the proposed 14-inch inside diameter force main at ON* WOILIIND -0 u-uosxn
Dollars (Lump Sum) fSW PrJO */\co
Construct 14-inch inside diameter, DR17,
HDPE force main from Station No. 60+00 to Station No. 78+16 and Station No. 90+08 to Station No. 94+20 at t€-w.FI'( Fa" 6 "/\a0
Dollars per Linear Foot
Construct 14-inch ductile iron pipe
(CL 300) connection to the existing 14-inch ductile iron flanged pipe at the westerly end of the Macario Canyon Bridge at
Station No. 78+28 at
Construct 14-inch ductile iron pipe
ductile iron flanged pipe at the easterly end (CL 300) connection to the existing 14-inch
of the Macario Canyon Bridge at Station
90+00 at
Srt tmOUhPd ezJz -b-
Dollars (Lump Sum)
Construct connection of 14-inch inside diameter force main to the access hole No. 17 at Station No. 60+00 at
-0 -/mQ
-0 -I" wra -/\€a
Dollars (Lump Sum)
diameter force main to the existing 14-inch
Construct connection of 14-inch inside
94+23.82 at inside diameter force main at Station No.
'fe *" \*uubclb rwR
Dollars (Lump Sum) (\OO
Approximate
Quantity
LS
LS
2,230 LF
LS
LS
LS
LS
Revised 04/22/02 Contract No. 3583-2 Page 18 of 1 15 Pages
Item
Approximate
Quantity Unit
DeSCriDtion
Furnish, install, maintain and remove LS \-t,500 temporaty traffic control for the construction of the 14-inch inside diameter HDPE force main at
Sts.IwTr%9.J Two- eJ%JR
t*ur~b*m rwn "O/\Co Dollars (Lump Sum)
* - No.
E .-
- 9
10
. ..
- Total
\TI so0 *
Provide excavation safety measures LS M.oco including sheeting, shoring and bracing, or eauivalent method for the orotection of life OPENED, WITNESSED AND RECORDED
Y s5,ooo S"
and limb in trenchesand open excavation in conformance with applicable safety orders at
~,~~~~~ ~ ~
Asphaltic concrete (AC) and aggregate N/A N/A $10.000 base (AB) in excess of 5 ACI18" AB included in bid item 3 as required by
thousand dollars Engineer per Section 3-3 SSPWC at ten
Total amount of bid in words, Item Nos. 1 through 10: TWO wdbc*fi SEJWTC(
- -r ~ousrwo Fob&.* \*dDTu%o %=aLd FTAe * mAuo
Total amount of bid in numbers, Item Nos. 1 through 10: $ a.-b \trt% . 0 0
Total amount of bid in words, Bid Schedules 1 and 2: Wu*barO Torn4 h-sG*T
T\+ou%.+r-da UShJv- \+UQba.%5b sn\rwcl "IL
Total amount of bid in numbers, Bid Schedules 1 and 2: $ lo*% , qnq . 00
Price(s) given above are firm for 90 days after date of bid opening.
Addendum(a) No@). 1 '&-& proposal.
The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid.
The Undersigned agrees that in case of default in executing the required Contract with necessary
bonds and insurance policies within 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
business or act in the ca acity of a contractor within the State of California, validly licensed under license number 5879gO , classification A which expires on
an affidavit.
hadhave been received and is/are included in this
2-3-03 , and that this statement is true and correct and has the legal effect of
Revised 04/22/02 Contract No. 3583-2 Page 19 of 1 15 Pages
"
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the
City§7028,15(e). In all contracts where federal funds are involved, no bid Submitted shall Business and Professions Code shall be considered nonresponsive and shall be rejected by the
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 520104.
The Undersigned bidder hereby represents as follows:
interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder: that no 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally
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 Bidder ' s Bond (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete.
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions.
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(1) Name under which business is conducted -
(2) Signature (given and surname) of proprietor ,/ -
(3) Place of Business / (Street and Numbey)' - City and State /.
(4) Zip Code Telephone No. -
IF A PARTNERSHIP, SIGN HERE: i/'
.- (1) Name under which business is conducted
general partner) (2) Signature (given and surname and c partner) (Note: Signature must be made by a
-
/
- (3) Place of Business (Street and Number) /
City and State
(4) Zip Code / Telephone No.
" a Revised 04/22/02 Contract No. 3583-2 Page 20 of 11 5 Pages
IF A CORPORATION, SIGN HERE:
(1) Name under which business is conducted J. Fletcher Creamer & Son, Inc.
Area Manager
(Title)
Impress Corporate Seal here
(3) Incorporated under the laws of the State of New Jersey
(4) Place of Business 12874 San Fernando Road
(Street and Number)
City and State Sy'lmar, CA ' . . .
(5) Zip Code 91 342 Telephone No. 81 8-367-9740
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE
AlTACHED
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:
Please see following attached list.
# Revised 04/22/02 Contract No. 3583-2 Page 21 of 11 5 Pages
,P CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California I
personally appeared b m%w,a*=5 Namslr) 01 signm
Bersonally known to me
0 proved to me on the basis of satisfactory
evidence
to be the person(s) whose name@) islare
subscribed to the within instrument and
acknowledged to me that helshelthey executed
the same in hislherltheir authorized
capacity(ies), and that by hislherltheir
signature@) on the instrument the person(s), or the entity upon behalf of which the person@)
acted, executed the instrument.
WITNESS mv hand and official seal
OPTIONAL
Though the information below is not required by law. it may prove valuable to persons relying on the dmumenf and could prsvent fraudulmi mmoval and mltachment of this form fo another document.
Description of Attached Document
Title or Type of Document: GS-CC OF -B* e.
Document Date: /e I a,” 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 I
0 Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
0 Other:
J. flETCiifR CREAMfR E SON, INC.
101 EAST BROADWAY. HACKENSACK. NEWJERSEY 076016846 f (201) 4889800. FAX (201) 4882901
CONTRACTORS
b wjfcson.m
September 16. 2002
To Whom It May Concern:
This will confirm that George Mallakis, as Area Manager of J. Fletcher
Creamer & Son. Inc., is authorized to sign bids for work to be performed on
behalf of the company.
Very truly yours
J. FLETCHER CREAMER
President
ATTEST
Corporate Secretary
J. Fletcher Creamer . . 8 . .. Son, . ... . . Inc,
Name Title
J. Fletcher Creamer Chief Executive offcer
J. Fletcher Creamer, Jr. President
Glenn L. Creamer Executive Vice President
Dale A. Creamer Vice PresidenffAsst. Treas
Brad Jorrey Vice President ~ Heavy Const.
George Kreis Vice President - Operations
Estelle R. Marafino Secretary
John Martin Treasurer
Katherine I. Creamer Assistant Secretary
Mailing Address
37 E. Saddle River Road
Saddie River, NJ 07458
Social
Security No.
570-36-3303
49 E. Saddle River Road 152-44-3696
Saddle River, NJ 07458
8 Arrowhead Court
Ramsey. NJ 07446
426 Airmount Road
Ramsey, NJ 07446
739-46-5801
158-50-8332
RD 2 - Bartbull Road, Box 755 055-40-7762
Middletown. NY 10940
47 Mill Road
Woodcliff Lake, NJ 07675
41 Van Orden Road
Harrington Park, NJ 07640
3 Newark Avenue
Westwood, NJ 07675
37 E. Saddle River Road
Saddle River, NJ 07458
145-38-7929
130-28-6466
146-36-9014
141-24-9239
I ~. ~ -:, ~ ~. ,'
.. . ,~
,; ,. .I,.
. . . ., .~I_,i
.~ B&d of Dirwh . . ',, ,..!, . , ,,.:., ,'i,
,.,>..l. . ..%,
, . ,d.
Social
Name Mailing Address Security No.
J. Fletcher Creamer
Saddle River, NJ 07458
37 E. Saddle River Road 570-36-3303
J. Fletcher Creamer, Jr.
Saddle River, NJ 07458
49 E. Saddle River Road 152-44-3696
Glenn L. Creamer
Dale A. Creamer
8 Arrowhead Court
Ramsey, NJ 07446
139-46-5601
426 Airmount Avenue 158-50-6332
Ramsey, NJ 07446
License Detail
California Home
Page 1 of 2
Thursday. October 10.2002
Contractor License # 587920
Before relying on this information, you should be aware of the following limitations:
CSLB is prohibited by law from disclosing complaints until they are referred for
Per B&P 7071.17, only construction related civil judgments known to the CSLB
Arbitrations are not listed unless the contractor fails to comply with the terms of
Due to workload, there may be relevant information that has not yet been entered
legal action.
are disclosed.
the arbitration.
onto the Board's license data base.
Extract Date: 10/10/2002
* * * Business Information * -
J FLETCHER CREAMER & SON INC
12874 SAN FERNANDO ROAD
SYLMAR, CA 91342
Business Phone Number: (818) 367-9748
Entity: Corporation
Issue Date: 02/06/1990 Expire Date: 02/29/2004
License Status * * *
This license is current and active. All information below should be reviewed.
* * * Additional Status Information * *
The license may be suspended at a future date for failure to comply with an outstanding civil judgment.
* Classifications * * *
HL Description
=/GENERAL ENGINEERING CONTRACTOR]
* * * Certifications * *
10/10/2002
License Detail Page 2 of 2
piiJ[ Description HIHOME IMPROVEMENT CERTIFICATION^
* * * Bonding Information * * *
CONTRACTOR'S BOND: This license filed Contractor's Bond number 687198 in the amount of $7,500 with the bonding company
SURETY COMPANY OF THE PACIFIC.
Effective Date: 03/01/1994
Contractor's Bondina History
BOND OF QUALIFYING INDIVIDUAL(1): This license filed Bond of Qualifying Individual number 5740533 for GEORGE CHRIS MALLAKIS in the amount of $7,500
SAFECO INSURANCE COMPANY OF AMERICA.
with the bonding company
Effective Date: 03/21/1996
* Workers Compensation Information * *
.- This license has workers compensation insurance with the
ST PAUL FIRE AND MA.RINE..!NSURANCEC!MPANY
Policy Number: WK2900618 Effective Date: 03/31/2001 Expire Date: 03/31/2003
Workers Compensation History
Personnel List
License " . Number " . . . .. ReLuex ~~ Contractor Name Request - Personnel . Name .. " . "" Re=
Salesperson Request Salesperson Name Request
0 2002 State of California. Gray Davis, Gover~r. Conditions of Use Privacy Policy
10/10/2002
BID SECURITY FORM
(Check to Accompany Bid)
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE II, REACH 111, STA 15 TO 73 CONTRACT NO. 3583-2
(NOTE: The following form shall be used if check accompanies bid.)
Bidder's Bond Attached.
Accompanying this proposal is a *Certified 'Cashiers check payable to the order of CITY OF
CARLSBAD, in the sum of
dollars ($
this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall
its legally constituted contracting authorities and the undersigned shall fail to execute a contract and
within the stipulated time: otherwise, the check shall be returned to the undersigned. The proceeds of
furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage
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
)9
. ~. become the property of the City provided this proposal shall be accepted by the City through action of
- 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 04/22/02 Contract No. 3583-2 Page 22 of 1 15 Pages
"-
BIDDER'S BOND TO ACCOMPANY PROPOSAL
SOUM AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASEU,REACHBI,STA15r073 CONTRACT NO. 3583-2
KNOW ALL PERSONS BY THESE PRESENTS
That we, J.Fletcher Crkamer & Son. Inc. , as Pdncipal, and- America
as Surety are held and fihly bound unto the City of Catlsbad, California. in an amount as follows:
(must be at least ten pacent (10%) of the bid amount) for which
s~c~ssors or assigns, jointly and severally, firmly by these presents. payment, well end truly made, we bind ourselves, our heirs. executors and administrators,
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above
bounden Principal for:
SOUTH AGUA HEMONDA INTERCEPTOR (MI)
CONTRACT NO. 5583-2
in the City of Carlsbad, is accepted by the City Council, and if the Principal shell duly enter into and
- execute e Contract including required bonds and insurance policies within twenty (2.0) days from the
date of award of Contract by the City Council of the Ci of Carisbad, being duly notified of said award, then this obligation shall become null and voM; othewise, it shall be and remain in full force
and effect, and the amount specified herein shall be forfeited to the said Clty.
PHASE n, REACH IU, STA IS rd n
... ...
... ... ... ... ... ...
!
... ... ...
Comma No. 3583-2 Paw 23 of 1 15 Pages
,"
In the event Principal executed this bond as an indiiual, it is agreed that the death of Pllndpal shall not exonerate the Surety from its obligations under this bond.
Executed by PRlNClPALthis loth day of October ,a".
By:
Executed by SURETY this day of October , ma.
SURRY:
Safeco Insurance Comoanv
(name of Surety) of AmerFca
lZ00 MacArthur . Mahwah. NJ (address of Surety)
732 574 - 9000 x 165
(title and organization of signatory) Kathleen Anello
-. (printed name of Attorney-in-Fact)
(Attach corporate &solution showing current power of attorney.)
(Proper notarial acknowledgrnem of execution by PRINCIPAL 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
Page 24 oi 115 Pages
8' ' ' PFECO
CONSENT
OF SURER
We, the undersigned, SAFECO INSURANCE COMPANY OF AMERICA , a corporation organized and existing
he laws of the State of Washinaton and authorized to do business in &e State Of Ornia
withoffices at 1200 MacArthur Blvd., Mahwah, New Jersev 07430
do hereby consent and agree with City of Carlsbad
thatiftheforegoingproposalof J. Fletcher Creamer & Son, Inc.
for South Agua Hedionda Interceptor Phase 11. Bpach 111 STA 15 tn 77
- Contract NO. 3583-2
be accepted and the contract be timely awarded and executed by J. Fletcher Creamer & Son. Inc.
we will, upon its being so awarded and entered into, become surety for the said J - Fletcher Creamer & Son, Inc'.
inasurnnottoexceed -- One Hundred Percent of the Total Contract Amount--
~~ll~s($100% Contract Amount- )
br the tiithful performance of said contract.
Signed, sealedanddated this loth day of October ,-2xp..
,q * A E O' OFATORNEY
POWER mC0 INSURANCE COhWANi OF AhlwU GENEW INSURANCE caww OF
KCh!E OFFICE. SrVECO PLAZA
SfA- VlASHINGSON 98185
No. 3145
KNOW AU BY THESE PRESENTS
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a WashwVm w-m. doer each h%eby
appinl
.....I........ * ................ *.'&+j,HLEc; (,>xLLO: NCX+W ,~,~yL~SO~,,R.: \t,+RY E, ~Th,~,C);~C~,xew," ...... * ............................
ib me and lawful allomey(s)-in.fact. with full aulhority to exewle on its behall fidelity and surety bonds or underlakings and olher documents 01 a similar ChBraCler
issued in the wune af its business. and 10 bind lhe resp&e Company lhereby.
IN WNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and
attested mese presents
lhis 28th day of hlarch . 2002
Extract fram the ByLaws of SAFECO INSURANCE COMPANY OF AMERICA
and d GENERAL INSURANCE COMPANY OF AMERICA
X'~rticle v. Section 13. . FiDELlTY AND SURETY 80NOS ... ma Presidenl. any vice President. the Secrelary, and any Assistant Vice Presidenl appinled lor that
purpose by me officer In charge of surety operalbns. shall each have authority lo appoint indivauals as al1omeysin.fad or under Olher appmpriale titles wilh authority 10
~xecrr(a on behatl a! me company Metity and surety bands and alher documenb of similar characler issued by the wmpany in lhe wune of ik business ... On any
lrumenl making or evidendng such aopoinlmenl. lhe signalures may be affixed by facslmila. On any instnrmenl wnferrlng such authority or an any band Or
..jderaking of me ampany. the seal. or a facsimile hereof. may be impressed or amxed or in any olher manner reproduced: provided. however. !ha1 !he seal Shall no1 te necessary lo me wlklity 01 any such instrumen1 or undertaking.'
Exlracl rrom a Resaiuuon of lhe Board of Directon of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adapted July 28. 1970.
'On any cerliflcale execuled by the Sezmlafy or an assistant secretary of the Company selling out.
(i) The prowions of Article V. Sedan 13 of me By-Laws. and
(lli) Ce'Artifying mat said powar-of-auomey appohmnl is in full force and effect.
(li) A wpy of me pcwer-af-auamey appoinknenl. executed pursuant merelo. and
lhe signature of lhe cerlifyhg OMcw may be by faairnile, and lhe seal of lhe Company may be a facsimile hereof."
1, R.A. Pierson. Secrelary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify Ihal the
roregolng extrack of me By-Laws and of a Resolution of lhe Board of Directon 01 Ihese wTporallons. and of a Power of Allomey issued pursuanl lhereto. are vue and
conecl. and lhat bath lhe By-Laws. Vie Resolution and lhe Power of Anomey are still in full force and eHecl.
IN WITNESS WHEREOF, I have hereunto sel my hand and amxed lhe facsimile seal of said mrpOralion
lhis 10th dayof nctnh~r I .
A7d.H-
RA. PIERSON. SECRRARY
r SAFECO'
*Oh Bo& ..-. ..................... ..........__".".... 1.249.5fi7.798 A~UU S- ._ ...".......- . ....... - ..
'Swkl. ..... " ...... ~ ................................................ 345.s6ss.lo7 -6x-aT-d . ......
Real bcnrr....... "" ...-.............. "..... 19.857.799
OQrUbiliria ....... ..." .._I -.- "I .-....-...... 179,731,825
Total .I...."qUwll-l..I..I- S1.644.206.802 ...... ..............
Accrued Interest and ~mcr ..............................
0th- AdmlaedAoeo * .............................. I8S.149,880
23,,81,195 PaidtnSurplu .._..._......... ".."... 95.891.058
Unrum Sqlu ......_........... 419.497.010 .......... Snrplua to PoEqhdQn l.l...(..--*l.* Sl4,388Mi
ACKNOWLEDGMENT OF SURETY
STATE OF NEW JERSEY
COUNTY OF UNION
On October IO, 2002, Kathleen Anello to me known, who, being by me duly sworn, did depose and say that helshe is an Attorney in Fact of Safeco Insurance Company of America the corporation described
the seal affixed to the within instrument is such corporate seal; and that helshe signed the said instrument in and which executed the within instrument; that helshe knows the corporate seal of said corporation; that
and affixed the said seal as Attorney in Fact by authority of the Board of Directors of said corporation and by the authority of hislher office under Standing Resolutlons thereof. Nancv L. Brooker . /3
Notaly Public of New Jersey
My Commission expires March 10, 2006 fl Nanc); L. Brooker
ACKNOWLEDGMENT OF PRINCIPAL
STATEOF New Jersey
COUNTY OF Bereen
Onthis 10th day of October 20 02 before me personally came
J. -to me known, who, being by me duly sworn, did
depose and say that helste resides at- 49 E. Saddle River Rd.. Saddle River. NJ 07458
President the corporation described in and which executed the foregoing instrument; that he knows the seal of said and that he/& is the of J. Fletcher Creamer 8 Son, Inc.
the directors of said corporation, name thereto by like order. corporation; that one of the seals is such seal; that it was so affixed by order of
Company Profile Page 1 of 2
Company Profile
SAFECO INSURANCE COMPANY OF
AMERICA
STATE FILINGS C-2 SAFECO PLAZA
SEATTLE, WA 98185
800-332-3226
Former Names for Company
Old Name: SELECTIVE AUTO & F INS CO AMER Effective Date: 11-02-1953
DAWN JEWORSKI, 17570 BROOKHURST STREET FOUNTAIN VALLEY, CA 92708-4792
Agent for Service of Process
Unable.toLocatee-A~e~ntfoI.ServiceofPr.oce~s?
Reference Information
NAIC #: 24740
NAIC Group # 0163
California Company ID # 1442-3
Date authorized in California: October 07, 1953
License Status: UNLIMITED-NORMAL
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 &say.
AIRCRAFT
AUTOMOBILE
BOILER AND MACHINERY
BURGLARY
COMMON CARRIER LIABILITY
CREDIT
FIRE
10/10/2002
Company Profile
LIABILITY
MARINE
MISCELLANEOUS
PLATE GLASS
SPRINKLER
SURETY
TEAM AND VEHICLE
WORKERS' COMPENSATION
Company Complaint Information
Company Enforcement Action Documents
QmLanyPerfomance & ComEwison Data
Composite Complaint Studies
Want More?
Help Me Find a Company Representative in My Area
Financial Rating Organizations
Copyright @California Department of Insurance
Last Revised - September 24,2002 12:31 PM
Disclaimer
Page 2 of 2
10/10/2002
GUIDE FOR COMPLETING
THE "DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS"
AND
"DESIGNATION OF OWNER OPERATOWLESSOR AND
AMOUNT OF OWNER OPERATOWLESSOR WORK" FORMS
REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/Lessor
disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and of 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" and "Owner
Operator/Lessor." Bidders are further urged to review sections 2-3 SUBCONTRACTS of the
SSPWC and section 2-3.1 of these Supplemental Provisions.
CAUTIONS These forms 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 owner operatodlessors or otherwise to be
performed by forces other than the Bidder's own organization will be rejected as non-responsive.
Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal"
are not included in computing the percentage of work proposed to be performed by the Bidder.
INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every
subcontractor or Owner OperatodLessor who the Bidder proposes to perform work or labor or render
service in or about the work or improvement, and every subcontractor or Owner Operator/Lessor
licensed as a contractor by the State of California who 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 ten
thousand dollars ($10,000) whichever is greater. Said name(@ and location(s) of business of
subcontractor(s) shall be set forth and included as an integral part of the bid offer.
Bidder shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor of
manpower and equipment that it proposes to use to complete the Work. Additional copies of the
forms must be attached if required to accommodate the Contractor's decision to use more than one
These forms must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and
Subcontractor or Owner OperatodLessor. All items of information must be completely filled out.
correct information may result in rejection of the bid as non-responsive.
Neither the amount, in dollars, of work performed by the Bidder's own forces (as Contractor) nor the
Bidder's overhead and profit for subcontracted items of the work is included to compute the
percentage of the work performed by Subcontractors or Owner Operators/Lessors.
When the Bidder proposes that any bid item will installed by a Subcontractor or Owner
OperatodLessor the amount, in dollars, of the bid item installed by each Subcontractor or Owner
Operator/ Lessor must be entered under the columns "Amount of Subcontracted Bid Item Including Subcontractor's Overhead 8 Profit" or " Amount of Owner OperatodLessor Bid Item Including Owner
Operator/Lessor's Overhead & Profit " unless the dollar amount of all work performed by any
Subcontractor or Owner OperatodLessor is less than one-half of one percent (0.5%) of the Bidder's
total bid or ten thousand dollars ($10,000) whichever is greater. If a Subcontractor or Owner
OperatodLessor installs or constructs any portion of a bid item the entire amount of the Contract Unit Price, less the Bidder's overhead and profit, shall be multiplied by the Quantity of the bid item that the
Subcontractor or Owner OperatodLessor installs to compute the amount of work so installed. a Revised 04/22/02 Contract No. 3583-2 Paoe 25 of 11 5 Paoes
-
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, the Subcontractor, or the Owner Operator/Lessor, as the case
may be, that the Bidder proposes as installer of said materials. The value of material incorporated in
any Subcontractor or Owner OperatodLessor installed bid item that is supplied by the Bidder shall be
included as a pari of the work that the Bidder proposes to be performed by the Subcontractor or
Owner Operator/Lessor installing said item.
The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sheets) shall be entered in the
"Bid Item No." column.
When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must
be entered on the form. If the Subcontractor does not have a valid business license enter "NONE" in
the appropriate space.
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.
When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or install less
than 100 percent of a bid item the Bidder shall attach an explanation sheet to the designation of
subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet
shall be provided by the Contractor to clearly apprise the Agency of the specific facts that show the
Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces.
contract shall determined by the City Council in conformance with the provisions of the contract
Determination of the subcontract and Owner OperatodLessor amounts for purposes of award of the
documents and the Supplemental Provisions. The decision of the City Council shall be final.
-
@ Revised 04/22/02 Contract No. 3583-2 Page 26 of 11 5 Paws
SENT BY: J .FLETCHER CREAMER INC. ; I a1 133650873; OCT-11-02 9:56;
. . :,
PAGE 415
i...
k'..
,. .i .. . .. .
,:, . - DESIGNATION OF SUBCONTRACTOR AND'
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
SOUTH AGUA HEDIONDA INTERCEPtOR (SAHI) PHASE 11, REACH 111, STA 15 TO 73
CONTRACT NO. 3585-2
The Bldder certifies that it has used the sub-bid of the following listed subcontractor'in preparing this bid for the Work and that the listed subcontractor will be used to perform the portio+ of the Work as
et seq. of the Public Contracts Code 'Subletting and Subcontracting Fair Practices Act." The Bldder designated in Ute list in accordance with applicable provisions of the specifications and section 4100
further certifies that no additional subcontractor will be allowed to pe,tfotn~ any pottidl of the Work, in
excess of than me-half of one percent (0.5%) of the Bidder's total bld or ten &owand dollars ($10.000) whichever is greater and that no changes in the subcontractors listed wdrk wll be made except upon the prior approval of the Agency.
Full Company Name of Subcontractor: L-UOS PlrCL" , L
Subcontractor's' Location of Business \%-to V-UNSWL w-4
.. .
..
.... screetnddreaa
'Subcontractoys Telephone Number including Area Coder ( b\9 1 %5'51 - +I&\
'Subcontractor's California State Contractors License No. and Classification: 59@A\o c-10
'Subcontractor's Carlsbad Business License No.: \ a 0 \f 3 7 Z
$? .. .
SUBCONTRACTOR'S BID ITEMS
_L_ 1
.,: Eiwkmh: column 1 - Bid item No. from the bld prq14; pages 15 through 19, Inclusive. ? Column 2 -The dollar amount of itom to bo performed by the Submntrador. Column 3 -The dollar mount 01 the itam to be performed by Collltaemrls own forces. Column 4 . Tho dollar amount of the Cantmdorls wehead and profit for work done by both the C~ntracro~'s end the
Tola1 dollar BmOUnI of Columns 2, 3, and 4 must be equal to the dollar amount in tho bid pric~ of the itdm on bM proposal pages 15 through 19. inclmire.
- Submnlraetoh Forcas on the item.
-
Page of a. pages of this Subcontractor Designation form !;
Contract No. 3583-2
SENT BY: J.FLETCHER CREAMER INC.; 1 a1 a3650673; OCT-11-02 9:56;
.. DESiGNATlON OF SUBCONTRACTOR AND!
PAGE 315
AMOUNT OF SUBCONTRACTOR'S BID ITEM6
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE ll, REACH 111, STA 15 TO 73
CONTRACT NO. 3583-2
The Bidder certifies hat it has used the sub-bid of the following listed submnwactorin preparing this bid for the Work and that the listed subcontractor will be used to perform the poriionj of the Work as designated in the lit in accordance wim applicable provisions of the specifications apd section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act.' The Bidder further certifies that no additional subcontractor will be allowed to perform any porti* of the Work.in excess of than one-half of one percent (0.5%) of the Biddefs total bid or ten thousand dollars
($10,000) whichever is greater and that no changes in the subcontractors listed drk will be made except upon the prior approval of the Agency.
'Subcontractor's Telephone Number including Area Code: ( I,,\% 1 %3 - $7 55
*Subcontractor's California State Contractors License No. and Classification:
'Subcontractor's Cadsbad Business License No.: \ 20 b3 b 5
"Is *w t- "
r,
ExMnPtloy Cdumn 1 - Bid Item No. from the bid proposal. pages 15 through 1% Inelwive. Cdumn 2 -Tho dollar amount of IhD item to be petformed by the Subwnlractor.
Column 4 . The dollar amounl of the Contractor's overhead and proti1 far work done by both the Cd~ctot's and the Column 3. The dollar BmOUnI of he item to be performed by Contmd~h om forces.
' Total dollar amount of co~unms 2. 3. and 4 must be equal to the dollar amount in the bid price of the Itern on bid proposal Submntracior's forces on the bm.
pages 15 through le, induslve.
Page 3 of pages of this Subcontractor Designation-form I
Conirad No. 3583-2
SENT BY: J.FLETCHER CREAMER INC.; 181 83550673; OCT-11-02 9:57; PAGE 515
i
DESIGNATION OF SUBCONTRACTOR AN6
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
I
SOUTH AGUA HEDIONDA INERCEPTOR (SAHI) PHASE 11, REACH 111, STA 15 TO 7'3
CONTRACT NO. 95832
The Bidder certifies that it has used the sub-bid of the following listed subcontradodjin preparing this
designated in the list in accordance with applicable provisions of the specifications qnd section 4100 bid for the Work and that the listed subcontractor will be used to perform the portlor# of the Work as
further cenifies that no additional subcontractor will be allowed to perform any portidp of the Work, in et seq. ot the Public Contracts Code 'Subletting and subcontracting Fair Practices act.' The Bidder
excess of than one-half of one percent (0.5%) of the Bidder's totel bid or ten #lousand dollars
except upon the prior approval of the Agency. ($1 0,000) whichever is greater and that no changes in the subcontractors listed w&k will be made
Full Company Name of Subcontractor: 0~4- Pa-z-T c4-T - ?
Subcontractoh Location of Business I3 %so su.16-u ., UF. Y n $
SireetAddreW
Far-"
City
cp, %?a337
State ,;zip
'Subcontractor's Telephone Number including Area Code: I qo9 ) way - $13 B
'Subcontradot's California State Contractors Lceme No. and Classification: - d%r%"
*Subcontractor's Carlsbad Business License No.: Pdh)bwdL $
.
SUBCONTRACTOR'S BID ITEMS
i: kern No. from the bld pmpoeal; pages 15 through 19, Inclusive. Column 2 - The dollar EmoUnt of the item lo be performed by thn Subcordrector.
Column 3 -The dollar amount of the Item lo be performed by Conoanoh m toms. Column 4 - The dollar amount of the CO~(raCt0r'S ovehead and pmti! for work done by both the C~nmeter's and the Subcontractor's foffim on tha Aem. Total dollar amount of COIURInS 2. 3, and 4 must be equal to Ihe dollar amount in me bld pdee of the it& on bid pmpd pages 15 lhmugh 19, inclusive.
r
SENT BY: J.FLETCHER CREAMER INC.;
"
181 83650673; OCT-11-02 9:55; PAGE 2/5
I'? > .. .. -
.._ ..? '3
:?
..i
1 . 'i *. .
!
t
." I
DESIGNATION OF SUBCONTRACTOR AND:/
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE 11, REACH Ill, STA 15 TO 73
CONTRACT NO. 3583-2
The Bidder certifies that R has used the sub-bid of the following listed subcontmctorjn preparing this bid for the Work and that the listed subcontractor will be used to perform the portion& of the Work as designated in the list In accordance with applicable provisions of the specifications qnd section 41 00 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practlces Act.' The Bldder further certifies that no additional subcontractor will be allowed 10 perform any portidn of the Work in
excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
Full Company Name of Suboontractor: m=+ cm\ra% LWb SvLI4T.L
Subcontractor's Location of Business 5 -3\ Pqunsx wn< ,,
Streel Address
c*%.m& cq . 4%- Q4
Cih, sate ,:ZIP
'Subcontractor's Telephone Number including Area Code: I -bo 1 -36 - 13%b
'Subcontractor's California State Contractors License No. and Classification: L-5 YCa I\
Subcontractor's Carlsbad Business License No.: 5% ^roo
SUBCONTRACTOR'S BID ITEMS'
Column 1 . Bid Item No. from the bld pqosal, pages 15 through 18, brluseivc. Column 2 - The dollar amount of the item to be performed by the Subcontranor. Column 3 - The dollar amount of the Ilem 10 be performed by Contnrctoh dm forces. Column 4 - The dollar amount of the Contradots overhead and profit For work done by both the Cc$tlractoh and the
Total dollar mount of Cdumnr 2, 3, and 4 must be equal to the dollar amount In the ba price of the item on bid pmpoml Subcontractoh forces on the Item.
pages 15mrough 19. indusive.
Page 1. of pages of this Subcontractor Designationform j
DESIGNATION OF OWNER OPERATORRESSOR AND
AMOUNT OF OWNER OPERATOWLESSOR WORK
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE It, REACH 111, STA 15 TO 73
CONTRACT NO. 3583-2
The Bidder certifies that it has used the sub-bid of the following listed Owner Operator/Lessor in
preparing this bid for the Work and that the listed Owner OperatodLessor will be used to perform the
specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting portions of the Work as designated in the list in accordance with applicable provisions of the
Fair Practices Act." The Bidder further certifies that no additional Owner OperatodLessor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the
Owner OperatodLessors listed work will be made except upon the prior approval of the Agency. Bidder's total bid or ten thousand dollars ($1 0,000) whichever is greater and that no changes in the
Full Owner OperatodLessor Name: "4 vu=- "e
Owner Operator/Lessor Location of Business
Street Address
City State Zip
*Owner Operator/Lessor Telephone Number including Area Code: I ) -
'Owner OperatodLessor City of Carlsbad Business License No.:
OWNER OPERATOWLESSOR WORK ITEMS
Amount of Owner
Operator/Lessor Bid Item Amount of Work In Bid
Bid
Item
Item Performed by Including Owner
Item Overhead & Profit Overhead & Profit No.
Overhead & ProfR In Bid Contractor Excluding Operatorkessor's
Amount of Contractor's
% % %
U I$ I$ I$ I
Column 1 - Bid Item No. from the bid proposal, pages 15 through 19, inclusive. EXdanatiOn:
Column 2 - The dollar amount of the item to be performed by the Owner OperatorlLessor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The doliar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Owner OperatorlLessor's forces on the item. Total dollar amount of Columns 2. 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 15 through 19. inclusive.
Page - of - pages of this Owner OperatodLessor form
- * Pursuant to section 4104 (a)(Z)(A) California Public Contract Code. receipt of the portions of the information preceded by an asterisk required on this document may be SubrnMed by the Bidder up to 24 hours after the deadline for submining bids mntained in the "Notice Inviting Bids.''
-
Revised 04/22/02 Contract No. 3583-2 Page 28 of 11 5 Pages
.-
+ Financial Information
t InsuranceBonding
Currently, J. Fletcher Creamer & Son, Inc. is insured using Brown & Brown Metro,
Inc. as our agent located in Clark, NJ.
Representative - Mr. Thomas Piegari (732) 574-9888 Or (800) 258-2250
Copy of Sample Insurance Certificate with Limits Provided Via Attachment
Fax (732) 815-0188
Re Bonding:
Our bonding company is Safeco Insurance Company of America. Our agent is
Brown & Brown Metro, Inc. of Clark, NJ. ,
Representative, Scott Kuzmic (732) 574-9888 -Fax (732) 574-0819. Our bonding
company can provide coverage (aggregate) of $100,000,000 plus.
Bankin9
First Union National Bank
Commercial Banking - NJ1900
266 Harristown Road, 3d Floor
Glen Rock, NJ 07452
Attention: Robert E. Bogosian
Request.by mail only
Vice President
BIDDER'S STATEMENT OF FiNANClAL RESPONSIBILITY
(To Accompany Proposal)
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE II, REACH 111, STA 15 TO 73
CONTRACT NO. 3583-2
submitted under separate cover marked CONFIDENTIAL. Copies of the latest Annual Report, audited financial statements or Balance Sheets may be
# Revised 04/22/02 Contract No. 3583-2 Page 29 of 1 15 Pages
J. Fletcher Creamer & Son, Inc.
Balance Sheets
Year Ended December 31,2001
,-
J. Fletcher Creamer & Son, Inc.
Index to Balance Sheets
Year Ended December 31,2001
r Page
Independent Auditors' Report ............................................................................................ 1
Balance Sheets ................................................................................................................. 2
Notes to Financial Statements .......................................................................................... 3
r SAX MACY FRO" 1 CO.,PC
Independent Auditors' Report
To the Board of Directors and Stockholders of
J. Fletcher Creamer & Son, Inc.:
We have audited the accompanying balance sheets of J. Fletcher Creamer & Son,
Inc. as of December 31, 2001 and 2000. These financial statements are the responsibility
of the Company's management. Our responsibility is to express an opinion on these
financial statements based on our audits.
We conducted our audits in accordance with auditing standards generally accepted
in the United States of America. Those standards require that we plan and perform the audit
to obtain reasonable assurance about whether the financial statements are free of material
misstatement. An audit includes examining, on a test basis, evidence supporting the
amounts and disclosures in the financial statements. An audit also includes assessing the
accounting principles used and significant estimates made by management, as well as
evaluating the overall financial statement presentation. We believe that our audits provide a
reasonable basis for our opinion.
In our opinion, the financial statements referred to above present fairly, in all material
respects, the financial position of J. Fletcher Creamer & Son, Inc. as of December 31, 2001
and 2000, in conformity with accounting principles generally accepted in the United States
of America.
Sax Macy Fromm & Co., PC
Certified Public Accountants
Clifton, New Jersey
April 5, 2002
p
.-
Current Assets:
Cash and cash equivalents
Marketable equity securities
Requisitions, accounts, retainages, and
other receivables, net of allowance for
doubtful accounts of $294,000 and $372,506
in 2001 and 2000, respectively
billings on contracts in progress
Costs and estimated earnings in excess of
Inventory
Prepaid expenses
Total Current Assets
Property and Equipment:
Land
Land improvements
Buildings and structures
Building improvements
Leasehold improvements
Furniture and fixtures
Helicopter
Construction and automotive equipment
Computer equipment
Less: Accumulated depreciation and amortization
Total
Net Property and Equipment
Other Assets:
Investment in joint ventures
Net cash surrender value of officers' life insurance
Other assets
Total Other Assets
Total Assets
J. Fletcher Crear
Balance SI
Assets
December 31,2001 December 31,2000
$ 6,076,572
1,086,734
55,960,487
2,759,838
1,112,022
364,968
$67,360,621
460,235
164,789
1,633,208
167,075
1,362,687
455,879
320,006
52,442,081
1,280,054
58.286.014
42,677,092
..
15,608,922
268,606
171,559 "_
440,165
$ 229,137
510,020
60,460,782
4,461,474
1,141,366
594,281
$67,397,060
460,235
164,789
1,374,459
167,075
431,153
399,071
320,006
47,406,386
1,110,942
51,834,116
35,678,770
16,155,346
949,295
165,779
1 10.605
1,225,679
$84,778,085
The Accompanying Notes are and htegrs
mer Son, Inc.
sheets
-2 -
Liabilities and Stockholders' Equity
December 31, 2001 December 31,2000
Current Liabilities:
Line of credit
Accounts payable and accrued expenses,
Notes and loans payable, current portion
Billings in excess of costs and estimated earnings
including retainages
Accrued losses on contracts in progress
on contracts in progress
Accrued state income taxes
Total Current Liabilities
Long-Term Liabilities:
Notes and loans payable, net of current
portion
Total Liabilities
Commitments and Contingencies
Stockholders' Equity:
Common stock, $100 stated value,
Paid-in capital
Retained earnings
Unrealized gain on marketable equity securities
1,000 shares authorized, issued, and outstanding
Total Stockholders' Equity
Total Liabilities and Stockholders' Equity
$ "_
7,491,489
32,201,618
10,007,182
92,389
83,500
$49,876,178
6,288,230
56,164,408
100,000
10,551,384
16,419,914
174,002
27,245,300
$83,409,708
$ 3,725,000
8,252,347
31,515,372
7,143,754
309,678
170,157
$51,116,308
7,996,882
59,113,190
100,000
10,673,914
14,671,560
219,421
25,664,895
$84,778,085
'a/ Pari of these Financial Statements.
J. Fletcher Creamer & Son, Inc.
- 3-
- Notes to Financial Statements
Note 1 - Summary of Significant Accounting Policies:
A. Nature of Business - J. Fletcher Creamer & Son, Inc. (the Company) is a construction
contractor with operations throughout the United States. The principal services of the
Company include heavy and general construction, the construction and installation of
various roadwork barriers, curbs, guiderails, and signs, the installation of gas, water, and
sewer mains, electric and fiber optic conduit, fiber optic cable, and the cleaning and lining
of water and sewer mains. The work is performed under fixed price, unit price, and time
and material contracts. The length of the Company's contracts varies, but is typically less
than three years.
B. Method of Accounting for Income from Construction Contracts - Income from long-term
construction contracts is recognized under the percentage-of-completion method. Under this
method estimated profit to be earned upon completion of a contract is recognized in the
proportion that direct costs incurred to date bears to estimated total costs to complete the
contract. Cost and profit estimates are subject to revision as contracts extend over one or
more periods, and any required adjustments are made in the period in which revisions
become known. Provisions are made for the full amount of anticipated losses in the period in
which they are first determinable. Claims for additional contract revenues are recognized to
the extent of costs incurred if it is probable that the claim will result in additional revenue and
the amount can be reliably estimated. Profit on such claims is not recognized until the claims
have been allowed. Revenues earned from time and material contracts are recognized on
the basis of costs incurred during the period plus the fee earned, measured by the cost-to-
cost method.
The asset, "Costs and estimated earnings in excess of billings on contracts in progress",
represents revenue recognized in excess of amount billed. The liability, "Billings in excess of
costs and estimated earnings on contracts in progress", represents billings in excess of
revenues recognized.
C. Estimates - The preparation of financial statements in conformity with accounting principles
generally accepted in the United States of America 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
from those estimates.
D. Balance Sheet Classification - In accordance with industry practice, the Company includes in
current assets and liabilities amounts realizable and payable under long-term construction
contracts. These contracts extend to periods of up to three years.
E. Marketable Equity Securities - Marketable equity securities are classified as available for sale
and are carried at fair market value. The cost of securities sold is based on specific
1 identification.
-A
- Note 1 - Summary of Significant Accounting Policies (Continued):
F. Inventory - Inventory is stated at the lower of cost (determined on a first-in, first-out basis) or
market, and consists principally of job materials that have been purchased for construction
contracts.
G. Property and Equipment - Property and equipment are recorded at cost and items are
depreciated under the accelerated and straight line methods. Depreciation is provided in
amounts sufficient to write off the cost of depreciable assets, less salvage value, over their
estimated useful lives.
H. Income Taxes - The Company, with the consent of its stockholders, has elected under the
Internal Revenue Code and New Jersey Tax Code to be taxed as an S Corporation. In lieu of
corporate federal income taxes, the stockholders of an S Corporation are taxed on their
proportionate share of the Company’s taxable income. Therefore, no provision or liability for
federal income taxes has been included in these financial statements. The provision for state
taxes has been computed at the reduced rate allowed for New Jersey S Corporations. The
Company will continue to be subject to state taxes of those jurisdictions in which it currently
operates at the applicable state tax rates.
I. Cash Equivalents - For purposes of the statements of cash flows, the Company considers all
highly liquid debt instruments purchased with a maturity of three months or less to be cash
equivalents.
/c J. Concentration of Credit Risk for Cash Held at Banks - The Company maintains cash
balances at several banks. Accounts at each institution are insured by the Federal Deposit
Insurance Corporation up to $100,000.
K. Reclassifications - Certain reclassifications have been made to prior year amounts in order to
conform to the current year presentation.
Note 2 - Merger:
On January 1, 2001, Whitmyer Industries, Inc. was merged into its wholly owned subsidiary J.
Fletcher Creamer & Son, Inc. The activity in Whitmyer Industries, Inc. for the year ended
December 31,2000 was immaterial.
As a result of the merger, the following balance sheet accounts of the Whitmyer Industries, Inc.
were combined with J. Fletcher Creamer & Son, Inc. as follows:
Assets:
Cash $ 769
Liabilities and Stockholders’ Equity:
Notes payable $ 253,000
Additional paid-in capital (122,531) Retained earnings (129,700)
Total Liabilities and Stockholders’ Equity $ 769
-
-5-
- Note 3 - Unbilled Accounts Receivable:
Included in requisitions, accounts, retainages, and other receivables are unbilled accounts
receivable of $421,582 and $91 3,615 as of December 31, 2001 and 2000, respectively, which were
substantially billed in the following month.
Note 4 - Marketable Equity Securities:
Marketable equity securities are classified as available-for-sale securities. Available-for-sale
securities are recorded at fair value, with the change in fair value during the period excluded from
retained earnings and recorded as a separate component of equity.
Cost and fair values of marketable equity securities at December 31, 2001 and 2000, are as
follows:
cost Unrealized Fair . ~~ Basis ~ Gain Value
December31.2001 Equity securities $ 912,732 $ 174,002 $ 1,086,734 .~
December31.2000 Equity securities $ 290,599 $ 219,421 $ 510,020
Note 5 - Investment in Joint Venture: -
The Company has an interest (one third) in Bishop-Sanzari-Creamer (a Joint Venture). The
Company is accounting for its investment in this joint venture by recording the investment in the
balance sheet under the equity method of accounting under which the Company’s share of the net
income for the joint venture is added to the investment account, and distributions received from the
joint venture are treated as a reduction of the investment account. In the income statement the
Company’s proportionate share of revenues and expenses of the joint venture are presented
separately as revenues and expenses. The joint venture performs heavy highway and general
construction services throughout Northern New Jersey.
The condensed financial information of Bishop-Sanzari-Creamer (a Joint Venture) as of and for
the years ended December 31,2001 and 2000 are as follows:
December 31
2001 2000
Balance Sheet
Total current and total assets
Total current and total liabilities
Total partners’ capital
Total Liabilities and Partners’ Capital
Income Statement
$ 11,769,729 $ 4,637,551
$ 11,171,545 $ 1,789,667
598,184 2,847,884
$ 11,769,729 $ 4,637,551
Contract revenue earned $ 38,426,325 $ 22,141,932
Cost of revenue earned
Gross Profit General and administrative expenses Other income
Net Income
35,462,086 16,153,198 2.964.239 5.988.734 ~I~ ~ I ~ (789,075) (661,055) . ~.
75,136 107,392
$ 2,250,300 $ 5,435,071
-6-
- Note 5 - investment in Joint Venture (Continued):
Distributions received from Bishop-Sanzari-Creamer (a Joint Venture) for the years ended
December 31, 2001 and 2000 amounted to $1,500,000 and $1,300,000, respectively.
Note 6 - Contracts in Progress:
Contracts in progress are summarized as follows:
2001
December 31
2000
Total contract prices, including approved extras $ 222,997,260 $ 206,532,555
Estimated gross profit on completion 42,729,465 44,143,633
Estimated Total Direct Costs $ 180,267,795 $ 162,388,922
Direct costs incurred to date
Gross profit recognized to date
Billings to date
Contract Revenue Earned to Date
,"
Net Overbillings
$ 119,849,517 $ 103,545,183
24,238,861 23,688,623
144,088,378 127,233,606
151,335,722 129,916,086
$ (7,247,344) $ (2,682,280)
The net billings in excess of contract revenue earned on contracts in progress on the above
contracts are included in the balance sheet under the following captions:
2001
December 31
2000
Costs and estimated earnings in excess of
billings on contracts in progress $ 2,759,838 $ 4,461,474
Billings in excess of costs and estimated
earnings on contracts in progress (1 0,007,182) (7,143,754)
Net Overbillings $ (7,247,344) $ (2,682,280)
The Company has entered into certain contracts in which estimated costs have been revised. AS
a result of these revisions, losses are anticipated to be incurred on these contracts. Provision has been
made and management's estimates of these losses are included on the Company's balance sheet
under the liability "Accrued losses on contracts in progress."
-7-
- Note 7 - Line of Credit:
The Company has a revolving line of credit with First Union National Bank in the amount of
$14,000,000. The amount outstanding at December 31, 2001 and 2000 was $-0- and $3,725,000,
respectively. Also, there were $678,000 of outstanding letters of credit issued against this line at
December 31, 2001 and 2000. Interest is payable monthly at the bank’s floating prime rate, which
was 4.75% at December 31, 2001. This agreement is subject to periodic review by the bank and
expires on July 31, 2002.
The Company is also subject to certain financial covenants and predefined ratios under the
agreement, and is precluded from such transactions as mergers, changes in ownership, and
repurchases of capital stock without the written consent of the lender.
Note 8 - Notes and Loans Payable:
Notes and loans payable to others at December 31,2001 and 2000 consisted of the following:
2001
December 31
2000
Notes Payable:
Fifty eight notes payable collateralized by various
construction and computer equipment. The notes
bear interest at rates that range between 0% and
9.25% per annum. The average interest rate on
these notes is approximately 6.50%. $ 11,486,719 $ 13,809,229
Loans Payable to Related Parties:
Four loans payable to various stockholders of the
Company. These loans are uncollateralized and
bear interest at rates that range between the prime
rate of the Company’s lender, which was 4.75% at
December 31,2001, to 12% per annum.
Total 2,293,000 2,440,000
13,779,719 16,249,229
Less: Current portion 7,491,489 8,252,347
Notes and Loans Payable, Net of Current Portion $ 6,288,230 $ 7,996,882
Maturities of notes and loans payable are as follows:
Years Fnditlg December 31
2002
2003
2004
2005
Total
$ 7,491,489
3,712,040
2,198,691
377,499
$ 13,779,719
- Note 9 - Leases:
The Company is obligated under non-cancelable operating leases with certain partnerships
whose partners are also stockholders of the Company for office, yard, and warehouse space in New
Jersey. The leases require minimum annual rent payments of $30,000 and $360,000 and expire on
April 30, 2002 and October 31, 2018, respectively. In addition, the leases call for certain expenses
such as real estate taxes, common area maintenance, and insurance.
The Company also leases various garage and yard storage space on a month-to-month basis.
Rent expense under operating leases, exclusive of construction related equipment rental, for the
years ended December 31,2001 and 2000, amounted to $933,608 and $1,042,166, respectively.
Note 10 - Profit-sharing Plan:
The Company has a qualified profit-sharing plan, covering all eligible employees who meet the
minimum age and length of service requirements and are not covered by union contracts. The
Company provided for profit-sharing plan contributions of $1,767,912 and $2,034,293 for the years
ended December 31,2001 and 2000, respectively.
Note 11 - Contingencies:
The Company has various claims and other contingent matters, including the usual liabilities of - contractors for completion of contracts, and possible liabilities in connection with performance and
indemnity bonds. Management is of the opinion that settlements, if any, will not have a material
adverse effect on the financial position of the Company.
The Company has an employee medical benefit plan to self-insure claims up to $33,000 per year
for each individual or family covered; with an aggregate liability limit of approximately $1,208,000;
claims above the $33,000 are covered by a stop-loss insurance policy. The Company and those
employees covered under family coverage contribute to the fund to pay the claims and stop-loss
insurance premiums. At December 31, 2001, management believes that the Company has made
provisions sufficient to cover estimated claims, including claims incurred but not yet reported.
Note 12 - Related Party Transactions:
The Company, at times, provides construction services in the form of labor and other related
services and purchases materials from various entities that are controlled by the Company’s principal
stockholders. Following is a summary at December 31, 2001 and 2000 of balances with affiliates:
2001
December 31
2000
Due from affiliates (included in accounts receivable in
the accompanying balance sheet) $ 1,596,092 $ 1,152,918
Due to affiliates (included in accounts payable in the
accompanying balance sheet) $ 403,729 $ 71 6,684 ,-
-9-
- Note 12 - Related Party Transactions (Continued):
Included in the statement of income for the year ended December 31, 2001 are construction
contract revenues of $577,008 and construction contract costs of $558,815 relating to work performed
for these entities.
Included in the statement of income for the year ended December 31, 2000 are construction
contract revenues of $507,334 and construction contract costs of $445,702 relating to work performed
for these entities.
The Company also provides administrative services to related parties. Fees for those services
reduced general and administrative expenses for the years ended December 31, 2001 and 2000 by
$1 88,355 and $1 65,148, respectively.
Note 13 -Contract Backlog (Unaudited):
Backlog as of December 31, 2001, is approximately $80,000,000 for signed contracts in
existence as of that date.
Note 14 - Major Customer:
For the year ended December 31, 2001, revenue from one customer totaled $43,071,166. The
amount due from this customer included in trade accounts receivable at December 31, 2001 was - $17,244,240.
For the year ended December 31, 2000, revenue from one customer totaled $30,365,334. The
amount due from this customer included in trade accounts receivable at December 31, 2000 was
$7,191,833.
Note 15 - Supplemental Cash Flows Information:
A. Cash paid during the years ended December 31, 2001 and 2000 for interest and income
taxes was as follows:
Interest
Income taxes
2001
December 31
2000
$ 1,160,315 $ 1,237,891
$ 228,198 $ 22,490
B. During the years ended December 31, 2001 and 2000, the Company financed the acquisition
of certain property and equipment in the amount of $3,967,217 and $7,267,111, respectively.
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal)
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE II, REACH 111, STA 15 TO 73
CONTRACT NO. 3583-2
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 Citv to iudae hidher resDonsibilitv, experience and skill. An attachment can be used.
Revised 04/22/02 Contract No. 3583-2 Page 30 of 115 Pages
,.
.. .. .
.. : ..
.. P
.. ..
..
..
..
"
"
)
1 1
i ! I !
k
\o
c- VI c
c! W ?
.
r
1. -
i
I
-. -3 ,-.
-. . m
4. a
." ..
m VI
.* . . 0 0
m- E * m-
pi
N.
a cl . m m h
N cv s, . - I
h m
N .
.. -. .. . .. . .~ ..
a 0 0 s ,-. '0
v)
a
9
..
r
. ... .
. . .. . .. . .. .. : . ..
-
.r, 4. Q 3
2
'0 c ...
..
.- '7 h
a c
44
L_.. ... .. ~ ~ , ." .-
.. '. ,..
.. ..
.- . . . . ..~
BIDDER'S CERTIFICATE OF INSURANCE FOR
GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE
LIABILITY AND WORKERS' COMPENSATION
(To Accompany Proposal)
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE II, REACH 111, STA 15 TO 73
CONTRACT NO. 3583-2
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
2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned,
company that the Contractor proposes.
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 04/22/02 Contract No. 3583-2 Page 31 of 11 5 Pages
Client#: 43607 JFLET8 1 AM CERTIFICATE OF LIABILITY INSURANCE 11/15/02 DATE (MMIDDNY)
CPRODUCER THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFORMATION Brown & Brown Metro, Inc.
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 62 Walnut Avenue
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
.rk, NJ 07066
'/s2 574-9888 INSURERS AFFORDING COVERAGE
Fire & Marine Ins Co.
-ttheState ~~~ ~~~ of PA
Casualty Company
Insurance Company ~~~_______________
~ ~ ~~
USR LTR TYPE OF INSURANCE I POLICY NUMBER I'
A ~ GENERAL ~ LIABILITY KK02900245 x COMMERClALGENERALLlABlLlTY
~ ", , CMIMS MADE a OCCUR X $25,000 deduc,-
Aqqr.-$450,000~
GENLAGGREGATELIMITAPPLIESPER: -1 7 :E"c"; n LOC
A AUTOMOBILE LIABILITY KK02900245 x ANY AUTO
~
ALL OWNED AUTOS
SCHEDULEDAUTOS
~ & HIRED AUTOS
I
GARAGE LIABILITY
ANY AUTO
B EXCESS UABILITY 46029147 c 3 OCCUR n CLAIMS MADE RDX2 4 9 18 15 5 8
D TUE356765601
~~ DEDUCTIBLE x RETENTION $1 0 0 0 0
A WVK2 9 0 0 7 7 2 WORKERS COMPENSATION AND EMPLOYERS'LIABILITY
X $250,000 deduc.
OTHER
DESCRIPTION OF OPERATIONSlLOCATIONWEHlCLEyEXCLUSIONS ADDED BY ENDORSEN
mCFEFFECTIVE DATE IMMIDDNYI 03/31/02
03/31/02
03/31/02
03/31/02
03/31/02
03/31/02
ITISPECIAL PROVIS
AUTO~_ONLY=EAACCIDENT $
OTHER THAN $
AUTO ONLY
03/31/03 ~ ~~~~
03/31/03 X WC STATU. OW-
$
E.L. EACH ACCIDENT
E.L. DISEASE LEAEEL~YEE $1 I 0 0 0 0 0 0 E.L. DISEASE -POLICY LIMIT
$1 I 0 0 0 I 0 0 0
ITORY LIMITS ER
~ ~~~~~ $1,000, 000
~~~ ~~ ~
JFC Job No. 02-0971. South Hedionda Sewer Interceptor (SAHI) Reach 11,
Phase 111, Project No. 3583-2. The City of Carlsbad, its officials,
by written contract.
employees and volunteers are named as additional insureds where required
(See Attached Descriptions)
CERTIFICATE HOLDER 1 ' ~DmON~lNSURED:INSURERLE~R: ~ CANCELLATION
y of Carlsbad, Purchasing
SHOULDUlYOFTHE~OVEDESCRlBEDPOLlClESBECUlCELLEDBEFORETHEEXU~~MI
DATE THEREOF, THE ISSUING INSURER WILL-AILXQOAVSWRITEN
L-gt. 1635 Faradav Avenue
NOTICETOTHE CERTIFICATE HOLDERNBMEDTOTHELEFT~~XX
m m~B" Carlsbad, CA 92008
AcoRD~-s(7/97)1 of 3 #S52042/M47592
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.
DESCRIPTIONS (Continued from Page 1)
Cnsurance coverage is primary as respects the City, its officials, - 3loyees and volunteers.
?olicies of
-
insurance contain waivers of subrogation.
\MS25.3(07/97) 3 of 3 #S52042/M47592
COPY
ADDITIONAL PROTECTED PERSONS ENDORSEMENT - CONTRACTORS
GENERAL LIABILITY - INCLUDING COMPLETED WORK
"
This endorsement changes your Contractors
Commercial General Liability Protection.
"srf8ul
How Coverage Is Changed
There are two changes which are described
below.
1. The following is added to the Who Is
Protected Under This Agreement section.
This change adds certain protected
persons and limits their protection.
Additional protected person. The person or
organization named below is an
additional protected person as required
by a contract or agreement entered into
by you. But only for covered injury or
damage arising out of:
your work for that person or
organization;
your completed work for that person or organization if your contract or
agreement requires such coverage;
premises you own, rent, or lease from
that person or organization; or
your maintenance, operation, or use of
equipment leased from that person or
organization.
professional services.
architect, engineer, or surveyor
Architect, engineer. or surveyor
professional services includes:
the preparation or approval of maps,
drawings, opinions, reports. surveys,
change orders, designs, or
specification; and
services.
supervisory, inspection, or engineering
2. The following is added to the Other
primary insurance section. This change
broadens coverage.
We'll consider this insurance to be
primary to and non-contributory with the
protected persons listed below if:
insurance issued directly to additional
your contract specifically requires that
we consider this insurance to be
primary or primary and non-
contributory; or
you request before a loss that we
consider this insurance to be primary
or Drimary and non-contributory
We explain what we mean by your work
and your completed work in the Products and completed work total limit section. Other Terms
If the additional protected person is an All other terms of Your POliCY remain the
architect, engineer, or surveyor, we won't same.
cover injury or damage arising out of the
performance or failure to perform
insurance.
Person Or Organization:
Any Person Or Organizaiton You Are Required In A Written Contract To Show As
An Additional Protected Person.
-
Name of Insured Policv Number KK02900245 EffechvE6e 03/31/02 * J. FLETCHER CREAHER & SON INC.
GO322 Rev. 12-97 Printed in U.S.A.
@%.Paul Fire and Marine Insurance Co.1997 All Rights Reserved
Endorsement
Page 1 of 2
COPY
ADDITIONAL INSURED ENDORSEMENT - COMMERCIAL AUTO
This endorsement changes your Auto Liability
Protection. .-
"SRlUl
How Coverage Is Changed .you;
The following is added to the Who Is Protected *anyone who drives a covered auto with your
Under This Agreement section of your Auto permission or with the permission of one of
Liability Protection. This change broadens your employees or agents. But this doesn't
coverage. include the person or organization named
The person or organization named below, for
below, or one of their employees or agents.
whom you are doing work, is protected. But
results from the ownership, maintenance, use,
only for bodily injury or property damage that Other Terms
loading or unloading of a covered auto by: All other terms of your policy remain the same.
*an employee of yours; or
Person or Organization:
Any Person Or Organization You Are Required In A Written Contract To Show As
An Additional Protected Person.
-
Name of Insured Policy Number KK02900245 Effective Date 06qii02
J. FLETCHER CREAHER & SON INC. Processing Date 05/01/02 13:57 001
eSt.Paul Fire and Marine Insurance Co.1991 All Rights Reserved
CA019 Ed.07-91 Printed in USA. Endorsement Page 1 of 1
A.M. Best Company - Best's Ratings Online Page 1 of 1
Tllur. NO". 21.2002
I ,,.,...,
More Search Options
Accessing the pages on
ambest.com constitutes me user's agreement to
our terms of use;
via this Web site is
Information collected
protected by our
privacy statement; Comments or concerns should be directed to our customer setvice group: For other
matters refer to our contact us page.
Insurance Co
Member of St Paul Companies
View a list^ of group-members or Lhe.group3 raling
A.M. Bert # 02452 NAlC #: 24767
/i Best's Rating A (Excellent)"
'Ratings as of 11/21/2002 5:09:10 PM E.S.T.
or purchase the complete Best's Company Report for in-depth analysis.
Rating Category (Excellent): Assigned to companies which have, on balance, excellent financial
strength, operating performance and market profile when compared to the standards established by the A.M. Best Company. These companies, in our opinion, have a strong ability to meet their ongoing obligations to
poiicyholders.
Best's Ratings reflect our opinion based on a comprehensive quantitative and
qualitative evaluation of a company's financial strength, operating performance and
market profile. These ratings are not a warranty of an insurer's current or future
ability to meet its contractual obligations. (Best's Ratings are proprietary and may not
be reproduced without permission from A.M. Best.)
are registered certification marks of the A.M. Best Company, Inc. The rating symbols "A++", "A+", '"A" "A-". "E++". and "E+"
companies. This special emblem displays their rating and category (Superior,
Best's Security Icons are awarded to Secure rated (A++, A+, A, A-, B++. E+)
Companies interested in placing a Best's Security Icon on their web site are required
Excellent, or Very Good), helping you discern industry leaders at a glance. Insurance
to registeronline.
Copyright 0 2002 by AM. Best Ccvnpafly,JflL ALL RIGHTS RESERVED
retrieval system. without the prior written permission of the A.M. Best Company. Refer to our terms of use for No part of this information may be distributed in any electronic form or by any means, or stored in a database or
additional details.
http://www3.ambest.com/frameslFrameServer.asp?Tab=2&Re~~=O2452&Site~atings ... 11/21/2002
A.M. Best Company - Best's Ratings Online Page 1 of 1
L
~~~~ More Search Option-s
.Y. B K8TI
Find our locations
Accessing the pages on
ambest.com wnstitutes the user's agreement to
our terms~ofuse; Information collected
via this Web site is protected by our
privacy statement;
Comments or wncerns should be directed to our customer service
group; For other matters refer to our Gontact us page.
Member of American International Group InC
View a Wf group-members or mroup's_ratina
A.M. Best 11: 02035 NAlC I: 19429
Best's Rating
A++ (Superior)*
Financial Size Category
XV ($2 billion or more)
'Ratings as of 11/21/2002 5:09:10 PM E.S.T.
or purchase the complete Best's Companv Rep*! for in-depth analysis.
Rating Category (Superior): Assigned to companies which have, on balance, superior financial
strength, operating performance and market profile when wmpared to the standards established by the A.M.
Best Company. These companies, in our opinion, have a very strong ability to meet their ongoing obligations to policyholders.
Best's Ratings reflect our opinion based on a comprehensive quantitative and
qualitative evaluation of a company's financial strength, operating performance and
market profile. These ratings are not a warranty of an insurer's current or future
ability to meet its contractual obligations. (Best's Ratings are proprietary and may not
be reproduced without permission from A.M. Best.)
are registered certification marks of the A.M. Best Company, Inc
The rating symbols "A++". "At', "Am, "A-", '"E++", and "E+"
companies. This special emblem displays their rating and category (Superior,
Best's Security Icons are awarded to Secure rated (A++. A+, A, A-. B++, B+)
Companies interested in placing a Best's Security Icon on their web site are required
Excellent, or Very Good), helping you discern industry leaders at a glance. Insurance
to register online.
Copyright 0 2002 by A.M. BestCompany,Inc. ALL RIGHTS RESERVED
NO part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company, Refer to our ter!n%Qbe for
additional details.
http://www3.ambest.com/frames/FrameSe~er.asp?Tab=2&Re~um=02035&Site~atings..~ 11/21/2002
A.M. Best Company - Best's Ratings Online Page 1 of 1
ww SEARCH
L
More Search Qp&ols
L.Y. .ISTI
Find our locations
Accessing the pages on ambest.com constitutes
the user's agreement to our terms of use;
Information collected via this Web site is
protected by our
privacy statement; Comments or concerns
our customer SeNiCe
should be directed to
group; Forolher
matiers refer to our
~~ conta-ct VI page.
Member of CNA Insurance Companies A.M. Bert #: 02128 NAlC X: 20443
View a list of qroupmembers or the QrouD's rating
'Best's Rating
A (Excellent)'
Financial Size~CategoB
XV ($2 billion or more)
'Ratings as of ffRf/ZOOZ 5:09:10 PM E.S.T.
or purchase the complete Best's Company Report for in-depth analysis.
Rating Category (Excellent): Assigned to companies which have, on balance, excellent financial
strength, operating performance and market profile when compared to the standards established by the A.M. Best Company. These companies. in our opinion, have a strong ability to meet their ongoing Obligations to
policyholders.
Best's Ratings reflect our opinion based on a comprehensive quantitative and
qualitative evaluation of a company's financial strength, operating performance and
market profile. These ratings are not a warranty of an insurer's current or future
ability to meet its contractual obligations. (Best's Ratings are proprietary and may not
be reproduced without permission from A.M. Best.)
are registered certification marks of the A.M. Best Company, Inc The rating symbols "A++", "A+", "A" "A-". "E++". and 'E+"
companies. This special emblem displays their rating and category (Superior,
Best's Security Icons are awarded to Secure rated (A++, A+, A, A-, B++. B+)
Excellent, or Very Good), helping you discern industry leaders at a glance. Insurance
Companies interested in placing a Best's Security Icon on their web site are required
to reqister online.
Copyright 0 2002 by A.M. Best Compaa. Inc. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details.
. .. . . . . .. .. ." .. ..
http://www3.ambest.com/frames/FrameServer.asp?Tab=2&Re~um=02128&Site=ratings ... 11/21/2002
A.M. Best Company - Best's Ratings Online Page 1 of 1
Thur. Nov. 21,2002
mmJ SEARCH
Company
Accessing the pages on ambest.com constitutes
the user's agreement to
our tecm vf use; Information collected via this Web site is
protected by our privacy staterngnt; Comments or concerns should be directed lo our customer sewice
group; Forother
matters refer to our cwtact us page.
Member of Great American P 81 C Insurance Grp A.M. Best #: 02213 NAlC AI: 16691
View a list of qroup-me_mbers or the grouD's rating
~ Best's ~~ Rating
A (Excellent)'
~~ Financial ~ Size Cat- XI1 ($1 billion to $1.25
billion)
^Raiings as of 11/27/2002 5:OS:lO PM E.S.T.
or purchase the complete Best's Company Report for in-depth analysis.
Rating Category (Excellent): Assigned to companies which have, on balance, excellent financial
strength. operating performance and market profile when compared to the standards established by lhe A.M. Best Company, These companies, in our opinion. have a strong ability to meet their ongoing obligations to
policyholders.
Best's Ratings reflect our opinion based on a comprehensive quantitative and
qualitative evaluation of a company's financial strength, operating performance and
market profile. These ratings are not a warranty of an insurer's current or future
ability to meet its contractual obligations. (Best's Ratings are proprietary and may not
be reproduced without permission from A.M. Best.)
are registered certification marks of the A.M. Best Company, Inc The rating symbols "A++", "A+". "A", "A-", "B++". and "E+"
companies. This special emblem displays their rating and category (Superior,
Best's Security Icons are awarded to Secure rated (A++, A+, A, A-. B++, B+)
Companies interested in placing a Best's Security Icon on their web site are required
Excellent, or Very Good), helping you discern industry leaders at a glance. Insurance
to reqister online.
Copyright 0 2002 by A.M. Best Company,l.nc.. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or
retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details.
http://www3 .ambest.com/frames/FrameServer.asp?Tab=2&Re~um=O2213&Site=ratings... 11/21/2002
Company Profiles Page 1 of 1
MAIN
NEWS
EMAlL CompanyList In SUBSCRlPTlONS
CONSUMERS For more information on any company, click the Company Name "Info" link. To
AGENTS &BB view all companies in the same group, click the NAIC group number.
Group
Name
Name
Records 1 to 2 of 2
Copyright 0 California Department of Insurance
Last Revised - October 29, 2002 01:46 PM
Disclaimer
http://www.insurance.ca.gov/docs/FS-CompanyProfiles.htm 11/21/2002
Company Profiles Page 1 of 1
MAIN
NEWS
EMAlL CompanyList In
SUBSCRIPTIONS
CONSUMERS For more information on any company, click the Company Name "Info" link. To
view all companies in the same group, click the NAIC group number. AGENTS &BROKERS
~~ INSURERS ~~~~~
SEnRCH
CONTACTS
LlNKS
Name
Record 1 of 1
Last Revised - October 29,2002 01:46 PM
Copyright 0 California Department of Insurance
http://www.insurance.ca.gov/docs/FS-CompanyProfiles.htm 11/21/2002
Company Profiles Page 1 of 1
MAIN
NEWS
SUBSCRI_PT!QNS
EMAlL
CONSUMERS
AGENTS a BROKER^
For more information on any company, click the Company Name "Info" link. To
view all companies in the same group, click the NAIC group number.
INSURERS
SEARCH
CONTACTS
L!NKS Name
Record 1 of 1
Last Revised - October 29.2002 01:46 PM
Copynght 0 California Depa'ment of Insurance
Disclaimer
http://~.insurance.ca.gov/docs/FS-CompanyProfiles.htm 11/21/2002
Company Profiles Page 1 of 1
MAIN
NEWS
EMAIL CompanyList In SUBSCRIPTIONS
CONSUMERS For more information on any company, click the Company Name "Info" link. To view all companies in the same group, click the NAIC group number. AGENTS 8 BROKERS
INSURERS
SEARCH
CONTACT3
LINKS Name
Record 1 of 1
Copynght 0 California Department of Insurance
Last Revised - October 29, 2002 01:46 PM
Disclaimer
http://www.insurance.ca.gov/docs/FS-CompanyProfiles.htm 11/21/2002
Company Profiles Page 1 of 1
SUBSCRIPTIONS EMAIL
CONSUMERS
A!2mES3~ BROXERS
INSURERS
SEARCH
CONTACTS
LlNKS
CompanyList In
For more information on any company, click the Company Name "Info" link. To
view all companies in the same group, click the NAIC group number.
Domicile Group
Name
Record 1 of 1
Copyright Q California Department of Insurance
Last Revised - October 29,2002 01:46 PM
Disclaimer
http://www.insurance.ca.gov/docs/FS-CompanyProfiles.htm 11/21/2002
, .. 2)
..
BIDDER'S STATEMENT RE DEBARMENT
(To Accompany Proposal)
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE II, REACH 111, STA 15 TO 73
CONTRACT NO. 3583-2
another jurisdiction in the State of California? Have you or any of your subcontractors ever been debarred as an irresponsible bidder by
X
Yes no
If yes, what wadwere the name(s) of the agency(ies) and what wadwere the period(s) of
debarment(s)? Attach additional copies of this page to accommodate more than two debarments.
party debarred party debarred
agency agency
period of debarment period of debarment
:. .
! ,; BY CONTRACTOR: +L
,\ .: /% nc .
,. .
, .,
,.
i . 1 George Mallakis, area Manager
(print namehitle)
.. ,,
@ Revised 04/22/02
Page of pages of this Re Debarment form
Contract No. 3583-2 Page 32 of 11 5 Pages
BIDDER'S DISCLOSURE OF DISCIPLINE RECORD
(To Accompany Proposal)
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE 11, REACH 111, STA 15 TO 73
CONTRACT NO. 3583-2
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.
Have you ever had your contractor's license suspended or revoked by the California Contractors'
State license Board two or more times within an eight year period?
X
no
Has the suspension or revocation of your contractors license ever been stayed?
X
Yes no
contractor's license suspended or revoked by the California Contractors' State license Board two
Have any subcontractors that you propose to perform any portion of the Work ever had their
or more times within an eight year period?
X
no
Has the suspension or revocation of the license of any subcontractor's that you propose to
perform any portion of the Work ever been stayed? X
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 04/22/02 Contract No. 3583-2 Page 33 of 1 15 Pages
BIDDER'S DISCLOSURE OF DISCIPLINE RECORD
(CONTINUED)
(To Accompany Proposal)
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE II, REACH 111, STA 15 TO 73
CONTRACT NO. 3583-2
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:
J. Fletcher Creamer,& son, Inc.
(sign here)
George Mallakis, Area Manager
(print namekitle)
Page of pages of this Disclosure of Discipline form
@ Revised 04/22/02 Contract No. 3583-2 Page 34 of 11 5 Pages
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMllTED WITH BID
PUBLIC CONTRACT CODE SECTION 7106
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE II, REACH 111, STA 15 TO 73
CONTRACT NO. 3583-2
State of California )
Countyof Los Angeles )
) ss.
George C. Mallakis , being first duly sworn, deposes
(Name of Bidder)
and says that he or she is Area Manager
(Title)
of J. Fletcher Creamer 8 Son, Inc.
(Name of Firm)
the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any
genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited
undisclosed person, partnership, company, association, organization, or corporation; that the bid is
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, submilted 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.
I declare under penally of perjury that the foregoing is true and correct and that this affidavit was
executed on the 10 day of October ,20a.
- Subscribed and sworn to before me on the 10- day of or-W&WL ,20=.
- .. k"
0t.y Public - Caltfornia Signature of Notary
" # Revised 04/22/02 Contract No. 3583-2 Page 35 of 1 15 Pages
- City of Carlsbad
September 30,2002
ADDENDUM NO. 1
RE: SOUTH HEDIONDA SEWER INTERCEPTOR (SAHI) REACH II, PHASE 111,
STATION 15 TO 73, Contract No. 3583-2
Please include the attached addendum in the Notice to Bidder/Request for Bids you
have for the above project.
This addendum-receipt acknowledged--must be attached to your Request for Bid when
your bid is submitted.
lcd Purchasing Officer
LISA HILDABRAND
LH:jlk
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
Bidder's Signature -
1635 Faraday Avenue Carlsbad, CA 92008-7314 (760) 602-2460 * FAX (760) 602-8556 @
CITY OF CARLSBAD
South Agua Hedionda Interceptor (SAHI) Phase II Reach 111
Contract No. 3583-2
Addendum No. 1
From: Sherri L. Howard, Associate Engineer Phone: (760) 602-2756
Fax: (760) 602-8562
No. of Pages: 9
Date: September 27,2002
Bid Opening Date: October 10, 2002 at 4:OO pm (Unchanged)
REVISIONS TO BID.DOCUMENTS:
NOTICE INVITING BIDS:
ADD the following at the end of the first page of the Notice Inviting Bids:
A. Time is of the essence for the initiation and completion of this project. The
Contractor shall receive an incentive payment of $20,000 for
submitting complete and properly executed contract documents as
described in these specifications and as determined by the City,
within ten calendar days, or less, of the contract award date. The
following documents must be submitted by the Contractor:
Current City of Carlsbad business license
Contract required bonds
Proof of the contract required insurance and endorsements
Properly executed and notarized contract
Original copies of all specified contract documents must arrive in the
office of the Purchasing Officer at 1635 Faraday Avenue in Carlsbad no
later than 500 p.m. on the tenth day afler the bid award date. The bid
award date will be announced in the City's award letter to the
successful contractor.
1
If the Contractor fails to comply with the contract requirements
described in these specifications, as determined by the Engineer, within
ten calendar days of the contract award date, the Contractor will not be
eligible for the $20,000 incentive payment, or any part thereof.
The City shall determine, within its sole discretion, whether the
Contractor has satisfied the incentive award contingencies, and the
Contractor agrees that the City’s determination shall not be disputable.
B. Bidders Inauiries:
Please fax bidders Inquiries to Sherri Howard at 760-602-8562. Responses will
be provided to all bidders by addendum. The City will respond to bidders inquiries
received by 5:OO pm Friday, October 4, 2002.
CONTRACT PUBLIC WORKS:
ADD the following as Item 18:
A. Incentive Payment. The Contractor shall receive an incentive payment of
$20,000 for submitting complete and properly executed contract
documents as described in these specifications and as determined by the
City, within ten calendar days, or less, of the award date. If the Contractor
fails to comply with the requirements described in these specifications, as
determined by the Engineer, within ten calendar days of the bid opening
date, the Contractor will not be eligible for the incentive payment, or any
part thereof.
If the Engineer determines that the Contractor has met all of the
requirements for a properly executed contract in ten calendar days or less,
the Engineer shall notify the Contractor in writing. Upon receipt of written
notification, the Contractor shall prepare an invoice for the incentive
payment in full, with the first progress payment or any progress payment
thereafter.
SUPPLEMENTAL PROVISIONS:
A. REVISE Section 6-11.1, Construction Phase 1. Paragraph 1, Line 4: Change
“four thousand dollars ($4,000)” to “three thousand dollars ($3,000).”
6. REVISE Section 6-11.1, Construction Phase 1. Paragraph 1, Line 5: Change
“forty thousand dollars ($40,000) to “thirty thousand dollars ($30,000).”
C. REVISE Section 6-11.1, Construction Phase 1. Paragraph 2, Line 3: Change
“four thousand dollars ($4,000)” to ”three thousand dollars ($3,000).”
D. REVISE Section 6-11.1, Construction Phase I. Paragraph 2, Line 4: Change
“forty thousand dollars ($40,000)” to “thirty thousand dollars ($30,000).”
E. REVISE Section 7-5.1, Resource Agency Permits. Line 2: Change “Appendix
‘A’” to “Appendix ‘C’.”
L
TECHNICAL SPECIFICATIONS:
A. REVISE Section 01025, Measurement and Payment, Item 3.4.J Line 1:
Change "Bid Item No. 16" to "Bid Item No.10."
PLANS:
A. DWG 396-2A, sheet 2. Under SEWER NOTES, DELETE note 5.
B. DWG 396-2A, sheet 3, NOTES, ADD the following to Note 1: Bypass shall
consider peak flow of 0.5 million gallons per day. Contractor shall verify peak flow
depth prior to submitting by-pass plan to City.
C. DWG 369-2A, sheet 9, Detail A, REVISE trench width to 9" minimum clearance
outside pipe.
3
SOUTH AGUA HEDIONDA INTERCEPTOR, PHASE II REACH 111,3583-2 PREBID MEETING SUMMARY
September 25, 2002,2:00 pm
City of Carlsbad Faraday Center Room 173 A
1635 Faraday Avenue
Carlsbad, CA 92006
Purpose of Pre-Bid: To discuss some of the items not typically seen in a City of Carlsbad
project, the incentiveldisincentive clause, coordination.
Project Description:
Construction of 2,849 lineal feet of 15-inch SDR-35 PVC sewer pipeline, 7
access holes, 2,230 lineal feet 14-inch inside diameter DR17 HDPE forcemain
and connections
Two steel pipelines exist in the bridge project connecting to one
To expedite the project, the City is allowing the contractor to close the west-bound
lane.
Project Specifications are written in both Greenbook and CSI format
Definitions
Cannon Road and includes:
Road Closure - Road Closure includes all work requiring the closure of westbound
0 Excavation, backfill, bedding and geofabric, compaction, fittings, locator tape, disposal of excess excavated material, testing, cleaning, providing inspection video, base, paving and any appurtenant work as required to construct Bid
Schedule 1, Item 3, and Bid Schedule 2, Item 3
0 Connection tie to existing 8-inch sewer
0 Construction connection to access hole no. 11
0 Construction of all access holes
Plug existing 24-inch sewer
0 Remove existing 8-inch sewer and access hole
0 All work associated with connections to existing pipe (ductile iron and HDPE)
0 Erosion control as required for the above-listed items
The Road Closure does not include items associated with:
0 Mobilization and demobilization
0 Performing exploratory excavations
4
0 Items associated with the traffic signal and striping
Traffic control may be required for the above-listed items that do not
require closure of westbound Cannon Road
Construction Phase I - Improvements in Cannon Road between LEGOLAND Drive
and Car Country Drive.
Construction Phase II - Improvements in Cannon Road between LEGOLAND Drive
and Faraday Avenue.
Timing:
IncentivelDisincentive: The City Council has authorized an incentive to
encourage the Contractor to complete construction activities that are to be
completed during the road closure early to limit disruption to impacted
residences and businesses.
The traffic control plan has been designed to serve for the whole project and
assumes that the work between LEGOLAND Drive and Car Country Drive will
be completed while Phase I and II traffic control are in place
Road closure between LEGOLAND Drive and Car Country Drive is limited in the
number of days to limit impacts to business and to perform the work during off-peak
period.
Coordination
Cannon Road serves as an access road for the Flower Fields farm equipment.
Contractor is responsible for assuring that the access be maintain for Flower
Fields.
SDG&E has several facilities off Cannon Road. The contract documents identify the
point of contact at SDG&E to nifty with the project schedule so SDG&E can continue
to maintain their facilities.
LEOGLAND will continue to egress off Cannon Road. During the closure between
LEGOLAND Drive and Car Country Drive, LEGOLAND will be exiting at Hidden
Valley Road
The Shooting Range for North County Safety Services takes access off Faraday
Avenue at the eastern end of the road closure. The shooting range will continue to
be used throughout the life of the project.
The Carltas Company may install the traffic signal at the intersection of Cannon Road
and Car Country Drive to complete the installation prior to the opening of Cannon
Road through to El Camino Real.
Several projects are under construction that are adjacent the limits of work of this
project. The Kelly Ranch project, Cannon road West project and Agua Hedionda
Lagoon Visitor Center project will all continue construction activities during the life of
5
this project. Contract shall coordinate with adjacent developments to insure conflicts
do not arise.
In addition, The Kelly Ranch project will be installing a left turn lane from Cannon
Road into the Agua Hedionda Lagoon Visitor Center. It is anticipated that this
construction will occur during the road closure
Because timing is important an incentive has been added to encourage the Contractor to
complete and properly execute all contract documents described in the specifications. This
language will be incorporated into an Addendum.
Section 6-7.2 By addendum the working days will be increased to 93
Section 6-7.2 Working Day -Working outside normal working hours will be permitted with
this project
Section 6-1 1 defines an IncentivelDisincentive for early completion
Section 7-7.1 identifies adjacent projects
Section 7-10 identifies businesses that require special notification
Section 306-1.2 eliminate the maximum trench length restrictions for the HDPE pipe
Section 01300 1.3.J requires submittal of the pipelines materials within 20 calendars days of
City Council award of Contract.
By addendum there will be two changes to the plans:
A. DWG 396-2A, sheet 2. Under SEWER NOTES, DELETE note 5. 6. DWG 369-2A, sheet 9, Detail A, REVISE trench width to 9 minimum
clearance outside pipe.
The City will not accept pipe other than HDPE for the force main.
A site walk was not held.
6
CITY OF CARLSBAD
Public Works -Engineering Department
3583-2 South Agua Hedionda Interceptor Phase II Reach 111
Pre-Bid Confeence
SIGN-IN SHEET
Page 1 of 2 - -
PROJECT NUMBER PROJECT NAME 3583-2 South Agua Hedionda Interceptor,
Phase 11, Reach 111
SUBJECT Pre-Bid Conference DATE September 25,2002
~:\~a~~pmnat~~~~z~~~~~~~samm.~~s.~~*rpn\~.m~n*~m.~s~~~do;
7
CITY OF CARLSBAD
Public Works - Engineering Department
3583-2 South Agua Hedionda Interceptor Phase II Reach 111
Pre-Bid Confeence
SIGN-IN SHEET
Page 2 of 2 - -
PROJECT NUMBER PROJECT NAME
3583-2 South Agua Hedionda Interceptor,
Phase II, Reach 111
SUBJECT Pre-Bid Conference DATE September 25,2002
Sep 25 02 10: 23a SILBERBERGER ENG 858 755 5408
SILBERBERGER ENGINEERS, INC.
GENERAL ENGINEERING CONTRACTORS
PO BOX 865
SOLANA BEACH, CA 92075
(858) 755-9389
FAX (858) 755-5408
FACSIMILE TRANSMITTAL SHEET
T0:SHERRI HOWARD FROM: MARC D. SILBERBERGER
C0MPANY:CITY OF CARLSBAD DATE:
SeDtember 25.2002
FAX NUMBER:760-602-8562 TOTAL X OF PAGES INCLUDING COVER:
1
PHONE NUMBER:760-602-2756 SENDER'S REFERENCE NUMBER:
~:SLUII,REACHI~,PHASEIII YOUR REFERENCE NUMBER:
c
OURGENT OFOR REVIEW OPLEASE COMMENT X PLEASE REPLY OPLEASE RECYCLE
NOTESIMMMENTS:
SHERRI: PLEASE CLARIFY/PROVIDE THE FOLLOmG.
1. THE PLANS STATE IN THE SEWER NOTES, #5, ' THE DISTRICT SHALL PROVIDE
CONSTRUCTION STAKING FOR THE PIPELINE".
PAY FOR THE SERVICES OF A SURVEYOR" ETC.
THE SPECS. STATE ON PAGE 54 OF 115,2-92, "THE CONTRACTOR SHALL HlRE AND
2. PLEASE PROVIDE THE PEAK FLOWS OF THE EXISTING SEWER IN THE AREAS OF
THE PROPOSED BYPASS.
3. THE TRENQH WIDTHS ON SHEETS 9 AND 10 OF THE PLANS FOR THE PROPOSED
SECTION 02200, SHEET 11 OF 14, PARAGRAPH C.
GR4W AND FORCE MAIN PIPELINES ARE IN CONFLICT WrrH THE SPECS. IN
MARC D. SILB&BERGERVP.
CALIFORNIA CONTRACTORS LICENSE NUMBER A-277526
215 S. HIGHWAY 101, SUITE 109
__ City of Carlsbad
October 3,2002
ADDENDUM NO. 2
RE: SOUTH HEDIONDA SEWER INTERCEPTOR (SAHI) REACH II, PHASE 111,
STATION 15 TO 73, Contract No. 35833
Please include the attached addendum in the Notice to BiddedRequest for Bids you
have for the above project.
This addendum--receipt acknowledged-must be attached to your Request for Bid when
your bid is submitted.
Purchasing Officer
LH:jlk
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2
I J. Fletcher Creamer R Sop;
1635 Faraday Avenue * Carlsbad, CA 92008-7314 * (760) 602-2460 * FAX (760) 602-8556 @
CITY OF CARLSBAD
South Agua Hedionda Interceptor (SAHI) Phase I1 Reach 111
Contract No. 3583-2
Addendum No. 2
From: Sherri L. Howard, Associate Engineer
Phone: (760) 602-2756
Fax: (760) 602-8562
No. of Pages: 5
Date: October 2,2002
Bid Opening Date: October 10, 2002 at 4:OO pm (Unchanged)
REVISIONS TO BID DOCUMENTS:
CONTRACT PUBLIC WORKS:
SUPPLEMENTAL PROVISIONS
A. REVISE Section 8-2.1, Class “A” Field Office. Paragraph 2. ADD the following:
Contractor may use property located on the south east corner of Cannon Road
and LEGOLAND Drive. The land is currently vacant and owned by the Carlsbad
Ranch Company.
B. REVISE Section 6-7 TIME OF COMPLETION. Paragraph 1Line 2. Change
seventy nine (79) working days to ninety six (96) working days.
C. Section 6-7.2. Working Day. ADD the following: Working Day time does not
two City holidays that the Contractor may select to work on. They are Martin
include Saturday’s and Sunday’s worked in Construction Phase I only. There are
Luther King Day, January 20,2003 and Presidents Day, February 17, 2003.
Working days will be charged for work performed on City holidays. Working Days
will be charged for work performed on Saturdays and Sundays in Construction
Phase 11.
D. REVISE Section 206-9.3, Operation and Maintenance. Line 4. Delete the last
sentence.
I
TEL:6194433002 P. 001/001 .- - .- -.-” -
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI) PHASE II REACH Ill CONTRACT NO. 3583.2
BIDDERS INQUIRY
TO: Shed Hnward FAX: 760-602-6562
9-26-2002 7 : 07AM FROM CCL CONTRACTING INC 760 741 2655 3 P. 1
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI) PHASE II REACH 111
CONTRACT NO. 3683-2
BIDDERS ,INQUIRY
9-27-2002 7:&7AM 4 FROM CCL CONTRACTING INC 760 741 a5 , P. 1
SOUTH AGUA HEOIONDA INTERCEPTOR (SAHI) PHASE It REACH tII
CONTRACT NO. 3583-2
BIDDERS INQUIRY
5
- SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI) PHASE II REACH 111
CONTRACT NO. 3583-2
BIDDERS INQUIRY .... ...... ...... ... ...... .... _i,il ........ ~ .. “ ..._ -. . __ -
CONTRACT
PUBLIC WORKS
This agreement is made this 2 day of AIbJCbk C , 2002, by and
between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"),
and J FLETCHER CREAMER AND SON whose principal place of business is
12874 SAN FERNANDO ROAD, SYLMAR, CA 91342 (hereinafter
called "contractor").
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Contract documents
for:
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE II, REACH 111, STA 15 TO 73
CONTRACT NO. 3583-2
(hereinafter called "project")
1. 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents.
3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids,
Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner
Operator/Lessors, 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 herein by this reference.
Contractor, herhis 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) 2000 Edition and the 2001 and 2002 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.
-
Q Revised 04/22/02 Contract No. 3583-2 Paon 36 of 11 5 Paons
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.
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.
6. Differing Condttlons. Subsurface or latent physical conditions at the site differing from those
indicated.
C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual
nature, different materially from those ordinarily encountered and generally recognized as inherent in
work of the character provided for in the contract.
City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ,
or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time
required for, performance of any part of the work shall issue a change order under the procedures
described in this contract.
In the event that a dispute arises between City and Contractor whether the conditions materially
differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time
required for, performance of any part of the work, contractor shall not be excused from any
scheduled completion date provided for by the contract, but shall proceed with all work to be
performed under the contract. Contractor shall retain any and all rights provided either by contract or
by law which pertain to the resolution of disputes and protests between the contracting parties.
7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements
of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied
and will comply with these requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors, and consultants that are included in this
Contract.
8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of
Industrial Relations has determined the general prevailing rate of per diem wages in accordance with
California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates
is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to
California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post
copies of all applicable prevailing wages on the job site.
-
rc
a Revised 04/22/02 Contract No. 3583-2 Paae 37 of 11 5 Paaes
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 perfomiance of the Contract or work or from any failure or alleged failure Of
Contractor to comply with any applicable law, rules or regulations including those relating to safety
and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may
be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except
for loss or damage caused by the sole or active negligence or willful misconduct of the City.
The expenses of defense include all costs and expenses including attorneys' fees for litigation,
arbitration, or other dispute resolution method.
Contractor shall also defend and indemnify the City against any challenges to the award of the
contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense
costs include the cost of separate counsel for City, if City requests separate counsel.
Contractor shall also defend and indemnify the City against any challenges to the award of the
contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by
the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense
costs for the City. Defense costs include the cost of separate counsel for City, if City requests
separate counsel.
10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, his or her agents, representatives,
employees or subcontractors. Said insurance shall meet the Ciws 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
scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
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 04/22/02 Contract No. 3583-2 Paoe 38 of 11 5 Paoes
a. The City, its officials, employees and volunteers are to be covered as additional insured as
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. Any failure to comply with reporting provisions of the policies shall not affect coverage provided
to the City, its officials, employees or volunteers.
d. Coverage shall state that the contractor's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect to the limits of the insurer's
liability.
(C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to
state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage
or limits except after thirty (30) days' prior written notice has been given to the City by certified mail,
return receipt requested.
" respects: liability arising out of activities performed by or on behalf of the Contractor: products and
." (D) Deductlbles 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) cost Of Insurance. The Cost of all insurance required under this agreement shall be included
in the Contractor's bid.
a Revised 04/22/02 Contract No. 3583-2 Paqe 39 of 1 15 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 20104.2(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 agreement.
(A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City
must be asserted as part of the contract process as set forth in this agreement and not in anticipation
of litigation or in conjunction with litigation.
(6) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be
considered fraud and the Contractor may be subject to criminal prosecution.
(C) Government Code. Contractor acknowledges that California Government Code sections 12650
et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false
claim to a public entity. These provisions include false claims made with deliberate ignorance of the
false information or in reckless disregard of the truth or falsity of the information.
(D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False
Claims Act, it is entitled to recover its litigation costs, including attorney's fees.
" .
-. 12. (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
from participating in future contract bidding.
another jurisdiction is grounds for the City of Cadsbad to disqualify the Contractor or subcontractor
(H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for
resolution of any disputes between the parties arising out of this agreement is San Diego County,
California.
I have read and understand all provisions of Section 11 above. @ init ,D# init
13. Maintenance of Records. Contractor shall maintain and make available at no cost to the
City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article
2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place
of business as specified above, Contractor shall so inform the City by certified letter accompanying
the return of this Contract. Contractor shall notify the City by certified mail of any change of address
of such records.
c 14. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720
of the Labor Code are incorporated herein by reference.
e Revised 04/22/02 Contract No. 3583-2 Paae 40 of 1 15 Paaes
15. 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.
16. Provisions Required by Law Deemed Inserted. Each and every provision of law and
clause required by law to be inserted in this Contract shall be deemed to be inserted herein and
included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not
correctly inserted, then upon application of either party, the Contract shall forthwith be physically
amended to make such insertion or correction.
17. Additional Provisions. Any additional provisions of this agreement are set forth in the
"General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof.
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE
ATTACHED
-
(CORPORATE SEAL)
CONTRACTOR:
J. Fletcher Creamer &
" J. Fletcher Creamer, Jr., President
ATTEST:
1 Juergen R. Hofheinz, Assistant Corp. Secretary
(print name and title)
President or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under the corporate seal empowering that officer to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
Revised 04/22/02 Contract No. 3583-2 Paae 41 of 115 Paaes
ACKNOWLEDGEMENT OF PRINCIPAL
State of New Jersey
County of mn
On this 15" day of November 2002 before me personally came J. Fletcher Creamer. Jr. and Juereen R.
Hofheinz, to me know who, being duly sworn did depose and say that they reside at 49 E. Saddle River
Rd., Saddle River. NJ 07458 and 250 Kim Ave., Hasbrouck Heiahts, NJ 07604. resnectively and that they
are President and Assistant Corporate Secretary. respectively of J. Fletcher Creamer & Son, Inc. the
corporation described in and which executed the foregoing instrument; that they know the seal of said
corporation; that one of the seals affixed to said instrument is such seal; that it was so affixed by order of
the directors of said corporation, and that they signed their names thereto by like order.
I Notary Iylblic
-
JFC# 02-0971
Bond No. 6145170
.- LABOR AND MATERIALS BOND
WHEREAS, the Ci Council of the City of CPrkLsbarl, Sate of California, by,Reddution No.
2002-319 .wted NOVEMBER 12. 2002 , has 6- to
J FLETCHER CREAM6R AND SON
(hedndter de~igneted 8s the ?rindpal'), a Conbad for:
SOUTH AQUAH~NOAfMTERCEPTOR(SAHl)
. PNASE I, REACH YI, STA 15 TO 73 CONTRACT NO. 8583-2
in the City of Carisbad. in strict canfomity with the drawings and Specnkrbions, and other Conlracl
Documents now on file In the Office of the City Clark of the Clty of Carlobed end aU of which are
incorporeted herein by thii reference.
WHEREAS, Principal hes e*&W or is abwt to execute said Contract end the !em thereof
require the furnishing 01 a band, pding that if Princlpat M any of lhelr oubcontractars shsli fail to pay for MY materials, provkbns, provender or other oupplise or teanu used in, upon or about me
Surety on thii bond will pay the 'same to the extent hereinafter set forth. petfomance of the work agreeiY Lo be done, or for any work or War done thereon of any kind, the
NOW, THEREFORE, WE, J FLFTCHER CREAMER AND SON
said sum being an emount equal to: One hundred percent (1 00%) ot me total amWM payable under the terms of me canbgd by me:City of Carisbad, and lor which peyrnent well and truly to be made we
firmly by these presoms.
bind oureelvee, our heirs. exeouton and adminiatmtors. suco889om, or assigns, joinUy end severally,
THE CONDITION OF THIS OBLlQATlON IS SUCH mat if the Corlaanor or hidher subcontmUors fall to pay for any materials, provkiona, provender, supplies, or teama used In, upon, for, or about the performance of the work cantraded Io be done, of for any other work or Iabor'chmn of any kind,
Eonsislent with Californie Cil ,Code sdon 3181, or tor munb due under the Unemployment lruwmnce Code with respect to the work or labor pedomed unU6ir thio Contract, or for my amounts required to be deducted, withhokl, and paid over (a ths Empioymont Development Departmsnt from
the wages of ernpiopes Of Ihe contractor and suboontrwm pursuant tu secllon 13020 of the
Unemployment insurance Codi wtth respect to ha work and labor, that the Surety wnl pay for the same, and, ah, in me suit is brought upon the bond, reasonable attorney's toes, to be fixed by the court consistent with Caliimia Civil Code section 3248.
This bond shall inure to the &n&t of any of the pereons named in Caliiomia Civil Code section
3181. so 6s lo ~ive a right of action to those persons or their dgns in any auit brought upon the
bond.
Surety stipulates and agrees that M change, axtendon of time, ahration or a&on to the tern of
the Contract, or to the wark to be peifonned thereunder or Me apecirmtiors ampsnying me -~ .. extension of time, oltenliw &r addiin lo the iem of the contram or to the work or to me same shall affect Its obligations on this bond. and it does hereby wive natice ot any change.
Specifications.
,~
- In the event that Cantrddor &an individual. it is agreed tha the death of any such Coniractor shell
not exonetale the Surety fmrn irs oblitions under this bond, ...
ExecmedDyCONlRACrORthii: 15th EmClddbysuRENmls 15th hY
dey of November 02
CONTRACTOR: SURFIY
. ,a_, d November ,2002 -.
Safeco Insurance Company of America
(name of sweiyj
r. Mahwah. New Jersey (addno0 ol Surety)
Kathleen Anello
(prlnmd me of AnWnoy-in-Faa)
I Juergen R. Hofheinz
(print nanw herax
i
ACKNOWLEDGMENT OF SURETY
STATEOFNEWJERSEY
COUNTY OF UNION
On November 15, 2002, Kathleen Anello to me known. who, being by me duly sworn, did depose and say that helshe is an Attorney in Fact of Safeco Insurance Company of America the corporation described in and which executed the within instrument; that helshe knows the corporate seal of said
the said instrument and affixed the said seal as Attorney in Fact by authority of the Board of Directors of corporation; that the seal affixed to the within instrument is such corporate seal; and that helshe signed
said corporation and by the authority of hislher office under Standing Resolutions thereof. Nancy L. Brooker // A A
Notaty Public of New Jersey
My Commission expires March IO, ZOO6 1 Nancy L. Brooker
ACKNOWLEDGMENT OF PRINCIPAL
STATEOF New Jersey
COUNTY OF Bergen
On this fith day of November 20 nz before me personally came ______ J. Fletcher Creamer, Jr. &
depose and say that t'&&re~~$~;~ 250 KiDD Ave.. Hahlrk He,cht=. 4
and that lse&b&aAkCorD. iec. the corporation described in an which executed the foregoing instrument; that he knows the seal of said of J. Fletcher Creamer B Son, Inc.
corporation; that one of the seals affixed to said instrumen! is such seal; that it was so affixed by order of the directors of said corporation, and that helshe signed hlslher name thereto by like order.
~~~
ovoon R -in- to me known, who, being by me duly sworn, did - - 49 E. Saddle River Rd., Saddle River, NJ 074
they are Assistant
158 &
.. . . .
JFCB 02-0971
Bond No. 5145170
.- FAITHFUL PERFORMANCENARRANTY BOND
-*
WHEREAS, tho City Cwncll of the City of carisbad, Smre of Camomla, by &solution
No. 2002-329 adow: NOVEMBER 12, 2001 , has awarded to
J FLETCHER CREAMER AND SON , (MieAer
designated as he 'Prinu'pal'). i Canlrecl for:
SOUTH AQUA HEDlONDA rmERCEffOR (Srun) 'PHASE U, REACH IN, STA 16M 73
CONTRACT NO. 3689-2
in the Chy of Carlsbad, in sb?ct conformity with the mrmpct th. dmwhp and apedfications, and
other ContracC Oocuments now on fib in ttm W~ce of the city UFA of the City of cam. all of
which are incorporated herein by mi6 reference.
WHEREAS, Principal has exeeuted or Lo about to execute caid C4ntran end the toms thereof
require the furnishing of 0 bond:for the faithful performance and rmrrnnty of soid Contrae
(hereinafter designated as the 'COMlpctof). and Safeco Insurance Company Of America
in the sum of SIX HUNDiED kORTY kICWT THOUSA D NINE HUNDR D SEVENTk NI# AN[) oj _-_- DdlaS ($-
one hundred percent (1 00%) ofttie estimated amount of the contract, to be paid to City or its certain stkomey. Its successor^^ ana hEf/grs; lor which payment, wall and truly to be made, we blnd ounelves, our hein, executoo hnd administrators, auc083sors or erslgns, joldy and severalty, flnnly
by these present%
THE CONDtYlON OF THIS OBLIGATION IS SUCH that if the above bounden Cartmcbr, Wir heirs, erecutom, adminiatrators, ~ucc~ssars or assigns. shall in 811 thinm stand to ad abide by, pnd well and truly keep and perfom the covenants, condilions. and agreements in the Contrad and ony
alteration mereol made e9 therein provided on their pan, to be kept snd performed at the time and in
the manner therein specified, and in all respects amtdlng to their (rue intent end meaning. and shall indemnify and save hamless fhe City of Carlabad, b officers. employees and agenls, ea therein stipulated. lhen this obllgation *hall became null and void; othewise it shall remain in full font, and effect.
As .a part of the oblignllon secumd hereby and in addklon to me face amount specified therelor, there
&elk be included costs and ra'bsormble expenses am fees. hduding reasonable sttows lees,
any judgment rendered. incurred by the City in successfully enforcing such OblIgatiOn, all to be laxed as costs and Inclutlad in
Surety stipulates and agrees mat no change, extension of he. akerption or addion m the terms of lhe Contred, or to the Work t6 be pelformed therwmder or the speciknllans eccampenying the
J- same shell affect its obligetiom on thm bond. Md it does hereby waive notice of any change.
externion of time. alteratlone or adcow lo the tsm of Ihe contract or to the work or m the
..- an Sum1 are held and firm bound unto !ha C of Carlabad ;r 2
""" ), aeid sum being equal to
.-
SpflCitiiriO~.
@ RevisedOQmnn ConJaci NO. -2 Paw M ntr 1 $ Panmr
Executed by CONTRACTOR thio 15 th hcutedby SURETY thtS 1Sf1h &Y of
day of November *. 2ox. November I a” 02
CONTRACTOR: SUA€IY:
J. Fletcher Creamer & Son, Inc. Safeco Insurance Company of America
(me of Surety)
1200 MacArthur, Mahwah, New Jersey By: (address of Surety)
J. Fletcher Creamer, Jr. ”737’ 576 WRR (prlnt name here) (telephone number of Sumy)
-
..
President, J. Fletcher Creamer & Son,
(”e and Organkacion of Signetmy) lnc *
By: Kathleen Anello
(printed name of Ammey-ln-Fact)
f(aign here)/ , I
Juergen R. Hofheinz (Attach corporate resolution shovring current
(print name hsre) ’ power of nttomey.)
Assistant Coru. Secretary, J. Fletcher Creamer & Son, Inc.
me and Organization of siwbry) .
(Proper notarial acknowledpmetjt of WEGIJ~~M by CONTRACTOR end SURETY mu8t be attached.)
one officer signs, (he carpodon must attaoh a resolution oertlfied by the mmtary or assistant (President or vice-president ad secretary or amiatent uacretary must eign for carporatio~. If only
secretary under corporele real 4mpowering that officer lo bind the corporntbn.)
APPROVED AS TO FORM:
RONALD R. BAL
City Attorney
..
Contlact No. 3583-2
ACKNOWLEDGMENT OF SURETY
STATEOFNEWJERSEY
COUNTY OF UNION
On November 15, 2002, Kathleen Anello to me known, who, being by me duly sworn, did depose and say that he/she is an Attorney in Fact of Safeco Insurance Company of America the corporation described in and which executed the within instrument; that helshe knows the corporate seal of said
the said instrument and affixed the said seal as Attorne in Fact by authority of the Board of Directors of corporation; that the seal affixed to the within instrument is such corporate seal; and that helshe signed
said corporation and by the authority of hislher office uder Standing Resolutlons thereof. Nancv L. Brooker /7 /7 R
Notary Public of New Jersey
My Commission expires March 10. 2006 fl Nancy L.-Brooker
ACKNOWLEDGMENT OF PRINCIPAL
STATE OF New Jersey
COUNTY OF Bergen
On this 12th day of November 20 02 J. Fletc er reamer, Jr. & before me personally came
J-P~ R. Hnfhpi ,,., to me known, who, being by me duly sworn, did
depose and say that- resides at 250 Ki Ave. . Has 49 E. .Saddle River- , &974
they are President-
the corporation described in and which executed the foregoing instrument; that he knows the seal of said and that Kt?BKSR the CorP. Set. of J. Fletcher Creamer 8 Son, Inc.
corporation; that one of the seals affixed to said instrument is such seal; that it was so affixed by order of the directors of said corporation. and that helshe signed hislher name thereto by like order.
.58 &
RAFFAELU BELLlM
NOTARY PUBLIC STAlEaNEWM
ID # 2292026
e A E O* OFATORNEY
POWER
-P GENERU INSURANCE COhlPM OF ehEPJU
HCh!E OFFICE. SAFECO FiXA
SEA.- YIASHINGTON 98185
its true and lawfol aUomey(s)-in-fan. wilh full authority lo exde m its behalf fidelity and wrery bonds or undertakings and other documents of a similar character
issued in the murse of its busmess. and lo bind me rerp&e mpany thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each elmled and
atwled these presents
this 28lh day of March , 2002
RA. PIERSON. SECRETARY MIKE M~GAVICK. PRESIDENT
CERTIFICATE
hlracl hm the By.Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA
purpose by the oficer in charge of SurW Oparalmns. shall each have aulhvtity lo appaint individuals as altomeysin-fan or under other appropriate lilles wilh authority 10
.A'Artide V, SecUn 13. . FIDELITY AND SURETY BONDS ._. tho Presidenl. any Vlca Presidenl. the Secralary. and any Assistant Vlco Presidenl appoinled lor lhal
-.instrument making or evldendng such appoinbnenl. me signatures may be affixed by facslmile. On any instrumen1 conferring such aulhotity or on any Wnd or
execute on behalf of the company Odelily and surely bands and omsr documents of similar character issued by lhe company in the wurse of its business ... On any
Idertakhg of the company. the seal. 01 a facsimile fhereof. may be impressed OT aKuW or in any omer manner reproduced: provided. hwever. that the seal Shall no1
Extracl from a Resolution of me Board of Oireclors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopled July 28. 1970.
necessary lo lhe vaIidih/ of any such instrument or undertaking.'
*On any certiflwte executed by me Secretary w an assistant seuelary of me Company setting out.
(I) The pmvisions of Arlicle V. Section 13 of me By-Laws. and
(lli) Cartlllying mal said pawer-of-attorney appaintmern Is in full lorce and efecl.
(ti) A copy of the power-d-anomey appainbnenl. executed pursuanl lherelo. and
the signalure of the certirylng of(icer may be by facsimile, and the sed of the Company may be a facsimile thoreof.'
roteping emacts of !he By-Laws and of a Resolulbn or the Board of DireClOrS of these corporations. and 01 a Power of Attorney issued pursuant !hereto. are true and
I, R.A. Pierson. Secretaaly of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that lhe
correct. and lhal tab the By.LawS. the Resolution and !he Pmer of Anwney are Slill in full force and effecl.
IN WITNESS WHEREOF, I have hereunto sel my hand and affred lhe facsimile Seal of said corporation
lhis 15th day of November 2002
.b?d-Qk;./n
RA PIERSON. SECRETARY
so974isAEF M1
NEW JERSEY SURETY DISCLOSURE STATEMENT AND CERTIFICATE
(for use when surety(ies) have a Certiticate U.S. Secretary of the Treasury in accordance with 31 U.S.C. s9305) punuant to N.J.S.A. 2A:44-143
SAFECO INSURANCE COMPANY OF AMERICA - . GENERAL INSURANCE COMPANY OF AMERICA - FIRST NATIONAL INSURANCE COMPANY OF AMERICA - AMERICAN STATES INSURANCE COMPANY
surety(ies) on the attached bond hereby certify(ies) the following:
with the New JeRey Department of Insurance.
(1) The surety(ies) meek the applicable capital and surplus requirement of R.S. 1737-6 as the surety's most current annual filing
the issuance of the attached bcnd is (are) in the fotlowing amounts as of the calendar year ended December 31, 2001, which (2) The capital and surplus. as determined in accordance with the applicaMe laws of this State, of the surety(ies) participating in
98104 and are included in the Annual Statement on file with the New Jeney Department of Insurance. 201 West State Street, amounts have been certified on a Consolidated Certification by Emst 8 Young, 999 3rd Avenue, Suite 3500, Seattle, Washington
Trenton, New Jersey.
SAFECO INSURANCE COMPANY OF AMERICA $ 756,924,150 - GENERAL INSURANCE COMPANY OF AMERICA $ 514,308,068 - FIRST NATIONAL INSURANCE COMPANY OF AMERICA $ 56,065,953 - AMERICAN STATES INSURANCE COMPANY $ 377.440,901
(3) Wdh respect to each surety participating in the issuance of the attached bond that has received from the United States
on July 1, 2002 is as follows: Secretary of the Treasury a certificate of authority pursuant to 31 U.S.C. § s9305, the undenvriting limitation established therein
-1(x SAFECO INSURANCE COMPANY OF AMERICA $ 32,335,000
$ 51,439,000
- AMERICAN STATES INSURANCE COMPANY $ 21,819,000
- GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERICA - - $ 4,875,000
(4) The amount of the bond to which this statement and certification is attached is $ 648,?79.00
underwriting limitation of all sureties on the bond as set forth in item (3) above, then for each such contract of reinsurance:
(5) If, by virtue of one or more contracts of reinsurance, the amount of the bond indicated under item (4) above exceeds the total
(a) The name and address of the reinsurer under that contract If applicable, and the amount of that reinsurer's particlpation
in the contract is: NIA (b) Each surety that is party to any such contract of reinsurance certifies that each reinsurer listed under item (5) (a) satisfies the credit for reinsurance requirement established under P.L.1993, c.243 (c.17:51B-I et seq.) and any applicable regulations in effed as of the date on which the bond to which this statement and certification is attached shall have been filed with the appropriate public agency.
CERTIFICATE
(to be completed by an authorized certifying agent for each surety on the bond)
1- Anello , as Attorney-in-Fad for Safeco Insurance Company a corporatio
domiciled in Seattle, Washington, DO HEREBY CERTIFY that, to the best of my knowledge, the foregoin (title of agent) name of surety(ies)
me are true and ACKNOWLEDGE that, if any of those statements made by me
(name of agent)
/ (Kathleen Anello
(Printed name of certifying agent)
Attomey-in-Fact
(Tide of certifyinp agent)
November 15, 2002
(Date)
WORD
' SAFECO' - GENEIuLDiSURANCECOMPANYOFAMEWC!A
FINANCIAL STATEMEW -DwER3& 1001
ASa IAabinlicJ
Cash pad Eank Deposia .. S 2.2SS.260 UnmnedRanilUm -..-- --.X"I -..- ..-.. S 400.0344Si
~~WCMS~" ....-... 1,059.ng.a .... *60n& - US. Govanmcnt .......................... l28Jzl,bo? Rome tar Dividm& OD PolicjWdm ..-..._...... 4658.870
*Otha Bonds ............................. .........._"......... 1,249,%lo198 A&J~~U snnrmry Ratavs ._ .."......_..,..._.......... -
'Sloclcc ............................................................. 345,86$.107 -hf~~T-4
Red 6r. ...................... .................................. 19.857.799 Total ,...__.....-. --. ......_ 51,644206,802
OtkrLlrbilida .._.I.._.._._._....I..I._...._.._.. 179,731.8Z
A~CIICS' BnIancs or Lfndlecd Premium ....... u#1%=9 Caplul Stock ......................... . S 5,OW.ODo
.
Accrued Inkmt Md kcnu .........._.... ...."........
Other Amntaed AQK( ........................................ 185,149.880
u,181.195 PaidtnSlnplut ........................ 95.891.058 Unrrripd Sqlplur ....._.......".. 413,497.010 ..
snq41~ (a Pobyhddcn -.111.".-8.* Sl4.WS.OSlI
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 "Civ 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 South Agua Hedionda Sewer interceptor (SAHI) Reach II,
Phase 111, Station 15 to 73 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
securities at the time of the substitution shall be a least equal to the cash amount then required to be
under these sections in an amount not less than $100,000 per contract. The market value of the
withheld as retention under the terms of the contract between the City and Contractor. Securities
shall be held in the name of the , 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
withdrawal by Contractor at any time and from time to time without notice to the City. interest earned on that interest shall be for the sole account of Contractor and shall be subject to
-
"
a Revised 04/22/02 Contract No. 3583-2 Pane 46 of 11 5 Panes
". 6. Contractor shall have the right to withdraw all or any part of the principal in ths Escrow Account
only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow
Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor.
7. The City shall have a right to draw upon the securities in the event of default by the Contractor.
Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City.
8. Upon receipt of written notification from the City certifying that the Contract is final and complete
and that the Contractor has complied with all requirements and procedures applicable to the
Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges.
to sections (I) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow
9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant
Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above.
on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of
10. The names of the persons who are authorized to give written notices or to receive written notice
their respective signatures are as follows:
For City: Title FINANCE DIRECTOR
Name
Signature
Address
For Contractor:
For Escrow Agent:
Title
Name
Signature
Address
Title
Name
Signature
Address
At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent
a fully executed counterpart of this Agreement.
Revised 04/22/02 Contract No. 3583-2 Paae 47 of 1 15 Paaes
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers On the
date first set forth above.
For City:
For Contractor:
For Escrow Agent:
Revised 04/22/02
Title MAYOR
Name
Signature
Address
Title
Name
Signature
Address
Title
Name
Signature
Address
Contract No. 3583-2 Paw 48 of 115 Paoes
SUPPLEMENTAL PROVISIONS
FOR
SOUTH AGUA HEDIONDA INTERCEPTOR (SAHI)
PHASE II, REACH 111, STA 1.5 TO 73
CONTRACT NO. 3583-2
SUPPLEMENTAL PROVISIONS TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
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:
words of similar import are used, it shall be understood such words are followed by the expression "in
1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such
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.
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.
a Revised 04/22/02 Contract No. 3583-2 Paoe 49 of 11 5 Paoes
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 hidher 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 Deputy Public Works Director 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 applicable, 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 and 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 04/22/02 Contract No. 3583-2 Paae 50 of 1 15 Paaes
Road Closure - Road Closure includes all work requiring the ClOSUre Of westbound Cannon Road
and includes:
e Excavation, backfill, bedding and geofabric, compaction, fittings, locator tape, disposal of
excess excavated material, testing, cleaning, providing inspection video, base, paving and
any appurtenant work as required to construct Bid Schedule 1, Item 3. and Bid Schedule 2,
Item 3
e Connection tie to existing 8-inch sewer
e Construcflon connection to access hole no. 11
e Construction of all access holes
e Plug existing 24-inch sewer
Remove existing 8-inch sewer and access hole
e All work associated with connections to existing pipe (ductile iron and HDPE)
e Erosion control as required for the above-listed items
The Road Closure does not include items associated with:
e Mobilization and demobilization
e Performing exploratory excavations
e Items associated with the traffic signal and striping
Traffic control may be required for the above-listed items that do not require closure of
westbound Cannon Road
1-3 ABBREVIATIONS
1-3.2 Common Usage, add the following:
Abbreviation Word or Words
Apts ................................ Apartment and Apartments
Bldg ................................ Building band Buildings
CMWD ............................ Carlsbad Municipal Water District
CSSD ............................. Carlsbad Supplemental Standard Drawings
cfs ................................... Cubic Feet per Second
Comm ............................. Commercial
DR .................................. Dimension Ratio
E ..................................... Electric EIA .................................. Environmental Impact Assessment
ESHA ............................. Environmentally Sensitive Habitat Area
gal Gallon and Gallons G Gas
GNV ................................ Ground Not Visible
gpm ................................. allons per minute
I€ .................................... Invert Elevation
LCWD ............................. Leucadia County Water District
MTBM Microtunneling Boring Machine
MSL Mean Sea Level (see Regional Standard Drawing "12)
..................................... ................................... Gar ................................. Garage and Garages
................................ .............................
4m p,s Revised 04/22/02 Contract No 3583-7
NCTD .............................. North County Transit District
OHE ................................ Overhead Electric OMWD ............................ Olivenhain Municipal Water District
s Sewer or Slope, as applicable
ROW Right-of-way
SDNR ............................. San Diego Northern Railway
SDRSD ........................... San Diego Regional Standard Drawing SFM ................................ Sewer Force Main SWPPP .......................... Storm Water Pollution Prevention Plan T ...................................... Telephone
TCP ................................ Traffic Control Plan UE ................................... Underground Electric w .................................... Water, Wider or Width, as applicable VWD ............................... Vallecitos Water District
............................... .....................................
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 to 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 Ci 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.
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 Treasuty Circular 570,".
Modify paragraphs three and four to read: The Contractor shall provide a faithful
performance/warranty bond and payment bond (labor and materials bond) for this contract.
The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price. 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 ($10,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract
exceeds ten million dollars ($10,000,000).
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
The bonds to secure payment of laborers and materials suppliers shall be reieased six months plus
warranty period and until all warranty repairs are completed to the satisfaction of the Engineer.
30 days after recordation of the Notice of Completion if all claims have been paid.
e Revised 04/22/02 Contract No. 3583-2 Paoe 52 of 1 15 Paoes
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 unrevoked 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.
insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the
If the bid is accepted, the Agency may require.a financial statement of the assets and liabilities of the
Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may
execution of the bond. The financial statement shall be made by an officer's certificate as defined in
be verified by the oath of the principal officer or manager residing within the United States.
2-5.1 General, add the following: The specifications for the work include the Standard Specifications
for Public Works Construction, (SSPWC), 2000 Edition, and the 2001 and 2002 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.
instrument entitling or authorizing the person who executed the bond to do so.
The construction plans consist of City of Carlsbad Drawing No. 396-2A and consists of sixteen (16)
sheets. Drawing No. 333-2J, sheets 81 of 82 consisting of one (1) sheet (Bid Schedule I, Items 14
and 15). The standard drawings used for this project are the latest edition of the San Diego Area
Regional Standard Drawings, hereinafter designated SDRS, 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.
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) Permits from other agencies as may be required by law.
2) Supplemental Provisions.
4) Plans.
3) Technical Specifications.
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.
6) Standard Specifications for Public Works Construction.
7) Reference Specifications.
8) Manufacturer's Installation Recommendations.
9) Storm Water Pollution Prevention Plan.
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.
a Revised 04/22/02
..
Contract No. 3583-2
2-5.2 Precedence of Contract Documents, add the following: Where CALTRANS specifications
are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CALTRANS specifications shall have precedence only in reference to the materials and construction
materials referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public
Works, Part 1 of these Supplemental Provisions and Part 1 of the SSPWC, in the order of
precedence in section 2-5.2 of the SSPWC, shall prevail over the CALTRANS specifications in all
other matters.
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.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively
numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal
on the Contractor's letterhead, The Letter of transmittal shall contain the following:
1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement.
4) Specification section number(s) pertaining to material submitted for review.
5) Submittal number (Submittal numbers shall be consecutive including subsequenf submittals for
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 per the submittal transmitted section
01300 of the technical specifications.
the same materials.)
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 impractica1;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 35 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 an@ shall personally supervise
and certify the surveying work.
a Revised 04/22/02 Contract No. 3583-2 Paae 54 of 11 5 Paaes
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
form on 215mm by 280 mm (a’/,” by 11”) paper. The field notes, calculations and supporting data survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound
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
chief, field crew members and preparer of the field notes or calculations. They shall be annotated
monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party
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 §§ 8762 of the State of California
permanent survey monument. SDRS drawing “10 type monuments, bolts, spikes, leaded tacks and Business and Professions Code and whenever the Surveyor shall establish, set or construct any
nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or
The Record of Survey shall show all monuments set, control monuments used, the basis of bearings
accessory to, property corners and street centerlines are permanent survey monuments.
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.
TABLE 2-9.2.2(B)
Survey Stake Color Code for Construction Staking
Type of Stake
Bench marks Vertical Control
White/Red Coordinated control points. COntrOl lines, control reference points. centerline, Horizontal Control
Description color
alignments, etc.
Clearing
Oranqe Signs, railings. barriers, lighting. etc.
WhiteNeliow Fences, W W lines. easements. property monuments, etc.
Miscellaneous
Right-of-way
Blue drains, slope protection, curbs, quners, etc.
White
Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm Drainage, Sewer, Curb
Bridqes, sound and retaininq walls. box culverts. etc. Structure
Yellow Slope. intermediate slope, abutment fill, rough grade, contour grading, final Grading
Limits of clearing
While/Oranqe
Yellow/Black
grade. etc.
* Flagging and marking cards, if used.
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
compensation for attendant survey work and no additional payment will be made therefor. no additional payment will be made. Extension of unit prices for extra work shall include full
corner records, including filing fees therefor, shall be incidental to the work necessitating the Paymentfor the replacement of disturbed monuments and the filing of records of survey and/or
disturbance of said monuments and no additional payment will be made.therefor.
e Revised 04/22/02 Contract No. 3583-2 Pam 55 of 11 5 Paaes
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
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 perceni 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.
a Revised 04/22/02 Contract No. 3583-2 Paoe 56 of 11 5 Paoes
3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following:
(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and
shall constitute the markup for all overhead and profits:
2) Materials 15
1) Labor 20
3) Equipment Rental ................... 15
4) Other Items and Expenditures .. 15
To the sum of the costs and markups provided for in this section, 1 percent shall be added as
compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is performed by a
Subcontractor, the markup established in section 3-3.2.3(a) shall be applied to the Subcontractor's
actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of
the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted
portion of the extra work'may be added by the Contractor.
3-3.3 Daily Reports by Contractor. 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,
all supporting documents, and City of Carlsbad Daily Extra Work Report (see Appendix D) to the
Engineer.
3-4 CHANGED CONDITIONS.
The Contractor shall not be entitled to the payment of any additional compensation for any act,
Delete the second sentence of paragraph three, delete paragraph five (5), and add the following:
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
are disturbed shall constitute a waiver of all claims in connection therewith. notice of potential claim for changed conditions to the agency upon their discovery and before they
The Contractor shall provide the City with a written document containing a description of the
particular circumstances giving rise to the potential claim, the reasons for which the Contractor
believes additional compensation may be due and nature of any and all costs involved within
20 working days of the date of service of the written notice of potential claim for changed conditions.
Verbal notifications are disallowed.
The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655.
................................... .............................
a Revised 04/22/02 Contract No. 3583-2 Paoe 57 of 11 5 Panes
'The undersigned certifies that the above statements are made in full cognizance Of the California
False Claims Act, Government Code sections 12650-12655. The undersigned further understands
and agrees that this potential claim, unless resolved, mUSt be restated as a claim in response to the
city's proposed final estimate in order for it to be further considered."
By: Title:
Date:
Company Name:
The Contractor's estimate of costs may be updated when actual costs are known. The Contractor
shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any Claim
subsequently filed on the basis of said notice of potential claim.
It is the intention of this section that differences between the parties arising under and by virtue of the
contract be brought to the attention of the Engineer at the earliest possible time in order that such
matters be settled, if possible, or other appropriate action promptly taken.
3-5 DISPUTED WORK.
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.
Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute
attempt to resolve all disputes informally through the following dispute resolution chain of command: resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall
1. Project Inspector
2. Construction Manager
3. Deputy City Engineer, Construction Management and Inspection
4. Deputy Public Works Director
6. City Manager
5. Public Works Director
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
the Contractor's report and respond with a position, request additional information or request that the
appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review
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.
to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions
The authority within the dispute resolution chain of command is limited to recommending a resolution
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
20104) which is set forth below:
a Revised 04/22/02 Contract No. 3583-2 Paoe 58 of 1 15 Paqes
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.
public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (2) This article shall not apply to any claims resulting from a contract between a contractor and a
(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, (8) payment of
for a public work and payment of which is not otherwise expressly provided for or the claimant is not money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract
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 atticle.
(d) This article applies only to contracts entered into on or after January 1, 1991.
20104.2. For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate the claim.
Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to
extend the time limit or supersede notice requirements otherwise provided by contract for the filing of
claims.
(b)(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
the claim, any additional documentation supporting the claim or relating to defenses to the claim the
claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of
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
Confer for settlement Of the issues in dispute. Upon a demand, the local agency shall schedule a
respond within the time prescribed, respectively, and demand an informal conference to meet and
meet and confer conference within 30 days for settlement of the dispute.
a Revised 04/22/02 Contract No. 3583-2 Paoe 59 of 11 5 Paaes
(e) Following the meet and confer conference, if the claim or any portion remains in dispute,
the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code.
For purposes of those provisions, the running of the period of time within which a claim must be filed
shall be tolled from the time the claimant submits his or her written claim pUrsUant to subdivision (a)
until the time that claim is denied as a result of the meet and confer process, including any period Of
time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be
construed to change the time periods for filing tort claims or actions specified by Chapter 1
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division
3.6 of Title 1 of the Government Code.
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 nonbinding 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 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing
with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any
proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed
for purposes of this article shall be experienced in construction law, and, upon stipulation of the
exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except
parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to
event shall these fees or expenses be paid by state or countyfunds.
in the case of arbitration where the arbitrator, for good cause, determines a different division. In no
(3) In addition to Chapter 2.5 (commencing with Section 11 41 .lo) Title 3 of Part3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process.
20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed
except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law.
a Revised 04/22/02 Contract No. 3583-2 Paoe 60 of 1 15 Paoes
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 bome 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
found that sources of supply that have been approved do not furnish a uniform product, or if the
any time during their preparation and use. If, after incorporating such materials into the Work, it is
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.
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 properly where such materials are stored. The lease
agreement shall clearly State the term of the lease, the description of materials allowed to be stored
8 Revised 04/22/02 Contract No. 3583-2 Paoe 61 of 11 5 Paoes
and shall provide for the removal of the materials and restoration of the Storage Site within the time
the materials stored and to preparation of the storage site and the location of the Site on which the allowed for the Work. AII such storage shall conform to all laws and ordinances that may pertain to
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
which exist within the limits of the work. However, the accuracy and/or completeness of the nature,
have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities
size and/or location of utilities indicated on the Plans is not guaranteed.
SECTION 6 -- PROSECUTION, PROGRESS AND
ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK.
otherwise prohibited by permits from other agencies as may be required by law the Contractor shall Delete section 6-1 and substitute the following: Except as othetwise provided herein and unless
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
for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project
personnel responsible for the management, administration, and execution of the project is mandatory
6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section
proceed will only be issued on or after the completion of the preconstruction meeting.
Add the following section:
6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline
Construction Schedule per the submittal requirements of section 2-5.3. The submittal of the Baseline
shall be on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media.
Construction Schedule shall include each item and element of sections 6-1.2 through 6-1.2.9 and
Add the following section:
6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall
precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the
depict a workable plan showing the sequence, duration, and interdependence of all activities
required to represent the complete performance of all project work as well as periods where work is
precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or
stage.
a Revised 04/22/02 Contract No. 3583-2 Paoe 62 of 11 5 Panes
Add the following section: 6-1.2.1 Timascaled Network Diagram. As a part of the Baseline Construction Schedule the
Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram
showing all of the activities, logic relationships, and milestones comprising the schedule.
Add the following section: 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall
prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity
the identification number, the description, the.duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described.
6-1.2.3 Bar Chart. As a parl of the Baseline Construction Schedule the Contractor shall prepare and
Add the following section:
submit to the Engineer a chart 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:
6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 95 compatible "Suretrak" program by Primavera or "Project" program by Microsoft
Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor
shall submit to the Agency a 89 mm (3.5") data disk with all network information contained thereon, in
a format readable by a Microsoft Windows 95 system. The Agency will use a "Suretrak", "Projecr or
equal software program for review of the Contractor's schedule. Should the Contractor elect to use a
scheduling program other than the "Suretrak" program by Primavera or "Project" program by
Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted
program that are fully licensed to the Agency and 32 class hours of on-site training by the program
publisher for up to eight Agency staff members. The classes shall be presented on Mondays through
Thursdays, inclusive, between the hours of 8:00 a.m. and 5:OO p.m. The on-site training shall be
held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall
be submitted to the Engineer for approval five working days before the start of the on-site training,
The on-site training shall be completed prior to the submittal of the first Baseline Construction
Schedule.
Add the following section:
6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter
than 1 working day nor longer than 15 working days, unless specifically and individually allowed by
the Engineer. The Baseline Construction Schedule shall include between 30 and 60 activities,
including submittals, interfaces between utility companies and other agencies, project milestones and
equipment and material deliveries. The number of activities will be sufficient, in the judgment of the
Engineer, to communicate the Contractor's plan for project execution, to accurately describe the
description shall accurately define the work planned for the activity and each activity shall have
project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's
recognizable beginning and end points.
Add the following section:
whatever party or contingency first exhausts it.
6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to
# Revised 04/22/02 Contract No. 3583-2 Paoe 63 of 1 15 Paoes
Add the following section:
6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency
supplied materials, equipment, or services, which may impact any activity‘s construction shall be
shown as a restraint to those activities. Time periods to accommodate the review and correction of
submittals shall be included in the schedule.
Add the following section:
6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than
the specified contract duration will not be acceptable and will be grounds for determination of default
by Contractor, per section 6-4.
Add the following section:
6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to
support and maintain the project for the entire contractual time span of the project. Should the
Contractor propose a project duration shorter than contract duration, a complete Baseline
Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance
with all schedule requirements of section 6-1. The Engineer may choose to accept the Contractor’s
shortened Baseline construction Schedule is reasonable and the Agency and all Other entities, proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the
public and private, which interface with the project are able to support the provisions of the shortened
Baseline Construction Schedule. The Agency’s acceptance of a shortened duration project will be
confirmed through the execution of a contract change order revising the project duration and
implementing all contractual requirements including liquidated damages in accordance with the
revised duration.
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.
Add the following section:
6-1.2.10.1 “Accepted.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with section 6-1 .&I.
Add the following section:
6-1.2.10.2 “Accepted with Comments.” The Contractor may proceed with the project work upon
issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per section 6-1 .&I.
Contract No. 3583-2 Page 64 of 11 5 Paoes
Add the following section:
6-1.2.10.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the
corrections and changes of the comments prior to receipt of payment per section 6-1.8.1. The Notice
to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as
required hereinbefore and marked “Accepted or “Accepted with Comments” by the Engineer.
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 as required hereinbefore and marked ”Accepted by the Engineer.
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 Baseline 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 and electronic media conforming to section 6-1.3.3 Electronic Media per the submittal
requirements of section.2-5.3 and will include each item and element of sections 6-1.2 through
6-1.2.9 and 6-1.3.1 through 6-1.3.7.
Add the following section:
6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during
the month. After first reporting an actual date, the Contractor shall not change that actual date in later
updates without specific notification to the Engineer with the update.
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:
6-1.3.3 Electronic Media. The schedule data disk shall be a 89 mm (31/2n) high density diskette,
labeled with the project name and number, the Contractor’s name and the date of preparation of the
schedule data disk. The schedule data disk shall be readable by the software specified in section
6-1.2.4 “Schedule Software” and shall be free of file locking, enctyption or any other protocol that
would impede full access of all data stored on it.
Add the following section:
6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic,
with an explanation for each change.
Add the following section:
6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions
reflecting the change orders approved in the previous month. The network 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 “Accepted with Comments” or
“Not Accepted 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 “Not Accepted.
a Revised 04/22/02 Contract No. 3583-2 Paw 65 of 11 5 Paoes
Add the following section:
6-1.4.1 “Accepted.” The Contractor may proceed with the project work, and will receive payment
for the schedule in accordance with section 6-1 B.2.
Add the following section:
6-1.4.2 “Accepted with Comments.” 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 comments prior to receipt of payment per section
6-1.8.2.
Add the following section:
6-1.4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the
Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to
considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY receipt of payment per section 6-1 B.2. The Contractor, at the sole option of the Engineer, may be
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:
6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or
the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent
contractually required milestone date later than the properly adjusted contract or milestone duration,
“Accepted Schedule Update remove all or a portion of the delay, all or the allocated portion of the
previously held Liquidated Damages shall be released in the monthly payment to the Contractor
immediately following the “Accepted schedule.
Add the following section:
6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially
different from that depicted in the Project Schedule, independently of and prior to the next monthly
update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of section 2-53 and per the schedule review and
acceptance requirements of section 6-1, including but not limited to the acceptance and payment provisions. As used in this subsection “substantially different” means a time variance greater than
5 percent of the number of days of duration for the project.
Add the following section:
when one hundred percent of the construction work is completed. The Contractor’s Final Schedule
6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update
Update must accurately represent the actual dates for all activities. The final schedule update shall
be prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates and Revisions and
6-1.4 Engineer’s Review Of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per section 9-3.2.
Revised 04/22/02 Contract No. 3583-2 Paoe 66 of 11 5 Paaes
Add the following section: 6-1.8 Measurement and Payment. Construction Schedule will be paid for at the stipulated lump sum price of two thousand dollars ($2,000) The stipulated lump sum price paid for Construction Schedule shall include full compensation for furnishing all labor, materials including, but not limited to, the computer hardware and software, tools, equipment, and incidentals; and for doing all the work involved in attending meetings, preparing, furnishing, updating, revising the tabular, bar and flow chart Construction Schedules and narrative reports required by these supplemental provisions and as directed by the Engineer. The Engineer's determination that each and any construction schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be
Schedule will be made as per sections 6-1.8.1 through 6-1.8.3.
precedent to each and any payment for the Construction Schedule. Payments for Construction
Add the following section: 6-1.8.1 Initial Payment. Six hundred ($600) dollars of the stipulated lump sum bid for the
this project Construction Schedule will be made when the Engineer has accepted a Construction Schedule for
Add the following section:
6-1.8.2 Monthly Updated Construction Schedule Payments. Monthly Updated Construction
Schedule Payments of four hundred ($400) will be made subsequent to the initial payment for the
Construction Schedule for each monthly Construction Schedule, updated as required herein, that the
Engineer has accepted as sufficient within the month that the monthly progress payment pertains.
schedule that is not marked "Accepted" by the Engineer on or before the twentieth working day of the
No payment shall be made, nor shall any payment accrue, for any monthly updated construction
month such monthly updated construction schedule is due per section 6-1.3 Preparation of Schedule
Updates and Revisions. The sum of the amounts paid for Construction Schedule during the initial
and subsequent payment periods, or extensions to the contract, shall not exceed the stipulated lump
sum price for Construction Schedule.
Add the following section:
6-1.8.3 Concluding Payment. A Final payment of two hundred ($200) for the Construction Schedule
will be made when both one hundred percent of the contract work is completed and the Engineer has
accepted a final construction schedule update prepared and submitted by the Contractor as required herein that shows the actual beginning and ending dates and all other data that is required for
baseline and update schedules for each activity shown on the baseline construction schedule and
updates thereto that the Engineer accepted for this project.
6-2 PROSECUTION OF WORK.
6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and
materials, and performing all operations necessaly to complete the Project Work as shown on the
Project Plans and as specified in the Specifications. Section 01011 of the technical specifications
specifies general construction sequence.
6-2.3 Project Meetings. The Engineer will establish the time and location of Project Meetings.
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
meetings will be made.
Representative or any other employee or subcontractor or subcontractor's employee at these
vg Revlsed 04/22/02 Contract No. 3583-2 Paae 67 of 11 5 Pages
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 Contrador 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) therefor.
6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work
to completion within seventy nine (76) working days after the starting date specified in the Notice to
Proceed.
The Contractor shall schedule and perform the work for all work within Construction Phase I per
traffic control plan to thirty four (34) working days. Work in Construction Phase I can begin no earlier
than January 27, 2003 and must be completed by March 21, 2003. Construction Phase II may start
prior to construction Phase I. Reference Section 6-11.
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 7:OO a.m. and 4:OO 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 andlor holidays.
This written permission must be obtained at least 48 hours prior to such work The Engineer may
approve work outside the hours andlor days stated herein when, in hislher sole opinion, such work
conducted by the Contractor is beneficial to the best interests of the Agency. Weekend work and
overtime work will not require additional inspection fees.
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
so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will
to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date
Work. Upon the Board's acceptance of the Work the Engineer will cause a 'Notice of Completion"
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.
a p,s Revised 04/22/02 Contract No 3583-2
6-9 LIQUIDATED DAMAGES.
add the following: For each consecutive calendar day in excess of the time specified for Completion
Modify the last sentence of the first paragraph and the first sentence of the second paragraph and
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 ($1,500) dollars.
thousand five hundred ($1,500) per day is the minimum value of costs and actual damages caused
Execution of the Contract shall constitute agreement by the Agency and Contractor that one
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.
Incentive/disincentive payments apply to the Road Closure work on this project. Liquidated damages
will accrue separately and independently of incentive/disincentive payments.
Add the following section:
6-11 INCENTIVE AND DISINCENTIVE.
6-11.1 Construction Phase 1. For each and every working day, the Road Closure work is
completed prior to the expiration of 33 working days beginning on the first day of work stated in
Section 6-7, or the actual date of start of Road Closure, the Contractor will receive an incentive
payment totaling four thousand dollars ($4,000) per calendar day. The total incentive payment will not
exceed $40,000, subject to Section 6-1 1.3
For each and every working day delay in completion of the Road Closure work in excess of
33 working days, beginning on the first day of work stated in Section 6-7, of the actual start date of
Road Closure, the Contractor will receive a disincentive deduction totaling four thousand dollars
($4,000) per calendar day. The total disincentive deduction will not exceed $40,000.
The contractor shall not reopen the Roadway until completion and acceptance by the Engineer of
pipelines and access holes, the live sewer line has been reconnected and roadway improvements
including temporary striping are complete and accepted by the Engineer.
A Notice of Start of Construction Phase I will be issued by the Engineer. The Notice will indicate the
date of road closure and the date the closure work is to be completed.
Liquidated damages shall accrue separately and independently of disincentive deductions.
6-11.2 Construction Phase II. For each and every working day the Road Closure work is
completed prior to the expiration of 55 working days beginning on the first day of work stated in
Section 6-7 or the actual date of start of Road Closure, the Contractor will receive an incentive
payment totaling four thousand dollars ($4,000) per calendar day. The total incentive payment will not
exceed $40,000, subject to Section 6-1 1.3
For each and every working day delay in completion of the Road Closure work in excess of
55 working days beginning on the first day of work stated in Section 6-7, or the actual start date of
Road Closure, the Contractor will receive a disincentive deduction totaling four thousand dollars
($4,000) per calendar day. The total disincentive deduction will not exceed $40,000,
The contractor shall not reopen the Roadway until completion and acceptance by the Engineer of
including temporary striping are complete and accepted by the Engineer.
pipelines and access holes, the live sewer line has been reconnected and roadway improvements
4i= w Revised 04/22/02 .,. ” . . _,- -
The Engineer will issue a Notice of Start of Construction Phase II. The Notice will indicate the date of
road closure and the date the closure work is to be completed.
Liquidated damages shall accrue separately and independently of disincentive deductions.
6-11.3 Coordination of Road Closures. The intent of the incentive is to minimize the length of time
Cannon Road remains closed to traffic. The Construction Phase I Road Closure is dependent on the
Construction Phase I1 Road Closure traffic control. All work for Construction Phase I Road Closure
schedule activities such that all work in Construction Phase I Road Closure is completed during the
must occur while Construction Phase II Road Closure traffic control is in place. Contractor shall
time Construction Phase II Road Closure is in place. If work in Construction Phase II Road
Closure is completed prior to Construction Phase I, no incentive payments will be made.
6-11.4 Definitions. Construction Phase I and II and Road Closure are defined in Section 1-2 in the
Special Provisions.
SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR
7-3 LIABILITY INSURANCE.
Guide of at least A-:V and are admitted and authorized to conduct business in the state of California Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating
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
of Insurance of the State of California. Policies issued by the State Compensation Fund meet the
conduct business in the state of California and are listed in the official publication of the Department
requirement for workers' compensation insurance.
7-5 PERMITS.
Delete the first sentence and add the following four sentences: Except as specified herein the
agency and building permits necessary to perform work for this contract on Agency property,
agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource
in streets, highways (except State highway right-of-way), railways 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@) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor.
Add the following section:
7-5.1 Resource Agency Permits. Resource agency permits for the Work are included in Appendix
'A' of these supplemental provisions. Resource agency permits pertaining to this project include:
1) California Coastal Commission permit number 6-02-070 issued on August 7, 2002.
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. This project includes the closure of
0, tS Revised 04/22/02
westbound Cannon Road to allow Contractor the entire westbound roadway to perform construction
activities. The following lists adjacent activities that will require coordination of the Contractor during
the project: Aaua Hedionda Laaoon Visitor Center:
Contractor: Roe1 Construction Company The Agua Hedionda Lagoon Visitor Center will be constructing a driveway at the intersection of Cannon Road and Faraday Avenue to access their property. They take construction
access off Cannon Road. The point of contact is Bob Richards at (760) 4344193.
Cannon Road Reach 2 Seament 2:
Contractor: Erreca's, Inc. Construction activities for the underground and surface improvements for Cannon Road Reach 2 Segment 2 will be ongoing through the duration of this Contract. The construction
access for this project is off Cannon Road at Faraday Avenue. The point of contact is
John Owens with Shea Homes at (858) 6534146.
Kellv Ranch:
The adjacent development includes single-family homes and apartments. The builders
Contractor: Erreca's. Inc.
day Avenue. The point of contact is John Owen at Shea Homes at (858) 6534146.
are Shea Homes and Archstone. Access to the site will be from Cannon Road at Fara-
Traffic Sianal at Car Countrv Drive:
The Carltas Company may be constructing the traffic signal at Car Country Drive and Cannon
Road. A copy of the plans has been included for information only (DWG 285-2C, Sheet 14 of
The City, the Carltas Company and Contractor shall coordinate efforts so no conflicts be-
16). The plans will be revised for a video detection system rather than detector loops.
tween the projects will occur.
Utilitv Access:
San Diego Gas & Electric:
Additionally, Cannon Road is access for San Diego Gas and Electric to maintain transmission and distribution lines and a high-pressure gas pipe line. The access points are shown in approximate location on the attached exhibit and accurately on the plans. Should SDG&E
both the City and Contractor. The Contractor will provide SDG&E with copies of the project
need to perform maintenance that will require access from Cannon Road, they will contact
schedule and updates. Those are to be sent to:
Stephen Campbell Government Liaison SDG&E, a Sempra-Energy Company 8315 Century Park Court, Suite 210 CP22A
San Diego CA 921 23-1 500
Phone: (858) 636-3955 Fax: (858) 636-3967
A copy of the transmittal shall be provided to the project inspector
Contractor is cautioned that there is an existing gas pipeline crossing Cannon Road Station 56+70.
PACBELL and ADELPHIA CABLEVISION: Contractor is advised that there is a
Telephone/Cable Television joint trench crossing at each intersection as shown on the phS.
Flower Fields:
The Flower Fields actively farm parcels on the east and west side of LEGOLAND Drive and
use Cannon Road to access the two parcels. The Contractor shall provide access to the
fields at points shown on the plans. The contact for the farming operation is Mike.Meuhe at
(760) 801-2180.
North Countv Shootina Ranae:
Faraday Avenue serves as access to a Shooting Range that serves North County law
enforcement personnel and is located to the east of Faraday Avenue within the closed portion
of Faraday Avenue. Access to the Shooting Range is to be maintained throughout the life of
the project.
San Dieao Marathon:
work of this contract. The San Diego Marathon is Sunday, January 19, 2003. No equipment
The San Diego Marathon route includes a portion of Cannon Road that is within the limits of
or materials delivery can occur on the day of the marathon until after 500 p.m.
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 weifare
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 therefor.
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 therefor. Said costs shall be considered incidental to the items of work that they are associated
with and no additional payment will be made therefor.
7-8.6 Water Pollution Control. Add the following: The Contractor shall comply with all
with the California State Water Resources Control Board order number 99 DWQ, NPDES General
requirements of the storm water pollution and monitoring plan prepared for this project in accordance
Permit Number CAS0108758 and the "Water Discharge Requirement for Discharges of Storm Water Runoff Associated with Construction Activity".
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 929-9417.
Two weeks 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.
The City of Carlsbad has informed the following businesses of the westbound road closure and provided detour maps:
Carlsbad Ranch Property Owners Association LEGOLAND California
Mellano Growers Evans Point Homeowners Association Eagle Canyon Homeowners Association Canterbury Homeowners Association
Rancho Carlsbad Homeowners Association. Camino Hills Homeowners Association
Additionally, the following businesses have been notified that routes will need to be altered during the westbound Cannon Road closure:
0 UPS - 11 1 N. Bingham Drive, San Marcos, CA 92069, Attn: Center Manager
0 FedEx - 2495 Faraday Avenue, Carlsbad, CA 92008, Attn: Station Manager Robert Motter
(760) 602-4700
0 US. Postal Service - 2772 Roosevelt, Carlsbad, CA 92008, (800) 275-8773
0 Carlsbad Fire Department - 2560 Orion Way, Carlsbad, CA 92008, Attn: Fire Administration,
0 Carlsbad Police Department - 2560 Orion Way;Carlsbad, CA 92008
0 McClellan Palomar Airport - 2198 Palomar Airport Road, Carlsbad, CA 92008,
Fam Garza (760) 931-2141, Deputy Battalion Chief (760) 931-21 14, Dispatch (760) 931-2197
Attn: K.L. Dores, Assistant Airport Manager (760) 431-4646
0 Coast Waste Management - 5960 El Camino Real, Carlsbad, CA 92008, (760) 929-9400
The Contractor shall provide notification to all the above-listed busiiiesses informing them of the date of the Phase I and Phase I1 road closures.
The notification shall be mailed 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
work and simple instructions to the home or business owner on what they need to do to facilitate the shall not be connected to either number. The notification shall also give a brief description of 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.
Revised 04/22/02 Contract No. 3583-2 Paae 73 of 11 5 Paoes
In addition to the notifications, the contractor shall post no parking signs two (2) weeks 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 two (2) weeks in advance
of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted lwo (2) weeks in advance of the rescheduled work.
The preparation, materials, printing and distribution of the notifications shall be included in the
compensation for printing and distributing these notices. contract price bid for traffic control and the Contractor will 'not be entitled to any additional
Attachment "1-A" indicates properties requiring notification.
The printing on the notification letter shall be no smaller than 12 point font. Notification letter shall be
distribution list shall be provided to the Engineer prior to posting no parking signs. mailed fifteen working days prior to posting no parking signs. A copy of the notification letter and
Sample - Notification letter:
CITY OF CARLSBAD
TEMPORARY ROAD CLOSURE
ABC CONTRACTORS
ADDRESS (OR LErERHEAD) OFFICE # (76O)XXX"xXXX FIELD # (76O)XXX-XXXX
Dear ResidenVBusiness Owner:
AS a part of the City of Carlsbads Growth Management Program, the South Agua Hedionda
the closing westbound Faradav Avenue and Cannon Road from iust west of Camino Hills nriva
Interceptor Sewer pipeline will be constructed in Cannon Road. This construction will require
~ ,~~~ -. to Car Country Drive for thiee months from The road closure will affect westbound traffic only. The eastbound lanes will remain open. to March
ABC is the Contractor that will be performing the work for the City and you may call them at (76O)XXX-XXXX if you have any questions regarding the project.
760-602-2756 for detour maps. Detour maps are available from The City of Carlsbad. Please contact Sherri Howard at
If you have any concerns that cannot be addressed by the Contractor, you may call the City's Engineering Inspection Department at (760) 602-2780, x7302.
Thank YOU for your cooperation as we work to make a better City of Carisbad.
ABC Contractor
Revised 04/22/02 Contract No. 3503-2 Paoe 74 of 11 5 Paoes
7-10.3 Street closures, Detours, Barricades. Modify the second paragraph as follows:
After obtaining the Engineers approval and at least two (2) weeks before Closing, detouring,
partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify
the following :
1) The Engineer ..................................................................................... (760) 602-2780, X7321
2) Carlsbad Fire Department Dispatch .................................................. (760) 931-21 97
3) Carisbad Police Department Dispatch ..................................... ; ........ (760) 931 -21 97
4) Carisbad Traffic Signals Maintenance .............................................. (760) 434-2980
5) Carl&& Traffic Signals Operations ................................................. (760) 434-2937
6) North County Transit District ............................................................. (760) 743-9346
7) Coast 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.
7-10.3 street Closures, Detours, Barricades. Add the following: Traffic controts shall be in
accordance with the plans, Chapter 5 of the California Department of Transportation 'Manual of
Traffic Controls," 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:
7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control
devices shall be maintained throughout the duration of work in good order and according to the
approved traffic control plan. All 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.l.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 210-1.6 et seq. except that all temporary paint shall be rapid dry
water borne conforming to section 210-1.6for materials and section 310-5 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.
from the view of motorists in the traveled way or shielded from the view of the travelling public during
Stationary signs that warn of non-existent conditions shall be removed from the traveled way and
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 travelling 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.
a Revised 04/22/02 Contract No. 3583-2 Paoe 75 of 11 5 Paoes
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 sign post or telescoping flag tree with flags. The sign post or flag tree shall be
placed where directed by the Engineer.
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
"Manual of Traffic Control", 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:
7-10.3.4 Traffic Control for Permanent and Temporary TMic 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:
7-10.3.5 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.
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.
Revised 04/22/02 Contract No. 3583-2
Temporary pavement delineation shall be removed when, as determined by the Engineer,
the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary
pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed.
7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Add the following section:
to modify TCP included in the project plans, the Contractor shall have such new or modified TCP
Sheets. Traffic Control Staging plans (TCP) are included in the project plans. If the Contractor elects
within the travelled way. The Contractor shall have TCP prepared and submitted as a part of the prepared and submitted as a part of the Work for any and all construction activities that are located
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
drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the
implementing them. The minimum 20 day review period specified in section 2-5.3.1 for shop
Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire
the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan
duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show
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 of the "MANUAL OF TRAFFIC CONTROLS", 1996 Edition as
supplement, and/or new design of TCP shall be prepared by a registered professional engineer
published by the State of California Department of Transportation. Such modification, addition,
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
best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be prepared by the registered professional engineer retained by the Contractor will be beneficial to the
TCP are approved by the Engineer. The preparation of such modification, addition, supplement,
implemented and no work shall be commenced that is contingent on such approval until the changed
fashion. Submittal and review requirements for such modifications, supplements, and/or new
and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any
designs to TCP shall conform to the requirements of section 2-5.3 Shop Drawings and Submittals.
Add the following section:
7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid.
The contract lump sum price paid for "traffic control" shall include full compensation.for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for
doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing,
control system as shown on the plans and approved additions and modifications, as specified in
maintaining, moving to new locations, replacing, and disposing of the components of the traffic
these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare
and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid tor traffic control and no additional payment will be made therefor. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of
labor and material for portable concrete barriers they will be paid as an incidental to the work being
will be based on the percentage of the improvement work completed. ' performed and no additional payment will be made therefor. Progress payments for "Traffic Control"
Revised 04/22/02 Contract No. 3583-2 Paoo 77 of 11 5 Paoes
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
against hazards created by such features of construction as protruding nails, hoists, well holes, and
necessary safeguards for the protection of workers and public, and shall use danger signs warning
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
would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions
materials, such as borrow pits or gravel beds, for use in the proposed construction project which
established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of
the contract.
SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
8-2 FIELD OFFICE FACILITIES. Add the following: Contractor shall furnish the Engineer a "Class A"
Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals
that the Engineer may designate. The field office shall be a separate structure from any other office
facility. The Contractor shall maintain the field office throughout the entire duration of the contract
unless the Engineer shall otherwise direct.
8-2.1 Class "A Field Office. Add the following: Additionally the "Class A' Field Office shall be
provided with: two (2) phones, two (2) answering machines, one (1) additional standard 1.5 m (5')
double pedestal desk with four chairs, one (1) electrostatic copier and supplies, copier shall be Minolta
5000, or equal. Water cooler to have hot and chilled water. The integral sanitary facilities may be,
separate enclosed toilets per Section 7-8.4. Furnishings are subject to agency approval. The field
office shall be located at a site satisfactory to the Engineer and within or immediately adjacent to the
limits of work. The Contractor shall provide access and three parking spaces for the exclusive use of
the Engineer and hidher designees that are convenient and satisfactory to the Engineer. The field
office shall have a 600 mm by 900 mm (24 by 36") sign affixed near the entry door. The sign text shall
be proportioned as shown below. The Contractor shall affix a Clty seal to the sign in a centered
location. The Engineer will supply the City seal.
b Revised 04/22/02 Contract No. 3583-2 Page 78 of 1 15 Paaes
I CITY OF CARLSBAD I
ENGINEERING INSPECTION
The Contractor shall contact: John White, President, Carltas Development, 5600 Avenida Encinas,
Suite 100, Carlsbad, CA 92008, (760) 431-5600, x1 14 to arrange insurance for use of their site.
&6 BASIS OF PAYMENT. Add the following: Payment for field office will be made at the monthly price
bid and will include full compensation for installing and removing the field office, relocating it as may be
necessary to facilitate the project, obtaining all permits, property rental, providing utilities including, but
not limited to, electrical, telephone, potable water and sanitary facilities, and maintenance. The monthly
rate will be paid for each full calendar month throughout the duration of the contract that the field office,
complete with all facilities and utilities, is available to the Engineer and on the project excepting when
the Engineer has ordered that the field office be removed from the project.
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
Completion”
not be affected by any payment but shall commence on the date of recordation of the “Notice of
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 won 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
a Revised 04/22/02 Contract No. 3583-2 Pane 79 of 11 !i Panes
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.
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 inchding 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
and it will be the responsibility of the Contractor to furnish within a reasonable time such further
basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims
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.
Contract No. 3583-2 Paan 80 of 11 5 Panes
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.
Add the following section:
9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated
will not be included in the progress estimate.
@ Revised 04/22/02 Contract No. 3583-2 Paoe 81 of 115 Paoes
Attachment 1-A
PROPERTY OWNER'S LIST
Courtyard by Marriott
5835 Owens Avenue
Carlsbad CA
(760) 431 -9399
Residence Inn by Marriott
2000 Faraday Avenue
Carlsbad CA
(760) 431-9999
Grand Pacific Palisades
5805 Armada Drive
Carlsbad CA 92008
(760) 827-3200
Inns of America Suites
5010 Avenida Encinas
Carlsbad CA 92008
(760) 929-8200
Holiday Inn
Carlsbad by the Sea
850 Palomar Airport Road
Carlsbad CA 92008
(760) 438-7880
6450 Carlsbad Boulevard
Hilton Garden Inn
Carlsbad CA 92008
(760) 476-0800
Camino Hills Homeowners Association
Camino Hills Clubhouse
2301 Bryant
Carlsbad CA
(760) 438-9931
Cantebury Homeowners Association (Kelly Ranch Village E)
Suite 111
Prescott Company
543 Encinitas Boulevard
Encinitas CA 92024
Fax: (760) 634-4759
Chris Bravence
Assistant: Lana Licari
(notice in billing statement and with monthly newsletter-October)
(760) 634-4700
Revised 04/22/02 Contract No. 3583-2 Paae 62 of 1 15 Paaes
Evans Point Homeowners Association
Lindsey Management
7720 El Camino Real Suite 2A
Carlsbad CA 92009
Fax: (760) 436-2566 Jeanne Mash (monthly newsletter, board meeting every third Tuesday)
Rancho Carlsbad Homeowners Association 5200 El Camino Real Carlsbad CA 92008
(760) 436-1 144
(760) 438-0332
Eagle Canyon
Carlsbad Research Center Owners Association PO Box 51 91 3 Unit B
Los Angeles CA 90051-6213
Cathy Gardner, Property Manager X 156 cathva@meissneriacauet.com (858) 576-1665
Car Country Carlsbad 5500 Paseo Del Norte Carlsbad CA 92008 Bill Cornik (Bob Baker Auto Group)
Billatbobs@msn.com
Carlsbad Ranch Owners Association Strategic Property Management, Inc. 3593 Fifth Avenue
San Diego CA 92103 Suite C
Fax: (619) 718-6498 Walter Turskey, Property Manager wturskev@sdcDc.com
One LEGOLAND Drive LEGOLAND California
Carlsbad CA 92008 Courtney Simmons Manager, Media Relations and Government Affairs
Fax: (760) 603-0032 courtnev.simmons@america.leao.com Jan Mahoney
Director of Operations, Operations Department
Fax: (760) 91 8-8973
(760) 438-2200
(61 9) 295-221 1 X 230
(760) 91 8-5371
(760) 91 6-5445
Revised 04/22/02 Contract No. 3583-2 Paoe 83 of 11 5 Paoes
The Flower Fields
5600 Avenida Encinas
Suite 100
Carlsbad CA 92008
Maichael Cardosa, General Manager
Fax: (760) 431-9020
mcardosa@theflowerfields.com
Mike Meuhe, Farmer
(760) 930-91 23 X 127
(760) 801-2180
Revised 04/22/02 Contract No. 3583-2 Paae 84 of 1 15 Paoes
SUPPLEMENTAL PROVISIONS
TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
PART 2, CONSTRUCTION MATERIALS
SECTION 206 - MISCELLANEOUS METAL ITEMS
Add the following section:
206-7 TRAFFIC SIGNS.
Add the following section: 206-7.1 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:
206-7.1.1 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, Depattment 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.
Add the following section:
206-7.1.2 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:
206-7.1.3 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 111 encapsulated lens sheeting conforming to the requirements of this specification.
Add the following section:
206-7.1.4 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
substrate.
vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum
a Revised 04/22/02 Contract No. 3583-2
Add the following section:
206-7.1.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic
signs shall be installed on IO-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
d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and 2.1 m (7’).
installation to SDRS drawing “45 and shall have one post provided for each 0.48 m2
(5 v)of sign area, or the signs may be installed on existing lighting standards when
e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements
approved by the Engineer.
specified for aluminum signs in the “Specifications For Reflective Sheeting Signs, Octo-
ber 1993.
Add the following section:
206-7.1.6 Temporary Traffic Sign Posts. Posts shall be 10-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 shown 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:
206-7.1.7 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
Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other
requirements of sign panels for stationary mounted signs in the “Specifications For Reflective
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 an orange enamel which will match the color of the sign panel
background. Testing of paint will not be required.
Add the following section:
206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS.
Add the following section:
206-8.1 General. This Section pertains to IO-gage and 12-gage cold-rolled Steel perforated tubing
cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to
used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be
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 Imm (7/16”) holes on 25 mm (1”) centers.
Ifs Revised 04/22/02 Contract No. 3583-2 Paoe 86 of 11 5 Paoes
Add the following section:
206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.01 I",
-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 comer. Straigtness tolerance
variation shall not exceed 1.6 mm in 1 m (1116 " in 3). Tolerance for comer radius is 4.0mm (5/32"),
plus or minus 0.40 mm (1/64"). Weld flash on comer-welded square tubing shall permit 3.60 mm
(9/64") radius gage to be placed in the corner. Using IO-gage or 12-gage square tube, consecutive
size tubes shall telescope freely for 3.lm (IO'). 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
exceed those listed in tables 206-8.2 (A) and 206-8.2(B).
addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not
TABLE 206-8.21A) ~ ~~ ~
LIGHT GAGE STEEL TUBING SIZE TOLERANCE
Nominal Outside Dimensions I Outside Tolerance for All Sides at Comers
mm (inches) mm (inches)
25 x 25
0.006 0.1 5 (I '12 x 1 1/2) 38 x 38
0.006 0.15 (1 '/4 x 1 1/4) 32 x 32
0.005 0.13 (1 x 1)
51 x 51 (2 x 2) 0.20 0.008
56 x 56
51 x76
64x64
0.010 0.25 (2~~~ X 23/,6)
44x44 0.008 0.20 (1 x 1 3/4)
57 x 57 (2V4 x 2V4)
0.010 0.25 (2 x 3)
0.010 0.25 (2'/* x 2'/*)
0.01 0 0.25
TABLE 206-8.2(8) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWI T
Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed.
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.
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 111
a Revised 04/22/02 Contract No. 3583-2 Paoe 87 of 11 5 Paaes
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 Wntroller
unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall
delivered to the site of the work and placed in immediate operation. The Complete PCMS unit shall
be assembled to form a complete self-contained portable changeable message Sign that Can be
be capable of operating in an ambient air temperature range of -20QC (-4QF) to +7OQC (15EQF) 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
206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of
Add the following section:
460 m (1500') and shall be legible from a distance of 230 m (?X)'), 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
that 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.
Lamp matrix type signs shall be equipped with an automatic dimming operational mode that
automatically compensates for the influence of a temporary light source or other abnormal lighting
conditions. The sign shall have manual dimming operation modes of 3 or more different lamp
intensities.
Matrix signs not utilizing lamps shall be either internally or externally illuminated at night.
The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at
least 5 pre-programmed messages. The controller shall be installed in a location allowing the
operator to perform all functions from one position. A keyboard entry system shall be provided to
allow an operator to generate an infinite number of additional messages over the pre-programmed
stored messages. The keyboard shall be equipped with a security lockout feature to prevent
unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the
keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match
the information display to the speed of the approaching traffic. The flashing off time shall be operator
adjustable within the control cabinet.
Add the following secfion:
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),
specifications, including current registration.
it must be demonstrated to be in good working condition, and meet the provisions of these
a Revised 04/22/02 Contract No. 3583-2 Pane 8R nf 11 5 Panes
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 209 - SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS
209-1 GENERAL
209-1.01 Description. Signals, lighting and electrical systems work shall consist of furnishing and
installing, modifying or removing one or more traffic signals, traffic signal master controller
assemblies and interconnection facilities, flashing beacon systems, lighting systems, sign illumination systems, traffic monitoring stations, communication systems, electrical equipment in structures,
falsework lighting, provisions for future systems, or combinations thereof, all as shown on the plans,
and as specified in these special provisions.
The locations of signals, beacons, standards, lighting fixtures, signs, controls, services and
appurtenances shown on the plans are approximate and the exact locations will be established by
the Engineer in the field. All systems shall be complete and in operating condition at the time of
acceptance of the contract.
209-1.015 Definitions. The following definitions pertain only to Section 209, "Signals, Lighting and
Electrical Systems."
Actuation.- The operation of any type of detector.
Controller Assembly.- The complete assembly for controlling the operation of a traffic signal or
other system, consisting of a controller unit, and all auxiliary equipment housed in a rainproof
cabinet.
Controller Unit.- That part of the controller assembly which performs the basic timing and logic
functions.
Detector.- A device for indicating the passage or presence of vehicles or pedestrians.
Duty Cycle. - The amount of illuminated on-time a signal module is energized, expressed as a
percent of signal cycle time period.
Electro1ier.- The complete assembly of lighting standard, luminaire, ballast and lamp.
Flasher.- A device used to open and close signal circuits at a repetitive rate.
Flashing Beacon Control Assembly.- A complete electrical mechanism for operating a warning
beacon or intersection control beacon.
Inductive Loop Vehicle Detector.-A detector capable of being actuated by the change of
inductance caused by a vehicle passing over or standing over the loop.
Integrating Photometer. - An instrument used in measuring the intensity of light that enables total
luminous flux to be determined by a single measurement.
LED Light Source. - An individual light emitting diode.
LED Signal Module. - A sealed circular ball or arrow that includes the lens and utilizes LED
devices as the light source. An LED signal .module may directly replace an existing traffic signal
lamp and lens combination.
Lighting Standard.- The pole and mast arm which support the luminaire.
Luminaire.-The assembly which houses the light source and controls the light emitted from the
light source.
by the passage of a vehicle through the earthkmagnetic field.
Magnetic Vehicle Detector.- A detector capable of being actuated by the induced voltage caused
a Revised 04/22/02 Contract No. 3583-2 Paw 89 of 11 5 Paons
Magnetometer Vehicle Detector.- A detector capable of being actuated by the magnetic
disturbance caused by the passage or presence of a vehicle.
Major Stre.&.- The roadway approach or approaches at an intersection ~0t”nally Cartying the major
volume of vehicular traffic.
Minimum Intensity. - In accordance with the values in Table 1 of the existing ‘Vehicle Traffic
Control Signal Heads”, hereinafter VTCSH standard, the minimum intensity values below which no
LED signal modules will be released from the supplier.
Minor Stmet.- The roadway approach or approaches at an intersection normally carrying the minor
volume of vehicular traffic.
Pedestrian Detector.- A detector, usually of the push button type, capable of being operated by
hand. plans. - For this Section (Section 209) plans shall include all documents listed in Section 2.5,
”Plans and Specifications”, et seq. as well as the “STANDARD PLANS“, 1995 edition as promulgated
by the State of California, Department of Transportation.
Power Consumption. -The ns electrical power (watts) consumed by an LED signal module when
operated at rated voltage.
Pm-timed Controller Assembly.- A controller assembly for operating traffic signals in accordance
with a pre-determined cycle length.
Rated Initial Intensity. - The light intensity of a new LED signal module, operated at rated voltage,
measured after the burn-in procedure with an integrating photometer.
specified (1 17 VAC at 60 Hz).
Rated Voltage. -The ac rms voltage at which light output performance and power consumption are
Signal Face.-That part of a signal head provided for controlling traffic in a single direction and
consisting of one or more signal sections.
Signal Head.- An assembly containing one or more signal faces.
Signal Indication.-The illumination of a signal section or other device, or of a combination of
sections or other devices at the same time.
Signal Sction.-A complete unit for providing a signal indication consisting of a housing, lens,
reflector, lamp receptacle and lamp.
Sun Phantom. - The effect of an outside light source entering the signal assembly and being
returned in such a manner as to present the appearance of the signal assembly being illuminated.
Traffic-Actuated Controller Assembly.- A controller assembly for operating traffic signals in
accordance with the vatying demands of traffic as registered with the controller unit by detectors.
Traffic Phase.- The right of way, change and clearance intervals assigned to a traffic movement or
combination of movements.
Vehicle.- Any motor vehicle normally licensed for highway use.
VTCSH Standard. - The definitions and practices described in “Vehicle Traffic Control Signal
Heads” published in the “Equipment and Materials Standards” of the Institute of Transportation
Engineers.
209-1.02 Regulations and Code. All electrical equipment shall conform to the standards of the
National Electrical Manufacturers Association (NEMA), the Underwriters’ Laboratories Inc. (UL),
the Electrical Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NETA), or
the Electronic Industries Association (EIA), wherever applicable. In addition to the requirements of
the plans, these special provisions, all materials and workmanship shall conform to the requirements
of the National Electrical Code 1996 edition, hereinafter referred to as the Code; California Code of Regulations, Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead Electrical
Line Construction, General Order No. 95 of the Public Utilities Commission; Standards of the
American Society for Testing and Materials (ASTM); American National Standards Institute (ANSI);
and any local ordinances which may apply. Wherever reference is made to any of the standards
effect on the day the Notice to Contractors for the work is dated.
mentioned above, the reference shall be construed to mean the code, order, or standard that is in
e Revised 04/22/02 Contract No. 3583-2 Paoe 90 nf 11 5 Panes
209.1.03 Equipment List and Drawings. Unless otherwise permitted in writing by the Engineer,
the Contractor shall, within 15 days following award of the contract, submit to the Engineer for review a list of equipment and materials which the Contractor proposes to install as specified in Section
2-5.3, “Shop Drawings and Submittals.” The list shall be complete as to name of manufacturer, size
and identifying number of each item. The list shall be supplemented by such other data as may be
spacing of shelves, terminal blocks and equipment, including dimensioning. All of the above data required, including schematic wiring diagrams and scale drawings of cabinets showing location and
Where electrical equipment is constructed as detailed on the plans, the submission of detailed
shall be submitted, install as specified in Section 2-5.3, “Shop Drawings and Submittals”, for review.
drawings and diagrams will not be required.
209-1.04 Maintaining Existing and Temporary Electrical Systems. Existing electrical systems
(traffic signal, street lighting, flashing beacon, traffic monitoring, sign illumination and other facilities),
or approved temporaty replacements thereof, shall be kept in effective operation for the benefit of the traveling public during the progress of the work, except when shutdown is permitted, to allow for
alterations or final removal of the systems. The traffic signal shutdowns shall be limited to normal
working hours. Lighting system shutdowns shall not interfere with the regular lighting schedule, unless otherwise permitted by the Engineer. The Contractor shall notify the Engineer prior to
agency prior to any operational shutdown of a traffic signal. performing any work on existing systems. The Contractor shall notify the local traffic enforcement
209-2.05 Conduit. All conductors shall be run in conduit, except overhead and temporary installations, and where conductors are run inside poles. Conduit shall be of the sizes shown on the
Contractor’s expense, use conduit of a larger size than that shown or specified, provided the larger
plans and as specified in this Section 209-2.05. In addition, the Contractor may, as an option at the
size is used for the entire length of the run from outlet to outlet. Reducing couplings will not be
permitted. New conduit shall not pass through foundations for standards.
209-2.05A Material. Conduit and conduit fittings shall be UL or ETL listed and shall conform
to the following: Type 1. Hot-dip galvanized rigid steel conduit conforming to the requirements in UL
Designation: A 239. Publication UL 6 for Rigid Metallic Conduit. The zinc coating will be tested in accordance with ASTM
2) Type 2. Hot-dip galvanized rigid steel conduit conforming to Type 1 above and coated with
thickness of 0.9 mm (35 mils).
polyvinyl chloride or polyethylene. The exterior thermoplastic coating shall have a minimum
3) Type 3. Rigid non-metallic conduit conforming to the requirements in the UL Standard for Rigid
Non-Metallic Conduit (Publication UL 651). Type 3 conduit shall be installed at all underground
locations. 4) Type 4. Liquid tight flexible metal conduit shall consist of conduit with a liquid tight, non-metallic, sunlight-resistant jacket over an inner flexible metal core. Type 4 conduit shall be UL listed for use as the grounding conductor.
for Intermediate Metallic Conduit. Type 5 conduit shall only be used when specified.
5) Type 5. Intermediate steel conduit (IMC) conforming to the requirements in UL Publication 1242
zinc alloy type. All conduit installed underground shall be Type 3, rigid non-metallic conduit. Type 3
Bonding bushings to be installed on metal conduit shall be insulated and shall be the galvanized or
conduit shall be installed at underground locations only.
209-2.058 Use. Exposed conduit installed on a painted structure shall be painted the same color
as the structure. Unless otherwise indicated, the minimum metric trade size of conduit shall be:
1) From an electrolier to the adjacent pull box shall be Size 41 (1 ’/21( dia).
2) From a pedestrian push button post to the adjacent pull box shall be Size 27 (1” dia). 3) From a signal standard to the adjacent pull box shall be Size 53 (2 dia). 4) From a controller cabinet to the adjacent pull box shall be Size 78 (3 dia).
5) For detector runs shall be Size 41 (1 ’/; dia). ,
6) Not otherwise specified shall be Size 41 (1 /; dla).
a Revised 04/22/02 Contract No. 3583-2 Paoe 91 of 11 5 Paaes
209-2.05C Installation. Conduit shall be installed in conformance with the codes and regulations listed in Section 209-1.02, “Regulations and Code.” Conduit runs shown on the plans may be
changed to avoid underground obstructions with written approval by the Engineer. The ends of all
conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts shall be
made square and true. Slip joints or running threads will not be permitted for coupling conduit.
When a standard coupling cannot be used for coupling metal type conduit, a UL or ETL listed
threaded union coupling shall be used. All couplings for metal type conduit shall be tightened to
provide a good electrical connection throughout the entire length of the conduit run. Conduit shall be
tightened into couplings or fittings using strap wrenches or approved groove joint pliers. Conduit
threads and damaged surfaces on metal conduit shall be painted with 2 applications of approved
unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.6,
“Galvanizing for Traffic Signal Facilities.” Aerosol cans shall not be used.
The ends of conduit shall be threaded and shall be capped with standard pipe caps or “pennies” to
protect the raceway against dirt and concrete until wiring is started. When caps or “pennies” are
removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. Conduit
terminating in pull boxes or foundations shall be provided with insulated bonding bushings
Conduit bends, except factory bends, shall have a radius of not less than 6 times the inside diameter
of the conduit. Where factory bends are not used, conduit shall be bent, without crimping or
flattening, using the longest radius practicable.
A No. 12 copper pull wire or a pull rope shall be installed in all conduits which are to receive future
conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength of 2225 N
(500 pounds). At least 0.6 m (2) of pull wire or rope shall be doubled back into the conduit at each
termination. Existing underground conduit to be incorporated into a new system shall be cleaned
with a mandrel or cylindrical wire brush and blown out with compressed air.
Conduit shall be laid to a depth of not less than 460 mm (18”) below grade in portland cement
concrete sidewalk areas and curbed paved median areas, and not less than 750 mm (30”) below
finished grade in all other areas. Conduit may be laid on top of the existing pavement within new
curbed medians being constructed on top of the existing pavement. Conduit couplings shall be
located at least 150 mm (6) from face of foundation.
209-2.08 Conductors. Conductors shall be copper of the gage shown on the plans,
unless specified otherwise. Copper wire shall conform to the specifications of ASTM Designations:
B3andB8.
Wire Gage (AWG), except that conductor diameter shall be not less than 98 percent of the specified
Wire sizes, other than conductors used in loop detector lead-in cable, shall be based on American
AWG diameter. Conductors for branch circuits shall be sized to prevent a voltage drop exceeding
3 percent at the furthest connected load, while drawing the combination of all connected loads
shall not exceed 5 percent at the furthest connected load, while drawing the combination of all
capable of simultaneous operation. The maximum voltage drop for both feeders and branch circuits
shall conform to the specifications of ASTM Designation: B 286. A Certificate of Compliance
connected loads capable of simultaneous operation. Conductors used in loop detector lead-in cable
with each type of cable to be used on a project.
Conforming to the provisions in Section 4-1.5, ”Certification,” shall be submitted by the manufacturer
# Revised 04/22/02 Contract No. 35834 Pane 92 of 115 Panes
209-2.08A Conductor Identification. All single conductors in cables, except detector lead-in
cables, shall have clear, distinctive and permanent markings on the outer surface throughout the entire length showing the manufacturer's name or trademark, insulation type letter designation,
conductor size, voltage rating and the number of conductors if a cable. Conductor insulation shall be
of a solid color or of basic colors with a permanent colored stripe as detailed in the following table
unless othewise specified. Solid or basic colors shall be homogeneous through the full depth of
insulation. Identification stripes shall be continuous over the entire length of the conductor.
shall be taped with electrical insulating tape .of the required color for a minimum of 500 mm (20).
For conductor sizes No. 2 and larger, the insulation may be black and the ends of the conductors
All single conductors in cables shall be marked as shown in Table 209-2.08A (A):
TABLE 209-2.WA (A)
CONDUCTORS
...................
Pedestrian Signals ................................
................................
...................
Control
1
tween Flasher
ghting Control ................
Interconnect
a Revised 04/22/02
..
Contract No. 3583-2 Paoe 93 of 11 5 Paaes
Notes: 1. On overlaps, insulation is striped for first phase in designation, for example, a phase (2+3) conductor is Striped as for
2. Band for overlap and special phases as required. 3. Flashing beacons having separate service do not require banding.
4. These requirements do not apply to signal cable.
5. “9 if circuit is switched on line side of service equipment by Utility. 6. Band conductom in each pull box and near ends of termination points. On signal light CirCUitS, a single band may be
7. ungrounded conductors between service switch and flasher mechanism stiall be black and banded as indicated in this placed around 2 or 3 ungrounded conductors Comprising a phase.
8. Conductors between ballasts and sign lighting lamps shall be NO. 16 and Color shall correspond to that of the ballast column.
9. Both conductors between external H.I.D. ballast and lamp socket shall be black. leads.
10. Black acceptable for size No. 2 and larger. Tape ends for 500 mm (20”) with indicated Color. 11, Wire sizes lifted are minimums. Ampacity requirements of specific CirCUitS or voltage drop may neCe5Sitate larger
phase 2.
conductors.
209-2.08B Multiple Circuit Conductors. Conductors for multiple circuits shall be UL or ETL listed
and rated for 600-volt operation. The insulation for No. 14 through No. 4 conductors shall be one of
the following: 1) Type TW polpnyl chloride conforming to the requirements of ASTM Designation: D 2219.
2) Type THW polyvinyl chloride.
3) Type USE, Type RHH or Type RHW cross-linked polyethylene.
At any point, the minimum thickness of any Type W, THW, USE, RHH or RHW insulation shall be
1 .O mm (40 mils) for conductor sizes No. 14 to No. 10, inclusive, and 1.3 mm (54 mils) for No. 8 to
No. 2, inclusive. The insulation for No. 2 and larger conductors shall be one of the types listed above
or shall be Type THWN. Conductors for wiring wall luminaires shall be stranded copper, with
insulation rated for use at temperatures up to 125°C. Overhead lighting conductors shall be No. 8,
or larger, medium hard drawn copper with weatherproof covering.
209-2.08C Series Circuit Conductors. Conductors for series circuits shall be No. 8, shall be rated
for 5000-volt operation and shall be insulated with 3.7 mm (150 mils) minimum thickness polyvinyl
chloride compound conforming to the specifications of ASTM Designation: D 2219, or polyethylene
conforming to the specifications of ASTM Designation: D 1351.
2042.08D Signal Cable. Sianal cable shall be installed. Individual conductors are not allowed.
Signal cable shall conform to the following: The cable jacket shall be black polyethylene with an inner
polyester binder sheath, and shall be rated for 600- volt and 75°C. All cables shall have clear,
distinctive, and permanent markings on the outer surlace throughout the entire length of the cable
showing the manufacturer’s name or trademark, insulation designation, number of conductors,
conductor sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethylene
material. Individual conductors in the cable shall be solid copper with Type THWN insulation, and
shall conform to the requirements in Section 209-2.08, “Conductors,” and ASTM Designation: B 286.
The minimum thickness of Type THWN insulation, at any point, shall be 0.3 mm ( 13 mils) for
conductor sizes No. 14 and No. 12, and 0.4 mm (18 mils) for conductor size No. 10. The minimum
thickness of the nylon jacket shall be 0.1 mm (4 mils) at any point.
Three-Conductor Cable (3CSC). The 3-conductor signal cable shall consist of three No. 14
conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and a
minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable shall
not exceed 10 mm (0.10). The color code of the conductors shall be blue/black stripe, blue/orange
stripe, and white/black stripe. The 3 conductor cable shall be used for pedestrian push buttons and a
spare.
e Revised 04/22/02 Contract No. 3583-2 Paoe 94 of 1 15 Paaes
Fiv&onductor Cable (BCSC). The 5-conductor signal cable shall consist of five No. 14
conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and shall
have a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the
cable shall not exceed 13 mm (0.50). The color code of the conductors shall be red, yellow, brown,
black, and white.
Nine-Conductor Cable (SCSC). The 9-conductor cable shall consist of eight No. 14 conductors and
one No. 12 conductor. The cable jacket shall have a minimum average thickness of .5 mm (60 mils)
and shall have a minimum thickness at any point of I .2 mm (48 mils). The nominal outside diameter
of the cable shall not exceed 17 mm (0.70). The color code for the No. 12 conductor shall be white.
The color code for the No. 14 conductors shall be as Table 209-2.08D(A):
TABLE 2092.08D(A)
NINE-CONDUCTOR CABLE SIGNAL CABLE
Insulation Colors
red
whiteblack stripe red/black stripe
black brown
brownfblack stripe yellow
yellow/black stripe
Twelve-Conductor Cable (12CSC). The 12-conductor signal cable shall consist of eleven No. 14
conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of
1.5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal
outside diameter of the cable shall not exceed 17 mm (0.70"). The color code for the No. 12
conductor shall be white. The color code and functional connections for the No. 14 conductors shall
be as Table 209-2.08D(B), unless othemise approved by the Engineer:
TABLE 209-2.O8D(B)
TWELVE -CONDUCTOR CABLE SIGNAL CABLE
Color Code I Termination I Phase ~~
red I vehicle signal red 2, 4, 6 or 8
yellow
brown vehicle signal yellow
red/black stripe
2,4.6 or 8
vehicle signal green 2,4,6 or 8
vehicle signal red 1,3,5or7
yellow/black stripe vehicle signal yellow 1,3,5or7
brown/black stripe 1,3,5or7 vehicle signal green blacklred stripe I spare, or use as required for red or Don't Walk I
black/white stripe I spare, or use as required for yellow
~~
- black I spare, or use as required for green or Walk I
red/white stripe I ped signal Don't Walk
browdwhite striae I narl sinnal Walk I
The 12-conductor cable shall be used for vehicle signals, pedestrian signals, spares and the signal
common.
Twenty Eight-Conductor Cable (28CSC). The 28-conductor signal cable shall consist of 27 No.
of 2 mm (80 mils) and shall have a minimum thickness at any point of 1.6 mm (64 mils). The nominal
14 conductors and one No. 10 conductor. The cable jacket shall have a minimum average thickness
outside diameter of the cable shall not exceed 23 mm (0.90). The color code for the No. 10
conductor shall be white. The color code and,functional connections for the No. 14 conductors shall
be as Table 209-2.08D(C):
a Revised 04/22/02 Contract No. 3583-2 Paae 95 of 11 5 Daoec
TABLE 209-2.08D(C)
TWENTY EIGHT - CONDUCTOR CABLE SIGNAL CABLE
redl2 orange stripes I ped signal Don’t Walk 4or8
brown/2 orange stripes
OLB, OLD overlap B, D green brown/2 purple stripes
OLB, OLD overlap B, D red red/2 purple stripes
OLA, OLC overlap A, C green brownl2 silver stripes
OLA, OLC overlap A, C red red/2 silver stripes
40r8 ped signal Walk
blue/black stripe
black
blackfred stripe ped push button common whitelblack stripe
OLB(y), OLD(y) overlap B, D yellow blue/purple stripe
OLA(y), OLC(y) overlap A, C yellow blue/silver stripe
4 or 8 ped push button blue/orange stripe
2or6 pedpushbutton
~~
railroad pre-emption
spare
1) The signal commons in each 28-conductor cable shall be kept separate except at the signal
2) Each 28-conductor cable shall be labeled in each pull box ‘Cl” or “C2,.
controller.
3) The cable identified ”CI” shall be used for signal Phases 1, 2, 3 and 4. The cable identified
‘“22” shall be used for signal Phases 56, 7 and 8.
4) Each signal cable, except 28-conductor, shall be marked, in each pull box, showing the signal
standard to which it is connected.
209-2.08E Signal Interconnect Cable (SIC). Signal Interconnect Cable shall consist of six or twelve
No. 20, minimum, stranded tinned copper conductors as shown on the plans or required herein.
polypropylene material. Conductors shall be in twisted pairs. Color coding shall distinguish each
Each conductor shall be insulated with 0.33 mm (0.013), minimum nominal thickness, color coded,
pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 or
larger, stranded, tinned copper drain wire inside the shielded pair. The cable jacket shall be black,
high density polyethylene, rated for a minimum of 300- volts and 60”C, and shall have a nominal wall
thickness of 1 .O mm (40 mils), minimum. The cable jacket or the moisture-resistant tape directly
under the outer jacket shall be marked with the manufacturer’s name, insulation type designation,
number of conductors and conductor size, and voltage and temperature ratings. Splices shall be
@ Revised 04/22/02 Contract No. 3583-2 Pane 96 nf 11 5 Pane.:
made only where shown on the plans or in controller cabinets. A minimum of one meter (3) of slack
shall be provided at each splice and 2 m (6‘) at each Controller cabinet. Splices Of conductors shall
be insulated with heat-shrink tubing of the appropriate Size and shall Overlap the conductor insulation
at least 15 mm (0.5”). The overall cable splice shall be covered with heat-shrink tubing, with at least
40 mm (1 ’/;) of overlap of the cable jacket.
209-5 DETECTORS
209-5.01 Vehicle Detectors. Vehicle detectors shall be the type or types shown on the plans.
All sensor units, control units, and amplifiers shall meet the requirements of California Test 675. The units shall not be affected by transient voltages when tested in accordance with California Test
667. After a power interruption the units shall return to normal operation within one minute.
Each unit shall be provided with a light or meter, for each output circuit, to indicate when the detector
is detecting a vehicle. Each detector shall operate over the range of voltages from 100 volts to
135 volts at 60 Hz. Circuitry shall be solid-state except relays with normally closed contacts may be
used for the output circuit. Units shall be designed to provide ease of maintenance with easily
accessible electronic components. Each detector shall provide vehicle detection without
readjustment from -18T to 71°C (0” to 160°F). Units shall use printed circuit boards designed to
facilitate identification of components. This shall be done by either part identification markings or by
providing a pictorial diagram showing physical location and identification of each component.
Each printed circuit board shall have the following minimum quality requirements: NEMA FR-4 glass
cloth base epoxy resin board, 1.5 mm (1/16”) minimum thickness, organic solder masking and gold
plated contacts. lntercomponent wiring shall be copper track with a minimum mass of 600 g/m2
(2 odff). Printed circuit design shall be such that components may be removed and replaced
without permanent damage to boards or tracks. Splices shall conform to the provisions in Section
209-2.09, ‘Wiring.”
209-5.018(4) Optical Detector Cable. Optical detector cable shall meet the requirements of
IPCEA-SSl-402/NEMA WC 5, Section 7.4, 600 volt control cable, 75*C, Type B and the following:
The cable shall contain three conductors, each of which shall be AWG #20 (7x28) stranded, tinned copper with low-density polyethylene insulation. Minimum average insulation thickness shall be 25 mils. The insulation of individual conductors shall be color coded as follows:
Yellow Detector Signal #I Blue
Orange Detector Signal #2
Bare (Drain) - Power (+)
Common or Ground
-
The shield shall be either tinned copper braid or aluminized polyester film with a nominal 20 percent overlap. Where the film is used, a AWG #20 (7x28) standard, tinned, bare drain wire shall be place
between the insulated conductors and the shield and in contact with the conductive surface of the shield
The jacket shall be black polyvinyl chloride with a minimum rating of 600 volts and 80~C and a
The finished outside diameter of the cable shall not exceed 0.3 inches. minimum average thickness of 45 mils. The jacket shall be marked as required by IPCEA/NEMA.
The capacitance of the optical detector cable, as measured between any conductor and the other
conductors and the shield, shall not exceed 14.3 microfarads per 1000 feet. The characteristic impedance of the optical detector cable shall be 0.6 ohms per 1000 feet.
@ Revised 04/22/02 Contract No. 3583-2 Paoe 97 of 11 5 Paoes
20g.5.01~ Video Detection System. The video detection system shall Consist Of One (1) video
camera and one (1) video detection processor (VDP) for each vehicle approach, and a Pointing device, The system shall include software that detects vehicles in mUltiple lanes Using Only the video
zones on a video image. A minimum of 24 detection zones per camera shall be available.
image. Detection zones shall be defined using only a video menu and a Pointing device to Place
The Source can be a video camera or a video tape player. The video shall be input to the VDP in
2045.01~(1) Functional Requirements. The VDP shall process video from a single source.
vehicles in up to 24 detection zones per camera. A detection zone shall be approximately the width ~~170 format and shall be digitized and analyzed in real time. The VDP shall detect the Presence of
and length of one car. Detection zones shall be programmed via a menu displayed on a video monitor and a pointing device connected to the VDP. The menu shall facilitate placement Of the
detection zones and setting of zone parameters. A separate computer shall not be required for
programming detection zones or to view system operations. The VDP shall store UP to three different
detection zone patterns. The VDP shall be able to switch to any one of the three different detection zone patterns within one second of user request via menu selection with the pointing device.
The VDP shall detect vehicles in real time as they travel across each detection zone.
The VDP shall have an RS-232 port for communications with an external computer. The VDP shall accept new detector patterns from an external computer through the RS-232 port when that
computer uses the appropriate communications protocol for downloading detector patterns.
The VDP shall send its detector patterns to an external computer through the RS-232 port when requested when that computer uses the appropriate communications protocol for uploading detector patterns. A Windows-based software program designed for local or remote connection and providing
video capture, real-time detection indication and detection zone modification capability shall be provided with the system.
The camera system shall be able to transmit an NTSC video signal, with minimal signal degradation,
up to 300m (1000 ft).
The VDP shall default to a safe condition, such as a constant call to each active detection channel, in the event of unacceptable interference in the video signal.
The system shall be capable of automatically detecting a low visibility condition such as fog and
be active during the low visibility condition that can be used to modify the controller operation if respond by placing all defined detection zones in a constant call mode. A user-selected output shall
connected to the appropriate controller input modifier@). The system shall automatically revert to normal detection mode when the low visibility condition ho longer exists.
209-5.01C(2) Operational Requirements. A minimum of 24 detection zones per camera shall be supported and each detection zone can be sized to suit the conditions and the desired vehicle
detection zone may be AND'ed or OR'ed together to indicate vehicle presence on a single phase of detection region. A single detection zone shall be capable of replacing multiple loops and the
traffic movement. Placement of detection zones shall be done by using a pointing device and a
graphical interface built into the VDP and displayed on a video monitor. No separate computer shall
within the VDP memory and this memory shall be preserved during power outages. The selection of be required to program the detection zones. Up to three detection zone patterns shall be saved
the detection zone pattern for current use shall be done through a menu system. It shall be possible to activate a detection zone pattern for a camera from VDP memory and have the detection zone pattern displayed within one second of activation. When a vehicle is detected crossing a detection zone, the detection zone will flash a symbol on the screen to confirm the detection of the vehicle. Detection shall be at least 98% accurate in good weather conditions and at least 96% accurate under adverse weather conditions (rain, snow or fog).
Detector placement shall not be more distant from the camera than a distance of fifteen times the mounting height of the camera.
Revised 04/22/02 Contract No. 3583-2 Pane 98 of 11 5 Pane5
The VDp shall provide up to eight channels of vehicle presence detection through a NEMA TSl Port. The VDP shall provide dynamic zone reconfiguration (DZR) to enable normal detector operation of existing zones except the one being added or modified during the setup process. The VDP shall output a constant call on any detection channel when the corresponding zone is being modified.
delay outputs. Timing parameters of pulse, extend, and delay outputs shall be user definable Detection zone outputs shall be configurable to allow the selection of presence, Pulse, extend and
vehicles detected. The count value shall be internally stored for' later retrieval through the RS-232 between 0.1 and 25.0 seconds. Up to six detection zones shall be capable of counting the number Of
port. The data collection interval shall be user definable in periods Of five, fitteen, thirty or Sixty
minutes.
209-5.01C(3) Hardware Requirements. The VDP shall be housed in a durable metal enclosure suitable for shelf mounting in the side rails of the controller cabinet. The VDP enclosure shall not
exceed 18Omm (7.1 in) in length and 157mm (6.2 in) in depth. The VDP shall operate satisfactorily in a temperature range of -SoC to +74% (-29°F to +165"F) and a humidity range Of O%RH to 95%
exceed 10 watts. The VDP shall include an RS-232 port for serial communications with a remote RH, non-condensing. The VDP shall be powered by 24 volts DC. VDP power consumption shall not
the VDP shall include one BNC video input connection suitable for RS170 video inputs. The video
computer. This port shall be a 9-pin 'D" subminiature connector on the front of the VDP. The front of
input shall include a switch-selectable 75-ohm or high impedance termination to allow camera video to be routed to other devices; as well as input to the VDP for vehicle detection. The front of the VDP shall include one BNC video output providing real time video output that can be routed to other devices.
209-5.01C(4) Video Detection Camera. The video camera shall be furnished by the VDP supplier and shall be qualified by the supplier to ensure proper system operation. The camera shall produce
time of day. The minimum range of scene luminance over which the camera shall produce a useable useable video image of the bodies of vehicles under all roadway lighting conditions, regardless of
video image shall be the minimum range of night time to day time but not less than the range of 0.1 lux to 10,000 lux. The camera shall use a CCD sensing element and shall output monochrome video
with resolution of not less than 380 lines vertical and 380 lines horizontal. The camera shall include an electronic shutter control based upon average scene luminance and shall be equipped with a
factory adjusted manual iris.
The camera shall include a variable focal length lens with variable focus that can be adjusted,
without opening the camera housing, to suit the site geometry by means of a portable interface device designed for that purpose and manufactured by the detection system supplier. The horizontal field of view shall be adjustable from 8.1" to 45.9". A single camera configuration shall be used for all approaches in order to minimize setup time and spares required by the user. The camera electronics
shall include AGC to produce a satisfactory image at night.
The camera shall be housed in a weather-tight sealed enclosure. The camera enclosure shall be able to rotate to allow proper alignment between the camera and the traveled road surface. The camera enclosure shall be equipped with a sun shield. The sun shield shall include a provision for water diversion to prevent water from flowing in the camera's field of view. The camera enclosure with sun shield shall be less than 170mm (6 in) in diameter, less than 380mm (15 in) long, and shall weigh less than 13.3kg (6 pounds) when the camera and lens are mounted inside the enclosure. The camera enclosure shall include a thermostatically controlled heater to assure proper operation of the lens at low temperatures and to prevent moisture condensation on the optical faceplate of the enclosure.
When mounted outdoors in the enclosure, the camera shall operate satisfactorily in a temperature
The camera shall be powered by 120/240 VAC, 50/60 Hz. Power consumption shall be 15 watts or
range of -34°C to 40°C (-29°F to +140°F) and a humidity range of 0% RH to 100% RH.
less under all conditions.
Revised 04/22/02 Contract No. 3583-2 Paae 99 of 11 5 Paaes
Recommended camera placement height shall be 10m (33 ft) above the roadway, and over the traveled way on which vehicles are to be detected. For optimum detection, the camera should be centered above the traveled roadway. The camera shall View approaching vehicles at a distance not to exceed loom (350 ft) for reliable detection (height:distance ration of 1O:iOO). Camera PbaCement and field of view shall be unobstructed and as noted in the installation documentation provided by the
supplier.
The camera enclosure shall be equipped with separate, weather-tight Connections for power and
viewing of the video signal at the camera while the camera is installed, using a lens adjustment video cables at the rear of the enclosure. These connections may also allow diagnostic testing and
module supplied by the VDP supplier. Video and power shall not be connected within the same
The video signal shall be fully isolated from the camera enclosure and Power cabling.
connector. The video signal output by the camera shall be black and white in RS170 or CClR format.
209-5.01C(5) Installation Requirements. The coaxial cable to be used between the camera and
the VDP in the controller cabinet shall be Belden 8281 or a 75 ohm, precision video cable with 20 gauge solid bare copper conductor (9.9 ohms/M), solid polyethylene insulating dielectric, 98%
attenuation shall not exceed 0.78 dB per 30m (100 ft) at 10 MHz. Nominal outside diameter shall be (min) tinned copper double-braided shield and black polyethylene outer covering. The signal
This cable shall be suitable for installation in conduit or overhead with appropriate span wire. 8mm (0.304 in). The coaxial cable shall be a continuous, unbroken run from the camera to the VDP.
75 ohm BNC plug connectors shall be used at both the camera and controller. The coaxial cable, BNC connector and crimping tool shall be approved by the supplier of the video detection system,
cabling shall be 16 AWG three conductor cable. The cabling shall comply with the National Electric
and the manufacturer‘s instructions must be followed to ensure proper connection. The power
Code, as well as local electrical codes. Cameras may acquire power from the luminaire if necessary.
The video detection system shall be installed by supplier factory certified installers and as recommended by the supplier and documented in the installation materials provided by the supplier. Proof of factory certification shall be provided.
2095.01C(6) Warranty. The supplier shall provide a limited two year warrant on the video detection system. See supplier’s standard warranty included in the Terms and Conditions of Sale documentation. During the warranty period, technical support shall be available from the supplier via telephone within four hours of the time a call is made by the user. This support shall be made available from factory certified personnel or factory certified installers. During the warranty period,
updates to the VDP software shall be made available from the supplier without charge.
to support maintenance and repair of the video detection system. These parts shall be made
209-5.01C(7) Maintenance and Support. The supplier shall maintain an adequate inventory of parts
available for delivery within 30 days of placement of an acceptable order at the supplier’s current pricing and terms of sale for said parts. The supplier shall maintain an ongoing program of technical
support for the video detection system. This technical support shall be available via telephone, or via personnel sent to the installation site upon placement of an acceptable order at the supplier’s current pricing and terms of sale for on site technical support services. Installation or training support shall be provided by a factory authorized representative. All product documentation shall be written in the English language.
209-8 PAYMENT
209-8.01 Payment. The contract lump sum price for Detector Loops shall include compensation for
all materials and labor, which are necessary to complete the installation of the various systems,
shall be considered as included in the prices paid for the systems, or units thereof, and no additional
compensation will be allowed therefor, except as provided in Section 209-1.05, “Maintaining Existing
and Temporary Electrical Systems.”
e Revised 04/22/02 Contract No. 3583-2 Paoe 100 of 115 Paons
SECTION 21 0 - PAINT AND PROTECTIVE COATINGS
210-1 PAINT.
210-1.5 Paint Systems. Add the following to Table 210-1.5(A)
TABLE 210-1.5 (A)
Surface to be Pre-Treatment I
Two coats white Acrylic None Abrasive Blast Cleaning to a Temporary Railing type (K)
Coats Primer Surface Preparation Painted
Finish
(1) acrylic emulsion paint designed for use on exterior masonry. This paint shall comply in all respects to Federal Specification TT-P-19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates.
210-1.6 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 curbsshall be rapid dry water borne conforming to CALTRANS Specification No. PTWB-01.
Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall
markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification No.
8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the
molten thermoplastic material and shall conform to the requirements of CALTRANS Specification No.
8010-004 (Type 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 95819, telephone number (916) 227-7000.
Add the following section.
21 0-1.8 Preformed Thermoplastic Pavement Markings. Preformed Thermoplastic Pavement
Thomasville, NC 27360, Premark 20/20 Flex brand manufactured by Flint Trading Company 115
Markings shall be Premark brand manufactured by Flint Trading Company 115 Todd Court,
Todd Court, Thomasville, NC 27360, Pavemark brand manufactured by Stimsonite Corporation,
6565 West Howard Street, Niles, IL 60714 or approved equal.
Roughened, Textured Appearance Emulsion Paint (')
Revised 04/22/02 Contract No. 3583-2 Paoe 101 of 11 5 Paoes
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:
300-12.1 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 which 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. CAS0108758 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 04/22/02 Contract No. 3583-2 Paop 102 of 1 15 Panes
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 which 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.
of credentials and other documents as may be required by law, to:
Environmental Protection Agency and local storm water management agency, upon the presentation
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
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.
measures; and
Revised 04/22/02 Contract No. 3583-2 Paw 103 nf 11 5 Panes
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 SWPPP. 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
to the extent feasible pollutants in storm water discharges from the construction site both during and
and maintain water pollution control measures, hereafter referred to as control measures, to reduce
after construction is completed under this contract.
The SWPPP shall incorporate control measures in the following categories:
1. Soil stabilization practices:
2. Sediment control practices;
3. 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
SWPPP as permanent post-construction control measures: rock slope protection, rip rap energy
dissipators, median landscaping complete in place, slope landscaping complete in place and
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
Attention is directed to “Order of Work“ of these Special Provisions. The Contractor shall consider project plans: sandbag barrier, environmental fence, silt fence, gravel bags, and gravel bag weir.
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;
Revised 04/22/02 Contract No. 3583-2 Pane 104 of 11 5 Paws
7. List of Contractors and Subcontractors;
8. Post-Construction Storm Water Management;
9. Preparer;
10. 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. SWPPP 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, US. 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
time, the Contractor shall make a written report to the Engineer within 15 days of identification of
compliance with the requirements governing the Permit. If the project is in non-compliance at any
non-compliance.
Add the following section:
300-12.7 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
work, quantities and costs for control measures shown in the SWPPP and shown on the plans,
contract lump sum item for Water Pollution Control. The schedule of values shall reflect the items of
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
amendments to the SWPPP.
quantities listed in the schedule of values shall be made when required to address approved
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 wtiting 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.
e Revised 04/22/02 Contract No. 3583-2 Paw 105 of 11 5 Paoes
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
shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3,
or specified in these Special Provisions, the Contractor's responsibility for SWPPP implementation
"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
weather forecast proposed by the Contractor may be used if approved by the Engineer.
Contractor on a daily basis. The National Weather Service forecast shall be used, or an alternative
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 Aoencv. which create water pollution if the Contractor fails to conform to the requirements of this Section as
determined by the Engineer.
_.~~.,.
Add the following section:
300-12.9 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.
a Revised 04/22/02 Contract No. 3583-2 Paoe 106 of 11 5 Paaes
The construction site inspection checklist provided in the Handbook shall be used to ensure that the
functioning adequately. The Contractor shall submit one copy of each site inspection record to the necessary measures are being properly implemented, and to ensure that the control measures are
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:
2. After any precipitation which causes runoff capable of carrying sediment from the construction 1. Prior to a forecast storm;
4. Routinely, at a minimum of once every 2 weeks. 3. At 24 hour intervals during extended precipitation events: and
If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be conected 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
additional cost to the City. later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no
site;
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
any condition of the Permit, or a result of the accepted SWPPP not effectively achieving the objective result of the Contractor’s change of construction activities or operations, or a result of a violation of
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:
compensation for the contract item for water pollution control will be made by applying the increase If the control measure is listed in the approved SWPPP schedule of values, an adjustment in
or decrease in quantities to the approved schedule of values. No adjustment of compensation will be
the quantities, regardless of the reason for the increase or decrease. made to the unit price listed for any item in the schedule of values due to any increase or decrease in
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
section as determined by the Engineer. performed during estimate periods in which the Contractor fails to conform to the requirements of this
Retentions for failure to conform to the requirements of this section shall be in addition to the other
to the requirements of this section will be released for payment on the next monthly estimate for retentions provided for in the contract. The amounts retained for failure of the Contractor to conform
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.
a Revised 04/22/02 Contract No. 3583-2 Paoe 107 of 11 5 Panes
SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION
306-1 OPEN TRENCH OPERATIONS
306-1.1.2 Maximum Length of Open Trench. Add the following: Maximum length restrictions for
open trench do not apply to HDPE pipeline.
Add the following section: 306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of steel
that does not meet the requirements of this section both in application and circumstance of use.
plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate
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:
2. Duration of use of the steel plate bridging.
1. Traffic volume and composition.
3.
3. size of the proposed excavation. 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 + SPEFD (kmhlt SLOPE X 1WJ X LANES
1000 8
PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NlGh'TS + 20 X WEATHER +SPEED lrnDhl+ SLOPE X lW] X LANES
1 ow 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
total number of 24-hour periods that the plates will be utilized at the site bei.ng Saturday, Sunday and holiday nights.
the design speed in kilometers per hour or miles per hour, as applicable in the
considered when the possibility of rain exceeds 40. percent.
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.
Revised 04/22/02 Contract No. 3583-2
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 memod 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.
Add the following section: 306-1.1.72 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
safety of workers or the public the Contractor shall install shoring Conforming to Section 7-10.4.1 Of
regulations require or the Engineer determines that shoring is necessary to protect the health or
the Standard Specifications. The trench shoring shall be designed and installed to support the steel
submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and
plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be
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
the following conditions shall apply: non-skid surface and shoring may be required to preselve unobstructed traffic flow. In such cases,
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
steel plate bridging is proposed for use. install using either Method (1) or (2) depending on the design speed of the portion of street where the
Method 1 [For speeds more than 70 Kmlhr (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
be mixed with no more that 50%, by volume, of Type 1 aggregate conforming to the requirements of
(1”) and shall be filled with elastomeric sealant material which may, at the contractor‘s option,
tables 203-5.2(6) and 203-5.3(A) .
Method 2 [For speeds 70 Kdhr (45 MPH) or less]: Approach plate@) 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
plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter underside of each plate and located within 150 mm (6”) of the beginning and end of the trench for
(12 x 3h”) steel bolts placed through the plate and driven into holes drilled 300 mrn (12) into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to
with a minimum 300 mm (12) taper to cover all edges of the steel plates. When steel plates are
each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5%
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
Steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during
Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the
and after their use.
e Revised 04/22/02 Contract No. 3583-2 Pane 109 nf I1 5 Partes
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)
REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH
TABLE 306-1.1.7.4(A)
Maximum Trench Width (') Minimum Plate Thickness
0.3 m (10) 13 mm ('/21))
0.6 m (23")
22 mm ('/$I 0.8 m (31")
19 mm (3/4")
1 .O m (41") 25mm (1")
1.6 m (63) 32 mm (1 W)
the Engineer for review and approval in accordance with section 2-5.3. (1) For spans greater than 1.6 m (5'), a structural design shall be prepared by a registered civil engineer and submitted to
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
drawings and submittals to support the use of steel plate bridging and all other materials, labor,
padding, signage, placing, installation, removal, relocation, preparation and processing of shop
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.
SECTION 310 - PAINTING
310-5 PAINTING VARIOUS SURFACES.
310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision
and other designated markings in accordance with the Plans, or for approved temporary detours
necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks,
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.
a Revised 04/22/02 Contract No. 3583-2 Paoe 11001 115 Paoes
310-5.6.3 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,
traffic striping or markings on pavement shall not exceed variations from a uniform plane more than
or that may be confusing to the public. The surface produced.by grinding the existing or temporary
3 mm ('/;) in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm
equipment that leaves ridges, indentations or other objectionable marks in the pavement. shall be
(l/;) in 3 m (10) when measured perpendicular to the centerline of the street. The use of any
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.
310-5.6.6 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
storm drain system or to leave the pavement surface. Surface variation limitations for high velocity immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the
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.
310-5.6.7 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
between these points by string line or other method to provide striping that will vary less than 80mm
establishment of the necessary control points. The Contractor shall establish all traffic striping
per 1OOm (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 1OOmm (1/ 2 inch in 50 feet) by wet grinding, and then
surface course asphalt and as the work progresses.
correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of
310-5.6.8 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
The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be shall paint the ends of each median nose yellow. Add the following to the eighth paragraph:
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 traffic control and no additional
compensation will be allowed therefor. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefor,
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.
a Revised 04/22/02 Contract No. 3583-2 Peno111 nt 115 Pane-
Add the following section:
310-5.6.1 1 Preformed Thermoplastic Pavement Markings. For asphalt concrete pavement the Contractor shall be apply preformed thermoplastic pavement
markings using the propane torch method recommended by the manufacturer. The preformed
thermoplastic pavement markings shall not be applied at ambient and road temperatures below 08 c
(328 F). The Contractor shall clean, dry and remove all debris from the pavement before applying
preformed thermoplastic pavement markings. portland cement concrete pavement the Contractor
shall use the same application procedure as described for asphalt concrete pavement. However, at
the Contractor's option a compatible primer sealer may be applied before application to assure
proper adhesion.
Add the following Section:
310-7 PERMANENT SIGNING
Add the following Section:
310-7.1 General. Add the following section: The Contractor shall protect in place all permanent
traffic control signs at locations shown on plans and as specified herein.
Add the following section:
310-7.2 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 traffic control and payment
therefor 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.
a Revised 04/22/02 Contract No. 3583-2 Pa0e112of115Paoes
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.
313-1.2 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 312 "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 20/20. The channelizer bases shall be cemented to the pavement in the
same manner as provided for cementing pavement markers to pavement in section 312-1,
"Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be
placed on the alignment and location shown on the plans and as directed by the Engineer.
The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on
curved alignment. All layout work necessary to place the channelizers to the proper alignment shall
be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright
position, from any cause, the channelizers shall immediately be replaced or restored to their original
location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of
Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate shall
design and material requirements approved by the Engineer and were manufactured in accordance
certify that the channelizers comply with the plans and specifications and conform to the prequalified
with a quality control program approved by the Engineer,
a Revised 04/22/02 Contract No. 3583-2 PanP113ofllSPanes
Add the following section:
313-2 TEMPORARY TRAFFIC SIGNING.
Add the following section: 313.2.1 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 WPE 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.
313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall
to the provisions in sections 210-1.5 “Paint Systems” and 310 “Painting”. Contractor shall be
be freshly coated with a white color paint prior to their first use on the project. The paint shall conform
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 graffii,
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/g”) thick plate welded
on the upper end with a 5-mm (3/,<) 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 04/22/02 Contract No. 3583-2 Paae 114 nf 115 Paoes
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
shall be positioned straight on tangent alignment and on a true arc on curved alignment Each rail unit and maintained in alignment without substantial offset to each other. The precast concrete units
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
of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing conforming to the requirements of the CALTRANS Traffic Manual shall also be installed at each end
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
temporary railing shall be’restored to its previous condition, or constructed to its planned condition.
removed, any area where temporary excavation or embankment was used to accommodate the
Add the following section:
313-3.2 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
that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the will be suitability to application, operational characteristics, durability and other such characteristics
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 DrawingsTl 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 TI
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 therefor 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, channelizes, signing,
specified in the Standard Specification and these special provisions, and as directed by the
railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as
marking them shall include the installation, grading for installation, grading for the approach path, Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors
maintenance, painting and re-painting, replacement of damaged units and removal and shall also be
cushions when not shown on the plans and requested by the Engineer shall be made per
included in the lump-sum price bid for traffic control. Payment for relocation of K-rails and crash
section 3-3, Extra Work, SSPWC.
a Revised 04/22/02 Contract No. 3583-2 Paae 115of 115Paaes
TECHNICAL SPECIFICATIONS
CITY OF CARLSBAD
SOUTH AGUA HEDIONDA INTERCEPTOR, PHASE II, REACH 111
GRAVITY SEWER AND FORCE MAIN
TABLE OF CONTENTS
Section No. Title
DIVISION 1: GENERAL REQUIREMENTS
01 005
01010
0101 1
01025
01040
01047
01048
01300
01310
01400
01410
01500
01520
01530
01600
01610
01630
01700
01710
01720
Coordination with Design Engineer and Owner
Summary of Work
General Construction Sequence
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
Maintenance of Traffic and Detours
Protection of Existing Utilities
Material and Equipment
SupplierWManufacturer's Special Services
Products Options and Substitutions
Contract Closeout
Cleaning and Final Cleaning
Record Drawings
DIVISION .2: SITE WORK
021 30 Removal and Resurfacing of Pavement Surfaces
02200 Earthwork
02225 Utility Crossings
City of Carlsbad 8/02 (DEE)) South Agua Hedionda Interceptor, Phase 11, Reach 111
Table of Contents - 1 of 2
DIVISION 2: SITE WORK
02510 Asphaltic Concrete Pavement
DIVISION 3: CONCRETE
03300 Concrete Construction
03460 Precast Concrete Manhole
03475 PVC Lining for Interior Surfaces of Manholes
DIVISION 15: MECHANICAL
15041 Flushing and Testing
15045 Leakage and Infiltration Testing of Gravity Sewer Pipelines
15056 Ductile Iron Pipe and Fittings
15062 Polyvinyl Chloride Gravity Sewer Pipe and Fittings
15068 High Density Polyethylene PE 3408 Pipe
City of Carlsbad 8/02 (DBE,I) South Agua Hedionda Interceptor. Phase 11, Reach 111 Table of Contents - 2 of 2
TECHNICAL SPECIFICATIONS
SECTION 01005
COORDINATION WITH DESIGN ENGINEER AND OWNER
PART 1 - GENERAL
1.1 CITY I Owner
CITY OF CARLSBAD
1635 FARADAY AVENUE
CARLSBAD, CA 92008
Telephone: (760) 602-2756
Fax: (760) 602-8562
Project Engineer: Ms. Sherri Howard
1.2 Design Engineer
A. The engineering firm that is responsible for preparation of the Plans and
Specifications is Daniel Boyle Engineering, Inc.
Daniel Boyle Engineering, Inc.
3142 Vista Way, Suite 303
Oceanside, CA 92056
(760) 433-871 0
(760) 433-9709 (FAX)
Contact: Mr. Daniel G. Smith
1.3 Lines of Communication
A. The lines of communication between the Contractor, the Design Engineer and the
Owner shall be defined as part of the Pre-Construction Conference. Contractor
shall adhere to the direction regarding this matter that is given to him at that time.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
City of Carlsbad
6/02 (DBE,I) 01005 - Coordination with Design Engineer and Owner - 1 of 1 South Agua Hedionda interceptor, Phase 11, Reach 111
SECTION 01010
SUMMARY OF WORK
PART 1 - GENERAL
1.1 Work Covered bv 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 14-inch ID HDPE sewer force main and 15-inch PVC gravity
sewer 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 sewer force main and the gravity sewer
main.
4. Replacing traffic signal detector loops with video detection and appurtenances
as described in the plans.
1.2 Proiect Location
A. The Project is located in Carlsbad, California, generally along Cannon Road
between Car Country Drive and Faraday Avenue.
B. 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 01011: General Construction Sequence
6. Section 01048: Special Construction Conditions and Procedures - General
C. Section 01700: Contract Closeout
D. Section 01710: Cleaning and Final Cleaning
PART 2 - PRODUCTS (Not Applicable)
City of Carlsbad
8/02 (DBE.1) South Agua Hedionda Interceptor. Phase II, Reach 111
01010 - Summary of Work - 1 of 2
PART 3 - EXECUTION
3.1 Work Seauence
A. The general sequence of Work shall be as follows:
1.
2.
3.
4.
5.
6.
7.
8.
9.
Submit shop drawings, pipeline lay diagrams and submittals related to
pipeline work.
Before beginning Work, coordinate with servicing electrical utility regarding
electric service to site. Obtain required permits, licenses and construction
easements. Call Underground Service Alert and utilities to obtain staking
and marking of buried utilities. Submit proposed schedule of Work,
insurance and bonds.
Take pre-construction photographs.
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.
Perform testing.
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.
2.
3.
Existing water facilities. Shut downs only permitted under observation of
Water Department personnel and according to schedule of required
shutdowns.
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 traffic signals and detector loops shall be protected in place to the
extent possible. Any traffic loop systems that are damaged during
construction shall be replaced with a video detection system.
END OF SECTION
South Agua Hedionda Interceptor, Phase 11, Reach 111
01010 - Summary of Work - 2 of 2
City of Carlsbad
8/02 (DBE,I)
SECTION 01011
GENERAL CONSTRUCTION SEQUENCE
PART 1 - GENERAL
1.1 Scope
A. This section describes a general sequence of construction that the Contractor
shall follow. The general order for the majority of the work performed shall be
determined by the Contractor and a schedule shall be submitted to the Owner for
approval. The construction sequence described herein has the following goal:
To construct the sewer force main and gravity sewer, in accordance with the
contract documents, with minimum disruption to traffic flow on Cannon Road.
1.2 Requirements Covered in Other Specification Sections
A. Section 01010: Summary of Work
6. Section 01040: Coordination
C. Section 01048: Special Construction Conditions and Procedures - General
1.3 General Construction Seauence
Task 1:
Task 2:
Task 3:
Task 4:
Task 5:
Task 6:
Task 7:
Task 8:
Task 9:
Task 10:
Submit shop drawings and pipeline lay diagrams for 14” ID HDPE
sewer force main and 15” SDR 35 PVC gravity sewer.
Pothole utilities - crossings, connections and potential conflicts for
sewer force mains and gravity sewer.
Construct gravity sewer main.
Complete testing of gravity sewer main.
Construct 14” ID HDPE sewer force main .
Complete testing of sewer force main.
Construct connection to existing facilities.
Place force main and gravity sewer into service.
Complete surface repair.
Complete traffic Signal modifications.
City of Carlsbad
8/02 (DBEJ) South Agua Hedionda Interceptor. Phase (I, Reach 111
01011 General Construction Sequence - 1 of 2
Task IO: Complete site cleanup.
1.4 Scheduling
Prior to issuance of Notice to Proceed, the Contractor shall'submit a fully detailed schedule of
Work. This schedule shall conform to the schedule generally described above. It may be
necessary to do certain parts of the construction Work outside normal working hours in order
to avoid undesirable conditions, and it shall be the obligation of the Contractor to do this Work
at such times at no additional cost to the Owner. Reference Section 6-1 in the Special
Provisions.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
City of Carlsbad
6/02 (DBE.1) South Agua Hedionda Interceptor, Phase 11, Reach 111
0101 1 General Construction Sequence - 2 of 2
SECTION 01025
MEASUREMENTANDPAYMENT
PART 1 - GENERAL
1 .I DescriDtion
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.
B. 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
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase II, Reach 111
01025 - Measurement and Payment - I of 13
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 andlor 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 Lumr, 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 andlor 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
City of Carlsbad 6/02 (DBEJ) South Agua Hedionda Interceptor, Phase 11, Reach 111 . 01025 - Measurement and Payment - 2 of 13
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. The descriptions of bid items provided
hereafter apply to Schedules 1 through 3.
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 NO. 1 15-INCH DIAMETER GRAVITY SEWER
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, providing project sign, 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) Provide project sign and install as directed by the Engineer. (5)
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) 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 or
6.5 percent of the original contract amount, whichever is the less.
b. During the course of project construction, the amount paid for Mobilization
will be 70 percent of the contract price for Bid Item 1 or 70 percent of 6.5
percent of the original contract amount, whichever is the less. The initial
partial payment for Mobilization will not exceed one-third of the amount to be
paid for this item. Payment requests for Mobilization shall be accompanied
by information (invoices, timesheets. etc.) that support the amount being
requested.
c. During the course of project construction, the amount paid for
Demobilization will be 30 percent of the contract price for Bid Item 1 or 30
percent of 6.5 percent of the original contract amount, whichever is the less.
City of Carlsbad
8102 (DBE,I) South Agua Hedionda Interceptor, Phase II. Reach 111
01025 - Measurement and Payment - 3 of 13
d. After completion of the work and acceptance of the contract, the amount, if
any, of the contract item price for Mobilization and Demobilization in excess
of 6.5 percent of the original contract amount will be included for payment in
accordance with Subsection 7.19 Acceptance of Work; Final Payment.
1. Measurement for payment for performing exploratory excavation related to the
15-inch diameter gravity sewer at all under ground utilty crossings and points of
connection to vem 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
facillty will be made at the lump sum price named in the Bid Schedule under Item
No. 2, which shall constiute 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. CONSTRUCT 15-INCH DIAMETER SDR-35 PVC SEWER, Bid Item 3.
1. Measurement for payment for construction of 15-inch diameter SDR-35 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.
2. Payment for construction of 15-inch diameter SDR-35 PVC sewer will be made
at the unit price per linear foot named in the Bid Schedule under Item No. 3.
which price shall constitute full compensation for furnishing and placing such
pipe including excavation, backfill, bedding and geofabric, 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.
D. CONSTRUCT CONNECTION TO TIE IN EXISTING 8-INCH SEWER, Bid Item 4.
1. Measurement for payment for construction of the &inch PVC sewer connection
to the existing &inch diameter PVC sewer from Accesshole No. 1 to existing
Accesshole No.13, including all rehabilitation of existing accesshole channels will
based upon the complete work, all in accordance with the requirements of the
Contract Documents.
2. Payment for construction of the &inch PVC sewer connection to the existing
&inch diameter PVC sewer from Accesshole No. 1 to existing Accesshole No.13,
City of Carlsbad
8/02 (DBE.I) South Agua Hedionda Interceptor, Phase 11, Reach Ill
01025 - Measurement and Payment - 4 of 13
including all rehabilitation of existing accesshole channels will be made at the
lump sum price named in the Bid Schedule under Item No. 4, which shall
constitute full compensation for furnishing and placing such pipe including
excavation, backfill, bedding, compaction, coring of existing accesshole, re-
channeling existing accesshole, 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.
E. CONSTRUCT CONNECTION TO EXISTING ACCESSHOLE, Bid Item 5.
1. Measurement for payment for construction of the 15-inch diameter sewer
connection to the at existing Accesshole No. 11 (Station No. 10+04.02) will be
based upon the complete work, all in accordance with the requirements of the
Contract Documents.
2. Payment for construction of the 15-inch diameter sewer connection to the existing
Accesshole No. 11 (Station No. 10+04.02) will be made at the lump sum price
named in the Bid Schedule under Item No. 5, which shall constitute full
compensation including excavation, backfill, bedding, compaction, f~ings,
coring existing accesshole, re-channeling existing accesshole base, disposal of
excess excavated material, pavement removal and replacement, testing,
cleaning and any appurtenant work as shown on the Plans or called for in the
Specifications, complete in place for the unit price.
F. CONSTRUCT 5 FOOT DIAMETER ACCESSHOLE, Bid Item 6.
1. Measurement for payment for construction of a 5-foot diameter accesshole will
be based upon the actual quanti, each, of such 5-fOOt diameter accessholes
constructed, all in accordance with the requirements of the Contract Documents.
2. Payment for construction said accesshole will be made at the unit price named in
the Bid Schedule under Item No. 6, 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.
G. REMOVE EXISTING 24-INCH AND 8-INCH SEWER AND ACCESSHOLE. Bid
Item 7.
1. Measurement for payment for the removal of the existing 24-inch and 8-inch
diameter sewer, and existing Accesshole #I2 at approximate improvement
Station No. 11 +38 shall be based upon the complete work, all in accordance with
the requirements of the Contract Documents.
City of Carlsbad
8/02 (DBE.1) South Agua Hedionda Interceptor, Phase II, Reach 111
01025 - Measurement and Payment - 5 of 13
2. Payment for performing the removal of the existing 24-inch and 8-inch diameter
sewer and existing Accesshole #I2 at approximate improvement Station No.
11+38 shall 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
removals, including but not limited to, pavement removal and restoration,
excavation, backfill, compaction, removal of existing piping, removal of existing
concrete accesshole and base, proper disposal of removed piping and concrete,
traffic control and other ancillary work.
H. PROVIDE BYPASS PUMPING FOR GRAVITY SEWER, Bid Item No. 8
1. Measurement for payment providing bypass pumping of gravity sewer from
Accesshole #I4 to Accesshole #IO will be based upon the complete work, all in
accordance with the requirements of the Contract Documents.
2. Payment for providing bypass pumping of gravity sewer from Accesshole #I4 to
Accesshole #IO will be made at the lump sum price named in the Bid Schedule
under Item No. 8 which shall constitute full compensation for furnishing and
placing such bypass pumping including excavation, backfill, compaction, piping
and fittings, pumps, generator equipment, delineators, disposal of excess
excavated material, coring of manholes and any appurtenant work as shown on
the Plans or called for in the Specifications, complete in place for the lump sum
price.
I. PROVIDE EXCAVATION SAFETY MEASURES. Bid Item No. 9
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. 9 which shall
constitute full compensation for this item.
J. PROVIDE STORM WATER POLLUTION PREVENTION PLAN, Bid Item No. 10
1. Measurement for payment providing the Storm Water Pollution Prevention Plan
(SWPPP) will be based upon the complete work, all in accordance with the
requirements of the Contract Documents. measurement will be made for this
item.
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. 10 which shall
constitute full compensation for this item.
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase II. Reach 111
01025 -Measurement and Payment - 6 of 13
K. PROVIDE EROSION CONTROL NOT DEFINED IN SWPPP, Bid Item No. 11
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.
L. PROVIDE CONSTRUCTION (FIELD) OFFICE, Bid Item No. 12
1. No measurement will be made for this item.
2. Payment for providing a Construction (Field) Office will be made at the unit
price named in the Bid Schedule under Item No. 12 and will be based upon the
actual quantity of months the office is used within the contract period and
authorized extensions of that contract period.
M. FURNISH. INSTALL AND MAINTAIN TRAFFIC CONTROL, Bid Item No. 13
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.
13, 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.
N. PROVIDE VIDEO DETECTION FOR REPLACEMENT SIGNALIZATION
CONTROL, Bid Item No. 14
1. Measurement for payment for providing Video Detection permanent traffic
controllers for replacing the existing loop detectors along westbound Cannon
Road at LEGOLAND Drive will be based upon the complete work, all in
accordance with the requirements of the Contract Documents.
2. Payment for providing Video Detection permanent traffic controllers for
replacing the existing loop detectors along westbound Cannon Road at
LEGOLAND Drive will be made at the lump sum price named in the Bid
Schedule under Item No. 14, which shall constitute full compensation including
City of Carlsbad 8/02 (DBE,I) South Agua Hedionda Interceptor. Phase II, Reach 111 01025 -Measurement and Payment - 7 of 13
video equipment, excavation, backfill, pavement removal and replacement,
wiring, striping removal and restoration, electrical and any appurtenant work as
shown on the Plans or called out in the Specifications, complete in place for the
lump sum price.
0. REPAIR 3-INCH TRAFFIC SIGNAL CONDUIT. Bid Item No. 15
1. Measurement for repair of 3-inch traffic signal conduit and replace signal
conductors will be based upon the complete work, all in accordance with the
requirements of the Contract Documents.
2. Payment for repair of 3-inch traffic signal conduit and replace signal conductors
will be made at the lump sum price named in the Bid Schedule under Item No.
15, which shall constitute full compensation including excavation, backfill,
compaction, conduit, wiring, pavement removal and replacement, striping
removal and replacement, and any appurtenant work as shown on the Plans or
called out in the Specifications, complete in place for the lump sum price.
P. PROVIDE TRAFFIC CONTROL IN EXCESS OF TRAFFIC CONTROL PLANS,
Bid Item No. 16
1. Measurement for providing traffic control in excess of that shown on the traffic
control plans 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, to provide traffic control for specific areas.
2. Payment for traffic control in excess of that shown on the traffic control plans
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.
Q. PROVIDE CONSTRUCTION SCHEDULE. Bid Item No. 17
1. Measurement for construction schedule shall be per Section 6-1 of the Special
Provisions.
2. Payment for providing a Construction (Field) Office will be made at the unit
price named in the Bid Schedule under Item No. 17.
P. PROVIDE ASPHALTIC CONCRET AND AGGREGATE BASE, Bid Item No. 16
1. Measurement for providing an asphaltic concrete (AC) greater than five inches
and/or aggregate base (AB) greater than eighteen inches 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.
City of Carlsbad
8/02 (DBE.1) South Agua Hedionda Interceptor, Phase (I, Reach 111
01025 - Measurement and Payment - 8 of 13
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.
3.4 BID SCHEDULE NO. 2 14-INCH INSIDE DIAMETER.HDPE FORCE MAIN
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, providing project sign, 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) Provide project sign and install as directed by the Owner. (5)
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) 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 or
6.5 percent of the original contract amount, whichever is the less.
b. During the course of project construction, the amount paid for Mobilization
will be 70 percent of the contract price for Bid Item 1 or 70 percent of 6.5
percent of the original contract amount, whichever is the less. The initial
partial payment for Mobilization will not exceed one-third of the amount to be
paid for this item. Payment requests for Mobilization shall be accompanied
by information (invoices, timesheets, etc.) that support the amount being
requested.
c. During the course of project construction, the amount paid for
Demobilization will be 30 percent of the contract price for Bid Item 1 or 30
percent of 6.5 percent of the original contract amount, whichever is the less.
d. ' After completion of the work and acceptance of the contract, the amount, if
any, of the contract item price for Mobilization and Demobilization in excess
of 6.5 percent of the original contract amount will be included for payment in
accordance with Subsection 7.19 Acceptance of Work; Final Payment.
City of Carlsbad
6/02 (DBE,I) South Agua Hedionda Interceptor. Phase II, Reach 111
01025 - Measurement and Payment - 9 of 13
B. PERFORM EXPLORATORY EXCAVATIONS FOR UNDERGROUND UTILITIES,
Bid Item 2.
1. Measurement for payment for performing exploratory excavation related to the
14-inch inside diameter force main at all under ground utiltty crossings and points
of connection to verify location, size and type of existing faciltty 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. CONSTRUCT 14-INCH INSIDE DIAMETER HDPE FORCE MAIN, Bid Item
1. Measurement for payment for construction of 14-inch inside diameter, DR17,
HDPE force main 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 the construction of 14-inch inside diameter, DR17, HDPE force
main will be made at the unit price per linear foot named in the Bid Schedule
under Item No. 3, which price shall constitute full compensation for furnishing
and placing such pipe including excavation, backfill, bedding, compaction,
fittings, location tape, disposal of excess excavated material, testing and
flushing, 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.
D. CONSTRUCT 14-INCH DUCTILE IRON PIPE CONNECTION TO EXISTING
14-INCH DUCTILE IRON PIPE. Bid Item No. 4.
1. Measurement for payment for constructing 14-inch ductile iron pipe (CL 300)
connection to the existing 14-inch ductile iron flanged pipe at the westerly end
of the Macario Canyon Bridge will be based upon the complete work, all in
accordance with the requirements of the Contract Documents.
2. Payment for constructing 14-inch ductile iron pipe (CL 300) connection to the
existing 14-inch ductile iron flanged pipe at the westerly end of the Macario
Canyon Bridge will be made at the lump sum price named in the Bid Schedule
under Item No. 4, which shall constitute full compensation for completely
performing all ductile iron pipe connections at this location, including but not
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase II, Reach 111
01025 -Measurement and Payment - 10 of 13
limited to, pavement removal and restoration, excavation, backfill, compaction,
piping, fittings, location tape, testing and flushing and any appurtenant work as
shown on the Plans or called for in the Specifications, complete in place for the
unit price.
E. CONSTRUCT 14-INCH DUCTILE IRON PIPE CONNECTION TO EXISTING
14-INCH DUCTILE IRON PIPE, Bid Item No. 5.
1. Measurement for payment for constructing 14-inch ductile iron pipe (CL 300)
connection to the existing 14-inch ductile iron flanged pipe at the easterly end of
the Macario Canyon Bridge will be based upon the complete work, all in
accordance with the requirements of the Contract Documents.
2. Payment for constructing 14-inch ductile iron pipe (CL 300) connection to the
existing 14-inch ductile iron flanged pipe at the westerly end of the Macario
Canyon Bridge will 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 ductile iron pipe connections at this location, including but not
limited to, pavement removal and restoration, excavation, backfill, compaction,
piping, fttings, location tape, testing and flushing 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
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
01025 - Measurement and Payment - 11 of 13
F.
1,
2.
G.
1.
2.
H.
1.
2.
CONSTRUCT CONNECTION OF 14-INCH INSIDE DIAMETER FORCE MAIN
TO THE ACCESS HOLE NO. 17. Bid Item No. 6.
Measurement for payment for constructing connection of 14-inch inside diameter
force main to the access hole No. 17 at Station No. 60+00 will be based upon
the complete work, all in accordance with the requirements of the Contract
Documents.
Payment for constructing connection of 14-inch inside diameter force main to
the access hole No. 17 at Station No. 60+00 will be made at the lump sum price
named in the Bid Schedule under Item No. 6, which shall constitute full
compensation for completely constructing this connection including but not limited
to, pavement removal and restoration, excavation, backfill, compaction, piping,
fittings, location tape, testing and flushing and any appurtenant work as shown on
the Plans or called for in the Specifications, complete in place for the unit price.
CONSTRUCT CONNECTION OF 14-INCH INSIDE DIAMETER FORCE MAIN
TO EXISTING 14-INCH INSIDE DIAMETER FORCE MAIN. Bid Item No. 7.
Measurement for payment for constructing connection of 14-inch inside diameter
force main to existing 14-inch inside diameter force main at Station No.
94+23.82 will be based upon the complete work, all in accordance with the
requirements of the Contract Documents.
Payment for constructing connection of 14-inch inside diameter force main to
existing 14-inch inside diameter force main at Station No. 94+23.82 will be
made at the lump sum price named in the Bid Schedule under Item No. 7, which
shall constitute full compensation for completely constructing this connection, .
including but not limited to, pavement removal and restoration, excavation,
backfill, compaction, piping, fittings, location tape, testing and flushing and any
appurtenant work as shown on the Plans or called for in the Specifications,
complete in place for the unit price.
FURNISH TRAFFIC CONTROL FOR CONSTRUCTION OF THE 14-INCH
INSIDE DIAMETER HDPE FORCE MAIN, Bid Item No. 8.
Measurement for payment to furnish, install and maintain temporary construction
traffic control for the construction of the 14-inch inside diameter HDPE force
main will be based upon the complete work, all in accordance with the
requirements of the Contract Documents.
Payment for furnishing, installing and maintaining temporary construction traffic
control for the construction of the 14-inch inside diameter HDPE force main will
be made at the lump sum price named in the Bid Schedule under Item No, 8,
which shall constitute full compensation for completely furnishing, installing and
maintaining temporary construction traffic control, including but not limited to, all
labor, equipment and materials for all work and any appurtenant work as shown
City of Carlsbad
6/02 (DBE,I) South Agua Hedionda Interceptor, Phase II, Reach 111
01025 -Measurement and Payment - 12 of 13
on the Plans or called for in the Specifications, complete in place for the lump
sum price.
1. PROVIDE EXCAVATION SAFETY MEASURES, Bid Item No. 9
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. 9 which shall
constitute full compensation for this item.
J. PROVIDE ASPHALTIC CONCRET AND AGGREGATE BASE, Bid Item No. 16
1. Measurement for providing an asphaltic concrete (AC) greater than five inches
and/or aggregate base (AB) greater than eighteen inches 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
8/02 (DBEJ)
END OF SECTION
South Agua Hedionda Interceptor, Phase 11, Reach 111
01025 -Measurement and Payment - 13 of 13
SECTION 01040
COORDINATION
PART 1 - GENERAL
1 .I 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
6. 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
City of Carlsbad
08/02 (DEE) South Agua Hedionda Interceptor. Phase II, Reach 111
01040 Coordination - 1 Of4
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.
1.4 Coordination with Owner
A. Notify Owner at least 72 hours before start of construction
B. 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 DeDartment
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) 602-2780
(760) 438-4178 (Fax)
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 authorization.
D. Coordinate draining and filling of water lines, and operation of existing valves with
Engineer or appropriate Utility Owner.
City of Carlsbad
08/02 (DEE) South Agua Hedionda Interceptor. Phase II, Reach 111
01040 Coordination - 2 of 4
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.
1.7 Coordination with Propem Owners
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.
B. The Contractor shall coordinate with the Carltas Development Company and their
Contractor regarding the installation of conduit for traffic control signals at the
intersection of Cannon Road and Car Country Drive. Carltas Development
Company's Contractor is required to install said conduit after the installation of the
gravity sewer line and prior to final paving. Due to the limited construction period
allowed from Car Country Carlsbad Drive to LEGOLAND Drive, this coordination
should take place well in advance of beginning work in the construction Phase I
reach and continue through completion of construction in this reach.
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.
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 utilrty
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.
City of Carlsbad
08/02 (DEE) South.Agua Hedionda Interceptor, Phase II, Reach 111
01040 Coordination - 3 of 4
1.9 Submittals
A. 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.
B. 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.
1-10 Unit Prices
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 Federal, State and local taxes will be included in prices bid for Work for which
such costs are appurtenant.
B. 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
08/02 (DBE) South Agua Hedionda Interceptor. Phase 11, Reach 111
01040 Coordination - 4 of 4
SECTION 01047
CONNECTIONS TO EXISTING FACILITIES
PART 1 - GENERAL
1.1 SCOPE
A. Perform all construction necessary to complete connections and tie-ins to existing
facilities under City Supervision.
B. Keep existing facilities in operation, unless othetwise specifically permitted in these
Speckations or approved by OWNER.
C. CONTRACTOR shall perform all construction activities so as to avoid interference
with operations of the facility and the work of others.
D. CONTRACTOR shall provide potholing for locating and field verifying all existing
piping, structures and equipment affected by the Work. All potholing shall be
performed by the CONTRACTOR at no additional cost to the OWNER. Delays in
the Work, as a result of insufficient potholing, will be solely the CONTRACTORS
responsibility. No time extensions will be allowed for Contract Work that is delayed
as a result of insufficient potholing and field verification.
1.2
A. All operation of existing valves required for the Work shall be done by the Owner.
B. Insofar as possible, all equipment shall be tested and in operating condition before
the final tie-ins are made to connect equipment to the existing faciltty.
C. CONTRACTOR shall carefully coordinate all Work and schedules and shall provide
OWNER written notice before shut-downs or by-passes are required.
1.3 SIJ.5”
A. Submit detailed schedule of proposed connections, listing sequence and durations
of all activities including shut-downs and tie-ins.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - MATERIALS (Not Applicable)
END OF SECTION
City of Carlsbad
6/02 (DBEJ) South Agua Hedionda Interceptor, Phase (I, Reach 111
01047 Connections to Existing Facilities - 1 of 1
SECTION 01048
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 Reauirements Covered in Other Specification Sections
A. Section 01011: General Construction Sequence
B. Section 01040: Coordination
C. Section 01047: Connection to Existing Facilities
1.3 Sanitarv 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: 7:OO AM to 4:OO 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.
City of Carlsbad
8/02 (DBE.1) 01048 - Special Construction Conditions and Procedures -General - 1 of 6 South Agua Hedionda Interceptor, Phase 11, Reach 111
I .5 Saturday. Sundav, Holidav and Niaht Work
A. No work shall be done between the hours of 4:OO p.m. and 7: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.
B. It is understood, however, that night work may be established as a regular
procedure by the Contractor if he first obtains the written notice of the Owner, and
that such notice may be revoked at any time by the Owner if the Contractor fails to
maintain at night adequate force and equipment for reasonable prosecution and to
justib inspection of the Work.
C. The Owner will accept a schedule that includes night and weekend work providing
the Contractor diligently pursues the work without a break in daily activities.
Incentive/disincentive payments and night and weekend work apply to the Road
Closure work in this project. The intent of the incentive is to minimize the length of
time the road remains closed. Liquidated damages will accrue separately and
independently of incentive/disincentive payments.
1.6 Mitiaation Measures
A. The Contractor shall not operate noisy or otherwise irritating construction
equipment except during normal working hours, 7:OO a.m. through 4:OO .p.m.,
Monday through Friday, except with written notice of work as outlined in
Paragraph 1.5.8.
B. 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
City of Carlsbad
8/02 (DBEJ) 01048 - Special Construct!on Conditions and Procedures - General - 2 of 6 South Agua Hedionda Interceptor, Phase 11, Reach 111
anticipated, the Contractor shall obtain all necessary permits and shall give ample
and proper notice to the local fire warden.
B. 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 Utilities
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.
1.10 Compaction Testinq
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 .11 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.
1.12 Standardization and Uniformity of Equipment and Certain Materials
A. 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.
B. 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.
City of Carlsbad
8/02 (DBEJ) 01048 - Speciai Construction Conditions and Procedures - General - 3 of 6 South Agua Hedionda Interceptor. Phase 11, Reach 111
c. Standardization requirements shall be as specified in the various technical
sections.
D. 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-changeabilrty, color, and texture is not a significant factor for
standardization.
E. The Contractor shall inform his suppliers and subcontractors of these
requirements, and shall provide the necessary coordination to accomplish the
standardization specified.
1.13 Comdiance 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.
1.14 Field Tests, Adjustments and Owration
A.
B.
C.
D.
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.
Equipment shall be tested at rated speeds for required performance,
instrumentation control and automatic operation.
Any water used during these tests shall be at the expense of the Contractor.
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.
1.15 Lubricants
City of Carlsbad
8/02 (DBE,I) 01048 - Special COnStrUCtiOfl Conditions and Procedures - General - 4 of6 South Agua Hedionda Interceptor, Phase 11, Reach 111
A. All equipment shall be properly lubricated and furnished with a one (1) year
supply of all necessary lubricants.
1.16 Services of Manufacturer's Representative
A.
6.
C.
D.
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.
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.
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.
Minimum on-site services of manufacturer's representatives shall be as specified
elsewhere herein (Section 15068-High Densty 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.
1.17 Responsibilitv 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: 46-170 feet
Minimum Ambient Design Temperature: 31' F
Maximum Ambient Design Temperature: 100' F
Climate: Outdoor installation
City of Carlsbad
8/02 (DBE.1) 01048 - Special Construction Conditions and Procedures - General - 5 of 6 South Agua Hedionda Interceptor, Phase II, Reach 111
1.19 Sewage Bwass Pumpina for Gravitv Sewer
The existing gravity sewer will need to be shutdown at various stages of the Phase I
construction to complete the construction of the Phase I gravity sewer improvements. The
stages will occur when constructing the tie-in to existing Accesshole # 13 and the
construction of the gravity sewer from Station 10+04 to approximate Station 12+35. During
these construction activities, Contractor shall be solely responsible to provide pumps, hoses,
temporary piping and valving, tank trucks, and other equipment as needed to divert sewage
from the existing sewer main between Accesshole #I4 to Accesshole #10 in order to
complete the Phase I work within the 25 working days allotted. If the Contractor utilizes
tanker trucks for the diversion he shall coordinate with City concerning where tanker trucks
will be allowed to discharge their loads of raw sewage.
The inflow rate into this facility varies throughout the day, with lower flows than the daily
average at night, and greater flows than the daily average early in the morning and in late-
afternoon or early evening. Contractor shall coordinate with City personnel to review flowrate
records and other data they may have concerning the pattern of flow rate variation on a daily
(or diurnal) basis, as well as on a seasonal basis. Contractor shall determine the number and
size of tank trucks, pumps, and piping needed to implement the bypass. All costs associated
with implementing the provisions of Paragraph 1.1 9 shall be included in the bid item for the
sewer bypass.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
City of Carlsbad
8/02 (DBE,I) 01048 - Special Construction Conditions and Procedures - General - 6 of 6 South Agua Hedionda Interceptor, Phase II, Reach 111
SECTION 01300
SUBMITTALS
PART 1 - GENERAL
I .I 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 01400: 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 ofexceptions 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
8/02 (DBE.1) South Agua Hedionda Interceptor, Phase 11, Reach 111
01300 - Submittals - 1 of 6
3. If drawing or data is .stamped "AMEND AND RESUBMIT or "REJECTED-
RESUBMIT, make necessary corrections and resubmit documents as requirer'
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 #I, 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.
G. Costs incurred by Owner for second and subsequent re-submittals will be deducted
from payment due Contractor.
H. 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.
I. 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.
J. 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 Reauest Sumlemental Information
A. 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.
B. Supplemental informahon 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.
C. Certiication 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.
D. Transcripts of results of acceptance tests performed at point of manufacture of
products furnished shall be submitted by manufacturers on Owner's request.
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
01300 - Submittals - 2 of 6
E. Samples shall be submitted on Owner's request.
F. Names and addresses of nearest local service representatives that maintain technical
Sewice 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 Prowess ReDorts
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 ShoD 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
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase II, Reach 111
01300 -Submittals - 3 of 6
and other reference standards and grades. Use of contract drawing reproductions for
shop drawings is subject to rejection.
B. 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
or plan reference being satisfied.
c. 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.
D. 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 preventativ,e 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.
E. Manufacturer's Statement of Responsibillty shall be copy of form attached, signed by
authorized factory representative for manufacturer whose product is being furnished.
F. Certification of Compliance shall certify materials have been sampled, tested and
found to comply with applicable reference standards.
G. 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 Samdes
A. Furnish samples, finished as specified, and as intended to be used on or in Work.
Send samples to the Engineer, carriage prepaid.
6. 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
i submittal form to sample. List items being transmitted, stating proposed use and
location, product, color, trade name, lot, style, and model as appropriate.
City of Carisbad
8/02 (DBE,I) South Agua Hedionda interceptor, Phase II, Reach 111
01300 - Submittals - 4 of 6
D.
E.
F.
G.
Resubmit samples until acceptable. One of each sample will be returned to Contractor
upon acceptance.
Samples of finishes shall be 8%" x IO. and shall be of minimum thickness consistent
with sample presentation. In lieu thereof, submit actual full-size item.
Samples of value may be returned to Contractor for use in Work after review, analysis,
comparison, andlor testing as may be required by the Engineer.
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 7-10 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 .I 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
8/02 (DBE.1) South Agua Hedionda Interceptor, Phase II, Reach Ill
01300 - Submittals - 5 of 6
SUBMITTAL TRANSMITTAL FORM
FROM: DATE:
PROJECT NAME: South Aaua Hedionda
Interceptor. Phase II. Reach 111. Station 15 to 73
Phone: FAX:
TO: Citv of Carlsbad PROJECT NO.: 3583-2 InsDection DeDartment
5950 El Camino Real OWNER: Citv of Carlsbad
Proiect InsDector Carlsbad. CA 92008
ATTN: Mr. Dale Schuck 1635 Faradav Avenue
~~ ~~~ ~~~ ~~
THIS IS AN ORIGINAL THIS IS A REVISION
SUBMllTAL NO.: SUBMllTAL OF SUBMITTAL NO.:
SUBJECT OF SUBMITTAL:
SPECIFICATION SECTION(S):
PLAN SHEET NUMBER(S):
CONTRACTOR'S CERTIFICATION: Check & Complete either (A) or (B) below:
(A) We have reviewed in detail and certify that the material, equipment or construction procedure@) contained in this submittal meet all the reauirements
specified in or shown on the Contract Documents, Construction Specifications
and Construction Plans with no exceptions.
(B) 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 exceDt for the followina deviations:
CONTRACTORS AUTHORIZED SIGNATURE:
City of Carlsbad
8/02 (DBE.1) South Agua Hedionda Interceptor, Phase It. Reach 111
01300 - Submittals - 6 of 6
SECTION 01310
PROGRESS SCHEDULE, SUBMITTAL SCHEDULE,
AND SCHEDULE OF VALUES
PART 1 - GENERAL
1.1 ScoDe
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.
C. 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-ofdate 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.
6. Quantity
Submit two copies of the submittal schedule to the Engineer.
City of Carlsbad
8/02 (DBE.1) South 4ua Hedionda Interceptor, Phase (I, Reach 111
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 8\02 (DBE.1) South Agua Hedionda Interceptor. Phase 11, Reach 111 01310 - progress Schedule, Submittal Schedule, and Schedule of Values - 2 of2
SECTION 01400
QUALITY CONTROL
PART 1 - GENERAL
1 .I Work Included
Inspection and testing laboratory qualifications, duties and responsibilities, Contractor's
quality control requirements, Owner's inspection and testing.
1.2 Related Work
4. 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 veriry quaii of manufactured products
shall be submitted at Owner's request.
1.5 Testinn Laboratow 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 productfurnished. Failure
of samples to pass tests will be deemed sufficient cause to reject entire lot delivered.
City of Carlsbad 8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach Ill
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 Inmection
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
8\02 (DBE.1) South Agua Hedionda Interceptor, Phase 11, Reach 111
01400 - 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 ins,kuctions 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
i- f
END OF SECTION
City of Carlsbad 6/02 (DBE.1) ..South Agua Hedionda interceptor, Phase 11, Reach ill
01400 - Quality Control - 3 of 3
SECTION 01410
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 Testinq Laboratop
A. Selection of Laboratory
Testing and inspections will be performed by the Owner or by an independent
testing laboratory selected by the Owner.
6. 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
6/02 (DBE.1) South Agua Hedionda Interceptor. Phase II, Reach 111
01410 -Testing and Inspection - 1 of 7
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 pr 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.
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor. Phase II, Reach 111
01410 - Testing and inspection - 2 of 7
PART 2 - PRODUCTS (Not Applicable)
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 Engineerwhose 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
1. 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.
2. Tests
Laboratory compaction tests to be used will be in accordance with ASTM
D1557.
3. Field Density Tests
Field density tests will be made in accordance with ASTM Dl 556 or ASTM
D2922.
4. Number of Tests
The number of tests will be determined by Engineer.
City of Carlsbad
8/02 (DBE.1) South Agua Hedionda Interceptor. Phase 11, Reach 111
01410 -Testing and Inspection - 3 of 7
5. Use of Tested Materials
Materials in question may not be used pending test results.
6. Excavation and Embankment Inspection Procedure
Excavation and embankment inspection procedure: Engineer will visually
or otherwise examine such areas for bearing values.
3.2 Testing of Concrete
A. General
Noti Engineer of brand and type of cement and sources of aggregates in time
for review, sampling and testing, if required.
6. 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
ASTM C 172.
concrete from which they are taken. Sampling procedures shall conform to
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
ASTM C143.
compliance with Contract Documents. Slump shall be tested in accordance with
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase II, Reach 111
01410 -Testing and Inspection - 4 of 7
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.
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 Desiqns
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.
City of Carlsbad
8\02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
01410 -Testing and Inspection - 5 of 7
3.5 Concrete Plant InsDection
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 Reinforcina 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
8/02 (DBE.1) South Agua Hedionda Interceptor, Phase II, Reach 111
01410 -Testing and Inspection - 6 of 7
THIS PAGE INTENTIONALLY BLANK
City of Carlsbad
8102 (DBE.1)
South Agua Hedionda Interceptor, Phase 11, Reach 111
01410 -Testing and Inspection - 7 of 7
SECTION 01500
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
6. 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.
1.4 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.
1.5 Temporarv Utilities
Construction power shall be purchased or generated on-site for constructing Work where
existing outlets are not available.
Construction water shall be clean and free from objectionable deleterious amounts of acids,
alkalies, salts, or organic materials. If water is taken through tire hydrants, coordinate and
obtain appropriate equipment from the Owner. Contractor shall pay all fees and deposits
City of Carlsbad
6/02 (DEE) South Agua Hedionda Interceptor, Phase (I, Reach 111 01500 Construction Facilities and Temporary Controls - 1 of 3
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
local water purveyor.
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 Parking 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.
Treat access roads and parking areas as needed to control dust and prevent tracking of mud
onto paved streets.
1.8 TemDOraW 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 8/02 (DBE) 01500 Construction Facilities and Temporary Controls - 2 of 3
South Agua Hedionda Interceptor, Phase II, Reach 111
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 Reaulation
Contractor shall implement whatever traffic control measures may be required to facilitate the
work of this contract and as shown on the Traffc Control Plan, at no additional cost to
Owner. Traffic Control measures required for Road Closure not included in the Traffic
Control plan shall be paid per Section 3-3 of the SSPWC and the Special Provisions. Traffic Control measures required for items not included in Road Closure shall be included in the
unit price or lump sum item for the work and no additional payment will be made.
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 utilrty 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
appurtenant.
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
8/02 (DEE) 01500 Construction Facilities and Temporary Controls - 3 of 3
South Agua Hedionda interceptor, Phase II, Reach 111
SECTION 01520
MAINTENANCE OF TRAFFIC AND DETOURS
PART 1 - GENERAL
1 .I Description
The work of this Section includes furnishing, constructing, maintaining, and finally removing
detours, road closures, lights, striping, dots, signs, barricades, fences, flares, miscellaneous
traffic devices, flagmen, drainage facilities, paving, and such other items and services as are
necessary to adequately safeguard the public from hazard and inconvenience. All such work
shall be as provided in the specifications herein and shall comply with the ordinances, directives,
and regulations of the City of Carlsbad.
It is the intent of these Specifications to provide for adequate traffic detour routing and signing to
maintain a smooth and safe flow of traffic through and around the construction areas. Traffic
shall be maintained at those locations indicated and in conformance with the Plans and
Specifications.
1.2
1.3
1.4
Related Work Described Elsewhere
A. Shop Drawing Submittals: 01300
B. SSPWC and Special Provisions: Section 7-10
A. The Contractor shall submit a traffic control plan to the Engineer, for their review
and approval, twenty (20) days prior to the beginning of construction. No
construction will be allowed until these traffic control plans have been approved by
the respective agencies.
B. The Contractor shall submit a traffic control plan in accordance with the shop
drawing submittal requirements in Sections 01300 of these Technical
Specifications.
A. Prior to the start of construction operations, the Contractor shall provide the City of
Carlsbad police and fire departments, a construction schedule giving the expected
starting date, sequence of work, timing for each phase of construction, completion
date, and the name and telephone number of two responsible persons who may
be contacted at any hour in the event of a condition requiring immediate
correction.
B. Prior to restricting normal access from public streets to adjacent properties, the
Contractor shall notify each property owner or responsible person, informing him of
City of Carlsbad
8/02 (DEE) South Agua Hedionda Interceptor, Phase II, Reach 111
01 520 - Maintenance of Traftic and Detours - 1 of 3
the nature ofthe access restriction, the approximate duration of the restriction, and
the best alternate access route for that particular property.
1.5 Pawent
Payment for Maintenance of Traffic and Detours and for conforming to all provisions of these
Specifications and all Federal, State, and Local regulations and requirements, unless otherwise
specified and itemized on the bid form, shall be considered to be included in the contract unit or
lump sum prices paid for the various items of work wherein maintenance of traffic and detours is
required and no additional allowance will be made therefore.
PART 2 - MATERIALS
2.1 Construction Siqning
Construction signing used for handling traffic and public convenience shall conform to the most
current edition of the State of California, Department of Transportation "Manual of Warning
Signs, Lights, and Devices for Use in Performance of Work Upon Highways" and the most
current edition of the "Work Area Traffic Control Handbook."
All signs shall be illuminated or reflectorized when they are used during hours of darkness. All
cones, pylons, barricades or posts used in the diversion of traffic shall be provided with flashers
or other satisfactory illumination if in place during hours of darkness.
2.2 StriDing
Striping shall conform to the State of California, Department of Transportation, "Traffic Manual",
latest edition.
PART 3 - EXECUTION
3.1 General
Contractor shall adhere to approved traffic control plan which is discussed in Section 1.3
Submittals. The signing, barricading, and diverting of traffic shall be subject to the approval of
the City of Carlsbad. The Contractor shall maintain a 24-hour emergency service to remove,
install, relocate, and maintain warning devices and shall furnish to the Owner's Representative
and Police Department, names and telephone numbers of three persons responsible for this
emergency service. In the event these persons do not promptly respond when notified by the Owner's Representative, the Owner's Representative reserves the right to call out other forces to
accomplish such required emergency service. The Contractor will be held responsible for the
cost of such emergency service.
City of Carlsbad
6/02 (DBE) South Agua Hedionda Interceptor. Phase 11, Reach 111
01520 - Maintenance of Traffic and Detours - 2 of 3
3.2 Vehicular Traffic Control
Public traffic shall be permitted to pass through the construction area with as little inconvenience
and delay as possible at all locations where approved detour alternate routes are not available.
Special requirements for traffic handling and permitted detours are contained in the Special
Provisions. No cross streets or intersecting streets shall be closed without approval of the Ci of
Carlsbad. Pre-timed actuation (recall) shall not be used. If inductive loops cannot be used, then
video detection shall be used.
Prior to the start of each work day, the Contractor shall perform all necessary work incidental to
and commensurate with the proper signing, detouring, barricading, etc. heretofore and
hereinafter specified, that is required for that particular day's schedule of operations. No
construction shall be permitted until such signing and detouring operations have been
completed. At the completion of the project, the original striping pattern shall be replaced by the
Contractor, unless directed otherwise by the City of Carlsbad.
3.3 Permanent Traffic Controls
All existing permanent traffic control signs, barricades, and devices shall remain in effective
operation unless a substitute operation is arranged for and approved by the Ci of Carlsbad,
except inductive traffic loops, and magnetometer traffic detectors. Pre-timed actuation (recall)
shall not be used. If inductive loops cannot be used, then video detection shall be used.
3.4 Pedestrian Traffic Control
A minimum of one 4-foot-wide pedestrian walkway shall be maintained and safely delineated
along each public street at all times during construction. During Road Closure no pedestrian
access will be allowed within the Limits of work.
3.5 Access to Adiacent Properties
Reasonable access, as determined by the governing body, from public streets to all adjacent
properties shall be maintained at all times during the construction.
END OF SECTION
City of Carlsbad
8/02 (DEE) South Agua Hedionda Interceptor, Phase II. Reach 111
01520 - Maintenance of Traffic and Detours - 3 of 3
SECTION 01530
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 Drawinas
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)
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 District. 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
8/02
South Agua Hedionda Interceptor, Phase 11, Reach 111
01530 - Protection of Existing Utilities - 1 of 1
SECTION 01600
MATERIAL AND EQUIPMENT
PART 1 - GENERAL
1 .I Work Included
Transportation and handling, storage and protection, acceptable manufacturers, and
procedures for seeking substitutions.
1.2 Related Work
A. Section 01300: Submittals
9. Section 01400: Quality Control
C. Section 01700: 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 Delivew, Storacle and Handlinq
Deliver products to jobsite in manufacturer's original, unopened, labeled packaging.
Oil lubricated gearing, bearings and other lubricated components shall be shipped with oil
soluble 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
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase It, Reach 111
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. Li 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 EauiDment
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
8/02 (DBE.1) South Agua Hedionda Interceptor, Phase (I, Reach 111
01600 - Material and Equipment - 2 of 2
SECTION 01610
SUPPLIERSIMANUFACTURERS' SPECIAL SERVICES
PART 1 - 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 and 206-7.1.1
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
6/02 (DBEJ) 01610 - Supplier's/Manufacturer's Special Services - 1 of 2
South Agua Hedionda Interceptor, Phase 11, Reach Ill
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 Schedulincl 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
6/02 (DBEJ) 01610 - Supplieh/Manufacturer's Special Services - 2 of 2 South Agua Hedionda Interceptor, Phase It, Reach Ill
SECTION 01630
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 Reauirements
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 Carisbad
8/02 (DBE,I) South4gua Hedionda interceptor, Phase 11, Reach ill
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 responsibilrty 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 Reauirements for Submittina 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 responsibiltty 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
8/02 (DBE.1) South Agua Hedionda Interceptor, Phase II, Reach 111
01630 - Product Options and Substitutions - 2 of 5
D.
E.
Denial of Substitution
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 Responsibilitv 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 ComDletion 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
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase II, Reach 111
01630 - Product Options and Substitutions - 3 of 5
SUBSTITUTION REQUEST FORM
TO: City of Carlsbad 1635 Faraday Avenue Carlsbad. CA 92008
PROJECT NAME: South Aaua Hedionda Phase 11 Reach 111 Station 15 to 73
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.
require for its proper installation.
Include complete information on changes to Drawings and/or Specifications which proposed substitution will
that which is specified. Clearly mark manufacturets literature to indicate equality in performance. Differences in Submit with request all necessary samples and substantiating data to prove equal quality and performance to
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?
E. What is the ICBO Approval Number?
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
01630 - Product Options and Substitutions - 4 of 5
F. Differences between proposed substitution and specified item:
G. Manufacturer's guarantees of the proposed and specified items are:
Same -Different-(Explain)
CONTRACTORS CERTIFICATION OF PERFORMANCE AND ASSUMPTION OF LIABILITY FOR EQUAL PERFORMANCE
Submitted By:
For use by Design Engineer:
L Accepted - Accepted as Noted
- Received Too Late - Not Accepted
- Approved as Aitemate-See Bid Form
Signature Title
Firm
Date
Remarks
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
6/02 (DBE.1)
Concurrence By:
Owner
South Agua Hedionda Interceptor, Phase II, Reach 111
01630 - Product Options and Substitutions - 5 of 5
SECTION 01700
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. Section 01300: Shop Drawing Submittals
B. Section 01400: Quality Control
C. Section 01710: Cleaning and Final Cleaning
1.3 Qualitv Assurance
Upon completion of Contract, Work shall be finished, tested and ready for operation. 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 1I8-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 8/02 (DBE.1) South Agua Hedionda Interceptor, Phase II, Reach Ill
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 Adiustinq 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 StocWSPare 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
8/02 (DBE.1) South Agua Hedionda Interceptor, Phase 11, Reach 111
01700 - Contract Closeout - 2 of 2
SECTION 01710
CLEANING AND FINAL CLEANING
PART 1 - GENERAL
1.1 Work tncluded
Cleaning during construction and final cleaning on completion of the Work.
1.2 Cleanins 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.
Broom-clean paved surfaces
Rake-clean other surfaces of grounds
Remove from Owner's property temporary structures and materials, equipment and
appurtenances not required as part of, or appurtenant to, completed Work.
City of Carlsbad
8/02 (DBE.1) South Agua Hedionda Interceptor, Phase II. Reach 111
01710 - Cleaning and Final Cleaning - 1 of 2
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
8/02 (DBE,I) South Agua Hedionda interceptor, Phase II. Reach Ill
01710 - Cleaning and Final Cleaning - 2 of 2
SECTION 01720
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
6/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
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
6/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
01720 - Record Drawings - 2 of 2
PART 1- GENERAL
1 .I 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. Asphaltic Concrete Pavement: Section 02510
C. Cast-in-Place Concrete: Section 03300
1.3 Submittals
Submittals shall be provided as required in the related section(s) of the Specifications for the
appropriate material.
1.4 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.
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
City of Carlsbad
8102 (DBE,I) 02130 1 Removal and Resurfacing of Pavement Surfaces - 1 of 3
South Agua Hedionda Interceptor, Phase 11, Reach Ill
6.
C.
D.
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.
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 2%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. Wth 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.
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.
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 Resurfacinq
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 1/8-
inch in 10-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.
City of Carlsbad
8102 (DBEJ) 02130 - Removal and Resurfacing of Pavement Surfaces - 2 of 3 South Agua Hedionda Interceptor, Phase 11, Reach 111
Asphalt pavement shall be a minimum 5-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 18-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.
2.4 Resurfacinq 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 B 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 Temporarv 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
6/02 (DBE,I) 02130 - Removal and Resurfacing of Pavement Surfaces - 3 of 3 South Agua Hedionda Interceptor. Phase II. Reach 111
SECTION 02200
EARTHWORK
PART 1 - GENERAL
1.1 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. Dewatering: Prior to dewatering submit shop plans showing the complete proposed
dewatering system including all material for the intake and discharge of the system per
the plans and contract documents.
1. During the period that the dewatering system is in operation - after the complete
dewatering system submittal has been approved - a daily record of the average
flow rate and elevation of ground water must be provided. This daily record will
be posted in the jobsite trailer; and, it will be submitted and reviewed at the
weekly project meetings.
City of Carlsbad
6/02 (DBE.1) South Agua Hedionda Sewer Interceptor. Phase 11, Reach 111
02200 - Earthwork - 1 of 14
B. 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.
C. 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.
PART 2 - MATERIALS
2.1 On-Site Material
Material obtained from the required site excavations.
2.2 ImDort Material
Owner-approved material 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.
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
8/02 (DBE,I)
South Agua Hedionda Sewer Interceptor, Phase 11, Reach 111
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 PiDe Zone
Material used as bacMlII 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 faciliies, 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
8/02 (DBEJ) South Agua Hedionda Sewer Interceptor, Phase 11, Reach 111
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 . SUDDO~~ of Adiacent ProDerty
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 lmmovements
The Contractor's attention is directed to the possible existence of pipe and other
underground improvements which may or may not be shown on the plans. The Contractor
shall preserve and protect any such improvements whether shown on the plans or not.
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
8/02 (DEEJ) South Agua Hedionda Sewer Interceptor, Phase 11, Reach Ill
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 Dewatering
The Contractor shall keep the excavation free from water during construction. Where ground
water is encountered, the static water level shall be drawn down a minimum of two (2) feet
below the subgrade, unless otherwise permitted by the Owner. Maintain groundwater level a
minimum of four (4) feet below the prevailing level of backfill after installation of pipe being
placed. The Contractor shall provide and maintain ample means and devices and shall
promptly remove and properly dispose of all water from any source entering the excavation
or other parts of the work. Dewatering shall be continuous and shall be accomplished by
methods which will ensure the preservation of the final lines and grades of the bottoms of
excavations. Said methods may include well points, piezometers, sump points, suitable rock
or gravel placed below the required bedding for drainage and pumping purposes, temporary
pipelines, and other means that will not be detrimental to the proposed construction. The
Contractor is responsible for obtaining all water discharge permits that are required,
Dewatering for the structures and pipelines shall commence when ground water is first
encountered and shall be continued until such times as water can be allowed to rise in
accordance with the provision of this section.
No concrete (i.e. footings, floors, pipeline thrust blocks, and pipeline anchor blocks) shall be
laid in water. Water shall not be allowed to rise until the concrete has cured and been
backfilled.
The Contractor shall dispose of the water from the work in a suitable manner without damage
to adjacent property. No water shall be drained into work built or under construction without
prior consent of the Owner. Water shall be disposed of in such a manner as not to be a
menace to the public health. Silting basins shall be provided in accordance with regulatory agency requirem'ents. Do not drain trench water through the pipeline under construction.
3.8.1 Dewaterina Records
A. Provide a daily record of the average flow rate. Provide water quality testing as
required by the Regional Water Quality Control Board.
B. Observe and record the elevation of the ground water during the period that the
dewatering system is in operation.
City of Carlsbad
8/02 (DBE.1) South Agua Hedionda Sewer Interceptor, Phase 11, Reach 111
02200 - Earthwork - 5 of 14
3.9 Correction of Faultv 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.
3.10 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 written permission from
the Owner thereof is secured by the Contractor. 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.
3.11 Imported Backfill Material
Whenever the excavated material is not suitable for backfill, the Contractor shall at hi$ own
expense arrange for and furnish suitable imported backfill material which is capable of
attaining the required relative density.
3.12 Compaction Tests
Compaction tests will be made by the Owner or laboratory designated by him. The number
of tests and their location and depth shall be determined by the Owner. 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.
3.13 Blasting and Explosives
Written permission of the Owner shall be obtained prior to any blasting or use of explosives.
Explosives, if used, shall be of such quantity and power and shall be used in such locations
so as to minimize opening of seams and disturbing of the material outside the prescribed
limits of excavation. As excavation approaches its final limits, the depths of holes for blasting
City of Carlsbad
8/02 (DBEJ) South Agua Hedionda Sewer Interceptor, Phase II, Reach 111
02200 - Earthwork - 6 of 14
and the quantity of explosives used for each hole shall be reduced so that the underlying or
adjacent material will be disturbed or shattered as little as possible.
3.14 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-inches, 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
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Sewer Interceptor. Phase II, Reach 111
02200 - Earthwork - 7 of 14
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.
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 2:1,
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.
3.15 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.
City of Carlsbad
8/02 (DBEJ) South Agua Hedionda Sewer Interceptor, Phase (I, Reach 111
02200 - Earthwork - 8 of 14
Other areas requiring soil sterilant are storage reservoir or pond surfaces which
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.
3.16 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 which 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 &inches in
depth and shall be moistened and thoroughly tamped, rolled or othewise compacted to 90% of maximum density or as specified in the Special Provisions.
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Sewer interceptor, Phase 11, Reach 111
02200 - Earthwork - 9 of 14
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.
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.
3.17 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 6OO-feet, 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
8/02 (DBE,I) South Agua Hedionda Sewer Interceptor, Phase It, Reach 111
02200 - Earthwork - 10 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 ernplaced.
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 which 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.
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
City of Carlsbad
6/02 (DBE,I) South Agua Hedionda Sewer Interceptor, Phase 11, Reach 111
02200 - Earthwork - 11 of 14
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. Mechanical densification or compaction of
backfill shall be accomplished by rolling, vibrating or impact means, or a
combination thereof. 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-
feet.
3. Rolling equipment, including, vibratory interrupted surface equipment -
maximum depth of I-foot.
4. Hand directed mechanical tampers - maximum lift depth of 6-inches,
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
City of Carlsbad
6/02 (DBE,I) South Agua Hedionda Sewer Interceptor, Phase 11, Reach 111
02200 - Earthwork - 12 of 14
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 deiermined
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 andlor Plans. Zone requirements are defined in the following
paragraph for pipe zone, trench zone and street zone.
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.
City of Carlsbad
6/02 (DBE.1) South Agua Hedionda Sewer Interceptor. Phase 11, Reach Ill
02200 - Earthwork - 13 of 14
The backfill shall be compacted andlor 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.
3.18 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
8/02 (DBE,I) South Agua Hedionda Sewer interceptor, Phase 11, Reach 111
02200 - Earthwork - 14 of 14
SECTION 02225
UTILITY CROSSINGS
PART 1 - GENERAL
1.1 DescriDtion
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.
PART 2 - MATERIALS
2.1 ReDlacement 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 PiDe and CouDline
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
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
02225 - Utility Crossings - 1 of 2
3.2 ExDosina 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 Plug Ends
The Contractor shall cut abandoned utiltty 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 ComDaction
A.
B.
C.
Utilities Protected in Place: Contractor shall take special precautions to compact
under and around the utility to ensure that no voids are left.
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.
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
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
02225 - Utility Crossings - 2 of 2
SECTION 02510
ASPHALTIC CONCRETE PAVEMENT
PART 1 - GENERAL
1 .I 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
B. Section 01300: Shop Drawings
1.3 Submittals
Contractor shall furnish submittals in accordance with the requirements of Section 01300,
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 Payment
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 Testinq for ComDaction
A. The Owner will test for compaction as described herein and in Section 02200,
Earthwork.
B. Determine the density of existing soil in place by the Sand Cone Method, ASTM
Dl556 or Nuclear Method.
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
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
02510 -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 sterilant shall be Oust (EPA regulation #352-401) as manufactured by E.I. DuPont
Nemours and Company wilmington, Delaware), or approved equal.
2.2 Aaareaate 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 Tack Coat
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 II 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. Base course shall be B-
AR-4000 and surface course C2-AR4000.
2.6 Seal Coat
Seal coat shall be SS-1 h asphalt emulsion.
City of Carlsbad
6/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
02510 -Asphaltic Concrete Pavement - 2 of 4
PART 3 - EXECUTION
3.1 Subarade 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 Aqqreaate 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 118-inch in IO-feet.
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach Ill
02510 - AsDhaltic 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-lh 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 Rings 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
6/02 (DBE.1) South Agua Hedionda Interceptor. Phase 11, Reach 111
0251 0 -Asphaltic Concrete Pavement - 4 of 4
SECTION 03300
CONCRETE CONSTRUCTION
PART 1 - GENERAL
1 .I 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: 01300
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.
B. 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.fo0ting.s 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 Pavment
A. Measurement: Measurement shall be per the various bid items and no separate unit
B. Payment: Payment shall be considered included as part of the lump-sum or unit-
is included for concrete work.
price bid amount for which such Work is appurtenant thereto.
City of Carlsbad 8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
03300 Concrete Construction - 1 of 10
PART 2 - MATERIALS
2.1 General
A. Cement: Cement shall be Portland cement, Type II, Conforming to ASTM C150
(unless otherwise specified).
B. 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 A615 Grade 40 or 60. Tie
wire shall be annealed wire not lighter than 16 gauge. Wire fabric shall conform to
ASTM A185.
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
Water absorption, percent by weight, maximum 0.5%
Compression set, percent, maximum 30
Tensile strength after accelerated aging
(48 hours, 70"C, 300 psi) percent, minimum 80
Durometer hardness, Shore A 70-80
E. Water: Water should be clean and potable.
F. Admixtures: All concrete shall contain Master Builders Pouolith 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 US. Product Standard PSI-66 and shall be edge sealed.
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase II, Reach Ill
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 D1752, 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 Reauirements
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, k5
Elongation 750%
Shrinkage Negligible
Tensile Strength, ASTM D412 325 psi
Peel Strength on Concrete 12 P.L.I. Cohesive
Temperature Service Range -4O'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
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.
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
03300 Concrete Construction - 3 of 18
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 01410, 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 l%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 mannerthatvariations in
moisture content will not interfere with production of concrete ofthe specified degree
or uniformity and slump.
City of Carlsbad
8\02 (DBE,I) South Agua Hedionda Interceptor, Phase II. Reach 111
03300 Concrete Construction - 4 of 10
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 Ilbinch 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 - 118" in IO-feet
Finished concrete, all locations +1/4" - 114" in 1 0-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
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
City of Carlsbad
8/02 (DBE.1) South Agua Hedionda Interceptor, Phase (I, Reach 111
03300 Concrete Construction - 5 of 18
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 Reinforcina (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 or ready mixed and shall conform to the
following requirements:
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.
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.
City of Carlsbad
8/02 (DBEJ) South Agua Hedionda Interceptor, Phase (I, Reach 111
03300 Concrete Construction - 6 of 18
Mixing time shall be as folloWS:
For mixer of a capacity of one cubic yard or less, 1-112 minutes after batching is
completed.
For mixers of capacities larger than one cubic yard, the time of mixing shall be
1-1/2 minutes pius 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.
B. 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.
C. 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.
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
Ctty of Carlsbad
8\02 (DBEJ) South Agua Hedionda Interceptor, Phase 11, Reach 111
03300 Concrete Construction - 7 of 18
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, lffor 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.
1. Placing Temperatures
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
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
03300 Concrete Construction - 8 of 18
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.
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.
City of Carlsbad
6/02 (DBEJ)
South Agua Hedionda Interceptor. Phase 11, Reach 111
03300 Concrete Construction - 9 of 18
Minimum inside diameter of pipe or hose shall be based on the maximum aggregate
size as follows:
3/4-inch maximum aggregate 2-inches minimum ID
lz-inch maximum aggregate 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, afterwhich
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.
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.
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase II, Reach 111
03300 Concrete Construction - 10 of 10
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., necessaryfor 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 US. 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 forthe 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.
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 noulers,
soaker-type hoses, handsprinkling, and burlap or other types of mats.
No curing compound,may be applied to surfaces cured under Method 3.
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase (I, Reach Ill
03300 Concrete Construction - 11 of 18
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.
2. 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
City of Carlsbad
6/02 (DBEJ) South Agua Hedionda Interceptor. Phase 11, Reach Ill
03300 Concrete Construction - 12 of 18
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.
3. 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.
4. 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.
I. 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-I
~~
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.
~~
The following finishes shall be used for vertical concrete surfaces and for underside
of formed slabs:
Finish F-I: No special treatment other than repair of defective concrete and filling
depressions deeper than 112-inch and filling tie holes.
Finish F-2: Repair of defective concrete, removal of fins, filling depressions ll4-inch
or deeper and filling tie holes. Finish 2 shall be a preparation finish for
surfaces receiving Finish 3.
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor. Phase 11, Reach 111
03300 Concrete Construction - 13 of 18
Finish F-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-
712 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
finish).
After proper and adequate vibration and tamping, the following finishes shall be used
for horizontal concrete surfaces:
Finish S-I Screeded to grade and left without special finish.
Finish S-2 Smooth steel trowel finish.
Finish S-3 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).
Finish S-4 Steel trowel finish without local depressions or high points and shall be
given a light hair-broom finish. Stii bristle brooms or brushes shall not
be used. Brooming shall be parallel to slab drainage.
Finish E-1: 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.
3.2 Form Construction Reauirements
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. Reentrant
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.
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
03300 Concrete Construction - 14 of 18
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-lying
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 applyto
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 reinforcemenVand other metal items to be embedded in
concrete.
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.
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
03300 Concrete Construction - 15 of 10
3.3 Reinforcina INon-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.
B. 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 ReDair 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.
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.
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase II, Reach 111
03300 Concrete Construction - 16 of 18
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 mannerthat 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 greaterthan 1/64-inch in width shall
be repaired by cutting out a square edge joint I/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.
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.
City of Carlsbad
8/02 (DBEJ) South Agua Hedionda Interceptor. Phase II, Reach Ill
03300 Concrete Construction - 17 of 18
3.5 Enforcement of Concrete Strenath Reauirements
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
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
03300 Concrete Construction - 18 of 18
SECTION 03460
PRECAST CONCRETE MANHOLES
PART 1 : GENERAL
1.1 DescriDtion
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
B. 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 01300, Shop
Drawing Submittals. The following submittals are required:
A. Submit Shop Drawings of the precast manhole.
1.4 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.
PART 2: MATERIALS
2.1 Precast Manholes
Precast reinforced concrete manhole riser and tops shall be constructed of ClassA 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.
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
City of Carlsbad
8/02 (DBE) South Agua Hedionda Interceptor, Phase II, Reach 111
03460 - Precast Concrete Manholes - 1 of 6
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 Existina 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.
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.
City of Carlsbad
8/02 (DEE) South Agua Hedionda Interceptor, Phase II, Reach 111
03460 - Precast Concrete Manholes - 2 of 6
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 tie 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 offlow.
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.
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.
City of Carlsbad
8/02 (DBE) South Agua Hedionda Interceptor. Phase 11, Reach 111
03460 - Precast Concrete Manholes - 3 of 6
Where the structure is outside the limits of the traveled shoulder but not in the roadside ditch, it
should be placed 1I10-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 StoDDers
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 Bulkheadina 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 Pluanina 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.
3.10 Backfill
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.
City of Carlsbad
8/02 (DEE) South Agua Hedionda Interceptor. Phase II, Reach 111 02460 - Precast Concrete Manholes - 4 of 6
3.11 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 I-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 hourto allowthe 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 15-minute
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:
City of Carlsbad
8/02 (DBE)
1. Vacuum testing equipment shall be as manufactured by P.A. Glazier, Inc. or
approved equal.
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 totake
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.
South Agua Hedionda Interceptor. Phase 11, Reach 111
03460 - Precast Concrete Manholes - 5 of 6
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.
3.13 Connections to Existina Manholes
New connections to existing manholes wherein stubs have not been 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 8/02 (DEE) South Agua Hedionda Interceptor. Phase 11, Reach 111
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 othewise 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: 01300
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
B. Submit an affidavit from the liner manufacturer that all delivered materials comply
information.
with the requirements of the Plans and Specifications.
1.4 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,
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.
City of Carlsbad
8/02 (DBE,I) 03475 PVC Lining for Interior Concrete Surface of Manholes - 1 of 7 South.Agua Hedionda Interceptor, Phase 11, Reach 111
Type 2 shall 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 l%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 ComDosition 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.
All plastic liner plate sheets, joint, corner, and welding strips shall nave the following physical
properties when tested at 77" Ff 5".
Tensile Strength Prom* Initial 2.200 Dsi min. -
Elongation at Bkak 200% min Shore Durometer
Type D
10-spec. 35-50 1-spec. 50-60
Weight Change
2,100 psi min. IPar.2.4)
200% min.
f5 with respect to f5 initial test result f1.5%
City of Carlsbad 8/02 (DBEJ) 03475 PVC Lining for Interior Concrete Surface of Manholes - 2 of 7 South Agua Hedionda Interceptor, Phase II, Reach 111
Tensile specimens shall be prepared and tested in accordance with ASTM MI2 using die.
Weight change specimens shall be I-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 lestinq
After conditioning to constant weight at llO°F, tensile specimens and weight change
specimens shall be exposed to the following solutions for a period of 112 days at 77"Fi5.
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 112-day requirements before completion of the 112-day exposure,
the materials will be subject to rejection.
CHEMICAL SOLUTION CONCENTRATION
Sulfuric Acid ............................................................ 20%*
Sodium hydroxide ....................................................... 5%
Ammonium hydroxide ................................................ 5%"
Nitric acid .................................................................... 1%
Ferric chloride ............................................................. 1 %
Soap ........................................................................ 0.1 %
Detergent (linear alkyl benzyl sulfonate or US) ..... 0.1%
Bacteriological .................................... BOD not less than
700ppm
* Volumetric percentages of concentrated CP grade reagents,
City of Carlsbad
8/02 (DBE,I) 03475 PVC Lining for interior Concrete Surface of Manholes - 3 of 7 South Agua Hedionda Interceptor, Phase 11, Reach Ill
2.4 Dimension of Basic Size Sheet 14-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-feet, except
that longer lengths may be supplied on special order. Lengths specified shall include a
tolerance at a ratio of &-inch for each 1 00-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
8/02 (DBE,I) 03475 PVC Lining for Interior Concrete Surface of Manholes - 4 of 7 South Agua Hedionda Interceptor. Phase II, Reach 111
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 Reauirements for Cast-In-Place Structures
A.
B.
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 118-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.
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
City of Carlsbad
8\02 (DBEJ) 03475 PVC Lining for Interior Concrete Surface of Manholes - 5 of 7 South Agua Hedionda Interceptor, Phase 11, Reach 111
liner Over the penetration, a minimum of one inch (1") of liner shall lay flat on the
penetration.
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:
TvDe 12-1: 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 ('K). It may be used at any transverse or longitudinal joint.
TvDe C-2: The joint shall be made by lapping sheets not less than one-half ('K).
One welding strip is required. The upstream sheet shall overlap the one
downstream. The lap shall be tack-welded into place prior to welding.
TvDe 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 (W) 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.
City of Carlsbad
8/02 (DBE,I) 03475 PVC Lining for Interior Concrete Surface of Manholes - 6 of 7 South Agua Hedionda Interceptor, Phase 11, Reach 111
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 (10) pound pull will be applied to each tab.
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 (IO) 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.
City of Carlsbad
8/02 (DBEJ)
END OF SECTION
03475 PVC Lining for Interior Concrete Surface of Manholes - 7 of 7 South Agua Hedionda Interceptor. Phase 11, Reach 111
SECTION 15041
TESTING AND FLUSHING OF FORCE MAINS
PART 1 - GENERAL
1.1 Descridion
This section designates the requirements for field testing and flushing of all sewer force mains
intended for the conveyance of raw sewage under pressure. The Contractor shall furnish all
labor, materials (including water), tools, and equipment necessary to provide and complete field
testing and flushing as specified. All pipelines shall be tested for watertightness by subjecting
each section to Hydrostatic Pressure and Leakage Tests in accordance with the applicable
requirements of AWWA C600, except as modified herein.
It shall be the Contractor's sole responsibility to plan his construction activities to allow and
facilitate testing, flushing and disinfection of all sections of potable and reclaimed water lines. It
shall be the Contractor's sole responsibility to obtain any and all permits required to carry out the
Work specified herein.
1.2 Related Work Described Elsewhere
The Contractor shall refer to the following Specification section@) for additional requirements:
A. Shop Drawing Submittals: 01300
B. Testing and Inspection: 01410
C. High Density Polyethylene PE 3408 Pipe: 15068
1.3 Submittals
Contractor shall furnish submittals in accordance with the requirements of Section 01300, Shop
Drawing Submittals. The following submittals are required:
A. If requested by the Owner's Representative, the Contractor shall submit a detailed
plan showing how the Contractor intends to test, flush and disinfect the pipeline.
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 General
The Contractor shall furnish all labor, water, and equipment necessary for completing the testing
and flushing process.
City of Carlsbad
8/02 (DBE.1) South Agua Hedionda Interceptor. Phase 11, Reach 111
15041 -Testing and Flushing of Force Mains - 1 of 3
PART 3 - EXECUTION
3.1 General The Contractor shall provide all necessary materials, labor and equipment to flush and pressure
test the force main. The testing of the force main shall include all new HDPE piping and the
existing ductile iron piping within the Macario Canyon bridge along Cannon Road. The
connections to the existing ductile iron pipe shall be made prior to any pressure or leak testing.
3.2 Pressure Testing
A. Procedure: After the pipe and all appurtenances have been laid, sufficiently
backfilled for required restraint and have been connected to the existing ductile iron
pipe within the Macario Canyon bridge, they shall be subjected to a four hour
hydrostatic pressure test. This test shall consist of applying to the pipeline a pressure
of 50 psi in excess of the designated working pressure specified for the class of pipe,
unless otherwise specified on the Plans or in the Specifications, at the point of test
application. Pressure tests or a retest shall be conducted subsequent to any trench
backfill compactive effort with heavy duty compacting equipment having an overall
weight in excess of 100 pounds.
The test shall be made prior to connecting the new line with existing facilities.
B. Maximum Length of Pipe: Maximum length of pipe to be included in any one test
shall be no more than 2,500-feet or the distance between valves, whichever is
greater. The Contractor shall provide suitable test bulkheads, blocking, and ffiings to
permit such sectionalizing.
C. Preparation: The test shall be applied at an approved outlet or fitting located within
an elevation of 5-feet of the lowest point of the pipe section to be tested. The
Contractor shall provide and later securely plug such fittings. The line shall be filled
slowly and maintained at operating pressure for a period of at least 24 hours priorto
testing to satisfy any system water absorption. While filling and immediately prior to
testing, all air shall be expelled from the pipeline. Where air valves or other suitable
outlets are not available, approved taps and fittings shall be provided at all high
points and later securely plugged.
D. Pressure Testing: After the 24-hour soak period, the pressure in the pipeline shall be
pumped up to the specified test pressure. When the test pressure has been
reached, the pumping shall be discontinued until the pressure in the line has dropped
10-psi, at which time the pressure in the pipeline shall again be pumped up to the
specified test pressure. This procedure shall be repeated until four hours have
elapsed from the time the specified test pressure was first applied. At the end ofthis
period, the pressure shall be pumped up to the specified test pressure for the last
time.
City of Carlsbad
6/02 (DBEJ) South Agua Hedionda Interceptor. Phase II, Reach 111
15041 - Testing and Flushing of Force Mains - 2 of 3
E. Leakage: Leakage shall be considered as the total quantity of water pumped into the
pipeline during the four hour period, including the amount required in reaching the
specified test pressure for the final time. Leakage shall not exceed the rate as
specified under for the type of pipe material being tested. If the leakage exceeds the
rate, as specified elsewhere, the Contractor shall, at his own expense, locate and
make all repairs as necessary until the leakage is within the specified allowance.
The test shall be repeated until the leakage does not exceed the specified leakage
rate. All visible leaks shall be repaired regardless of the amount of leakage.
3.3 FLUSHING
All force mains shall be flushed with potable water (or water as otherwise approved by the Owner
and regulatory agencies) after completion of construction and prior to disinfection. The
Contractor shall provide a sufficient number of suitable outlets at the end@) of the line@) being
flushed in addition to those required by the Plans to permit the main to be flushed with water at a
velocity of at least 2.5-feet per second over its entire length. The outlets provided shall meet the
requirements for fittings as specified for the type of main constructed. The velocity through
outlets and fittings shall not exceed 25 fps during the flushing operation. Drainage facilities shall be constructed such that the water lines cannot be contaminated through the flushing outlet,
After the successful completion of the testing and flushing of the force mains, the Contractor
shall drain the force main thoroughly before securing the end caps for the riser pipe. The lines
shall be drained into the existing detention basin at the easterly end of the force main. The
Contractor shall use a submersible pump to completely remove the water from the force main.
The Contractor shall be solely responsible for providing a source of water for flushing, draining
and the methods for discharge of the water, including all associated costs and permits.
3.4 DISINFECTION
There will be no required disinfection of the sewer force mains.
END OF SECTION
City of Carlsbad
6/02 (DBE.1) South Agua Hedionda interceptor, Phase (I, Reach 111
15041 -Testing and Flushing of Force Mains - 3 of 3
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@) 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 01300,
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 Payment
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
City of Carlsbad 8/02 (DBE.1) South Agua Hedionda Interceptor, Phase II, Reach 111
15045 - Leakage and Infiltration Testing of Gravity Sewer Pipelines - I of 5
on all sections of sewer. The infiltration test shall also be made where excessive groundwater
is encountered.
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, wherein, 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 andlor 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 andlor 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
ilnches)
10
8
12
18
15
21
24
27
30
33
36
39
42
City of Carlsbad
8/02 (DBE,I)
Test Time
IMinutesl
4
3
5 7
8
10
12
11
15
14
18
16
19
{Seconds)
45
46 40
36
0
6
6
42
1
41
0
24 5
Minimum K Value Distance Between Manholes
320
260
215
170
145 125 105
95
85 75
65
70
60
LFeet) /Sec/Foot)
,704
1.10
1.58
2.47
3.56
4.65
6.34
8.02 9.90
12.0
16.8 14.3
19.4
15045 - Leakage and Infiltration Testing of Gravity Sewer Pipelines - 2 of 5
South Agua Hedionda Interceptor. Phase 11, Reach 111
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 = minimum allowable test time in seconds per lineal foot of pipe L = distance between successive manholes in feet
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 ieaks 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:
City of Carlsbad
8102 (DBE.1) 15045 - Leakage and Infiltration Testing of Gravity Sewer Pipelines - 3 of 5 South Agua Hedionda Interceptor, Phase II, Reach 111
MINIMUM DURATION FOR AIR TEST PRESSURE DROP - PVC PIPE
Pipe Diameter
(Inches) 4
6
10
8
12 15
Test Time
(Minutes) {Seconds1 1
2
53
50 3 47 4
5 40
43
7 5
Minimum Distance
Between Manholes EW
398 597
239 298
199 159
0.19 0.43 0.76 1.19
2.67
1.71
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 = minimum allowable test time in seconds per lineal foot of pipe
L = distance between successive manholes in feet
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.
City of Carlsbad 8/02 (DBE,I) 15045 - Leakage and Infiltration Testing of Gravity Sewer Pipelines - 4 of 5 South 4gua Hedionda Interceptor, Phase 11, Reach 111
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.
END OF SECTION -; ~.
City of Carlsbad
6/02 (DBE,I) 15045 - Leakage and Infiltration Testing of Gravity Sewer Pipelines - 5 of 5 South Agua Hedionda Interceptor, Phase 11, Reach 111
SECTION 15056
DUCTILE IRON PIPE AND FITTINGS
PART 1 - GENERAL
1.1 Description
This section designates the requirements forthe manufacture and installation of ductile iron pipe,
abbreviated DIP, to be furnished and installed by the Contractor at the location and to the lines
and grades shown on the Plans as herein specified.
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: 01410 C. Earthwork: 02200
D. Concrete Construction: 03300
E. Painting and Coating: 09900
F. Testing, Flushing, and Disinfection: 15040
1.3 Submittals
The Contractor shall furnish submittals in accordance with Section 01300, 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
Protective Coatings
Dimensional Checks
Shop Drawings shall be submitted and approved prior to manufacture of pipe. 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 inverl 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,
1.4 Pavment
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.
City of Carlsbad
8/02 (DBE,I)
South Agua Hedionda Interceptor, Phase II. Reach Ill
15056 - Ductile Iron Pipe and Fittings - 1 of 6
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
Ductile iron pipe and fittings shall be manufactured in accordance with ANSI 21.50,
AWWA C150 and ANSI 21.51, AWA C151, and shall be of the sizes and thickness classes
shown on the Plans. Unless otherwise specified, size four inch (4) through six inch (6) DIP
shall be thickness Class 52, while size eight inch (8") and larger shall be thickness Class 50.
Unless otherwise specified, pressure class pipe may be substituted for thickness class pipe
according to the following schedule:
PiDe Diameter
Under 16-inch
16 to 1 &inch
20 to 24-inch
30 to 36-inch
42 to 60-inch
Minimum Pressure Class
Not Allowed
350
300
250
200
2.2 Coatings
All pipe fittings shall be shop coated with one prime coat of asphaltic coating approximately I-mil
thick in accordance with ANSI A21 51, AWWA C151. All pipe and fittings above ground or in
vaults shall be painted in accordance with Section 09900, Painting and Coatings.
2.3 Lininas
Unless otherwise noted on the Plans or elsewhere in the Specifications, all pipe and fmings shall
be lined with Protect0 401 Ceramic Epoxy lining as furnished by US. Pipe or approved equal.
2.4 Joints And Accessories
Unless otherwise shown on the Plans, all joints shall be the push-on type joint. Joints and
AWWACIII.
accessories shall conform to the requirements and dimensions specified in ANSI A21.11,
2.5 Concrete Thrust Blocks
Concrete thrust blocks shall be placed as shown on the Plans and shall consist of Class B
portland cement concrete containing not less than five sacks of portland cement per cubic yard
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase II, Reach 111
15056 - Ductile Iron Pipe and Fittings - 2 of 6
and shall conform to Section 03300, Concrete Construction. Concrete blocks shall be placed
between the undisturbed ground and the fittings to be anchored. Quantity of concrete and the
bearing area of the pipe and undisturbed soil shall be as shown on the Plans, unless otherwise
determined by the Owner's Representative. The concrete shall be placed, unless specifically
shown otherwise on the Plans, so that the pipe joints and fittings will be accessible to repairs.
2.6 Restrained Joints
The restrained joints shall be a special push-on type joint unless otherwise specified that is
designed to provide longitudinal restraint in lieu of a concrete thrust block. The length of the
restrained joints shown on the Plans is the minimum required length. The Contractor shall select
an approved restrained joint and then use it exclusively for all of the Work. Restrained joints for
push-on joint pipe installation shall be US. Pipe "TR-FLEX pipe or approved equal.
Restraint of field cut pipe shall be kept to a minimum. But when necessary, unless otherwise
specified, restraint of field cut pipe shall be provided by the use of U.S. Pipe's "TR-FLEX pipe
field weldments, or approved equal.
2.7 Fittinqs
Fittings for ductile iron pipe shall be manufactured in accordance with ANSI A21.10,
AWWA C110 or C153. They shall be made of ductile iron and the letters "DI" or"DUCTILE shall
be cast on them, unless otherwise specified. Fitting joints shall be in accordance with
ANSI A21 .I 1, AWWA Clll, and shall be of the push-on type. Mechanical joint fittings will not
be permitted unless otherwise specified on the Plans.
2.8 Pipe Lengths
Pipe lengths shall be as specified in ANSI A21.51, AWWA C151, except where shorter lengths
are required to fit horizontal and vertical alignment. Combined horizontal and vertical deflections
at any rubber gasket or flexible coupling joints shall not exceed eighty percent (60%) of the
maximum deflection recommended by the manufacturer.
2.9 Flames
Flanges shall be ductile iron, Class 125, unless otherwise shown on the Plans, screwed-on type
in accordance with ANSI A21.15, AWWA C115, for pipe, and integrally cast for fittings in
accordance with ANSI A21.10, AWWA C110. Gaskets shall be 1/8-inch thick minimum in
accordance with.AWWA C115 and shall have a minimum rated working pressure equal to
350 psi at 1800F. Full face type with holes prepunched shall be used where both flanges are
flat face. Ring gaskets extending to the inner edge of the bolts may be used where a raised face
flange is present. Where adjoining flange is steel, the steel flange shall be flat face.
2.10 Bolts and Nuts
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase II. Reach 111
15056 - Ductile Iron Pipe and Fittings - 3 of 6
Bolts and nuts for above-ground installations shall be cadmium plated and shall conform to
ASTM A307, Grade B. Bolts for underground installations shall be Type 316 stainless steel.
Washers shall be provided for each nut and shall be the same material as each nut. All buried
bolts shall be completely coated with Bitumastic No. 50, as manufactured by KOP-COAT, Inc., or approved equal, which must be applied in two coats in a minimum thickness of 1 !%mils per coat.
PART 3 - EXECUTION
3.1 General
Ductile iron pipe and fittings shall be assembled in accordance with the applicable sections Of
AWA C600, "Installation of Gray and Ductile Cast-Iron Water Mains and Appurtenances" and
as specified herein.
3.2 TranSDOrtatiOn
Transportation shall be by competent haulers and accomplished in a manner that will avoid
damage to the pipe, its lining, or coating. The Contractor shall unload 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. No dropping of pipe from trucks
will be allowed.
3.3 Earthwork
Excavation and backfill, including the pipe bedding, shall conform to the provisions of Section
02200, Earthwork.
3.4 General Installation Procedures and Workmanship
Prior to laying the pipe, the bottom of the trench shall be graded and prepared to provide uniform
bearing throughout the entire length of each joint of pipe. Bell holes of ample dimension shall be
dug in the bottom of the trench at the location of each joint to facilitate the joining. The trench
shall have a flat or semi-circular bottom conforming to the grade to which the pipe is to be laid.
The pipe shall be accurately placed in the trench to the lines and grades on the Plans. Fittings
shall be supported independently of the pipe.
Cutting and machining of the pipe shall be accomplished in accordance with the pipe
manufacturer's standard procedures for this operation and in accordance with AWA C600.
Pipe shall not be cut with a cold chisel, standard iron pipe cutter, nor any other method that may
fracture the pipe or will produce ragged, uneven edges.
Pipe shall be carefully handled to prevent damage to the lining and coating. Cable, rope, or
other devices used for lowering fittings into the trench shall be attached around the exterior of
the fitting for handling. Under no circumstances shall the cable, rope, or other device be
attached through the fitting's interior for handling.
City of Carlsbad
6/02 (DEEJ) South Agua Hedionda Interceptor, Phase II, Reach Ill
15056 - Ductile Iron Pipe and Fittings - 4 of 6
N~ 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.
3.5 Plastic Film Wrap
To protect .the pipe from corrosion, ductile-iron pipe and fittings buried underground shall be
protected with two plastic film wraps in accordance with ANSI A215 and AWWA C105. Each
wrap shall be a loose 8-mil thick polyethylene tube. All joints between plastic tubes shall be
wrapped with 2-inch wide polyethylene adhesive tape, Polyken 900, Scotchrap 50, or approved
equal. Installation of plastic film shall conform to AWWA C105. Unless otherwise specified,
plastic film wraps shall not be installed on sections of pipe which are to be concrete encased,
installed within casings, or through concrete slope anchors. Polyethylene tube shall be
greenshield as manufactured by US. Pipe or approved equal.
3.6 Preventinq Foreiqn Matter from Entering the Pipe
At all times when pipe laying is not in progress, the open end of the pipe shall beclosed 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.
3.7 Damaaed Pipe or Fittinqs
Damaged pipe or fittings shall be removed upon discovery and without delay from the Project
Site.
3.8 Leakaqe Test
A. General
All pipelines shall be tested in accordance with Section 15040, Testing, Flushingand
Disinfection, and the applicable provisions of AWWA C600, except as modified
herein.
B. Allowable Leakage
No pipe installation will be accepted if the leakage is greaterthan that determined by
the following formula:
L3 SD
133,200
in which L = the allowable leakage, in gallons per hour
S = length of pipe tested, in feet
D = nominal diameter of the pipe, in inches
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase I[. Reach 111
15056 - Ductile Iron Pipe and Fittings - 5 of 6
P = average observed test pressure of the pipe being tested, as is
shown on the Plans or specified in Section 01410, Testing and
Inspection, in pounds per square inch gauge, based on the
elevation of the lowest point in the line or section under test and
corrected to the elevation of the test gauge.
The test pressure shall be 50 psi in excess of the designated working pressure
specified for the class of pipe unless the test pressure is shown on the .Plans or
specified elsewhere in the Specifications.
3.9 Disinfection
Disinfection shall be in accordance with Section 15040, Testing, Flushing and Disinfection.
END OF SECTION
city of Carlsbad
6/02 (DBE,I) South Agua Hedionda Interceptor. Phase 11, Reach 111
15056 - Ductile Iron Pipe and Fittings - 6 of 6
SECTION 15062
POLYVINYL CHLORIDE GRAVITY SEWER PIPE AND FITTINGS
PART I - GENERAL
1.1 DescriDtion
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 Dl 784
ASTM D2321
ASTM D2412
ASTM D2564
ASTM D3034
ASTMD3212
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
6. 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 01300, Shop Drawing
Submittals. Submittals are required for the following:
A. Submit Shop Drawings, material lists, manufacturer’s literature and catalog cuts
and other information.
6. An affidavit from the pipe manufacturer including compliance with requirements of
the Plans and Specifications shall be delivered with the pipe.
City of Carlsbad 8/02 (DBE.1) 15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 1 of 6 South Agua Hedionda Interceptor, Phase 11, Reach 111
1.4 Pavment
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.
E. 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 fltings shall be made of PVC plastic
having a cell classification of 12454-8,12454-C, or 13343-C as defined in ASTM D1784.
2.2
PVC gravity sewer pipe, fittings, coupling and joints, 4-inch through lBinch, 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-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 stiness 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 Svstem
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
8/02 (DBE.1) 15062 -'Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 2 of 6
South Agua Hedionda Interceptor, Phase 11, Reach 111
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 peiform 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 Lenaths
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.
8. 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
8/02 (DBE.1) 15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 3 of 6
South Agua Hedionda Interceptor, Phase It. Reach Ill
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%"
1 "
3/4 w
3/8
No. 4
No. 8
1 %-Inch Max
Gravel %
Passinq
100
90 - 100
20 - 55
0- 15 "-
0-5 "- "-
I-Inch Max
Gravel %
Passinq
100
90 - 100
60 - 80
-
-
0 - 15
0-5
"
3/4-lnch Max
Crushed Rock %
Passinq -
100
90 - 100
30 - 60
0 - 20
0-5
"
I
Unless otherwise specified, I-%inch maximum gravel shall be used for pipes with
inside diameter of 45-inches and larger, I-inch maximum gravel shall be used for
pipes with inside diameters of 33-inches to 42-inches, 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 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.
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
City of Carlsbad
8/02 (DBE.1) 15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 4 of 6 South Agua Hedionda Interceptor, Phase 11, Reach 111
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 supemuous 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 gravrty 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
8/02 (DBE,I) 15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 5 of 6
South Agua Hedionda Interceptor, Phase II. Reach 111
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 Foreian Matter from Enterina 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 Leakaae 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.
3.11 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 306-1.2.12. 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
8/02 (DBE.1) 15062 - Polyvinyl Chloride Gravity Sewer Pipe and Fittings - 6 of 6 South Agua Hedionda Interceptor, Phase 11, Reach 111
SECTION 15068
HIGH DENSITY POLYETHYLENE PE 3408 PIPE
PART 1 - GENERAL
1.1 DeSCriDti0I-I
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
ASTM D 2321
ASTM 2837
AWA 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
6. Testing and Inspection: 01410
C. Earthwork: 02200
D. Testing and Flushing: 15041
1.3 Submittals
The Contractor shall furnish submittals in accordance with Section 01300, 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 cuwes and bends for both horizontal and
vertical alignment.
B. Submit data used by the Contractor in manufacture and quality control
City of Carlsbad
8/02 (DBE.1) South Agua Hedionda Interceptor, Phase 11, Reach 111
15068 - High Density Polyethylene PE 3408 - 1 of 6
1.4 Pavrnent
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 17.
The manufacturer shall have quality control facilities capable of producing and assuring the
quality of the pipe and fntings 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 Series4300 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 3454446 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
Thermoolastic Pipe and Fittinas ComDounds, 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 714, Polvethvlene (PE)
Plastic PiDe GDR-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 submittedto the Owner
for review.
2.3 Polvethvlene Fittinqs 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,
Molded fittings shall be manufactured in accordance with ASTM D 3261, Butt Heat Fusion
Polvethvlene (PE) Plastic Fittinas for Polvethvlene (PE) Plastic Pioe and Tubinq, and shall be so
City of Carlsbad
8/02 (DBE,I) South Agua Hedionda Interceptor, Phase 11, Reach 111
15068 - High Density Polyethylene PE 3408 - 2 of 6
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 Flanae AdaDters
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 rigs 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
316 stainless steel.
2.5 ComDliance 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, orthe 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 AWA 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.
B. Crushed Rock and Gravel shall comply with Section 200-1.2 SSPWC.
City of Carlsbad
8102 (DBE,I) South Agua Hedionda Interceptor. Phase II. Reach Ill
15068 - High Density Polyethylene PE 3408 - 3 of 6
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 %-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
8/02 (D6E.I) South Agua Hedionda Interceptor. Phase 11, Reach 111
15068 - High Density Polyethylene PE 3408 - 4 of 6
3.5 Joinina 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 Fittinas and Branch Connections
The plain end of 16-inch IPS and largerfabricated 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 Preventina Foreian Matter from Entering 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 PiDe or Fittinas
Damaged pipe or fittings shall be removed upon discovery and without delay from the Project
Site.
City of Carlsbad
8/02 (DBE,I) South.Agua Hedionda Interceptor, Phase 11, Reach 111
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 15040, 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
8/02 (DBE,I) South Agoa Hedionda Interceptor. Phase II, Reach 111
15068 - High Density Polyethylene PE 3408 - 6 of 6
APPENDIX A
Storm Water Pollution Prevention Pian Template
STORM WATER POLLUTION PREVENTION PLAN
for
f&)-mq ..
CITY CONTRACT NUMBER 3583-2
Prepared for:
City of Carlsbad Public Works 1635 Faraday Avenue Carlsbad, CA 92008
Submitted by:
Contents
Section 100
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
Annual Compliance Certification ........................................................................ 3
SWPPP Amendments ...................................................................................... 4
SWPPP Amendment Certification and Approval ................................................ 4
Amendment Log ................................................................................................ 6
Introduction and Project Description ............................................................. 7
Introduction and Project Description .................................................................. 7
Construction Site Estimates 7
Unique Site Features 7 .........................................................................................
...............................................................................
Project Schedulewater Pollution Control Schedule .......................................... 7
Contact Informatiodlist of Responsible Parties ................................................ 7
References ..................................................................................................... 10
Body of SWPPP ............................................................................................. 11
Objectives ....................................................................................................... 11
Vicinity Map ..................................................................................................... 11
Pollutant Source Identification and BMP Selection .......................................... 12
500.3.1 Inventory of Materials and Activities that May
500.3.2 Existing (pre-construction) Control Measures 12
Pollute Storm Water 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 ............................................................................. 13
500.3.6 Tracking Control .............................................................................. 14
500.3.7 Wind Erosion Control ....................................................................... 15
500.3.9, Waste Management and MateriakPollution Control 15
500.3.8 Non-Storm Water Control 15
......................................................................... ..................................
................................................................ ....................... ., "~ " ..... .. ................................................... 15 Construction BMP Maintenance, Inspection and Repair .................................. 15
Post-Construction Storm Water Management .................................................. 15 500.6.1 Post-Construction Control Practices ................................................ 15
500.6.2 OperationlMaintenance after Project Completion ............................. 16
Training ........................................................................................................... 16
List of Subcontractors ...................................................................................... 16
Other PlandPermits ............................................... ~ ........................................ 16
Monitoring Program and Reports ................................................................. 17
Site Inspections ............................................................................................... 17
Discharge Reporting ........................................................................................ 17
Record Keeping and Reports .......................................................................... 17
SWPPP Attachments
Attachment A .................................................................................................. Vicinity Map
Attachment B.Modifications to the Caltrans Construction Site Best Management
Practices (BMPs) Manual
Attachment C ........................................................................ BMP Consideration Checklist
Attachment D ........................................................................................... Project Schedule
Attachment E .....................................................................................................................
Attachment G .Program for Maintenance, Inspection, & Repair of Construction Site BMPs
Attachment F Notice of Intent (NOI)
Attachment H ......................... Storm Water Quality Construction Site Inspection Checklist
Attachment I ................................................................. Trained Contractor Personnel Log
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 PlandPermbs
Attachment 0 ........................................................... Notice of Completion of Construction
....................................................................................
Storm warn PoiiutlOn Pnvmtlon Pian (SWPPP) Contract No. 3583-2
Section 100
SWPPP Certifications and Approval
100.1 Initial SWPPP Certification
Project Name: SOUTH AGUA HEDIONDA INTERCEPTOR PHASE II REACH 111
City of Carlsbad Contract No. 3583-2
"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
Paw 1
Storm Water Pollution P~tlon Plan (SWPPP) Contract No. 3583-2
100.2 SWPPP Approval
For City of Carlsbad Use Only
City Approval and Certification of the
Storm Water Pollution Prevention Plan
Project Name: SOUTH AGUA HEDIONDA INTERCEPTOR PHASE II REACH 111
City of Carlsbad Contract No. 3583-2
"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
100.3 Annual Compliance Certification
By June 15 of each year, the contractor shall submit an Annual Certiiication of Compliance to
the Engineer stating compliance with the terms and conditions of the Permits and the SWPPP.
The Annual Certiiication 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.
stom Water Pollution Pmventlon Plan (SWPPP) cantnet Na. 3583-2
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
determines that a Permit violation has occurred, the SWPPP shall be amended and
eliminating pollutants in storm water discharges has not been achieved. If the RWQCB
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 PoIIutlon Pnwntlon Plan (SWPPP) cOnmct No. 3583-2
SWPPP Amendment No.
Project Name: SOUTH AGUA HEDIONDA INTERCEPTOR PHASE I1 REACH Ill
City of Carlsbad Contract No. 3583-2
To be Completed by Contractor
"I certify under a penalty of law that this document and all attachments were prepared under my
properly gather and evaluate the information submitted. Based on my inquiry of the person or
direction or supervision in accordance with a system designed to ensure that qualified personnel
persons who manage the system or those persons directly responsible for gathering the
and complete. I am aware that there are significant penalties for submitting false information,
information, to the best of my knowledge and belief, the information submitted is true, accurate,
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
Storm Water Pollution Prevention Plan Amendment
Engineer's Approval and Certification of the
"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 Pnmtlon Plan (SWPPP)
200.2 Amendment Log
Project Name: SOUTH AGUA HEDIONDA INTERCEPTOR PHASE II REACH 111
City of Carlsbad Contract No. 3583-2
Pag 6
storm wner Pollution Pnvention Plan (SWPPP) Conmcl No. 3503.2
Section 300
Introduction and Project Description
300.1 Introduction and Project Description
The project is the construction of a fourteen-inch HDPE force main and a fifteen-inch PVC
gravity sewer pipeline in the existing portion of Cannon Road between Car Country Drive and
Faraday Avenue. A portion of the pipeline was previously constructed in the Macario Canyon
Bridge. The project also includes construction of access holes, connection to the active sewer
gravity pipeline at Car Country Drive and the inactive pipeline in Cannon Road at Faraday
Avenue, 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 Cannon Road Right of way and is currently open for
use. During the construction of the project, the westbound lane will be closed to all traffic
except construction related traffic. The road bisects native vegetation starting at approximately
STA 5040. The California Coastal Commission has conditioned that all work be completed
within the right of way to prevent entry into the sensitive habitat.
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 ScheduleMlater Pollution Control Schedule
Estimate Construction Start:
Estimate Construction Finish:
Mobilization of equipment and materials to begin on
Store temporary soil stabilization and temporary sediment control products beginning on Gmm@,9'&$E.aniQ
Submit annual rainy season implementation schedule blia&->GAp
Continue to implement and maintain temporary BMPs throughout rainy season.
Coastal Rainy season begins October 1, 2002.
Actual Rainy Season Begins December 15, 2002.
Begin sawcut roadway SERTQ-gJg x,..,.,
Storm Water Pollution Prevention Plan (SWPPP)
cdnhmct NO^ .%.a7
Begin stockpile and haul AC offsite
Begin spoil/backfill stockpile
Fuze HDPE
Dig, Lay, backfill HDPE
Install temporary concrete washout
Begin dig, form, pour aces holes
Begin Dig, Lay, Backfill PVC gravity sewer
Construction by-pass
Connect sewer pipeline to existing pipe
Flush HDPE
Pressure Test, flush PVC and access holes
Remove concrete washout and restore area to original grade.
Rainy season ends April 15,2003.
Project complete
See attached schedule (Attachment D) for more detailed information. This schedule will be .
updated monthly.
300.5 Contact Informatiodlist of Responsible Parties
The Water Pollution Control Manager (WPCM) assigned to this project is:
Paw 0
Storm Water Pollution Pmvmtlon Plan (SWPPP)
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:
Ensuring full compliance with the SWPPP and the Permit
Implementing all elements of the SWPPP including, 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, ensuring 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 :he control measures
Coordinate with the Engineer to assure all of the necessary correctionshepairs 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 Pollutlon Pmmntlon Plan (SWPPP)
Cantract Na~ .25829
Section 400
References
The following documents are made a part of this SWPPP by reference:
0 Project plans dw . 396-2A and specifications no. 3583-2, dated
, prepared by City of Carlsbad.
0 California Regional Water Quality Control Board Order No. 2001-01, NPDES No.
CAS0108758, 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.
Storm Water Pollution PnwnUOn Plan (SWPPP) Contract No. 3583-2
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.
Paw 11
Storm Water Pollution Prevention Plan (SWPPPI
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):
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
Paints Solvents, thinners
Wood products
Metals and plated products
Construction activities that have the potential to contribute sediment to storm water discharges
include:
Soil export operations
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:
Cannon Road is 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 desiltation basins.
CLICK 4~~~~SEE~-~~~R~~~:.T~S~~.~~~~~~~E
storm Water Pollution Prevention Plan (SWPPP) Contract No. 35832
500.3.3 Nature of Fill Material and Existing Data Describing the Soil
Existing Cannon Road was graded in several controlled grading operations between 1995 and
and pavement has been in place for several years and the road is currently in use.
1999. Backfill was compacted to minimum 90% relative compaction, asphaltic concrete base
It is not anticipated that any hazardous materials will be encountered during the constriction 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
e SS-I , 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.
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.
Storm Water Pollutlon Prevention Plan (SWPPP) Contract No. 3583-2
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.
BMP Consideration Checklist in Attachment C indicates all the BMPs that will be implemented
Implementation and locations of temporary sediment control BMPs are shown on drawings. The
to control sediment on the construction site, these are:
0 SC-1, Silt Fence
0 SC-5, Fiber Rolls
0 SC-7, Street Sweeping and Vacuuming
0 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
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.
Page 14
Storm Water Pollution Prevention Plan (SWPPP) Contract NO. 35W2
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 shown on the ro'ect schedule, project soils will be disturbed and exposed
from approximately to a.
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
siltation onto adjacent farming activities.
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
0 NS-3, Paving and Grinding Operations
0 NS-6, Illicit Connection/lllegal Discharge Detection and Reporting
0 NS-9, Vehicle and Equipment Fueling
0 NS-IO, Vehicle and Equipment Maintenance
Illicit Connection/lllegal Discharge Detection and Reporting
The contractor will implement BMP NS-6, Illicit Connectionllllegal Discharge Detection and
Reporting throughout the duration of the project.
NS-1, Water Conservation Practices
0 NS-8, Vehicle and Equipment Cleaning
Page 15
Storm Water Pollution Prevention Pian (SWPPP)
Contract No. 3583-2
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
fabric placed over, and tucked under, each inlet grate. Following paving operations, the area
over each inlet adjacent to paving operations. The covers will consist of scrap carpeting or filter
will be swept, inlet covers will be removed, and the inlets will be inspected for paving materials.
Vehicle and Equipment Operations
Several types of vehicles and equipment will be used on-site throughout the project,
backhoes, forklifts, generators, compressors, and traffic control equipment. BMPs NS-9,
including graders, excavators, loaders, paving equipment, rollers, trucks and trailers,
Vehicle and Equipment Fueling, and NS-10, 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.
500.3.9 Waste Management and Materials Pollution Control
The BMP Consideration Checklist in Attachment C and the following list indicates the BMPs that
An inventory of construction activities, materiais, and wastes is provided in Section 500.3.1.
have been selected to handle materials and control construction site waste. A narrative
description of each BMP follows.
WM-I, Material Delivery and Storage
0 WM-2, Material Use
WM-5, Solid Waste Management
0 WM-4, Spill Prevention and Control
0 WM-9, SanitaryKeptic Waste Management
Material Delivery, Storage, and Use
In general, BMPs WM-I 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
contact with construction materials:
storage/containment facilities will be provided within the storage area to minimize storm water
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 16
Storm Water PolluUon Pmtion Plan (SWPPP) COntnct k. 3583-2
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
soil, such as buried debris, discolored soil, and unusual odors.
impairments. However, employees will be instructed to recognize evidence of contaminated
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 17
storm Water Pollutlon Prevention Plan (SWPPP)
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 BMPs 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:
0 Outlet protection/velocity dissipation devices at all culvert outlets
0 Deslitation basins will be utilitized.
Street sweeping and trash pick up.
Page 18
storm Water Pollutfon Prevention Pian (SWPPP)
Contract No. 3583-2
500.6.2 OperationlMaintenance 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 Mainte,nance and operations Budget
The responsible party fort he 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
e
0
The training log showing formal and informal training of various personnel is shown in
Attachment I.
This SWPPP was prepared b
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 PlanslPermits
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
CAS0108758, National Pollutant Discharge Elimination System (NPDES) Permit.
Page 19
Storm Water Pollution Pnvmtion Pian (SWPPP) Contract No. 3585-2
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@) and contact number(s) of the assigned inspection personnel are listed below:
Assigned inspector: Contact phone:
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
provided in Attachment K.
implemented immediately following the discharge, notice or order. A sample discharge form is
The report to the Engineer will contain the following items:
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
Page 20
Attachment B
Modifications to the Caltrans Construction Site Best Management Practices
(BMPs) Manual
The contract documents for the South Agua Hedionda Interceptor Phase 111 Reach I1 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:
Modaications to the Construction Sie Best Manaoemeni Practices:
Delete all references to Resident Engineer (RE) and replace with Engineer (E).
Section 7-10.2 and 300-1.3 of the Standard Specifications for Public Works Construction
Replace all references to Section 7-1.13 of the Standard Specifications and replace with
(SSPWC).
Section 7-8.1 of the Standard Specifications for Public Works Construction (SSPWC).
Replace all references to Section 7-10 of the Standard Specifications and replace with
Section 7-9 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 300-1.3 of the Standard Specifications for Public Works Construction (SSPWC).
Replace all references to Section 15-3.02 of the Standard Specifications and replace with
Delete all references to highway.
ss-1:
sc-5:
sc-10:
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 App/iCStiOnd
May be used for inlet protection
Replace the following under Removsl
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).
RepoHing: 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 B-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 0-2
Attachment C
BMP Consideration Checklist
CONSTRUCTION SITE BMPs
I
shall be checked as "NolUsed" with a brief statement describing why it is not being used.
All selected BMPs shall be included in the Schedule of VllUe5, except for those item5 shown on the plans and
oaid for as a se~arate item or work
SS-1 [XI0 [XI d Scheduling
Existina Veaetation
Preservation of d work is in a paved area 0 0
(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.
(*) 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. .
BMP Consideration Checklist
Attachment C
r those items shown on the plans and
(*) 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.
BMP Consideration Checklist
AUachment C
CONSTRUCTION SITE BMPs
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 Dlans and
No stream crossings
NS-6 Discharge Detection
Illicit Connectionllllegal
and Reporting
Vehicle and Eauinment
Potable
Water/lrrigation NS"
mu
n n n
4 [XI
~~~
cl project
Irrigation is not a part of this
(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.
BMP Consideration Checkhi
Altachrnent C
CONSIDERATION CHECKLIST
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 Dlans and
(*) Not all minimum requirements may be applicable to every project. Applicability to a specific
project shall be verified by the contractor or determined by Calms.
Storm Water Pollution Prevention P/an (SWPP)
3583-2 South Agua Hedionda Interceptor Phase 11 Reach Ill
Attachment G
BMP Consideration Checklist
of BMPs identified in the SWP
The contractor shall use the following guidelines for maintenance, inspection, and repair 1
BEST MANAGEMENT
(All controls) PRACTICES (BMPs)
INSPECTION FREQUENCY
TEMPORARY SOIL STABlLlZA
SS-1 Scheduling Weekly
I TEMPORARY SEDIMENT COI
SC-1 Silt Fence Bi-weekly
SC-5 Fiber Rolls
SC-10 Storm Drain Inlet
Prior to forecast storm
Protection After a rain event that
causes runoff from the
construction site
At 24-hour intervals during
extended rain events
SC-7 Street Sweeping and Daily Vacuuming
WIND EROSION CONTR(
WE-1 Wind Erosion Control Daily
TRACKING CONTROL
SC-7 Street sweeping and Daily vacuuming
'PPMIPCP 'I
MAINTENANCEIREPAIR PROGRAM 1
TlON BMPs
Review and update as necessary
Inspect protective fencing and repair or replace as necessary I
Replace tom gravel bags as required.
Replace tom sections of silt fences
Remove retained sediments before they
reach 10 of the barrier height or K of the
sediment holding capacity
around drainage inlets: re-secure silt
sediment deposited in sediment traps
fence as neaded
m Remove BMPs when no longer needed,
as directed by the Engineer
Inspect site access points daily
Sweep tracked sediment
m Clean and dispose of accumulated
- BMPs
Maintain water trucks and water
distribution equipment in good order and
fix leaks immediately
,MPs
Inspect site access points daily
Sweep tracked sediment
Stom Water Pollution Prevention Plan (SWPPP)
3583-2 South Agua Hedionda Interceptor Phase I1 Reach Ill
I The contractor shall use the follOWing guidelines for IMPS identified in the SV
INSPECTION FREQUENCY
NS-1 Water Conservation
. .-
Practices
NS-3 Paving and Grinding Operations
NS-6 Illicit Connedionllllegal
Discharge Detection and Reporting
NS-8 Vehicle and Equipment Cleaning
NS-9 Vehicle and Equipment Fueling
NS-10 Vehicle and Equipment Maintenance
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
WM-8 Concrete Waste Management
WM-9 SanitaryISeptic Waste
Management
WM-10Liquid Waste Managemenl
i
~ ~~ ~~ ~
iTORM WATER MANAC
(All controls)
rfeekly
:NT AND MATERIALS P
Veekiy
'rior to forecast storm
Mer a rain event that
:auses runoff from the
:onstruction site
,t 24-hour intervals during
xtended rain events
Iaintenance, inspection, and repair
'PPMIPCP
MAINTENANCUREPAIR PROGRAM
iMENT BMPs
a Inspect site during project execution for evidence of illicit discharges or illegal
dumping.
a Observe site perimeter for evidence or
potential of illicitly discharged or illegally
site. dumped material which may enter the jo
a Notify the Resident Engineer of any illia; discharges or illegal dumping incidents 2
the time of diswvely.
a Remove, dispose and replace damaged
deteriorated, or otherwise unsuitable BMPs
a Remove vehicles and/or equipment that
leak.
a Replace drip pans or absorbent material
as needed. Re-stock spill materials.
Remove BMPs when no longer needed.
slopes/surfaces damaged by BMP as directed by the Engineer. Repair
removal
LLUTION CONTROL BMPs
Keep storage areas clean, well
organized. and eauiDDed with amDle . &an-up supplies'as appropriate for the materials stored
Repair or replace perimeter controls,
containment stmctures, covers and linen as needed to maintain proper function and protection
facilities accumulated rainwater from containment a Properly remove and dispose
Cover any stockpiles with appropriate
. Maintain waste fluid containers in leak
proof condition. Repair or replace
dumpsters that leak
Provide timely service and removal to prevent dumpsters and sanitaly facilities from overflowing.
Schedule Refuse Contractor to pick up waste containers weekly.
mats or covers.
1 I
i 1
3583-2 South Agua Hedionda Interceptor Phase II Reach Ill Attachment G
Page G-L
smnn Water Pollution Prevention Plan (SWPP)
3583-2 South Agua Hedionda Interceptor Phase I1 Reach Ill
The contractor shall use the following guidelines for maintenance, inspection, and repair
of BMPs identified in the SWPPPNVPCP
BESTMANAGEMENT PRACTICES (BMPS) INSPECTION FREQUENCY (All controls) MAINTENANCEIREPAIR PROGRAM
WM-8 Concrete Waste 1 Weekly I rn Remove accumulated debris from I I Management I concrete washouts. Replace lining and sandbagsasnecessary I
Storm Water Pollution Prevention Plan (SWPP)
South Agua Hedionda Interceptor Phase Ill Reach II
Attachment H
Storm Water Quality Construction Site Inspection Checklist
7~- GENERAL INFORMATION
]Project Name 1 3583-2 South Agua Hedionda Interceptor Phase I1 Reach 111 1
Icontractor I I
Inspectofs Name
Inspectofs Title
Date of Inspection I 0 Pnor to forecast rain
0 24-hr intervals during extended rain 0 Other I Inspection Type
(Check Applicable)
0 After a rain event
Season
(Check Applicable) 0 Rainy 0 Non-Rainy
Storm Data
Storm Start Date 8 Time:
Amount (mm) Min. Hr. Days (Circle Applicable Units)
Approximate Rainfall Time elapsed since last storm
Storm Duration (hrs):
Location:
Location:
Location:
Temporaty Linear Sediment Barriers
3583-2 South Agua Hedionda Interceptor Phase I1 Reach Ill Attachment H
stom Water Pollution Prevention Plan (SWPPP)
South Ague Hedionda Interceptor Phase Ill Reach I1
OTHER REQUIREMENTS
Requimment Corrective Action WA No Yea
Are temporary linear sediment barriers properly installed in accordance with the details, functional and maintained?
Are temoorarv linear sediment barriers free of accumulated litter?
11s the built-uo sediment less than 1/3 the heiaht of the barrier? I I . I 1 ~~ ~ I
[Are cross barriers installed where necessaw and DroPerlY Ill1 I spaced?
Location:
Localion:
Location.
.. .
Location:
L.acalian.
waste, and construction materials in approved arias?
Are stockpiles protected from run-on, run-off from adjacent areas
and from winds?
Are StoCkDiles located at least 15 m from concentrated flows. ownstream drainage courses and storm drain inlets?
re required covers andlor perimeter controls in piace?
Location:
3583-2 South Agua Hedionda Interceptor Phase I1 Reach Ill Attachment H
Page H-2
Storm Water Pollution Preventlon Pian (SWPPP)
South Agua Hedionda Interceptor Phase Ill Reach II
areas reasonably clean and free of spills, leaks, or any other
terious material?
3583-2 South Agua Hedionda Interceptor Phase I1 Reach Ill
nwn( pWamUS852 MI PllW 11 Reach 111 - Smlm 1573b-\SWPP_SAHI R Ill PH I1 *nadmnns doc
Attachment H
Page H-,
Stom water Pollution Pmvantion Plan (SWPPP)
South Agua Hedionda Interceptor Phase Ill Reach I/
labeled containers?
Are proper storage, clean-up. and spill-reporting procedures for
hazardous materials and wastes posted in oDen, conspicuous and
.. . I
3583-2 South Agua Hedionda lnterceplor Phase II Reach 111 Attachment H
Page N4
storm Water Pollution Prevention Plan (SWPPP)
South Agua Hedionda Interceptor Phase Ill Reach II
Storm Water Pollution Prevention Plan (SWPPJ
3583-2 South Agua Hedionda Interceptor Phase Ill Reach I1
Attachment I
Storm Water Management Training Log
Project Name: 3583-2 South Agua Hedionda Interceptor Phase 111 Reach II
Storm Water Management Topic: (check as appropriate)
0 Temporary Soil Stabilization 0 Temporary Sediment Control
0 Wind Erosion Control 0 Tracking Control
0 Non-storm water
management Control
Waste Management and Materials Pollution
Specific Training
Objective:
Location: Date:
Instructor: Telephone:
Attendee Roster (attach additional forms if necessary)
COMMENTS:
Storm Water Pollution Prevention Plan (SWPPP)
3583-2 South Agua Hedionda Interceptor Phase II reach 111
Attachment J
Subcontractor Notification Letter (Sample) and Notification Log
Dear %/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,
3583-2 South Agua Hedionda Interceptor Phase I1 Reach Ill
H lCspI1BI Improvement PrOgramU583-2 SAHI Phass I1 Ream Ill - Sfstcon I5-73kVPPlSWPP_SAHI R 111 PH I1 Allammsntr 0% Page J
Stom, Water Pollution Prevention Plan (SWPPP)
3583-2 South Agua Hedionda lnterceptor Phase 11 reach 111
SUBCONTRACTOR NOTIFICATION LOG
Project Name: 3583-2 South Agua Hedionda Interceptor Phase II Reach 111
COMPANY NAME
I
USE ADDITIONAL PAGES AS NECESSARY
Page J-2
stom WaterPollution Plsvention P/an (SWPPP)
3583-2 South Agua Hedionda Interceptor Phase II Reach Ill
Attachment K
Notice of Discharge, Written Notice, or Order
To: Date: Insert Date
Subject: Notice of Discharqe
Project Name: 3583-2 South Agua Hedionda Interceptor Phase II Reach 111
~~ ~~ ~ ~~ ~ ~~
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.
BMPs 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, notjfy
the contact person below.
Name of Contact Person Title
Company Telephone Number
Signature Date
3583-2 South Awa Hedionda Interceptor Phase I1 Reach Ill Annchrnenf K
Storm Water Pollution Prevention Plm (SWPPP)
3583-2 South Agua Hedionda Interceptor Phase /I Reach Ill
Attachment L
Storm Water Pollution Prevention Plan (SWPPP)
and Monitoring Program
Checklist
CONSTRUCTION PROJECT: 3583-2 South Agua Hedionda Interceptor Phase I1 Reach 111
CONTRACTOR:
CHECK IF ADDRESSED
APPLICABLE
mM SWPPP
WAIF NOT Section COMMENTS
100 SWPPP Certifiwtion and Approval
MA No Grading NO1 100.1
100.2
SWPPP Amendments 200
Related Permit Conditions
200.1 Amendment Certification and Approval
200.2
300
Proiect DescriDtion and Location (narrative) 300.1
IntmductionProject Dascription
Amendment number and date entered into
SWPPP - Amendment Log
I 300.2 1 Unique Site Features (narrative)
300.4 Schedule (narrative or graphical)
Project ScheduleMlater Pollution Control
~~ ~~~ ~~ 300.5
References 400
Contact Information
~~~ ~ ~
500
Objectives 500.1
Body of SWPPP
500.2 Vicinity Map (narrative M graphic)
500.2
General topography 500.2
Geographic Features 500.2
Site perimeter
500.3
500.4 Construction Site BMPs
Pollutant Source Identification and
BMP Selection
~~ 1 500.4 I Storm Water /n/ets
500.4 BMPs that protect storm water inlets or receiving water
Storm Water Pollution Pmvention Plan (SWPP)
3583-2 South Agua Hedionda Interceptor Phase II Reach Ill I ADDRESSED 1 SWPPP I rrEM
CHECK IF
NIA IF NOT Section I COMMENTS
APPLICABLE 1
location(sj on the Water Pollution Control
Site Histow (narrative; if possible, indicate
I I I Drawings) I 1 Nature of fill material and data describino the I I 500.3.3
with storm water 500.3.9
soil. Description of toxic materials treat&,
BMPs that minimize contact of contaminants 500.3.8 8
stored, disposed, spilled or leaked on site
Location of Areas Designated for:
500.3.8
500.3.8
Vehicle storage 8 service
Soil or waste storaQe 500.3.9 '
Equipment storage, cleaning, maintenance
Page L
storm Water Pollution Prewntlon Plan (SWPPP)
3583-2 South Agua Hediondn Interceptor Phase I1 Reach Ill
. .” Wi
I
300.4 Implementation schedule for erosion mntrol
measures
Description of BMPs
I I long-term funding and responsible party) I
500.5 MAINTENANCE, INSPECTIONS, AND
RFVAlR
Section B: Monitoring and Reporting I CHECK IF I I I i
ADDRESSED
APPLICABLE
mM SWPPP ~ ~~~ ~ ~
WAIF NOT Section COMMENTS
600.1
Discharge reDoRina 600.2
Compliance cerlification (annually 7/1) 100.3
Description of Site Inspection Plans
3583-2 South Agua Hedionda interceptor Phase I1 Reach Ill
WCul8t.l Imormemml Prwmm0583-2 WI Phase I1 Reach Ill. Smm I~-~J\~~WWPPP.SAHI R 111 PH I1 Macm”.~
Anachment L
Page L-3
Storm Water Pollullon Pmwntion Plan (SWPPP)
3583-2 South Agua Hedionda Interceptor Phase II Reach Ill
CHECK IF ADDRESSED mM SWPPP WAIF NOT Section COMMEhTS
APPLICABLE ~~~~~
Keep records of all inspections. compliance
600.3
site for a period of at least three years
cerlitications, and noncompliance reports on
SECTION C: STANDARD PROVISIONS FOR CONSTRUCTION ACTIVITIES
CHECK IF I I I I
ADDRESSED WAIF NOT APPLICABLE
. . . - -. . . .
rEM COMMENTS
100.1 c.9. 10 Signed SWPPP Certification
Storm Water Pollution Prevention Plan (SWPPJ
3583-2 South Agua Hedionda Interceptor Phase I1 Reach Ill
Attachment M
Annual Certification of Compliance for the Construction Contractor
Project Name: 3583-2 South Aqua Hedionda Interceptor Phase II Reach 111
Contractor Company Name:
Contractor Address:
Construction Start Date: Completion Date:
Description of Work: Road Construction
~~~____ ~~ ~
Work Now in Progress: Surcharge fill
Work Planned for Next 12 Months: Road wnstruction
"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, 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:
3583-2 South Agua Hedionda Interceptor Phase I1 Reach 111
H \CaP#UI Improv.mml PmprmusB12 WI Pnaw I1 Rush 111. Sla18cn 1573!vpPSWPP.SAHl R 111 PH I1 mminu.doc
Attachment M Page M-I
Stom Water Pollution Prevention Plan (SWPP)
3583-2 South Agua Hedionda hterceptor Phase If Reach 111
Approval by the City for the
Annual Certification of Compliance
Findings
I, andlor 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 Storm water pollution control measures are being implemented in
accordance with the SWPPP approved for the project.
2. 0 YES 0 NO The project site and activities thereon are in compliance with the
California Water Quality Control Board San Diego Region Order no. 2001-01 NPDES
No. CAS0108758.
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
Document follow up actions below;
Notify the contractor; and
Initiate corrective actions in accordance with the contract.
noncompliance;
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
responsible for gathering the infomation, the information submitted is to the best of my
my inquiry of the person or persons who manage the system, or those persons directly
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
3583-2 South Agua Hedionda Interceptor Phase II Reach 111
H.1C.Plt.l hlpmWmnl Pmnam2542-2 SAHl Ph.u It RNsn Ill - SIaI8Fn I573u*ppo\sWPP~SAHl R Ill PH II A-s.&
Attachment M
Paae I.
APPENDIX B
California Coastal Commission Coastal Development Permit 6-
02-70
STATE Of UUFO(INU - THE llgwllcc6 MEW mUY ma. - CALIFORNIA COASTAL COMMISSION
W 0EGD AREA
7876 UElUDPDLIlAN MNE. SUITE 103
9"' DIECO. CA 92108*402 w-mo
COASTAL DEVELOPMENT PERMIT NO. 6-02-070
Page 1 of2
On August 7,2002 the California Coastal Commission granted to
attached Standard and Special Conditions.
Description: Construction of approximately a 6,000 lid foot sewer line in Chon
Road. Approximately 1,000 feet is a 14" force main connecting to an
existing dry force main in Macario Canyon Bridge (eastern connection)
and the remainder is a 15" gravity sewer pipeline connecting to the
existing 24" sewer main (western connection).
City of Carlsbad this permit for the development described below, subject to the
Site: Cannon Road between Car Country Drive and Faraday Avenue, Agua
Hedionda, Carlsbad (San Diego County).
Issued on behalf of the California Coastal Commission by
PETER DOUGLAS
Executive Director
and
IMPORTANT: THIS PERMIT IS NOT VALID UNLESS AND UNTIL A COPY OF
THE PERMIT WITH THE SIGNED ACKNOWLEDGMENT HAS BEEN RETURNED
TO THE COMMISSION OFFICE.
ACKNOWLEDGMENT
The undersigned permittee acknowledges receipt of
this permit and agrees to abide by all terms and
conditions thereof.
Date Signature of Permittee
COASTAL DEVELOPMENT PERMIT NO. 6-02-070
Page 2 of 2
STANDARD CONDITIONS:
1.
2.
3.
4.
5.
Notice of Receiut and Acknowledgment. The permit is not valid and development
shall not commence until a copy of the permit, signed by the permittee or authorized
agent, acknowledging receipt of the permit and acceptance of the terms and
conditions, is returned to the Commission office.
Exuiration. If development has not commenced, the permit will expire two years
from the date on which the Commission voted on the application. Development
shall be pursued in a diligent manner and completed in a reasonable period of time.
Application for extension of the permit must be made prior to the expiration date.
Interuretation. Any questions of intent or interpretation of any condition will be
resolved by the Executive Director or the Commission.
Assienment. The permit may be assigned to any qualified person, provided assignee
files with the Commission an aflidavit accepting all terms and conditions of the
permit.
Terms and Conditions Run with the Land. These terms and conditions shall be
perpetual, and it is the intention of the Commission and the permittee to bind all
future owners and possessors of the subject property to the terms and conditions.
SPECIAL CONDITIONS: NONE
Wed 3a 49th Day: 811 6/02
180th Day: 12/25/02
Staff: WNP-SD
Staff Report: 7/16/02
Hearing Date: 816-9102
STAFF REPORT CONSENT CALENDAR
Application No.: 6-02-70
Applicant: City of Carlsbad Agent: MGke %imm
Description: Construction of approximately a 6,000 lineal foot sewer line in Cannon
Road. Approximately 1,000 feet is a 14” force main connecting to an
existing dry force main in Macario Canyon Bridge (eastern connection)
and the remainder is a 15” gravity sewer pipeline connecting to the
existing 24” sewer main (western connection).
Site: Cannon Road between Car Country Drive and Faraday Avenue, Agua
Hedionda, Carlsbad (San Diego County).
Substantive File Documents: Certified Agua Hedionda LUP, CDP Nos. 6-97-10,6-97-
11,6-97-11-A1
I. STAFF RECOMMENDATION
The staff recommeids the Commission adopt the following resolution:
.i
MOTION I move that the Commkion approve the coastal development permil applications included on the consent
calendar in accordance with the staff recommendations.
STAFF RECOMMENDATION TO ADOPT CONSENT CALENDAR .. ..
Staff recommends a YES vote. Passage of this motion will result in approval of all the
permits included on the consent calendar. The motion passes only by affirmative vote of
a majority of the Commissioners present.
11. Standard Conditions.
See attached page.
6-02-70
Page 2
111. Special Conditions.
None.
N. Findines and Declarations.
The Commission finds and declares as follows:
1. Detailed Project DescriDtion. The proposed development includes the
installation of approximately a 6,000 lineal foot sewer line in Cannon Road.
Approximately 1,000 feet is a 14" force main connecting to an existing dry force main in
Macario Canyon Bridge (&em connection) and the remainder is a 15" gravity sewer
pipeline connecting to an existing 24" sewer main (western connection). Cannon Road is
improved within the project area; the project would remove and replace the existing
pavement to install the underground sewer lie. Seven manholes are proposed access
along the alignment.
The Agua Hedionda Lagoon plan area is the only uncertified segment in the City of
Carlsbad's LCP; therefore, the Commission retains permit jurisdiction in this area with
the standard of review being the Chapter 3 policies of the Coastal Act and the Agua
Hedionda Lagoon LUP used as guidance.
2. Environmentallv Sensitive Habitat. The project site is located near
(approximately 750 feet) the south shore of Agua Hedionda Lagoon. Section 30240
provides that environmentally sensitive habitat areas be protected against any significant
disruption of habitat values. Agua Hedionda in particular has been identified as one of 19
high priority coastal wetland acquisition areas, as referenced in Section 30233 ofthe Act.
Section 30240 states:
(a) Environmentally sensitive habitat areas shall be protected against any
significant disruption of habitat values, and only uses dependent on those resources
shall be allowed within those areas.
@) Development in areas adjacent to environmentally sensitive
habitat areas and parks and recreation areas shall be sited and designed
to prevent impacts which would significantly degrade those areas, and
shall be compatible with the continuance of those habitat and recreation
areas.
Cannon Road is currently open and is traveled by passenger vehicles as well as trucks
and other large vehicles. Environmentally sensitive habitat (coastal sage scrub) is located
6-02-70
Page 3
on the north side of Cannon Road outside the right of way. All work, including staging
and access, is confined to the existing improved right of way and no encroachment into
the adjacent undeveloped areas is required. Since all work is being performed within the
existing improved right of way, no disturbances to any sensitive habitat or species will
occm. Therefore, the Commission finds the proposed project is consistent with Section
30240 of the Coastal Act.
3. Public Access. The following Cod Act policies BIT most pertinent to the
proposed development, and state, in part:
Section 30212
(a) public acress from the n-st public zoadway to the rhorelie and along the
coast shall be provided in new development projects except where:
(1) it is inconsistent with public safety, military security needs, or the protection
of hgile coastal resources,
(2) adequate access exists nearby.
Section 30213
Lower cost visitor and recreational facilities shall be protected, encouraged, and,
where feasible, provided. Developments providing public recreational opportunities
are preferred ....
Section 30604(c)
(c) Every coastal development pennit issued for any development between the
nearest public road and the sea or the shoreline of any body of water located within
the coastal zone shall include a specific finding that the development is in
conformity with the public access and public recreation policies of Chapter 3
(commencing with Section 30200).
The above Coastal Act sections provide for the protection, provision and enhancement of
public access and recreational opportunities in coastal areas. These policies address the
public's right of access to the sea and public recreational sites, and require that access
considerations be given high priority in reviewing development proposals.
The project is proposed within existing road right of way in an existing urban area. Agua
Hedionda Lagoon is located approx. 750 feet north of the project site. Cannon Road
serves as the "first public road" on the south side of the lagoon. No popular public
recreation destinations exist within the project area between Cannon Road and the
lagoon. As such, the proposal will not adversely affect public access or recreation to
significant coastal areas.
6-02-70 Page 4
Westbound Cannon Road would be closed between Faraday Avenue and Car Country
Drive during project construction. Cannon Road is planned as a major coastal access
route. However, at this time, it is unimproved east of the project area and the project will
be completed before Cannon Road is open for vehicular use. Therefore, no adverse
public access impacts are anticipated. The trafii~c plan indicates westbound trafiic would
be detoured from College Boulevard to Palomar Airport Road which is a major easvwest
highway about one mile south of Cannon Road. As such, coastal access would not be
diminished as Palomar Airport Road provides access to the coast. Therefore, the
Commission finds the project is consistent with the cited sections of the Coastal Act, and
with all other public access and recreation policies of the Act.
4. Growth Inducement. Section 30250 (a) of the Coastal Act is applicable and
states, in part:
(a) New residential, commercial, or industrial development, except as otherwise
provided in this division, shall be located within, contiguous with, or in close
proximity to, existing developed areas able to accommodate it or, where such areas are
not able to accommodate it, in other areas with adequate public services and where it
will not have significant adverse effects, either individually or cumulatively, on coastal
resources ....
To be found consistent with Section 30250(a) of the Coastal Act, the Commission must
find that the project is being proposed to serve existing development, or that ifit would
accommodate new development, such development must be at planned and approved
densities. In this case, the proposed sewer pipe is designed to accommodate existing and
planned development within the area. Therefore, the proposed improvements to the sewer
system should not have a significant overall inducement to growth within the coastal mne.
5. Water OualiQ. The following Coastal Act policies addressing water quality are
most applicable to the subject proposal, and state, in part:
Section 30230
Marine resources shall be maintained, enhanced, and where feasible,
restored.. .Uses of the marine environment shall be carried out in a manner
that will sustain the biological productivity of coastal wate rs....
Section 3023 1
The biological productivity and the quality of coastal waters, streams,
wetlands, estuaries, and lakes appropriate to maintain optimum population
of marine organisms and for the protection of human health shall be
maintained and, where feasible, restored through, among other mea,
minimizing adverse effects of wastewater discharges and entrainment . . ..
6-02-70 Page 5
The proposed development, when completed, will not have any adverse impacts on
existing water quality. The underground sewer pipeline will not increase the amount of
impervious surface. The City has applied for a 401 certification from the Regional Water
Quality Control Board, which will ensure the project provides adequate BMPs to assure
minimal runoff from the construction site. The Commission finds that approval of the
development, as proposed, is consistent with the cited Coastal Act policies.
6. Local Coastal Planning. Section 30604(a) also requires that a coastal
development permit shall be issued only if the Commission finds that the permitted
development will not prejudice the ability of the local government to prepare a Local
Coastal Program (LCP) in conformity with the provisions of Chapter 3 of the Coastal
Act. In this case, such a finding can be made.
While the City of Carlsbad has a certified LCP, the Agua Hedionda Lagoon plan area is
the only uncertified area The area proposed for improvements is within the City's right-
of-way, and the project is not considered growth inducing. The project is in conformance
with all applicable Chapter 3 policies, and therefore approval of the project will not
prejudice the ability of the City of Carlsbad to obtain a fully certified LCP for the Agua
Hedionda Lagoon segment.
7. Consistencv with the California Environmental Oualitv Act (CEOA).
Section 13096 of the Commission's Code of Regulations requires Commission approval
of Coastal Development Permits to be supported by a finding showing the permit, as
Environmental Quality Act (CEQA). Section 21080.5(d)(2)(A) of CEQA prohibits a
conditioned, to be consistent with any applicable requirements of the California
proposed development from being approved if there are feasible alternatives or feasible
mitigation measures available which would substantially lessen any significant adverse
effect which the activity may have on the environment.
The proposed project has been found consistent with the policies of the Coastal Act.
Thm are no feasible alternatives or feasible mitigation measures available which would
substantially lessen any significant adverse impact which the activity may have on the
environment. Therefore, the Commission finds that the proposed project is the least
environmentally damaging feasible alternative and is consistent with the requirements of
the Coastal Act to conform to CEQA.
STANDARD CONDITIONS:
1. Notice of Receiut and Acknowledement. The permit is not valid and development
shall not commence until a copy of the permit, signed by the permittee,or authorized agent, acknowledging receipt of the permit and acceptance of the terms and
conditions, is returned to the Commission ofice.
2. Exuiration. If development has not commenced, the permit will expire two years
from the date on which the Commission voted on the application. Development
6-02-70 Page 6
shall be pursued in a diligent manner and completed in a reasonable period of time.
Application for extension of the permit must be made prior to the expiration date.
3. Intemretation. Any questions of intent or interpretation of any condition will be
resolved by the Executive Director or the Commission.
4. Assiment. The permit may be assigned to any qualified person, provided assignee
files with the Commission an affidavit accepting all terms and conditions of the
permit.
5. Terms and Conditions Run with the Land. These terms and conditions shall be
perpetual, and it is the intention of the Commission and the pennittee to bind all
future owners and possessors of the suhject property to the terns md conditicns.
.
LOCATION MAP
NOT Td SCAI
APPENDIX C
Notice of Exemption EIA 02-01
NOTICE OF E: lMPTlON
To: County Clerk
County of San Diego
Mailstop 833, Attn: Wendy
PO Box 121750
San Diego CA 92112-1750
From: CITY OF CARLSBAD
Planning Department
1635 Faraday Avenue
Carlsbad CA 92008
(760) 602-4600
Subject: Filing of this Notice of Exemption is in compliance with Section 21 l52b of the Public
Resources Code (California Environmental Quality Act).
Project Title: South Aaua Hedionda Sewer Intercmtor - EIA 02-01
Project Location - Specific: Within the existine imurovemmts for Cannon Road. between Faraday
Avenue and Car Countni Drive.
Project Location - City: Carlsbad Project Location - County: San Dieao
Description of Project: Installation of sewer line within the existine imuroved rirhr-of-wav for Cannon Road. New sewer line to connect to existing drv line installed within the Cannon Road
bridee and to existine lines at the eastern and western terminus of the uroiect.
Name of Public Agency Approving Project: Ciw of Carlsbad
Name of Person or Agency Carrying Out Project: Ciw of Carlsbad Public Works Deuamnent
Name of Applicant:- Sherri Howard
Applicant's Addrcr::J6?5 Faradav Avenue. Carlsbad CA 92008
Exempt Status: (Check One) 0 Ministerial (Section 21080(b)(l); 15268);
Declared Emergency (Section 21080(b)(3); 15269(a));
Emergency Project (Section 21080(b)(4); 15269 (b)(c));
Statutory Exemptions - State code number:
Reasons why project is exempt: New construction of small structures and minor trenching and
backfilline where the surface is restored.
Lead Agency Contact Person: Michael Grim Telephone: (760) 602-4623
Categorical Exemption - State type and section number: 15303 and 15304
If filed by applicant:
1. 'Attach certified document of exemption finding.
2. Has a notice of exemption been filed by the public agency approving the project?
41 10/m
MICHAEL J. HOLZMI=ER, Pldnning Director Date
[XI Signed by Lead Agency 0 Signed by Applicant
Revised December 2001
APPENDIX D
Daily Extra Work Report
3 2: j p: 1 1
i i i i
gsssxxaxsxxaxxsx 0000000000000000
z
-1
? s
3 u)
m
APPENDIX E
LIST OF RELATED SOILS REPORTS
LIST OF RELATED SOILS REPORTS
REPORT
Grading, Cannon Road West
Final As-Graded Report of Rough-
Carlsbad. California CT 94-09-03
(Reach 1) Sta. 3743 to Sta. 66+00
13184)
Appendix A - References
Cannon Road, Reaches 1 and 2
Evaluation of Distressed Median
Carlsbad, California URSGWC
Project No. 58-9551 1302.03-01NST
Geotechnical Investigation for the
proposed Cannon Road - Reach 1
Carlsbad, California
Update Geotechnical Report for the
Proposed Cannon Road-Reach 1
and Macario Canyon Bridge,
Carlsbad, California
Final Report of Fine-and Post-
Grading, Cannon Road Extension,
Lego Drive to Macario Canyon
Bridge, Carlsbad, California
Appendix A - Summary of Field
Density Tests
Appendix B - Laboratory Testing
Procedures and Test Results
Limited Pavement Evaluation
and Pavement Design
Recommendations, Offsite
Cannon Road from Sta. 7+60 to
Sta. 1878, Carlsbad Ranch,
Phase 1, Carlsbad, California
Seotechnical Investigation.
Proposed Golf Cart Undercrossing,
2annon Road, Carlsbad. California
Jroposed Undercrossing, Cannon
3oad and Armada Drive, Carlsbad
3anch Phase 1, Carlsbad. California
'rehinary Geotechnical
:Lots 1 through 7), Carlsbad Ranch
nvestigation Units I and II
3revious ExplorGions of Site
4ppendix C - Laboratory Testing
'rocedures and Test Results
4ppendix D - General Earthwork
and Grading Specifications
'rehinary Geotechnical Evaluation
..
or Tentative Map Purposes,
:arkbad Ranch, Carlsbad,
2alifornia
PREPAREDBY
Leighton and Associates
URS Corporation
Woodward-Clyde Consultants
Woodward-Clyde Consultants
Leighton and Associates
Leighton and Associates
Leighton and Associates
Leighton and Associates
Leighton and Associates
-eighton and Associates
2
October 4,2000 3
September 26, 1988 5
April 27, 1993 6
July 22, 1999 7
9
September 20, 1995 10
April 26. 1995 11
June 13,1995 12
July 22, 1993 13
14
15
16
17
July 5, 1994 18
REPORT SECTION DATE PREPAREDBY
Appendix A - References
20 Appendix B - Logs by Leighton and
19
Borings Excavated During the
Associates of Large-Diameter
Carlsbad Ranch Phase II
Investigation
Appendix C - Laboratory Testing
Appendix D - General Earthwork
21
Procedures and Test Results
22 I and Grading Specifications
APPENDIX F
Project Sign
c
1 : N
APPENDIX G
Traffic Signal at Car Country Drive
-.
. -. ."
"" """" _" . "