Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Planes, Boats and Automobiles; 2015-08-04; PWM15-105TRAN
RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2016-0374650 1111111111111111111111111111111111111111111111111111111111111111111111 Jul 26, 2016 02:31 PM OFFICIAL RECORDS Ernest J Dronenburg, Jr., SAN DIEGO COUNTY RECORDER FEES $15.00 PAGES: 1 Space above this line for Recorder's use. PARCEL NO: NA ~~--------------- NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on September 15, 2015. 6. The name of the contractor for such work or improvement is Planes, Boats and Automobiles, Ltd .. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: 6608 Northwest Quadrant Storm Drain Program (James Drive and Sandalwood), Agreement No. PWM15-105TRAN. 8. The street address of said property is in the City of Carlsbad know as James Drive and Sandalwood VERIFICATION OF CITY CLER~ I, the undersigned, say: / / I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Engineer of said City on ~ i) , 20k_, accepted the above described work as completed and ordered t t a N e of Completion be f1led. I declare under penalty of perjury that the foregoing is true and correct. Executed on ~>. ~ 1 d:--, 20h.o_, at Carlsbad, California. CITY OF CARLSBAD ~o ,._·a a. CctKoi--.J.c .1\ BAF'fE€RA ENGLESON V City Clerk Word\Masters\Forms\Notice of Completion (City) 3/9/98 CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS The developer has constructed the improvements required for Northwest Quadrant Storm Drain Program (James Drive and Sandalwood) Project No. 6608, and has requested that the City of Carlsbad accept the public improvements. City forces have inspected the public improvements and found them to be satisfactory. The public improvements consist of: IMPROVEMENTS VALUE Cross-gutter $29,851 PUBLIC WORKS DIRECTOR CERTIFICATION OF COMPLETION OF IMPROVEMENTS 6 bt/li DafF CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described public improvements is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above described im~pov/~"_4) tz;/ 7/f!.;J'-K~VJN RAWFORD, City Manager Date APPROVED AS TO FORM: CELIA BREWER, City Attorney By: ~/c--?(_ut70 'Assistant City Attorney UcjJat;J Word\Masters\Forms\Acceptance of Public Improvements (City) 319198 PWM15-105TRAN CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT NORTHWEST QUADRANT STORM DRAIN PROGRAM - JAMES DRIVE AND SANDALWOOD CONTRACT NO. 6608 This agreement is made on the _ dav of //^/^Z^^:^^ . 2015. by the Citv of Carisbad, California, a municipal corporation, (hereinafter called xjiy''), and Planes, Boats and Automobiles, a limited liability company whose principal place of business is 80(y^nd Avenue, Suite A-9, Carisbad, CA 92008 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to periderm the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carisbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Sherri Howard (City Project Manager) WAGE RATES. 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 Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution ofthe 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. ofthe Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. FALSE 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. 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. NW Quad Sandalwood and James; CONT. NO. 6608 Page 1 of 21 City Attorney Approved 4/1/15 PWM15-105TRAN The provisions of Carisbad 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. 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 and that debarment by another jurisdiction is grounds for the City of Carisbad to disqualify the Contractor or subcontractor firom participating in contract biddir Signature: /k.lLAM/^ Print Name: Kevirf Doherty REQUIRED INSURANCE. The successful contractor shall provide to the City of Carisbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Woricers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period ofthe contract and must be fumished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with insurers that have a current Besfs Key Rating of not less than "A-:VH"; OR with a surplus line insurer on the State of Califomia's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $1,000,000 Subject to the same limit for each person on account of one accident in an amount not less than $1,000,000 Property damage insurance in an amount of not less than $1,000,000 Automobile Liability Insurance in the amount of $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 perfonnance ofthe contract, used onsite or offeite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Cartsbad as an additional insured. The fiill limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS' COMPENSATION AND EMPLOYER'S LIABIUTY. Woricers' Compensation limits as required by the Califomia Labor Code. Workers' Compensation will not be required If Contractor has no employees and provides, to City's satisfaction, a declaration stating this. INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold hannless the City, and its officers and employees, firom all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the pertormance of the Contract or work; or fi'om any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including ttiose related 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 attomeys' fees for litigation, arbitration, or other dispute resolution method. JURISDICTION. The 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, Califomia. Start Woric: Contractor agrees to start within five (5) woridng days after receipt of Notice to Proceed. Completion: Contractor agrees to complete woric within forty flve (45) working days after receipt of Notice to Proceed. NW Quad Sandalwood and James; CONT. NO. 6608 Page 2 of 21 City Attomey Approved 4/1/15 PWM15-105TRAN CONTRACTOR'S INFORMATION. PLANES, BOATS AND AUTOMOBILES, (PBA, LTD) (name of Contractor) 816826 (Contractor's license number) A,B (license class, and exp. date) Expires 1-31-2017 800 GRAND AVENUE, SUITE A-9 (street address) CARLSBAD,CA 92008 (city/state/zip) 760-729-7913 (telephone no.) 760-729-7913 _-_ pbalimited@gmail.com (e-mail address) AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the temns and conditions of this Agreement. CONTRACTOR PLANES, BOATS AND AUTOMOBILES, LTD, a limited liability company By: ^ (sign here) Kevin Doherty / Vice President - Secretary CITY OF CARLSBAD, a municipal corporation of the State of Califomia By: Patrick A. Thomas NBtiblic Worics Director as authorized by the Cify Manager By: / (print name/title) (sign here) Ray Files / President (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corooration. Agreement must be signed by one corporate officer from each ofthe following two groups: Group A Chainnan, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attomey BY: _ _ A LT^ A^ ssistant City Attome NWQuad Sandalwood and James; CONT. NO. 6608 Page 3 of 21 City Attomey Approved 4/1/15 ;ck A License - License Detail - Contractors State License Board Page I ol Contractor's License Detail for License # 816826 SCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this formation, you should be aware of the following limitations. Business Information PU\NES BOATS & AUTOMOBILES LTD 800 GRAND AVE #A9 CARLSBAD, CA 92008 Business Phone Number;(760) 272-1507 Entity Corporation Issue Date 01/28/2003 Expire Date 01/31/2017 License Status This license is current and active. All Information below should be reviewed. Classifications A - GENERAL ENGINEERING CONTRACTOR B - GENERAL BUILDING CONTRACTOR Bonding Information Contractor's Bond This license filed a Contractor's Bond with BUSINESS ALL1/\NCE^^^ bond Number: G201501151368 iBond Amount: $12,500 lEffective Date: 01/15/2015 Contractor's Bond History Bond of Qualifying Individual The Responsible Managing Officer (RMOrFILES GILBERT R that he/she owns io percent or more ofthe voting stock/equity ofthe corporation. A bond of qualifying individual is not required. Effective Date: 01/28/2003 Workers' Compensation This license is exempt from having workers compensation insurance; they certified that they have no employees at this time. Effective Date: 01/12/2015 jExpire Date: None Workers' Compensation History _ Other Personnel listed on this license (current or disassociated) are listed on other licenses. ps://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=816826 6/17/20 California Department oflndustrial Relations - Contact DIR Page 1 of 1 Go to Search Home Labor Law Cal/OSHA Safety & Health Workers'Comp Self Insurance Apprenticeship Director's Office Boards Department of jnc^^ Public Works Contractor Registration Search This is a listing of cun'ent and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) ofthe Califomia Labor Code. Enter at least one search criteria to display active registered public worits contractor(s} matching your selections. Registration Year: Registration Nutnber: I Contractor License Lookup Cun-ent Fiscal Year: 2016 \yr. 1000018273 Contractor Legal Name: License Number: County: SAN DIEGO Search Reset Public Works Contractor Registration Web Search Results One Registered Contractor found. 1 Details Legal Name ^ View : PLANES BOATS AND AUTOMOBILES LTD : Registration County : Number 1000018273' SAN DIEGO City CARLSBAD Export as: Excel | PDF Registration Expiration Date : Date 07/08/2015 ; 06/30/2016 v2.2ai 50701b About DIR Who we are DIR Divisions, Boards & Commissions Contact DIR Work with Us Licensing, registrations, certifications & permits Notification of activies Public Records Act Learn More site Map Frequently Asked Questions Jobs at DIR Conditions of Use ^ Privacy Policy Disclaimer Disability accommodation , Site Help Copyright © 2015 State of California https://efiling.dir.ca.gov/PWCR/Search.action 7/15/2015 PWM15-105TRAN EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion ofthe Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Projecl to be perfomned under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perfonn such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the woric, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Seclion 4100 et seq. ofthe Califomia Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Portion of Project to be Subcontracted Business Name and Address License No., Classification & Expiration Date %of Total Contract //% • ' 1 ' ' ' •' Total % Subcontracted: //^ NW Quad Sandalwood and James; CONT. NO. 6608 Page 4 of 21 City Attomey Approved 4/1/15 Iheck A License - License Detail - Contractors State License Board Page 1 of Contractor's License Detail for License # 806124 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware ofthe following limitations. Business Information JOE'S PAVING COMPANY INC P O BOX 99 VALLEY CENTER, CA 92082 Business Phone Number:(760) 749-0519 Entity Corporation Issue Date 03/29/2002 Expire Date 03/31/2016 License Status This license is current and active. M\ information below should be reviewed. Classifications C12 - EARTHWORK AND PAVING A - GENERAL ENGINEERING CONTRACTOR Bonding Information Contractor's Bond ffhis license filed a Contractor's Bondv^^ )ond Number: 112438 Jond Amount: $12,500 Effective Date: 03/02/2014 jContractor's Bond History ^ Bond of Qualifying Individual The Responsible Managing Officer (RMO) REPKO SEAN REGAN certified that he/she owns 10 percent or more ofthe voting stock/equity ofthe corporation. A bond of qualifying individual is not required. Effective Date: 05/29/2008 BQl's Bond History Workers' Compensation rhis license has workers compensation insurance with the INSURANCE COMPANY OF THE WEST »ollcy Number:WSD5030297 Effective Date: 06/01/2015 Expire Date: 06/01/2016 \/orkers' Compensation History ._,,__...„_______.____.__ ._ Other Personnel listed on this license (current or disassociated) are listed on other licenses. ttps://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=806124 7/15/201 !heck A License - License Detail - Contractors State License Board Page 2 of ttps://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=806124 7/15/201 Califomia Department oflndustrial Relations - Contact DIR Page 1 of 1 Go to Search Home Labor Law Cal/OSHA Safety & Health Workers'Comp Self Insurance Apprenticeship Director's Office Boards Departmentof lndustria[^Re|atiqr^_(DIR) Public Works Contractor Registration Search This is a listing of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Enter at least one search criteria to display active registered public worics contractor(s) matching your selections. Registration Year: Registration Number: Contractor Legal Name: License Number: County: Current Fiscal Year: 2016 11000011953 j Select County Search Contractor License Lookup Reset Public Works Contractor Registration Web Search Results One Registered Contractor found. 1 Details! Legal Name View JOE'S PAVING CO., INC. Registration County Number 1000011953 : SAN DIEGO City Export as: Excel | PDF Registration Expiration Date i Date VALLEY CENTER i 06/26/2015 : 06/30/2016 v2.20150701b About DIR Who we are DIR Divisions, Boards & Commissions Contact DIR Work with Us Licensing, registrations, certifications & permits Notification of activles Public Records Act Learn More site Map Frequently Asked Questions Jobs at DIR Conditions of Use ' Privacy Policy : Disclaimer ^ Disability accommodation ; Site Help Copyright © 2016 State of Catifornia https://efiling.dir.ca.gov/PWCR/Search.action 7/15/2015 PWM15-105TRAN EXHIBIT B (NORTHWEST QUADRANT STORM DRAIN PROGRAM - James Drive and Sandalwood JOB QUOTATION ITEM NO. UNIT QTY Unit Price DESCRIPTION PRICE 1 LS 1 $3,000 Mobilization $3,000 2 LS 1 $7,940 Demolition, Unclassified Excavation, equipment $7,940 3 SF 520 $18 Modified G-12 Cross Gutter with RCP protection per RCP Protection Detail $9,360 4 LS 1 $850 Traffic Control $850 5 LF 150 $8 Sawcutting $1,200 6 SF 215 $18.61 AC Grinding and Paving $4,001.15 7 LS 1 $3,500 RCP Repair per Detail 1 and 2 $3,500 TOTAL*^ $29,851.15 *lncludes taxes, fee's, expenses and all other costs. NW Quad Sandalwood and James; CONT. NO. 6608 Page 5 of 21 City Attorney Approved 4/1/15 PWM15-105TRAN Bond Number CE11510700603 EXHIBIT C LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Planes, Boats and Automobiles, Ltd.. (hereinafter designated as the "Principal"), a Contract for: NORTHWEST QUADRANT STORM DRAIN PROGRAM - JAMES DRIVE AND SANDALWOOD CONTRACT NO. 6608 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office ofthe City Clerk ofthe City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the tenns thereof require the furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used In, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, PLANES, BOATS AND AUTOMOBILES, LTD., as Principal, (hereinafter designated as the "Contractor"), and Philadelphia Indemnity Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of Thirty Thousand Seven Hundred Forty Six Dollars and Sixty Eight Cents ($30,746.68), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the Contract by the City of Carisbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code secfion 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of acfion to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addifion to the terms of the contract or to the work or to the specificafions. NW Quad Sandalwood and James; CONT. NO. 6608 Page 6 of 21 City Attorney Approved 4/1/15 PWM15-105TRAN In the event that Contractor is an individuai, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligafions under this bond. Executed by CONTRACTOR this of July , 2015 . day CONTRACTOR: Executed by SURETY this. of Jiily SURETY: 15th . day 2015 PBA Limited (name of Contractor) / (sign here) By: Philadelphia Indemnity Insurance Company (name of Surety) 251 S Lake Ave. Suite 360 Pasadena. CA 91101 (address of Surety) Kevin Doherty (print name here) Vice President/Secretary PBA Limited (fitle and organization of signatoty) By: / (signature of Attorney-in-Fact) Steven A. Swartz (sign here) Ray Files (print name here) President PBA Limited (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (fitle and organizafion of signatory) (Proper notarial acknowledgment of execufion by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretaty or assistant secretaty must sign for corporations. If only one officer signs, the corporation must attach a resolufion certified by the secretaty or assistant secretaty under corporate seal empowering that officer to bind the corporafion.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: _ Assistant city Attomey NW Quad Sandalwood and James; CONT. NO. 6608 Page 7 of 21 City Attorney Approved 4/1/15 CALIFORNIA iUX-PURPOSE ACKNOWLEDCMMENT CIVIL CODE §1189 A notary public or other offfcer completing this certificate verifiefi nnh/ H» w^n«*., ^u. ... ~ State of Califomia County of S4t^i>%^ On JKI^ z^ir Oate personally appeared _ ) before me, ^^-^^^ l^<>rtf^(2o(%^ 1/ c^v /rJ /^.. L.^'^^l® '"^^'^ '^'^ me of the Officer W< — /ameCsJ ofSigner(s) who proved to me on the basis of satisfactory evidence to h*. tho \ A. ' subscribed to the within instmment and acknowl^^to me ^^afLHS '^^^ his^er/their authorized capacityOes). and that by hisS^B^^ *he same In or the entity upon behalf of whfch the pe.^on(s)^a^T^S the ^^^^ ^P^^)' o^<^^^^^'^ ? ^^^^"^ the laws 1 OFFICIAL SEAL DAREN VASS NOTARY PUBLIC-CALIFORNIA^ COMM. NO. 2087484 ^ SAN DIEGO COUNTY MY COMM. EXP. NOV 21, 2018 J WITNESi Signal Sigriature of Notary Pubtic Place Notary Sea/Above OPTIONAL Though this section is optional, i^pleVng this infonnation can deter alteration of the document or fraudulent reattachment of this fbm, toan unintended document. "''^""^^ °' Description of Attached Document Trtle or Type of Document: )f^\^<^H^G^ (^g;;<j_ P^^^^„^ ll^^l^ Number of Pages: Signers) Other Than Named Above: ' CapacityOes) Claimed by Signers) Signer's Name: • CJorporate Officer - Trtle(s): • Partner — • Limited • General • Individual • Attomey in Fact ' • Trustee • Guardian or Conservator • Other: Signer Is Representing: Signer's Name: • Corporate Ofticer - TiMe(s): • Partner- • Umited •(Beneral • Individual • Attomey in Fact • Trustee • Guardian or Consen/ator • Other Signer Is Representing: ©2014 National Notaiy Association • www.NationalNotery.org • 1-800-US NOSRYCI^M^^^^^^ 6222 PHIL.A.DELPHIA INDEMNITY INSURANCE COMPANY 231 St. Asaph's Rd., Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Kevin R. Cathcart, Michael J. Wasko III, Steven A. Swartz, Kelly Specht, Lorie Mandel and NicW Swartz of South Coast Surety Insurance Services, Inc., its true and lawfiil Attomey-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obhgatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25.000.000.00. This Power of Attorney is granted and is signed and sealed bv facsimile under and by the authority ofthe following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY'at a meeting duly called the I" day of July, 2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Corapany bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: Tliat the signatures of such officers and the seal of the Company may be affixed to any such Power of Attomey or certificate relating thereto by facsimile, and any such Power of Attomey so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 10™ DAY OF JUNE 2013. (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 10* day of June 2013, before me came the individual who executed fhe preceding instrument, to me personally known, and being by me duly swom said that he is the therein described and authorized officer ofthe PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMMONWEALTH OF PENNSYLVAMA NoaNBl Seal KimlMrly A. KfisslesJd. Notarv Public ijmer Menem Twp. tvftffitsoswft Wunty My CQmml55iort Empires Dqc. IB, Z016 HCHISt. PPWSYLVANW ASSOCIATION Of NOTMUES Notary Public: (Notary Seal) residing at: My commission expires: Bala Cvnwvd. PA December 18. 2016 I, Edward Sayago. Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify that the foregoing resolution ofthe Board of Directors and this Power of Attomey issued pursuant thereto on this 10™ day of June 2013 trae and correct and are still in full force and effect. 1 do further certify that Robert D. O'Leary Jr., who executed the Power of Attomey as President, was on the date of execution ofthe attached Power of Attomey the duly elected President of PHILADELPHIA'INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this /S day of t-/OCof ^ 2(i/S~ . / Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY Califomia All-Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Grange s.s. On Julv 15th. 2015 before me, Debbie McGilligan, Notary Public personally appeared Steven A. Swartz N/A who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/axe subscribed to the within instrument and acknowledged to me that he/skteiSkhey executed the same in his/buBD^toeir authorized capacity(je8), and that by his/hBcyjfcisir signature(a) on the instrument the person(8), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m^and and official seal. DEBBIE MCGILLIGAN t Conifflission # 1994032 t Notry Public • California i Orange County ^ My Comm. Expires Oct 14.2016 C • • • • • « OPTIONAL INFORMATION Allhovgh ;U(i iiifomiatioi! in ttiis S9c!:0i: is t:u: . . : ... ..-tint fmuduleni n^: .. this acknowiedgmenl to an unauthorized documeni and may prove useful to persons relying on the attach-. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of Payment Bond - PBA Limited - City of Carlsbad , containing 2 pagex, and dated .li]ly l.'ith, ?ni5 The signer(s) capacity or authority is/are as: • Individual(s) K Attorney-in-fact • Corporate Officer(s) • Guardian/Conservator • Partner-Umited/General • Tnjstee(s) • Other: representing: Philadelphia Indemnity Insurance Company Additional Information Method of Signer Identification _ _ Proved to me on the basis of satisfactory evidence: LJ form(s) of Identification Q] credible wltness(es) Notarial event Is detailed in notary joumal on: Page* Entry* Notary contact: Other CJ Additional Signer [ Slgner(s) Thumbprlnts(s) • wcKEK^oxn RHiuuiiKH tKisniaau © 2009-2015 Notary l.(-ijrn[nn Cenifr - Al! RkjMs Reserved 'roL! can purchsse copies of ihis forrn irom our web sue ai •ftvw.TheNoisrysSlore.co PWM15-105TRAN GENERAL PROVISIONS 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 tiie details siiown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in Califomia) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components ofthe traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shali be removed firom the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central iocations, approved by the Engineer, within the limits ofthe right-of-way. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Penneable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200- 1.2.2(A). Class 2 penneable material shall confonn to the requirements in this section and Table 200-1.2.2(6). When permeable material is required and the class or kind is not specified. Class 1 penneable material shall be used. The altemative gradings within Ciass 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to fumish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall confonn to the gradings in Tables 200- 1.2.2(A) and 200-1.2.2(8). NW Quad Sandalwood and James; CONT. NO. 6608 Page 8 of 21 City Attomey Approved 4/1/15 PWM15-105TRAN TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Sieve Sizes Percer Type A itage Passing TypeB 50-mm (2") — 100 37.5-mm (IV2") — 95-100 19-mm (3/4") 100 50-100 12.5-mm (V2") 95-100 — 9.5-mm (VB") 70-100 15-55 4.75-mm (No. 4) 0-55 0-25 2.36-mm (No. 8) 0-10 0-5 75-Mm (no. 200) 0-3 0-3 TABLE 200-1.2.2(B) CLASS 2 PERMEABLE MATERIAL Sieve Sizes Percentage Passing 25-mm (1") 100 19-mm (3/4") 90-100 9.5-mm 40-100 4.75-mm (No. 4) 25-40 2.36-mm (No. 8) 18-33 600-Mm (No. 30) 5-15 300-iJm (No. 50) 0-7 75-um (no. 200) 0-3 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be fl-ee from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily underwatering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. NWQuad Sandalwood and James; CONT. NO. 6608 Page 9 of 21 City Attomey Approved 4/1/15 PWM15-105TRAN AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2'Maximum 3/4'f^aximum Operating Operating Sieve Sizes Range Range 2" 100 — 11/2" 90-100 — 1" -- 100 3/4" 50-85 90-100 No. 4 25-45 35-60 No. 30 10-25 10-30 No. 200 2-9 2-9 QUAUTY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 MIn. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. NW Quad Sandalwood and James; CONT. NO. 6608 Page 10 of 21 City Attomey Approved 4/1/15 PWM15-105TRAN SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) (3) PORTLAND CEMENT CONCRETE Type of Construction Concrete Ciass Maximum Slump mm (Inches) All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) (2) Trench Backfill Slurry 115-E-3 (190-E-400) 200 (8") Street Light Foundations and Survey Monuments 330-C-23 (560-C-3250) 100 (4") Traffic Signal Foundations 350-C-27 (590-C-3750) 100 (4") Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) ofthe Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. Add the following: 201-1.7 Miscellaneous Concrete Finishing Products. 201-1.7.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal) Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural concrete. Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry without daricening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shali leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer's directions. Seal shall be compatible with the surfaces and materiais which it is applied. Concrete sealer shall conform to the following specifications: NW Quad Sandalwood and James; CONT. NO. 6608 Page 11 of 21 City Attomey Approved 4/1/15 PWM15-105TRAN Color: Clear, non-yellowing Odor: Mild Flash Point: None (C.O.C. method) Specific Grav: 1.03 Density: 8.6 pounds per gallon Drying Time: 30 minutes to 60 minutes Cure Time: 24 to 48 hours VOC Content: None (0 g/l) excluding water Polymer Type: Proprietary Reactive Resin System Coverages (approximate): Smooth Concrete: 300 to 400 square feet per gallon Rough Concrete: 200 to 300 square feet per gallon Note: Coverages vary depending on porosity and condition of surface and method of application. Method of: Airiess sprayer. Application Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materiais shaii be fumished, prepared, applied, cured, and stored according to the product manufacturer's direction. 201-1.2.4 Chemical Admixtures, (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or pennitted by more than 1-1/2 percentage points. The air content of fl^eshly mixed concrete will be determined by California Test Method No. 504. SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. ADD the foiiowing: 203-6.2.1 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in confonnance with the mix design when the Asphalt Binder content is within +/-0.5% ofthe design mix and the gradation confonns to the grading as shown in Table 203-6.4.3 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.3 (A) Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the NW Quad Sandalwood and James; CONT. NO. 6608 Page 12 of 21 City Attomey Approved 4/1/15 PWM15-105TRAN grading as shown in Table 203-6.4.3 (A). 203-6.4 Asphait Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shali be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shali be detennined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confimns the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif Test 382 or ASTM 2172, and Calif Test 202. 2. Stability using: a. Hveem stability Value using Calif Tests 304 and 366 shall be the average of three individuai Values or b. Marshall Stability^ in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shali be the average ofthree specimens. ^Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properiy prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. 203-6.8 Asphait Concrete Storage, add the following: Open graded or Gap graded asphait concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203-11.3 Composition and Grading. Add the foliowing: Asphalt Rubber Hot Mix shall be Gap Graded class ARHM-GG-C. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS NW Quad Sandalwood and James; CONT. NO. 6608 Page 13 of 21 City Attomey /approved 4/1/15 PWM15-105TRAN SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General, add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth fi^om the surface soii and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materiais. add the foilowing: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and gmbbing. 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the foilowing section: 300-13.1 Storm Water Pollution Prevention Pian. As part of the storm water pollution prevention wori<, the Contractor shall prepare and submit Tier 1 Stomn Water Pollution Prevention Plan, hereafter refenred to as the "SWPPP,". The SWPPP shall confonn to the requirements of the "Greenbook" Standard Specifications for Public Works Construction, the requirements in the Califomia Storm Water Quality Association, Stonnwater Best Management Practice Handbook, Construdion ("Handbook"), the requirements of the Pennit, the requirements in the plans and these supplemental provisions. 300-13.1.1 SWPPP Document Within 15 calendar days after the execution ofthe contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Contractor will be provided the digital fonnat for SWPPP to complete required sections, if revisions are required, as detennined by the Engineer, the Contractor shall revise and resubmit the SWPPP within 15 days of receipt ofthe Engineer's comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer's acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to ailow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as NW Quad Sandalwood and James; CONT. NO. 6608 Page 14 of 21 City Attomey Approved 4/1/15 PWM15-105TRAN control measures, to reduce to the extent feasible pollutants in storm water discharges fi'om the construction site both during and after construction is completed under this contract. The SWPPP shall incorporate control measures in the following categories: 1. Soil stabilization practices; 2. Sediment control practices; 3. Wind erosion controi practices; and 4. Non-storm water management and waste management and disposal control practices. Specific objectives and minimum requirements for each category of controi measures are contained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who wiii have the responsibilities outlined in the SWPPP. The SWPPP shali include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspection and Repair; 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Stonn Water Management; 9. Preparer; 10. Copy ofthe local permit; 11. BMP Consideration Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Pennit, or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shaii be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised operations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. NW Quad Sandalwood and James; CONT. NO. 6608 Page 15 of 21 City Attomey Approved 4/1/15 PWM15-105TRAN Environmental Protection Agency or local stomn water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non-compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-13-1.2 Availability of SWPPP template. A site-specific draft document intended for use as a template for the required SWPPP document will be made available for use at the Contractor's option, at no cost to the Contractor. The document is available for review in Appendix B. The Contractor shall review the template and modify it as necessary to refiect the Contractor's operations. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be considered incidental to the items of work and no additional payment will be made therefore. Add the following section: 300-13.1.4 SWPPP implementation. Upon acceptance ofthe 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. Uniess othen^se directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. Soii 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-disturiDed areas ofthe 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 appiicable constmction activities for projects vrtnich begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of constmction operations, at the Contractor's cost, which create water pollution if the Contractor fails to conform to the requirements of this section as detennined by the Engineer. Add the following section: 300-13.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regulariy inspect and maintain the constmction site for the controi NW Quad Sandalwood and James; CONT. NO. 6608 Page 16 of 21 City Attomey Approved 4/1 /15 PWM15-105TRAN measures identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. The construction site inspection checklist provided in the "Handbook" shall be used to ensure that the necessary measures are being properiy implemented, and to ensure that the control measures are ftjnctioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days ofthe inspeclion. During the winter season, inspections of the constmction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. if the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be con-ected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The conrection of deficiencies shall be at no additional cost to the City. SECTION 302 - ROADWAY SURFACING Add the following: The Contractor shall be responsible for tree trimming along the curia line as noted in Section 300-1 Clearing and Gmbbing - so as to provide a clear travel way during the constmction of the roadway resurfacing. The Contractor shall treat aii vegetation within the limits ofthe paved area to be surfaced with a post emergent herbicide. Herbicide shall be applied at least 2 (two) woridng days prior to surfacing the street. Allowance for the two day period shall be shown in the schedule required per section 6-1. Payment for pavement surfacing shall include tree trimming and post emergent herbicide treatment ofthe areas to be surfaced and no extra payment will be made therefore. Pubiic Convenience and Traffic Controi. The Contractor shall schedule the woric so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling scheduie can be obtained by calling Coast Waste Management at (760) 929-9400. 302-5 ASPHALT CONCRETE PAVEMENT. Add the following: 302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and temnini to all stmctures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in section 306-1.5.1. Ramps shall be NWQuad Sandalwood and James; CONT. NO. 6608 Page 17 of 21 City Attomey Approved 4/1/16 PWM15-105TRAN constmcted the same day as cold milling and removed the same day as pennanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.5 Distribution and Spreading, modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to constmct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30') minimum length. The paving machine shall be operated by an operator and two full-time screed men during ail paving. Delete the second sentence of paragraph 7 and the subsequent subsections A. thm E. which reference windrow operations. Add the following sentence in place ofthe deleted sentence and subsequent subsections: The use of windrow operations shall not be allowed. 302-5.6.1 General, modify as follows: Second paragraph. Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless othenwise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed othenwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302- 5.9 Measurement and Payment, add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat or sand blotter. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303- 1 CONCRETE STRUCTURES 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb, add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directfy above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Curb Face I Markings Type of underground facilities Marking Water Service Lateral Sewer Service Lateral Imgation Water Lateral or Sleeve W S RW 303-5.9 Measurement and Payment, add the following: Curb and gutter, and curt, shall be considered as continuing across driveways and access ramps when constmcted adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. NW Quad Sandalwood and James; CONT. NO. 6608 Page 18 of 21 City Attomey Approved 4/1/15 PWM15-105TRAN SECTION 313 - 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 mariners, channelizers, signing, railing (type K), crash cushions and appurtenances atthe 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 maricers, signing, railing (type K) and appurtenances to pubiic traffic. 313-1.2 Temporary Pavement Mariners. Temporary reflective raised pavement maricers shali be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement maricers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shal! not be used to place temporary reflective raised pavement maricers in areas where removal of the markers will be required. Pavement striping, legends and maricers which conflict with any traffic pattem shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement maricers for temporary pavement maricing, except v^en the temporary pavement markers are used to replace pattems of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement maricers used in place of the removable-type pavement markers shall confonn to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement maricers 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 maricers in areas where removal ofthe markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shaii be new surface-mounted type and shaii be furnished, placed, and maintained at the iocations 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 perfonned by the Contractor. If the channelizers are displaced or fail to remain in an upright position, fl-om any cause, the channelizers shaii immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate shall certify that the channelizers comply with the plans and specifications and confonn to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. NW Quad Sandalwood and James; CONT. NO. 6608 Page 19 of 21 City Attomey Approved 4/1/15 PWM15-105TRAN Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the foilowing section: 313-2.1 General. The Contractor shall provide and install all temporary traffic controi signs, markers, maricings, 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, firom 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 mariced 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 foiiowing section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-fllled 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 be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 "Paint Systems" and 310 "Painting". Contractor shall be responsible for the removal and cleanup or painting over the graffiti firom the K-Rails within 48 hours. The Contractor ShaH replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marics, 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 (^/s") thick plate welded on the upper end with a 5-mm {^HQ") fillet weid. 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 fomns-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may NW Quad Sandalwood and James; CONT. NO. 6608 Page 20 of 21 City Attomey Approved 4/1 /15 PWM15-105TRAN 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 ofthe rail panel. 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 unifonn bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a tme arc on curved alignment Each rail unit placed within 3 m (10') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be fumished by the Contractor. A Type P maricer panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Unifonn Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shali aiso be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing instaiied adjacent to a one-way roadbed. If the railing is placed on a skew, the maricer shall be installed at the end of the skew nearest the traveled way. Type P maricer panels shall conform to the provisions of section 206-7.2, "Temporary Trafflc Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement maricers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for traffic control and payment therefore shali inciude full compensation for furnishing ail labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement maricers, channelizers, signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these speciai provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors maricing them shall include the installation, grading for instailation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for installation and/or relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. NW Quad Sandalwood and James; CONT. NO. 6608 Page 21 of 21 City Attomey Approved 4/1/15 TRANSITION GUTTER CROSS SLOPE TO MATCH CROSS GUTTER SLOPE GUTTER CROSS SLOPE PROTECT AND REFORM EXISTING STEEL TO ACHIEVE MIN. 1.5" CLEAR FROM FINISHED SURFACES. CROSS GUHER SLOPE #4 BARS @ 8" O.C. BOTH WAYS. MIN. 2" CONCRETE COVER OVER REBARS, MIN. 1' CLR FROM EX. RCP. EXTEND HORIZONTAL BARS MIN. 10- INCHES WIDER THAN PIPE OD BOTH SIDES. COLD JOINT ALL SIDES. R TYP. TOp/oF PAVING BASE MATERIAL AS SHOWN ON PU^NS EXTEND CONCRETE TO SPRINGLINE MIN. 12" BEYOND OUTSIDE OF PIPE, BOTH SIDES AS SHOWN. EXTEND REPAIR LONGITUDINALLY MIN. 1-FOOT BEYOND DAMAGE. TEMPORARY FORM SHALL MATCH INTERIOR PIPE WALL DIAMETER AND SHALL BE COMPLETELY REMOVED BEFORE ACCEPTANCE. NOTES: 1. CROSS GUHER TO BE CONSTRUCTED WHERE THE DRAINAGE IS CARRIED ACROSS THE STREET. 2. MINIMUM ALLOWABLE CROSS GUHER SLOPE IS 0.5%. 3. CONCRETE SHALL BE 560-C-3250. 4. IN ALL CASES SUBGRADE SHALL BE COMPACTED TO 95% MINIMUM RELATIVE COMPACTION TO DEPTH OF 12". 5. O = ELEVATIONS SHOWN ON PLANS. LEGEND ON PUNS REVISION BY APPROVED DATE SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL KERCHEVAL 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ADD METRIC T. STANTON 03/03 MID-BLOCK CROSS GUTTER RCP REPAIR DETAIL 1 REFORMATTED T. STANTON 03/03 MID-BLOCK CROSS GUTTER RCP REPAIR DETAIL 1 CI-CAIRPERSON R.C.E. 19246 DATE UPDATED cv MR/CV 11/11 MID-BLOCK CROSS GUTTER RCP REPAIR DETAIL 1 DRAWING p NUMBER MID-BLOCK CROSS GUTTER RCP REPAIR DETAIL 1 DRAWING p NUMBER TRANSITION GUTTER CROSS SLOPE TO MATCH CROSS GUTTER SLOPE GUHER CROSS SLOPE PLAN 10' UNLESS OTHERWISE SHOWN ON PLAN 7" 1.5% 1.5% -1/2" R TYP. TOP OF PAVING #4 BARS @ 12" OC BOTH WAYS. EXTEND MIN. 8" BEYOND EACH SIDE OF PIPE. MIN. 2" CONCRETE COVER OVER REBARS. MIN. 1" CLR TO EXISTING RCP BASE MATERIAL AS SHOWN ON PU\NS NOTES: 1. CROSS GUHER TO BE CONSTRUCTED WHERE THE DRAINAGE IS CARRIED ACROSS THE STREET. 2. MINIMUM ALLOWABLE CROSS GUHER SLOPE IS 0.5%. 3. CONCRETE SHALL BE 560-C-3250. 4. IN ALL CASES SUBGRADE SHALL BE COMPACTED TO 95% MINIMUM RELATIVE COMPACTION TO DEPTH OF 12". 5. O = ELEVATIONS SHOWN ON PU\NS. LEGEND ON PLANS REVISION BY APPROVED DATE SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL KERCHEVAL 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ADD METRIC T. STANTON 03/03 MID-BLOCK CROSS GUTTER RCP PROTECTION DETAIL 2 REFORMATTED T. STANTON 03/03 MID-BLOCK CROSS GUTTER RCP PROTECTION DETAIL 2 CFTAIRPERSON R.C.E. 19246 OATE UPDATED CV MR/CV 11/11 MID-BLOCK CROSS GUTTER RCP PROTECTION DETAIL 2 DRAWNG p iQ NUMBER ^"''^ MID-BLOCK CROSS GUTTER RCP PROTECTION DETAIL 2 DRAWNG p iQ NUMBER ^"''^ 164 162 160 158 156 154 152 150 10+00 BASSWOOD AVENUE FOR C0NTINUATI0Nw..„-4 ' SHEET ' 11+00 12+00 SANDALWOOD LANE 13+00 14+00 21+00 21+5fl SCALE r=2o' HORIZ. r-4' VERT. 164 162 160 158 156 J54_ 152 150 PCC KPLACOiieNT HftEL L 4 CLAKA L MAKSL'EK J4W .MMES OB DB.TAj«M>lH6 STOnH DRAIN DATA N if 06' M" N 61'41' 46'E RADIUS 4«2. 00' APN: 205-1 ROBERT E *esTFALi 34SC JAMES m LENCTH 170. 40' 20. 18' DUAL 18' RCP DUAL IB" RCP DUAL 18" RCP DUAL la" RCP CONSTRUCWN NOTKS: §PROTECT IN PLACE. RCUOkC EXSnte 9" TRANSITE PIPE ANO APPURTENANCES t REUOtC EXISTINC PIPE ANO INSTAU X" RCP STORM KZJ DKAIN PER DETAIL 4, SHT i ©RaiOVC AND RECONSTRUCT CROSS GUTTER PER ! 0! ' SDRSD C-IJ. (REMOVE EXISTINC AND CONSTTiUCT STDRM DRAM MLET TVre »-r PER SDRSD D-2 (!' PER PLAN;. MOOIFy Tiy> OP MLET TD MATCH SIDEWUX MD7N AND LENCTH or MLET WCLUOMG MNGS PROPOSED REWFORCWG STEEL SHALL BE EXTENDED ACROSS ENLARGED TDP TD CLEAR DISTANCES SHOHN. SAMXIT AND REMOVE AND REPLACE CURS. GUTTER AND SOBHAIX TO NEAREST JQMTS ON EACH SIDE. Y-e'. CT JMOOnED TYPE A-« CLEANOUT PER ' SDRSD D-9 (e'xtr): ^ MSTAU JO' RCP STDRM DRAM PER TRENCH ' OETAIL i SWT 2. ) MSTAa DUAL («" RCP STDRM DRAM PER TRENCH ' DETAIL Z SHT 2. ®GRMO AND OtCRLAr 2" OF EXISTING STTiEET CURS TD CURS PER CSD e-27. V MSTAU BIO-CLEAN INLET OLTER. OR ) APPROVtD EOUAL t INSTAU DUAL 18* RCP STORM DRAM PER TRENCH ' OETAIL 3, SHT 2. ) MSTAU CURB STENCH PER DETAIL 6, SHT 2. , REESTABLISH EXISTINC UONUUBtT BY A CAUFORMA ' UCENSK LAND SURVEMSR OR LEGAUV AUTW0RI2ED aviL ENGMEER TD MATCH PROPOSB} GRADE. z I Q a: Q M UJ ui D 2 <. Q 0 0 in w Undergroimd Service Alert CaH: TOLL FREE 1-800 227-2600 TWO WOmCWC DAYS BEFORE YOU DIG BASiS OF COORDINA TES: NAO 83 (191.35 EPOCH) CLS8-130 N 2003724.503' E 6224845,186' RECORD OF SURVEY 1727t 2.5' DISC STAMPED CLSD-130 LS. 6215' IMNUMENT IS IN THE SOUTHEAST COWER OF DRAINAGE BOX WltT AT THE END OF IHE CURB RETURN cr GRAND AVENUE AND WASHMGTON STRETT, 52 FEET MST Of RAILROAD TRACKS AND 40 FEFT NORTH OF THE CENTER OF GRAW) AVENUE. 2.5' DISC STAUPCD 'CLSO-123 LS. 6215 H THE DRAINAGE BOX INl£T ON THE WEST SIDE OF MONROE STREET AT THE «STERLY PROLONGATION OF THE NORTHERLY CURB OF OAn£ WttY IN FRONT OF QTY COMMWfiTY SWU CENTER. 1.5' FROU OMB ANO 89' NORTHWESTERLY Of A FWt HTPRANT. REVEVED BYI eEKT C sMCtUN ». (^'38Biq^ f DOI ENOWgR OF HORK REVfSION OESCRIPTION OTHER APPROVAL OTY APPBOVAL CITY OF CARLSBAD ENaNEERING DEPARTMENT 4 SHEETS JAME* DRIVE ID WJJAUE PI yANACffi ' ftCE 2617S EXP 03/31/U PROJECT NO. 6608 DRAWING NO. 457-4G l*\CartsboEl\As needed 20ia\TA t01-BoiEfi«oad SDNfiASSWDOD STtKH KAlNdwg 7/^3/2013 4<21i42 PH PDT M 062-0071.01 C City of Carlsbad STORM WATER COMPLIANCE FORM TIER 1 CONSTRUCTION SWPPP E-29 Development Services Land Development Engineering 1635 FaradayAvenue 760-602-2750 www.carlsbadca.gov STORM WATER COMPLIANCE CERTIFICATE ^ My project is not in a category of permit types exempt from the Construction SWPPP requirements ^ My project is not located inside or within 200 feet of an environmentally sensitive area with a significant potential for contributing pollutants to nearby receiving waters by way of storm water runoff or non-storm water discharge(s). ^ My project does not require a grading plan pursuant to the Carlsbad Grading Ordinance (Chapter 15.16 of the Carlsbad Municipal Code) My project will not result in 2,500 square feet or more of soils disturbance including any associated construction staging, stockpiling, pavement removal, equipment storage, refueling and maintenance areas that meets one or more of the additional following criteria: • located within 200 feet of an environmentally sensitive area or the Pacific Ocean; and/or, • disturbed area is located on a slope with a grade at or exceeding 5 horizontal to 1 vertical; and/or • disturbed area is located along or within 30 feet of a storm drain inlet, an open drainage channel or watercourse; and/or • construction will be initiated during the rainy season or will extend into the rainy season (Oct. 1 through April 30). I CERTIF^Y TO THE BEST OF MY KNOWLEDGE THAT ALL OF THE ABOVE CHECKED STATEMENTS ARE TRUE AND CORRECT. I AM SUBMITTING FOR CITY APPROVAL A TIER 1 CONSTRUCTION SWPPP PREPARED IN ACCORDANCE WITH THE REQUIREMENTS OF CITY STANDARDS. I UNDERSTAND AND ACKNOWLEDGE THAT I MUST: (1) IMPLEMENT BEST MANAGEMENT PRACTICES (BMPS) DURING CONSTRUCTION ACTIVITIES TO THE MAXIMUM EXTENT PRACTICABLE TO MINIMIZE THE MOBILIZATION OF POLLUTANTS SUCH AS SEDIMENT AND TO MINIMIZE THE EXPOSURE OF STORM WATER TO CONSTRUCTION RELATED POLLUTANTS; AND, (2) ADHERE TO, AND AT ALL TIMES, COMPLY WITH THIS CITY APPROVED TIER 1 CONSTRUCTION SWPPP THROUGHOUT THE DURATION OF THE CONSTRUCTION ACTIVITIES UNTIL THE CONSTRUCTION WORK IS COMPLETE AND APPROVED BY THE CITY OF CARLSBAD. OWNER(S)/OWNER'S AGENT NAME (PRINT) OWNER(S)/OWNER'S AGENT NAME (SIGNATURE) DATE STORM WATER POLLUTION PREVENTION NOTES 1. ALL NECESSARY EQUIPMENT AND MATERIALS SHALL BE AVAILABLE ON SITE TO FACILITATE RAPID INSTALLATION OF EROSION AND SEDIMENT CONTROL BMPS WHEN RAIN IS EMINENT. 2. THE OWNER/CONTRACTOR SHALL RESTORE ALL EROSION CONTROL DEVICES TO WORKING ORDER TO THE SATISFACTION OF THE CITY ENGINEER AFTER EACH RUN-OFF PRODUCING RAINFALL 3. THE OWNER/CONTRACTOR SHALL INSTALL ADDITIONAL EROSION CONTROL MEASURES AS MAY BE REQUIRED BY THE CITY ENGINEERING OR BUILDING INSPECTOR DUE TO UNCOMPLETED GRADING OPERATIONS OR UNFORESEEN CIRCUMSTANCES WHICH MAY ARISE. 4. ALL REMOVABLE PROTECTIVE DEVICES SHALL BE IN PLACE AT THE END OF EACH WORKING DAY WHEN THE FIVE (5) DAY RAIN PROBABILITY FORECAST EXCEEDS FORTY PERCENT (40%). SILT AND OTHER DEBRIS SHALL BE REMOVED AFTER EACH RAINFALL 5. ALL GRAVEL BAGS SHALL BE BURLAP TYPE WITH 3/4 INCH MINIMUM AGGREGATE. 6. ADEQUATE EROSION AND SEDIMENT CONTROL AND PERIMETER PROTECTION BEST MANAGEMENT PRACTICE MEASURES MUST BE INSTALLED AND MAINTAINED. SPECIAL NOTES PROJECT INFORMATION Site Address: Assessor's Parcel Number Project ID: Construction Permit No.: Estimated Construction Start Date Project Duration Months Emergency Contact: Name: 24 hour Phone: Perceived Threat to Storm Water Quality Medium Low If medium box is checked, must attach a site plan sheet showing proposed work area and location of proposed structural BMPs For City Use Only CITY OF CARLSBAD STANDARD TIER 1 SWPPP Approved By: _ Date: E-29 Page 1 of 3 REV 07/14 Erosion Control BMPs Sediment Control BMPs Tracking Control BMPs Non-Storm Water Management BMPs Waste Management and Materials Pollution Control BMPs Best Management Practice (BMP) Description ^ Geotextiles & Mats Wood Mulching Earth Dikes and Drainaae .Swales Slope Drains Silt Fence Sediment Trap Check Dam Fiber Rolls Gravel Bag Berm Street Sweeping and Vaniinminn Sandbag Barrier Storm Drain Inlet Prntentinn Stabilized Construction Ingress/Egress Stabilized Construction Roadway Water Conservation Practices Paving and Grinding Ooerations Potable Water/Irrigation Vehicle and Equipment Cleanina Material Delivery and .Sfnrane Material Use Stockpile Management Spill Prevention and Cnntrnl Solid Waste Mananemsnf Hazardous Waste Mananement Concrete Waste Mananement CASQA Designation -> Construction Activity EC-7 EC-8 EC-9 EC-11 SE-1 SE-3 SE-4 SE-5 SE-6 SE-7 SE-8 SE-10 TR-1 TR-2 NS-1 NS-3 NS-7 NS-8 WM-1 WM-2 WM-3 WM-4 WM-5 WM-6 CO i Grading/Soil Disturbance Trenching/Excavation Stockpiling Drilling/Boring Concrete/Asphalt Saw cutting Concrete flatwork Paving Conduit/Pipe Installation Stucco/Mortar Work Waste Disposal Staging/Lay Down Area Equipment Maintenance and Fueling Hazardous Substance Use/Storage Dewatering Site Access Across Dirt Other (list): Instructions: Begin by reviewing the list of construction activities and checking the box to the left of any activity that will occur during the proposed construction. Add any other activity descriptions in the blank activity description boxes provided for that purpose and place a check in the box immediately to the left of the added activity description. For each activity descrribed, pick one or more best management practices (BMPs) from the list located along the top of the form. Then place an X in the box at the place where the activity row intersects with the BMP column. Do this for each activity that was checked off and for each of the selected BMPs selected from the list. For Example - If the project includes site access across dirt, then check the box to the left of "Site Access Across Dirt". Then review the list for something that applies such as "Stabilized Construction Ingress/Egress" under Tracking Control. Follow along the "Site Access Across Dirt" row until you get to the "Stabilized Construction Ingress/Egress" column and place an X in the box where the two meet. As another example say the project included a stockpile that you intend to cover with a plastic sheet. Since plastic sheeting is not on the list of BMPs, then write in "Cover with Plastic" in the blank column under the heading Erosion Control BMPs. Then place an X in the box where the "Stockpiling" row intersects the new "Cover with Plastic" column. To learn more about what each BMP description means, you may wish to review the BMP Reference Handout prepared to assist applicants in the selection of appropriate Best Management Practice measures. The reference also explains the California Stormwater Quality Association (CASQA) designation and how to apply the various selected BMPs to a project. E-29 Page 2 of 3 REV 07/14 Scale of map Site Map Features displayed on the map must include: An outline of the entire property Location and brief description of construction activity areas (e.g. grading, building, trenching, fueling areas, waste container area, wash racks, hazardous material storage areas, etc.) Location and flow direction arrows for existing drainage facilities (ditches, channels, inlets, storm drains, etc.) Location of existing storm water BMP controls (sediment basins, oil/ water separators, sumps, etc.) Location of proposed storm water BMP controls with brief description or legend reference E-29 Page 3 of 3 REV 07/14