Loading...
HomeMy WebLinkAbout2024-01-09; City Council; ; Approval of Plans, Specifications and Contract Documents and Authorization to Advertise for Bids for the Valley Street Water Main Replacement Project and the Foxtail LoopCA Review GH Meeting Date: Jan. 9, 2024 To: Mayor and City Council/President and Board Members From: Scott Chadwick, City Manager/Executive Manager Staff Contact: Dave Padilla, Utilities Assistant Director/District Engineer dave.padilla@carlsbadca.gov, 442-339-2356 Daniel Zimny, Senior Engineer daniel.zimny@carlsbadca.gov, 442-339-2551 Subject: Approval of Plans, Specifications and Contract Documents and Authorization to Advertise for Bids for the Valley Street Water Main Replacement Project and the Foxtail Loop, Palomar Oaks Way and Tyler Street Alley Sewer Projects Districts: 1 and 2 Recommended Actions 1. Adopt a Carlsbad Municipal Water District Board of Directors resolution approving plans, specifications and contract documents and authorizing the Secretary of the Board of Directors to advertise for bids for the Valley Street Water Main Replacement Project. 2. Adopt a City Council resolution approving the plans, specifications, and contract documents and authorizing the City Clerk to advertise for bids for the Foxtail Loop, Palomar Oaks Way and Tyler Street Alley Sewer projects. Executive Summary The Carlsbad Municipal Water District and the City of Carlsbad replace water and sewer pipelines as needed to maintain reliable service. This project will replace 545 feet of water pipelines in the Carlsbad Municipal Water District and 1,300 feet of sewer pipelines in the city’s service area at four locations. The pipelines selected for replacement were chosen because of their age, condition and size, and to prevent sewer overflows in three locations. The water and sewer pipeline replacements are bundled into one project for economy of scale, common pipeline construction methods and to increase the potential number of interested bidders. The project will be funded through the city’s Miscellaneous Pipeline Replacement Program (Capital Improvement Program Project No. 3904) and Sewer Line Rehabilitation and Replacement Program (CIP Project No. 5503), so no additional funding is required or being requested. The construction cost estimate for the project is $1,832,000. CMWD Board and City Council approvals of the plans, specifications and contract documents are required before the city can Jan. 9, 2024 Item #6 Page 1 of 14 advertise for construction bids under Carlsbad Municipal Code Section 3.28.080(E), which requires construction projects to be formally bid when the value exceeds limits established by the California Uniform Construction Cost Accounting Commission. The limit is currently $200,000. Explanation & Analysis This project will construct a total of 1,845 feet of sewer and water pipelines to replace aging utility infrastructure at four noncontiguous locations within the service areas of the CMWD, which provides potable water to its customers, and the city, which provides sewage services. The work consists of a water main replacement on Valley Street and sewer main replacements at Foxtail Loop, Palomar Oaks Way and the Tyler Street Alley. The four projects are being bundled into one bid package due to the commonality in pipeline construction methods for each site. Staff expect the city will receive more favorable bids and bidder interest with the projects bundled together than if each portion were bid separately. Site 1 The Valley Street Water Main Replacement project will replace 545 linear feet of existing 8- inch diameter asbestos cement pipe water main between Magnolia and Andrea Avenues with new 8-inch diameter polyvinyl chloride, or PVC, pipe. The pipe segment was originally constructed in 1962 and provides potable water and fire services to Valley Middle School and an irrigation service to Magnolia Elementary School. The timing of the improvements has been coordinated with planned work at the Carlsbad Unified School District campuses and future street and drainage improvements by the Transportation Department. Construction will occur during the CUSD 2024 summer break to avoid traffic impacts during the school year. The water main replacement will also be coordinated with any Transportation Department construction. Site 2 The Foxtail Loop Sewer Replacement project (referred to as the “South Agua Hedionda Interceptor”, or SAHI Reach T1D Improvement project in the plans, specifications and contract documents) involves a segment of a major sewer line that was originally constructed in 2000 as part of the Terraces at Sunny Creek development. The 8-inch diameter sewer line is under the size called for by city engineering standards at three locations within the neighborhood. Residents who live near these segments have notified staff of strong sewage odors, which are often the result of undersized sewer lines. Staff have verified the need to increase the pipeline size at these locations to permit the passage of gases within the system and resolve the odor issues. This portion of the project will remove 562 feet of an 8-inch diameter sewer line and replace it with 362 feet of a 12-inch diameter sewer line and 200 feet of a 15-inch diameter sewer line. An additional 50 feet of an 8-inch diameter sewer line will also be constructed to create system redundancy within the neighborhood. This part of the project meets the criteria for funding from the city’s funding program, which collects fees for the construction of sewer improvements identified as needed that are not funded by the city’s sewer connection fee program. (The Sewer Benefit Area funding program will reimburse the Sewer Replacement Fund once all construction cost and services have been finalized.) Jan. 9, 2024 Item #6 Page 2 of 14 Site 3 The Palomar Oaks Way Sewer Extension project will abandon 70 feet of an existing 8-inch diameter sewer line, remove 50 feet of existing 8-inch diameter sewer line and reroute flows with 500 feet of an 8-inch diameter pipe. The sewer extension and rerouting will allow disconnection of the collector sewer from the adjacent Buena Interceptor Sewer to decrease the likelihood of a sewer system overflow caused by high flow in the Buena Interceptor Sewer. Site 4 The Tyler Street Alley Sewer Replacement project will replace 280 feet of 8-inch sewer line constructed in 1930. The site is located in the Tyler Street alleyway north of Grand Avenue and between State and Roosevelt Streets. Recent inspections reveal structural distress. This site will be constructed last in the sequence of work in this project to minimize construction impacts to adjacent businesses during the peak summer tourist season and other scheduled events in the Village. Fiscal Analysis The engineer’s construction estimate for the project is $1,832,000. The total project cost of $2,691,000 includes estimated construction costs, contingency, engineering support, public outreach, and construction management and inspection services. The Water Replacement Fund will provide funding for the water main replacement at Valley Street while the Sewer Replacement Fund will be used to fund the remaining three sites. A summary of the estimated costs and available funds for each funding source are shown in the tables below: Miscellaneous Pipeline Replacement Program Capital Improvement Program Project No. 3904 Total appropriation to date $16,058,366 Total expenditures and encumbrances to date -$8,576,528 Total available funding $7,481,838 Valley Main Water Replacement Construction contract (estimated) -$248,000 Construction contingency (20%) -$50,000 Construction management, inspection, material testing services (estimated) -$50,000 Community outreach during construction (estimated) -$10,000 Total estimated construction costs -$358,000 Remaining balance $7,123,838 Jan. 9, 2024 Item #6 Page 3 of 14 * Foxtail Loop will be itemized separately for reimbursement by the SBA Area E Fund. Costs for the Foxtail Loop Sewer Improvements will be tracked separately during construction. Upon completing the project, staff will return to the City Council for its authorization for the Sewer Benefit Area E Fund to reimburse the Sewer Replacement Fund for its contribution for the construction costs of the Foxtail Loop Sewer Replacement project. Next Steps With the CMWD Board and the City Council’s approvals, the Secretary of the Board of Directors and City Clerk will advertise a request for bids for the Project. Staff will then evaluate the bids received and identify the lowest responsive and responsible bidder. Staff will then return to the CMWD Board and the City Council with a recommendation to award a construction contract to the identified lowest responsible and responsive bidder. Environmental Evaluation The project is classified as a replacement or reconstruction of existing utility and/or facilities involving negligible, or no expansion of capacity and the City Planner has determined it is exempt from environmental review according to California Environmental Quality Act Guidelines Sections 15302(c) and 15303(d). If the resolutions are approved, staff will file a notice of exemption with the San Diego County Clerk in compliance with Section 21152(b) of the California Public Resources Code. Exhibits 1. Carlsbad Municipal Water District Board resolution 2. City Council resolution 3. Location maps 4. Plans, specifications and contract documents (on file at the Office of the Secretary of the Board of Directors/Office of the City Clerk) Sewer Line Rehabilitation and Replacement Program Capital Improvement Program Project No. 5503 Total appropriation to date $10,626,475 Total expenditures and encumbrances to date -$5,848,115 Total available funding $4,778,360 Foxtail Loop, Palomar Oaks Way and Tyler Street Alley Sewer Improvements Construction contract – Foxtail Loop (estimated)* -$719,000 Construction contract – Palomar Oaks Way (estimated) -$421,000 Construction contract – Tyler Street Alley (estimated) -$444,000 Construction contingency (20%)* -$317,000 Construction management, inspection, material testing services (estimated)* -$317,000 Community outreach during construction (estimated)* -$115,000 Total estimated construction costs -$2,333,000 Remaining balance $2,445,360 Jan. 9, 2024 Item #6 Page 4 of 14 RESOLUTION NO. 1725 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS AND AUTHORIZING THE SECRETARY OF THE BOARD OF DIRECTORS TO ADVERTISE FOR BIDS FOR THE VALLEY STREET WATER MAIN REPLACEMENT PROJECT WHEREAS, the Carlsbad Municipal Water District, or CMWD, Board of Directors of the City of Carlsbad, California has determined that it is necessary, desirable and in the public interest to replace water distribution pipeline on Valley Street between Magnolia and Andrea Avenues for the Valley Street Water Main Replacement Project, Capital Improvement Program, or CIP, Project No. 3904; and WHEREAS, the plans, specifications and contract documents for the project have been prepared and are on file in the Office of the Secretary and are incorporated herein by reference; and WHEREAS, Carlsbad Municipal Code Section 3.28.080{E) requires CMWD Board of Directors approval of plans and specifications for all construction projects that are to be formally bid upon when the value exceeds $200,000; and WHEREAS, the cost of the project is estimated to be $358,000, including construction contingency, construction management and staff costs; and WHEREAS, there are sufficient funds available in the CIP Project No. 3904 budget to complete construction of the project; and WHEREAS, the City Planner has determined that the project is exempt from the California Environmental Quality Act, or CEQA, per CEQA Guidelines Sections 15302 (replacement or reconstruction of existing facilities) and 15303 (new construction or conversion of small structures), because the project is a replacement or reconstruction of existing utility and/or facilities involving negligible or no expansion of capacity. NOW, THEREFORE, BE IT RESOLVED by the Carlsbad Municipal Water District Board of Directors of the City of Carlsbad, California, as follows: 1.That the above recitations are true and correct. 2.That the plans, specifications and contract documents for the Valley Street Water Main Replacement Project are hereby approved and on file in the Office of the Secretary. 3.That the Secretary of the Board of Directors is hereby authorized and directed to publish, in accordance with state law and Carlsbad Municipal Code Section 3.28.080(C), a Notice Exhibit 1 Jan. 9, 2024 Item #6 Page 5 of 14 to Contractors Inviting Bids for construction of the project in accordance with the plans, specifications and contract documents referred to herein. PASSED, APPROVED AND ADOPTED at a Special Meeting of the Board of Directors of the Carlsbad Municipal Water District on the 9th day of January, 2024, by the following vote, to wit: AYES: NAYS: ABSTAIN: ABSENT: Blackburn, Bhat-Patel, Acosta, Burkholder, Luna. None. None. None. •KEITH BLACKBURN, President SHERRY FREISINGER, Secretary {SEAL) Jan. 9, 2024 Item #6 Page 6 of 14 RESOLUTION NO. 2024-004 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS AND AUTHORIZING THE CITY CLERK TO ADVERTISE FOR BIDS FOR THE FOXTAIL LOOP, PALOMAR OAKS WAY AND TYLER STREET ALLEY SEWER PROJECTS WHEREAS, the City Council of the City of Carlsbad, California, has determined that it is necessary, desirable and in the public interest to construct the improvements to the sewer pipelines at Foxtail Loop, Palomar Oaks Way and Tyler Street Alley, Capital Improvement Program, or CIP, Project No.5503;and WHEREAS, the plans, specifications and contract documents for the Project have been prepared, are on file in the Office of the City Clerk and are incorporated herein by reference; and WHEREAS, Carlsbad Municipal Code Section 3.28.080(E) requires City Council approval of plans and specifications for all construction projects that are to be formally bid upon when the value exceeds $200,000; and WHEREAS, the total cost of the project is $2,333,000, including construction contingency, construction management and staff costs; and WHEREAS, there are sufficient funds available in the CIP Project No. 5503 budget to complete construction of the project; and WHEREAS, the City Planner has determined that the project is exempt from the California Environmental Quality Act, or CEQA, per CEQA Guidelines Sections 15302 (replacement or reconstruction of existing facilities) and 15303 (new construction or conversion of small structures), because the project is a replacement or reconstruction of existing utility and/or facilities involving negligible or no expansion of capacity. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1.That the above recitations are true and correct. 2.That the plans, specifications and contract documents for the Foxtail Loop, Palomar Oaks Way and Tyler Street Alley Sewer Projects are hereby approved and on file in the Office of the City Clerk. Exhibit 2 Jan. 9, 2024 Item #6 Page 7 of 14 3.That the City Clerk is hereby authorized and directed to publish, in accordance with state law and Carlsbad Municipal Code Section 3.28.080{C), a Notice to Contractors Inviting Bids for construction of the project in accordance with the plans, specifications and contract documents referred to herein. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 9th day of January, 2024, by the following vote, to wit: AYES: NAYS: ABSTAIN: ABSENT: Blackburn, Bhat-Patel, Acosta, Burkholder, Luna. None. None. None. KEITH BLACKBURN, Mayor SHERRY FREISINGER, City Clerk (SEAL) Jan. 9, 2024 Item #6 Page 8 of 14 VICINITY MAP AVECOSTALA B L V D C A R L S B A D RD ALGA PALOMAR AIRPOR T RD EL CA M I N O RE A L RA N C H O SA N T A F E RD POINS E T T I A LANE AL I C A N T E RD EL FU E R T E OLIVENHAIN RD. M E L R O S E D R . FARADAY COLLEG E BL V D P A S E O DEL N O R T E AVE A V E N I D A E N C I N A S CANNON RD MO N R O E ST CARLS B A D VILLAGE D R MARRON TAMAR A C K AVE RD LAKECALAVERA LAGO O N AGUA HEDIO N D A LAG O O N BATIQUITOS LAGOON A V I A R A PKWY POINSET T I A LANE PROJECT NAME PROJECT EXHIBIT NUMBER PROJECT SITE SEWER AND WATER REPLACEMENT PROJECT 3904VALLEY,FOXTAIL,PALOMAR OAKS WAY,TYLER ALLEY5503 2 PROJECT SITE PROJECT SITE PROJECT SITE Exhibit 3 Jan. 9, 2024 Item #6 Page 9 of 14 LOCATION MAP VICINITY MAP AVECOSTALA B L V D C A R L S B A D RD ALGA PALOMAR AIRPOR T RD EL CAMI N O RE A L RA N C H O SAN T A F E RD POINSE T T I A LANE AL I C A N T E RD EL FU E R T E OLIVENHAIN RD. M E L R O S E D R . FARADAY COLLEG E BL V D PA S E O DEL NO R T E AVE A V E N I D A E N C I N A S CANNON RD MO N R O E ST CARLS B A D VILLAGE D R MARRON TAMAR A C K AVE RD LAKECALAVERA LAGOO N AGUA HEDION D A LAGO O N BATIQUITOS LAGOON A V I A R A PKWY POINSETT I A LANE PROJECT NAME PROJECT EXHIBIT NUMBER PROJECT SITE REPLACEMENT VALLEY STREET WATER MAIN 3904-H 2 PROJECT SITE Jan. 9, 2024 Item #6 Page 10 of 14 LOCATION MAP VICINITY MAP AVECOSTALA B L V D C A R L S B A D RD ALGA PALOMAR AIRPOR T RD EL CAMI N O RE A L RA N C H O SAN T A F E RD POINSE T T I A LANE AL I C A N T E RD EL FU E R T E OLIVENHAIN RD. M E L R O S E D R . FARADAY COLLEG E BL V D PA S E O DEL NO R T E AVE A V E N I D A E N C I N A S CANNON RD MO N R O E ST CARLS B A D VILLAGE D R MARRON TAMAR A C K AVE RD LAKECALAVERA LAGOO N AGUA HEDION D A LAGO O N BATIQUITOS LAGOON A V I A R A PKWY POINSETT I A LANE PROJECT NAME PROJECT EXHIBIT NUMBER PROJECT SITE SOUTH AGUA HEDIONDA INTERCEPTOR 5503-25 2 PROJECT SITE IMPROVEMENTS REACH T1D (FOXTAIL LOOP)Jan. 9, 2024 Item #6 Page 11 of 14 LOCATION MAP VICINITY MAP AVECOSTALA B L V D C A R L S B A D RD ALGA PALOMAR AIRPOR T RD EL CAMI N O RE A L RA N C H O SAN T A F E RD POINSE T T I A LANE AL I C A N T E RD EL FU E R T E OLIVENHAIN RD. M E L R O S E D R . FARADAY COLLEG E BL V D PA S E O DEL NO R T E AVE A V E N I D A E N C I N A S CANNON RD MO N R O E ST CARLS B A D VILLAGE D R MARRON TAMAR A C K AVE RD LAKECALAVERA LAGOO N AGUA HEDION D A LAGO O N BATIQUITOS LAGOON A V I A R A PKWY POINSETT I A LANE PROJECT NAME PROJECT EXHIBIT NUMBER PROJECT SITE SEWER LINE REPLACEMENT PROGRAM5503-22 2PALOMAR OAKS WAY SEWER EXTENSION PROJECT SITE Jan. 9, 2024 Item #6 Page 12 of 14 LOCATION MAP VICINITY MAP AVECOSTALA B L V D C A R L S B A D RD ALGA PALOMAR AIRPOR T RD EL CAMI N O RE A L RA N C H O SAN T A F E RD POINSE T T I A LANE AL I C A N T E RD EL FU E R T E OLIVENHAIN RD. M E L R O S E D R . FARADAY COLLEG E BL V D PA S E O DEL NO R T E AVE A V E N I D A E N C I N A S CANNON RD MO N R O E ST CARLS B A D VILLAGE D R MARRON TAMAR A C K AVE RD LAKECALAVERA LAGOO N AGUA HEDION D A LAGO O N BATIQUITOS LAGOON A V I A R A PKWY POINSETT I A LANE PROJECT NAME PROJECT EXHIBIT NUMBER PROJECT SITE SEWER LINE REPLACEMENT PROGRAM5503-24TYLER ALLEY STREET SEWER REPLACEMENT 2 PROJECT SITE Jan. 9, 2024 Item #6 Page 13 of 14 Exhibit 4 Plans, specifications and contract documents (on file in the Office of the City Clerk) Jan. 9, 2024 Item #6 Page 14 of 14 Revised 6/12/18 Contract Nos. 3904 and 5503 Page 1 of 160 City of Carlsbad San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY STREET, FOXTAIL LOOP, PALOMAR OAKS WAY AND TYLER ALLEY PROJECT NOS. 3904 AND 5503 BID NO. PWS24-2335UTIL Signed: 12/27/2023 Revised 6/12/18 Contract Nos. 3904 and 5503 Page 2 of 159 TABLE OF CONTENTS Item Page Notice Inviting Bids ..................................................................................................................... 6 Contractor's Proposal ................................................................................................................ 13 Bid Security Form ..................................................................................................................... 21 Bidder’s Bond to Accompany Proposal ..................................................................................... 22 Guide for Completing the “Designation of Subcontractors” Form .............................................. 23 Designation of Subcontractor and Amount of Subcontractor’s Bid Items .................................. 25 Bidder's Statement of Technical Ability and Experience ............................................................ 26 Bidder’s Certificate of Insurance for General Liability, Employers’ Liability, Automotive Liability and Workers’ Compensation ........................................................................................ 27 Bidder’s Statement Re Debarment ............................................................................................ 28 Bidder's Disclosure of Discipline Record …………………………………………… ...................... 29 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ............................. 31 Contract Public Works ............................................................................................................... 32 Labor and Materials Bond ......................................................................................................... 39 Faithful Performance/Warranty Bond ........................................................................................ 41 Optional Escrow Agreement for Surety Deposits in Lieu of Retention ....................................... 43 Revised 6/12/18 Contract Nos. 3904 and 5503 Page 3 of 159 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms .......................................................... ..................................................... 46 1-2 Definitions .................................................... ..................................................... 47 1-3 Abbreviations ............................................... ..................................................... 52 1-4 Units of Measure .......................................... ..................................................... 55 1-5 Symbols ....................................................... ..................................................... 56 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract ................. ..................................................... 57 2-2 Assignment .................................................. ..................................................... 57 2-3 Subcontracts ................................................ ..................................................... 57 2-4 Contract Bonds ............................................ ..................................................... 58 2-5 Plans and Specifications .............................. ..................................................... 59 2-6 Work to be Done .......................................... ..................................................... 64 2-7 Subsurface Data .......................................... ..................................................... 64 2-8 Right-of-Way ................................................ ..................................................... 64 2-9 Surveying ..................................................... ..................................................... 65 2-10 Authority of Board and Engineer .................. ..................................................... 66 2-11 Inspection .................................................... ..................................................... 67 Section 3 Changes in Work 3-1 Changes Requested by the Contractor ........ ..................................................... 68 3-2 Changes Initiated by the Agency .................. ..................................................... 68 3-3 Extra Work ................................................... ..................................................... 69 3-4 Changed Conditions .................................... ..................................................... 72 3-5 Disputed Work ............................................. ..................................................... 73 Section 4 Control of Materials 4-1 Materials and Workmanship ......................... ..................................................... 79 4-2 Materials Transportation, Handling and Storage ................................................ 83 Section 5 Utilities 5-1 Location ....................................................... ..................................................... 84 5-2 Protection .................................................... ..................................................... 84 5-3 Removal ...................................................... ..................................................... 85 5-4 Relocation .................................................... ..................................................... 85 5-5 Delays .......................................................... ..................................................... 86 5-6 Cooperation ................................................. ..................................................... 86 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work ........................................ 87 6-2 Prosecution of Work ..................................... ..................................................... 89 6-3 Suspension of Work ..................................... ..................................................... 93 6-4 Default by Contractor ................................... ..................................................... 93 6-5 Termination of Contract................................ ..................................................... 94 6-6 Delays and Extensions of Time .................... ..................................................... 94 6-7 Time of Completion ...................................... ..................................................... 95 6-8 Completion, Acceptance, and Warranty ....... ..................................................... 96 6-9 Liquidated Damages .................................... ..................................................... 98 Revised 6/12/18 Contract Nos. 3904 and 5503 Page 4 of 159 6-10 Use of Improvement During Construction .... ..................................................... 98 Section 7 Responsibilities of the Contractor 7-1 Contractor’s Equipment and Facilities .......... ..................................................... 99 7-2 Labor ........................................................... ..................................................... 99 7-3 Liability Insurance ........................................ ..................................................... 99 7-4 Workers' Compensation Insurance .............. ..................................................... 99 7-5 Permits ........................................................ ................................................... 100 7-6 The Contractor’s Representative .................. ................................................... 101 7-7 Cooperation and Collateral Work ................. ................................................... 102 7-8 Project Site Maintenance ............................. ................................................... 104 7-9 Protection and Restoration of Existing Improvements ...................................... 106 7-10 Public Convenience and Safety ................... ................................................... 107 7-11 Patent Fees or Royalties .............................. ................................................... 115 7-12 Advertising ................................................... ................................................... 115 7-13 Laws to be Observed ................................... ................................................... 115 7-14 Antitrust Claims ............................................ ................................................... 115 Section 8 Facilities for Agency Personnel 8-1 General ........................................................ ................................................... 116 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work ............................................... 117 9-2 Lump Sum Work .......................................... ................................................... 117 9-3 Payment ...................................................... ................................................... 117 9-4 Bid Items ...................................................... ................................................... 121 SUPPLEMENTAL PROVISIONS TO PART 2, 3, 4 AND 6 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-2 Untreated Base Materials ............................. ................................................... 134 Section 201 Concrete, Mortar and Related Materials 201-1 Portland Cement Concrete .......................... ................................................... 135 201-3 Expansion Joint Filler and Joint Sealants ..... ................................................... 136 Section 203 Bituminous Materials 203-6 Asphalt Concrete ......................................... ................................................... 137 Section 213 Engineering Fabrics 213-5 Geotextiles and Geogrids ............................. ................................................... 138 Section 214 Pavement Markers 214-4 Paint for Striping and Markings .................... ................................................... 139 214-6 Pavement Markers ....................................... ................................................... 139 Part 3 Construction Methods Section 300 Earthwork 300-2 Unclassified Excavation ................................................................................... 141 300-12 Storm Water Pollution Prevention Plan ............................................................ 141 Revised 6/12/18 Contract Nos. 3904 and 5503 Page 5 of 159 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301-1 Subgrade Preparation ...................................................................................... 144 Section 302 Roadway Surfacing 302-5 Asphalt Concrete Pavement ............................................................................ 144 302-15 Public Convenience and Traffic Control ........................................................... 145 Section 303 Concrete and Masonry Construction. 303-1 Concrete Structures ......................................................................................... 146 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways ....................................................................... 147 Section 306 Underground Conduit Construction 306-3 Open Trench Operations .................................................................................. 148 306-12 Backfill ............................................................................................................. 148 306-13 Trench Resurfacing .......................................................................................... 148 Section 314 Traffic Striping, Curb and Pavement Markings, and Pavement Markers 314-4 Application of Traffic Striping and Curb and Pavement Markings ..................... 149 314-5 Pavement Markers ........................................................................................... 151 Part 4 Existing Improvements Section 400 Protection and Restoration 400-1 General ............................................................................................................ 152 400-2 Permanent Survey Markers ............................................................................. 152 400-3 Payment .......................................................................................................... 152 Section 401 Removal 401-3 Concrete and Masonry Improvements ............................................................. 152 Part 6 Temporary Traffic Control Section 601 Temporary Traffic Control for Construction and Maintenance Work Zones 601-1 General ............................................................................................................ 154 601-3 Temporary Traffic Control (TTC) Zone Devices ............................................... 154 601-4 Temporary Traffic Striping and Pavement Markings ......................................... 158 APPENDICES Appendix A Tier II SWPPP Template Appendix B Water Shut Down Request Form (E-28) Appendix C Tyler Alley Geotechnical Report Appendix D As-Built Drawings Appendix E EWA Special Use Discharge Permit Template Appendix F CARB Fleet Compliance Certification Revised 6/12/18 Contract Nos. 3904 and 5503 Page 6 of 159 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on February 20, 2024, the City shall accept bids via electronic format via the City of Carlsbad Electronic Bidding Site, PlanetBids, which may be accessed at https://www.carlsbadca.gov/departments/finance/contracting-purchasing, for performing the work as follows: Provide all labor, materials, tools, equipment, and services to replace approximately 845 linear feet (LF) of 8-inch diameter sewer with polyvinyl chloride pipe of varying sizes (8- to 15-inch); construct 510 LF of new 8-inch diameter sewer; and replace 585 LF of 8-inch diameter asbestos cement water pipeline with 8-inch diameter PVC pipe at four non-contiguous sites within the city and Carlsbad Municipal Water District service areas. The work shall include procurement of permits; securing temporary power; manhole re-channeling and rehabilitation; sewer bypassing; sewer lateral connections; installation of potable water valves, replacement of potable water and fire services, hydrostatic testing and disinfection; and all incidental work including, but not limited to, surveying services; utility potholing; storm water and non-storm water pollution prevention; excavation support systems; traffic control; earthwork; paving and site restoration. SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY PROJECT NOS. 3904 AND 5503 PWS24-2335UTIL ELECTRONIC FORMAT RECEIPT AND OPENING OF BIDS: Bids will be received in electronic format (eBids) EXCLUSIVELY at the City of Carlsbad’s electronic bidding (eBidding) site, at: Contracting & Purchasing | Carlsbad, CA (carlsbadca.gov) and are due by the date and time shown on the cover of this solicitation. BIDDERS MUST BE PRE-REGISTERED with the City’s bidding system and possess a system-assigned Digital ID in order to submit an electronic bid. The City’s electronic bidding (eBidding) system will automatically track information submitted to the site including IP addresses, browsers being used and the URLs from which information was submitted. In addition, the City’s bidding system will keep a history of every login instance including the time of login, and other information about the user's computer configuration such as the operating system, browser type, version, and more. Because of these security features, Bidders who disable their browsers’ cookies will not be able to log in and use the City’s bidding system. The City’s electronic bidding system is responsible for bid tabulations. Upon the bidder’s or proposer’s entry of their bid, the system will ensure that all required fields are entered. The system will not accept a bid for which any required information is missing. This includes all necessary pricing, subcontractor listing(s) and any other essential documentation and supporting materials and forms requested or contained in these solicitation documents. BIDS REMAIN SEALED UNTIL DUE DATE AND TIME eBids are transmitted into the City’s bidding system via hypertext transfer protocol secure (https) mechanism using SSL 128-256-bit security certificates issued from Verisign/Thawte which encrypts data being transferred from client to server. Bids submitted prior to the Due Date and Revised 6/12/18 Contract Nos. 3904 and 5503 Page 7 of 159 Time are not available for review by anyone other than the submitter, who will have until the Due Date and Time to change, rescind or retrieve its bid should they desire to do so. BIDS MUST BE SUBMITTED BY DUE DATE AND TIME Once the deadline is reached, no further submissions are accepted into the system. Once the Due Date and Time has passed, bidders, proposers, the general public, and City staff are able to immediately see the results online. City staff may then begin reviewing the submissions for responsiveness, compliance and other issues. RECAPITULATION OF THE WORK Bids shall not contain any recapitulation of the Work. Conditional Bids may be rejected as being non-responsive. Alternative proposals will not be considered unless called for. BIDS MAY BE WITHDRAWN by the Bidder prior to, but not after, the time set as Due Date and Time. Important Note: Submission of the electronic bid into the system may not be instantaneous. Due to the speed and capabilities of the user’s internet service provider (ISP), bandwidth, computer hardware and other variables, it may take time for the bidder’s submission to upload and be received by the City’s eBidding system. It is the bidder’s sole responsibility to ensure their bids are received on time by the City’s eBidding system. The City of Carlsbad is not responsible for bids that do not arrive by the Due Date and Time. ELECTRONIC SUBMISSIONS CARRY FULL FORCE AND EFFECT The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this proposal are true and correct. The bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the bidder certifies that the bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting the eBid as its bid proposal, the bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents. BIDS ARE PUBLIC RECORDS Upon receipt by the City, bids shall become public records subject to public disclosure. It is the responsibility of the Bidder to clearly identify any confidential, proprietary, trade secret or otherwise legally privileged information contained within the proposal’s General references to sections of the California Public Records Act (PRA) will not suffice. If the Bidder does not provide applicable case law that clearly establishes that the requested information is exempt from the disclosure requirements of the PRA, the City shall be free to release the information when required in accordance with the PRA, pursuant to any other applicable law, or by order of any court or government agency, and the Bidder agrees to hold the City harmless for any such release of this information. INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS There are multiple bid schedules for the Work of this Contract and the Bidder shall complete all Bid Schedules for the bid to be deemed responsive. The Agency shall determine the low Bid as described in the Contractor’s Proposal form. Revised 6/12/18 Contract Nos. 3904 and 5503 Page 8 of 159 This bid and the terms of the Contract Documents and General 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. 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 $100,000 per contract. 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. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the City Clerk’s Office. The specifications for the work include City of Carlsbad Engineering Standards and the Standard Specifications for Public Works Construction, Parts 2 & 3, all hereinafter designated “SSPWC”, as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. 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. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond (at time of Bid submit PDF copy via PlanetBids / All Bidders). Bid Bond (Original) within two (2) business days of bid Opening / three (3) Apparent Low Bidders. 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor’s Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. 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. 8. Bidder’s Statement Re Debarment 9. Bidder's Disclosure of Discipline Record Revised 6/12/18 Contract Nos. 3904 and 5503 Page 9 of 159 10. CARB Fleet Compliance Certification (Appendix F) 11. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) BIDDER’S GUARANTEE OF GOOD FAITH (BID SECURITY) At the time of bid submission, bidders must upload and submit an electronic PDF copy of the aforementioned bid security. Whether in the form of a cashier's check, a properly certified check or an approved corporate surety bond payable to the City of Carlsbad, the bid security must be uploaded to the City’s eBidding system. Within two (2) business days after the bid opening date, the first three (3) apparent low bidders must provide the City with the original bid security. Failure to submit the electronic version of the bid security at time of bid submission shall cause the bid to be rejected and deemed non-responsive. Only the three (3) apparent low bidders are required to submit original bid security to the City within two (2) business days after bid opening date. Failure to provide the original within two (2) business days may deem the bidder non- responsive. ENGINEER’S ESTIMATE 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 $1,832,000. TIME OF COMPLETION The Contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES 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 use federal funds. The following classifications are acceptable for this contract: A - General Engineering. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained from the City of Carlsbad website at https://www.carlsbadca.gov/departments/finance/contracting- purchasing Paper copies will not be sold. Revised 6/12/18 Contract Nos. 3904 and 5503 Page 10 of 159 INTENT OF PLANS AND SPECIFICATIONS 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. BIDDER’S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via the eBidding website. Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. The deadline to submit questions is February 9, 2024, at 5 p.m. No questions will be entertained after that date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project no later than February 13, 2024. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City’s "duly authorized officer" for the purposes of section 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. Revised 6/12/18 Contract Nos. 3904 and 5503 Page 11 of 159 The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please see Appendix F and visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our- work/programs/advanced-clean-fleets. PRE BID MEETING A mandatory pre-bid meeting and tour of the project sites will be held on February 7, 2024, at 1 p.m. at the Carlsbad Municipal Water District located at 5950 El Camino Real, Carlsbad, California 92008. UNIT PRICES AND COMPUTATION OF BIDS 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. ADDENDA 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. BOND AND INSURANCE REQUIREMENTS 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 one hundred percent (100%) of the total amount payable by the terms of the contract. 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 General 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. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: Revised 6/12/18 Contract Nos. 3904 and 5503 Page 12 of 159 January 10, 2024 1. Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 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. 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. The award of the contract by the City is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE 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. 2024-___, adopted on the 9th day of January 2024. Date Graham Jordan, Deputy Clerk Revised 6/12/18 Contract Nos. 3904 and 5503 Page 13 of 159 CITY OF CARLSBAD SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY PROJECT NOS. 3904 AND 5503 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, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract Nos. 3904 and 5503 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit (refer to Section 9-4 for bid item descriptions): Bid Schedule A - Valley Street Water Main Replacement Item No. Item Description Unit Quantity Unit Price Total Amount A-1 Mobilization, not to exceed 10% LS 1 A-2 Traffic Control Plan Preparation, Implementation and Maintenance LS 1 A-3 Excavation Support Systems LS 1 A-4 Tier II SWPPP Preparation, Implementation and Maintenance LS 1 A-5 Utility Potholing and Locating LS 1 A-6 Construct Temporary Highline System LS 1 A-7 AC Pipe Removal and Disposal LS 1 A-8 Demolish and Abandon Existing Fire Service LS 1 A-9 Connect to Existing Water Main, STA 0+14 LS 1 A-10 Connect to Existing Water Main, STA 5+57 LS 1 A-11 Construct 8-Inch PVC Water Main LF 545 A-12 Furnish and Install 8-Inch Gate Valve EA 1 A-13 Furnish and Install 6-Inch Gate Valve EA 1 Revised 6/12/18 Contract Nos. 3904 and 5503 Page 14 of 159 Item No. Item Description Unit Quantity Unit Price Total Amount A-14 Construct 6-Inch PVC Fire Service LF 45 A-15 Replace 2-Inch Water Service Assembly EA 2 A-16 Construct 2-Inch Manual Air Release Valve EA 1 A-17 Replace Sidewalk SF 125 A-18 Replace Type G Curb and Gutter LF 40 A-19 Pavement Restoration LS 1 A-20 Replace Pavement Markings LS 1 Total amount of bid (in figures) for Schedule “A”: $ Total amount of bid (in words) for Schedule “A”: Bid Schedule B – South Agua Hedionda Interceptor Reach T1D Improvements (Foxtail Loop) Item No. Item Description Unit Quantity Unit Price Total Amount B-1 Mobilization, not to exceed 10% LS 1 B-2 Traffic Control Plan Preparation, Implementation and Maintenance LS 1 B-3 Tier II SWPPP Preparation, Implementation and Maintenance LS 1 B-4 Sewer By-pass system LS 1 B-5 Excavation Support Systems LS 1 B-6 Utility Potholing and Locating LS 1 B-7 Construct 8-Inch PVC Sewer LF 50 B-8 Connect to and Modify MH#24A-43 LS 1 B-9 Remove Existing 8-inch Sewer and Connect to Existing Sewer Main LS 1 B-10 Replace Existing 8-inch PVC Sewer with 12- Inch PVC Sewer LF 365 B-11 Replace Existing 8-inch PVC Sewer with 15- Inch PVC Sewer LF 200 B-12 Connect to and Modify Manhole No. 24A-38 LS 1 Revised 6/12/18 Contract Nos. 3904 and 5503 Page 15 of 159 Item No. Item Description Unit Quantity Unit Price Total Amount B-13 Connect to Existing 8-inch PVC Sewer, STA 10+57 LS 1 B-14 Connect to and Modify Manhole Nos. 24A-39 and 40 LS 1 B-15 Sewer Lateral Reconnection EA 25 B-16 Pavement Restoration SF 21,600 B-17 Replace Private Landscaping LS 1 B-18 Replace Private Concrete Driveway SF 700 B-19 Replace Survey Monument EA 6 B-20 Replace Street Markings and Striping LS 1 Total amount of bid (in figures) for Schedule “B”: $ Total amount of bid (in words) for Schedule “B”: Bid Schedule C - Palomar Oaks Way Sewer Extension Item No. Item Description Unit Quantity Unit Price Total Amount C-1 Mobilization, not to exceed 10% LS 1 C-2 Traffic Control Plan Preparation, Implementation and Maintenance LS 1 C-3 Tier II SWPPP Preparation, Implementation and Maintenance LS 1 C-4 Excavation Support Systems LS 1 C-5 Utility Locating and Potholing LS 1 C-6 Sewer By-Pass System LS 1 C-7 Dewatering LS 1 C-8 Over-Excavation and Backfill CY 100 C-9 Construct 8-Inch PVC Sewer Main LF 460 C-10 Connect to and Modify MH# 36B-37 LS 1 C-11 Connect to and Modify MH# 36B-25 LS 1 C-12 Sewer Lateral Reconnection EA 1 Revised 6/12/18 Contract Nos. 3904 and 5503 Page 16 of 159 Item No. Item Description Unit Quantity Unit Price Total Amount C-13 Abandon Existing Sewer Mains LS 1 C-14 Replace 8-Inch ACP Water Main with PVC LF 40 C-15 Construct 2-Inch Water Service Assembly EA 2 C-16 Replace Type G Curb and Gutter LF 60 C-17 Pavement Restoration SF 13,000 C-18 Replace Pavement Markings LS 1 C-19 Replace Water Valve Box Assembly EA 4 C-20 Replace Survey Monument EA 1 Total amount of bid (in figures) for Schedule “C”: $ Total amount of bid (in words) for Schedule “C”: Bid Schedule D - Tyler Street Alley Sewer Replacement Item No. Item Description Unit Quantity Unit Price Total Amount D-1 Mobilization, not to exceed 10% LS 1 D-2 Traffic Control Plan Preparation, Implementation and Maintenance LS 1 D-3 Tier II SWPPP Preparation, Implementation and Maintenance LS 1 D-4 Utility Locating and Potholing LS 1 D-5 Excavation Support Systems LS 1 D-6 Sewer By-Pass System LS 1 D-7 Dewatering LS 1 D-8 Over-Excavation and Backfill CY 70 D-9 Replace 8-Inch VCP Sewer main with PVC LF 280 D-10 Sewer Lateral Reconnection EA 20 D-11 Remove Existing Groundwater Monitoring Well LS 1 D-12 Pavement Restoration SF 2,400 Revised 6/12/18 Contract Nos. 3904 and 5503 Page 17 of 159 Item No. Item Description Unit Quantity Unit Price Total Amount D-13 Replace Ribbon Gutter LF 100 D-14 Replace Survey Monument EA 3 D-15 Replace Commercial Driveway Entrance SF 280 D-16 Replace Pavement Striping and Markings LS 1 Total amount of bid (in figures) for Schedule “D”: $ Total amount of bid (in words) for Schedule “D”: Total Bid Price, Schedules A + B + C + D (in numbers): $ Total Bid Price, Schedules A + B + C + D (in words): $ The Agency shall determine the low Bid based on the sum of all Bid schedules. After the low Bid has been determined, the Agency may, at its sole discretion, award the Contract based on the total of all Bid Schedules or on the total of Schedule “A” plus any combination of Schedule “B”, Schedule “C” or Schedule “D”. The Agency has the right to reject any or all Bids or to waive any irregularities or informalities in any Bids or in the Bidding process. Price(s) given above are firm for 90 days after the date of bid opening. Addendum(a) No(s). ___________________ has/have been received and is/are included in this 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 capacity of a contractor within the State of California, validly licensed under license number _________________________, classification ________________ which expires on _____________________, and Department of Industrial Relations PWC registration Revised 6/12/18 Contract Nos. 3904 and 5503 Page 18 of 159 number ___________________________________ which expires on ____________________, and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract 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 ______________________________ (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. Revised 6/12/18 Contract Nos. 3904 and 5503 Page 19 of 159 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 Number) City and State _____________________________________________________________ (4) Zip Code ___________________ Telephone No. _________________________________ (5) E-Mail ___________________________________________________________________ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted _______________________________________ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) _________________________________________________________________________ _________________________________________________________________________ (3) Place of Business __________________________________________________________ (Street and Number) City and State _____________________________________________________________ (4) Zip Code ___________________ Telephone No. _________________________________ (5) E-Mail ___________________________________________________________________ Revised 6/12/18 Contract Nos. 3904 and 5503 Page 20 of 159 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted _______________________________________ __________________________________________________________________________ (2) _________________________________________________________________________ (Signature) ____________________________________________________________________________ (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of _______________________________________ (4) Place of Business ________________________________________________________ (Street and Number) City and State _____________________________________________________________ (5) Zip Code _____________________ Telephone No. _______________________________ (6) E-Mail ___________________________________________________________________ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ Revised 6/12/18 Contract Nos. 3904 and 5503 Page 21 of 159 BID SECURITY FORM (Check to Accompany Bid) SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashier’s 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 become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. _______________________________________ _______________________________________ BIDDER _________________ *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised 6/12/18 Contract Nos. 3904 and 5503 Page 22 of 159 BIDDER'S BOND TO ACCOMPANY PROPOSAL SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 KNOW ALL PERSONS BY THESE PRESENTS: That we, _______________________________________________________, as Principal, and _____________________________________, as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) __________________________ for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this ____________ day of ___________________________, 20_____ ________________________________(SEAL) _____________________________(SEAL) (Principal) (Surety) By: __________________________________ By: ________________________________ (Signature) (Signature) __________________________________ ________________________________ (Print Name/Title) (Print Name/Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY – ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON City Attorney By: __________________________________ Assistant City Attorney Revised 6/12/18 Contract Nos. 3904 and 5503 Page 23 of 159 GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTORS” FORM REFERENCES Prior to preparation of the following “Subcontractor Disclosure Form” Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, “Own Organization”, “Subcontractor”, and “Work”. Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be 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 whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter “NONE” in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Revised 6/12/18 Contract Nos. 3904 and 5503 Page 24 of 159 Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Revised 6/12/18 Contract Nos. 3904 and 5503 Page 25 of 159 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder’s total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR’S BID ITEMS Portion of Work Subcontractor Name and Location of Business Phone No. and Email Address DIR Registration No. Subcontractor’s License No. and Classification* Amount of Work by Subcontractor in Dollars* Page _____ of _____ pages of this Subcontractor Designation form _________________ * Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the “Notice Inviting Bids.” Revised 6/12/18 Contract Nos. 3904 and 5503 Page 26 of 159 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. The bidder shall demonstrate at least five years of experience successfully completing sewer gravity main installations and shall demonstrate successful completion of at least three projects involving sewer gravity main construction and manhole rehabilitation with a value of $1,500,000 or greater and similar in scope and size to the Work of the proposed Contract. Bidder must also submit the qualifications of its Representatives in accordance with Section 7-6. The proposal shall be deemed non-responsive if the required technical ability and experience for the Bidder or its representative is not demonstrated. Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contract Type of Work Amount of Contract Revised 6/12/18 Contract Nos. 3904 and 5503 Page 27 of 159 BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION (To Accompany Proposal) SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 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 and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Revised 6/12/18 Contract Nos. 3904 and 5503 Page 28 of 159 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? ______ ______ yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred agency period of debarment party debarred agency period of debarment BY CONTRACTOR: (name of Contractor) By: (sign here) (print name/title) Page _____ of _____ pages of this Re Debarment form Revised 6/12/18 Contract Nos. 3904 and 5503 Page 29 of 159 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 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. 1) 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? ______ ______ yes no 2) Has the suspension or revocation of your contractor’s license ever been stayed? ______ ______ yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license suspended or revoked by the California Contractors’ State License Board two or more times within an eight year period? ______ ______ yes no 4) 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? ______ ______ yes no 5) 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 pertains to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page _____ of _____ pages of this Disclosure of Discipline form Revised 6/12/18 Contract Nos. 3904 and 5503 Page 30 of 159 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party whose 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: (name of Contractor) By: (sign here) (print name/title) Page _____ of _____ pages of this Disclosure of Discipline form Revised 6/12/18 Contract Nos. 3904 and 5503 Page 31 of 159 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 The undersigned declares: I am the ____________ of ______________, the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ___________________________, 20____ at _________ [city], ________ [state]. ________________________________________________ Signature of Bidder Revised 6/12/18 Contract Nos. 3904 and 5503 Page 32 of 159 CONTRACT PUBLIC WORKS This agreement is made this ____________ day of ____________________________, 2024, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and __________________________________ whose principal place of business is _______________________________________________ (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 (hereinafter called "project") 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, Noncollusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder’s Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General 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, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter 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 General 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. The City shall withhold retention as required by Public Contract Code Section 9203. 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 Revised 6/12/18 Contract Nos. 3904 and 5503 Page 33 of 159 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 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. 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. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. Revised 6/12/18 Contract Nos. 3904 and 5503 Page 34 of 159 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City of Carlsbad’s policy for insurance as stated in City Council Policy # 70. (A) Coverages and Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability (GLC) Insurance: Insurance written on an “occurrence” basis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non- owned or hired, and whether scheduled or non-scheduled. 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 6/12/18 Contract Nos. 3904 and 5503 Page 35 of 159 a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers’ liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. 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 ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self- insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. 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 City Council Policy # 70. (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 Revised 6/12/18 Contract Nos. 3904 and 5503 Page 36 of 159 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. 11. Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is included in Section 3 of the General Provisions. In addition, 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 Section 3 of the General Provisions. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. 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. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or 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. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City Council of the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Revised 6/12/18 Contract Nos. 3904 and 5503 Page 37 of 159 I have read and understand all provisions of Section 11 above. ________ init ________ init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 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. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 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. /// /// /// /// /// /// /// /// Revised 6/12/18 Contract Nos. 3904 and 5503 Page 38 of 159 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: (name of Contractor) By: (sign here) (print name and title) By: (sign here) (print name and title) CITY OF CARLSBAD, a municipal corporation of the State of California By: KEITH BLACKBURN, Mayor ATTEST: SHERRI FREISINGER, City Clerk 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: CINDIE K. McMAHON City Attorney By: Assistant City Attorney Revised 6/12/18 Contract Nos. 3904 and 5503 Page 39 of 159 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad located in the State of California has awarded to ________________________________________________________ (hereinafter designated as the "Principal"), a Contract for: SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, _____________________ as Principal, (hereinafter designated as the "Contractor"), and _______________________________________________________ as Surety, are held firmly bound unto the City of Carlsbad in the sum __________________, said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. 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 section 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 action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed 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 addition to the terms of the contract or to the work or to the specifications. Revised 6/12/18 Contract Nos. 3904 and 5503 Page 40 of 159 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this ______________ day of __________________________, 20____ _______________________________(SEAL) _____________________________(SEAL) (Principal) (Surety) By: _________________________________ By: ________________________________ (Signature) (Signature) __________________________________ ________________________________ (Print Name & Title) (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY – ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON City Attorney By: _________________________________ Assistant City Attorney Revised 6/12/18 Contract Nos. 3904 and 5503 Page 41 of 159 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California has awarded to _____________________________________________________ (hereinafter designated as the "Principal"), a Contract for: SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, _____________________ as Principal, (hereinafter designated as the "Contractor"), and _______________________________________________________ as Surety, are held firmly bound unto the City of Carlsbad in the sum __________________, said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 6/12/18 Contract Nos. 3904 and 5503 Page 42 of 159 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this ______________ day of __________________________, 20____ _______________________________(SEAL) _____________________________(SEAL) (Principal) (Surety) By: _________________________________ By: ________________________________ (Signature) (Signature) __________________________________ ________________________________ (Print Name & Title) (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY – ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON City Attorney By: _________________________________ Assistant City Attorney Revised 6/12/18 Contract Nos. 3904 and 5503 Page 43 of 159 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and ___________________________________________________________, whose address is _________________________________________________________________ hereinafter called "Contractor" and ___________________________________________________, whose address is ________________________________________ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 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: SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 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 market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Revised 6/12/18 Contract Nos. 3904 and 5503 Page 44 of 159 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address Revised 6/12/18 Contract Nos. 3904 and 5503 Page 45 of 159 At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name Signature Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address Revised 6/15/17 Contract Nos. 3904 and 5503 Page 46 of 159 GENERAL PROVISIONS FOR SEWER AND WATER PIPELINE REPLACEMENT PROGRAM – VALLEY, FOXTAIL, PALOMAR OAKS AND TYLER ALLEY CONTRACT NOS. 3904 AND 5503 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS. Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 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. 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. 1-1.3 Equals and Approvals. Where the words “equal”, “approved equal”, “equivalent”, and such words of similar import are used, it shall be understood such words are followed by the expression “in the opinion of the Engineer”, unless otherwise stated. Where the words “approved”, “approval”, “acceptance”, or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 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 and in-place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 47 of 159 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum – Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency – The City of Carlsbad, California and/or the Carlsbad Municipal Water District. Agreement – See Contract. Assessment Act Contract – A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Average Sound Level – The level, in decibels, of the mean-square A-weighted sound pressure during a stated time period, with reference to the square of the standard reference sound pressure of 20 micropascals. The "average sound level" is equivalent to the industry standard Leq. See Equivalent Continuous Sound Level. Base – A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid – The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder – Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board – The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond – Bid, performance, and payment bond or other instrument of security. Caltrans – The State of California, Department of Transportation. Cash Contract – A Contract financed by means other than special assessments. Certificate of Compliance – A written document signed and submitted by a supplier or manufacturer that certifies that the material or assembled material supplied to the Work site conforms to the requirements of the Contract Documents. Change Order – A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code – The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager– the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 48 of 159 Contract – The written agreement between the Agency and the Contractor covering the Work. Contract Documents – Including but not limited to; the Contract, any Addendum (which pertain to the Contract Documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor – The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term “prime contractor” shall mean Contractor. Contract Time - The number of Working Days to complete the Work as specified in the Contract Documents. Contract Price – The total amount of money for which the Contract is awarded. Contract Unit Price – The amount stated in the Bid for a single unit of an item of work. County Sealer – The Sealer of Weights and Measures of the county in which the Contract is let. Critical Path – In the construction schedule, the sequence of activities that represents the longest path through the Project network of activities and the shortest possible Project duration. Days – Days shall mean consecutive calendar’s days unless otherwise specified. Decibel – A unit for measuring the amplitude of sound, equal to 20 times the logarithm to the base 10 of the ratio of the pressure of the sound measured to the reference pressure, which is 20 micropascals. Defective Work - Work that does not conform to the requirements of the Contract Documents. Deputy City Engineer – The Engineering Manager of the Construction Management & Inspection Department, the Construction Manager’s immediate supervisor and the Engineer’s designated representative. The Deputy City Engineer is the second level of appeal for informal dispute resolution. Dispute Board – Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Disputed Work – Work in which the Agency and the Contractor are in disagreement. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 49 of 159 Electrolier – Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer – The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Engineer of Record/Design Engineer – A registered professional engineer licensed in the State of California who is qualified to act as an agent of a project owner or to prepare plans for facilities to be accepted by the City of Carlsbad. The term includes persons licensed in the State of California as Civil Engineers or Structural Engineers. Equivalent Continuous Sound Level (Leq) – The average sound level which, over a given period of time, has the same total energy as the fluctuating noise and is also known as the time- average sound level. Extra Work – New or unforeseen work not covered by a Contract Unit Price or Stipulated Unit Price. Float – The number of days by which an activity in the construction schedule may be delayed from either its earliest start date or earliest completion date without extending the Contract Time (total float). Total float belongs to the Project and to any Party to accommodate changes in the Work or to mitigate the effect of events which may delay completion. Holiday – Holidays and the days observed are listed below. If a holiday falls on a Saturday, the holiday is observed on the preceding Friday. If the holiday falls on a Sunday, it is observed the following Monday. Unless specified otherwise in the Contract Documents or authorized by the Engineer, do not work on holidays. New Year’s Day January 1 Martin Luther King Day 3rd Monday in January Presidents’ Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in September Indigenous People’s Day 2nd Monday in October Veteran’s Day November 11 Thanksgiving Day 4th Thursday in November Thanksgiving Friday Day after Thanksgiving Christmas Day December 25 House Connection Sewer – A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer – A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire – The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm – The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 50 of 159 Minor Bid Item – a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification – Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Night Work – See Working Night. Notice of Award – The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed – A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Sections 2-3.1 and 2-3.2 – 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. Further, “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 Sections 2-3.1 and 2-3.2. Person – Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans – The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract – Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector – the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal – See Bid. Reference Specifications – Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway – The portion of a street reserved for vehicular use. Service Connection – Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 51 of 159 Sewer – Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Shop Drawings – Drawings showing the details of manufactured or assembled products proposed to be incorporated into the Work. Sound Level – The weighted sound pressure level obtained using a sound level meter and frequency weighting network as provided in the American National Standards Institute (ANSI) specifications for sound level meters. "Sound level" means the same as "noise level." Special Provisions – Revisions to the Standard Specifications setting forth conditions and requirements peculiar to the Work. Specifications – General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard – The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans – Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications – The Standard Specifications for Public Works Construction (SSPWC), the “Greenbook”. State – State of California. Stipulated Unit Price – Unit prices established by the Agency in the Contract Documents. Storm Drain – Any conduit and appurtenances intended for the reception and transfer of storm water. Street – Any road, highway, parkway, freeway, alley, walk, or way. Subbase – A layer of specified material of planned thickness between a base and the subgrade. Subcontractor – An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade – For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision – Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 52 of 159 Supplemental Agreement – A written amendment of the Contract Documents signed by both parties. Supplemental Provisions – See Special Provisions. Surety – Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne – Also referred to as “metric ton”. Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility – Tracks, overhead or underground wires, pipelines, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or easement. Work – That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. Working Drawings – Drawings showing the details not shown on the Plans which are required to be designed by the Contractor. Working Night – A period of night-time work, allowed only on Sunday through Thursday, excluding holidays. 1-3 ABBREVIATIONS. 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the “Manual of Steel Construction” published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words Abbreviation Word or Words ABAN .............................................................Abandon ABAND .......................................................Abandoned ABS ........................ Acrylonitrile – butadiene – styrene AC .................................................... Asphalt Concrete ACP ........................................... Asbestos cement pipe ACWS ..................... Asphalt concrete wearing surface ALT ................................................................Alternate APTS ................................. Apartment and Apartments AMER STD ................................... American Standard AWG ............... American Wire Gage (nonferrous wire) BC .................................................. Beginning of curve BCR ....................................... Beginning of curb return BDRY ............................................................Boundary BF ..................................................... Bottom of footing BLDG ........................................ Building and Buildings BM .............................................................. Benchmark BVC .................................... Beginning of vertical curve B/W ........................................................... Back of wall C/C ..................................................... Center to center CAB ...................................... Crushed aggregate base CAL/OSHA ............ California Occupational Safety and Health Administration CalTrans ....... California Department of Transportation CAP .................................... Corrugated aluminum pipe CB ............................................................. Catch Basin Cb ........................................................................ Curb CBP ............................... Catch Basin Connection Pipe CBR ....................................... California Bearing Ratio CCR ............................ California Code of Regulations CCTV ............................................... Closed Circuit TV CES .......................... Carlsbad Engineering Standards CF ................................................................ Curb face Revised 6/15/17 Contract Nos. 3904 and 5503 Page 53 of 159 CF ................................................................ Cubic foot C&G .................................................... Curb and gutter CFR ................................ Code of Federal Regulations CFS ......................................... Cubic Feet per Second CIP ......................................................... Cast iron pipe CIPP ................................................ Cast-in place pipe CL ............................................. Clearance, center line CLF .................................................... Chain link fence CMB ............................... Crushed miscellaneous base CMC ......................................... Cement mortar-coated CML ............................................ Cement mortar-lined CMWD .................... Carlsbad Municipal Water District CO .................................................... Cleanout (Sewer) COL ..................................................................Column COMM ....................................................... Commercial CONC ........................................................... Concrete CONN ........................................................ Connection CONST .................................. Construct, Construction COORD ...................................................... Coordinate CSP ............................................ Corrugated steel pipe CSD ............................... Carlsbad Standard Drawings CTB ............................................ Cement treated base CV ............................................................ Check valve CY ............................................................... Cubic yard D .............................................................. Load of pipe dB ................................................................... Decibels DBL .................................................................. Double DF ............................................................... Douglas fir DIA ................................................................ Diameter DIP ..................................................... Ductile iron pipe DL ................................................................Dead load DR ...................................................... Dimension Ratio DT .................................................................Drain Tile DWG ............................................................... Drawing DWY .............................................................. Driveway DWY APPR ................................... Driveway approach E ....................................................................... Electric EA ........................................................................ Each EC ............................................................ End of curve ECR ................................................ End of curb return EF ................................................................ Each face EG ......................................................... Edge of gutter EGL .................................................. Energy grade line EI ................................................................... Elevation ELC ..................................... Electrolier lighting conduit ELT ........................................................ Extra long ton ENGR ....................................... Engineer, Engineering EP ................................................... Edge of pavement ESMT ........................................................... Easement ETB .......................................... Emulsion-treated base EVC ............................................... End of vertical curb EWA ............................... Encina Wastewater Authority EXC ............................................................ Excavation EXP JT ................................................. Expansion joint EXST ............................................................... Existing F .................................................................. Fahrenheit F&C ................................................... Frame and cover F&I .................................................. Furnish and install FAB ............................................................... Fabricate FAS ............................................... Flashing arrow sign FD ............................................................... Floor drain FDN ............................................................ Foundation FED SPEC ................................. Federal Specification FG ........................................................ Finished grade FH ............................................................. Fire hydrant FL ................................................................... Flow line FS ...................................................... Finished surface FT-LB .........................................................Foot-pound FTG .................................................................. Footing FW ............................................................ Face of wall G ........................................................................... Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons GALV ......................................................... Galvanized GAR ........................................... Garage and Garages GIP .............................................. Galvanized iron pipe GL ........................................ Ground line or grade line GM .............................................................. Gas meter GNV ............................................... Ground Not Visible GP ..................................................................Guy pole GPM ................................................ gallons per minute GR ...................................................................... Grade GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HDWL ........................................................... Headwall HGL .............................................. Hydraulic grade line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation ID ........................................................ Inside diameter INCL ...............................................................Including INSP .............................................................Inspection INV ...................................................................... Invert IP .................................................................... Iron pipe JC ..................................................... Junction chamber JCT .................................................................Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ Length LAB ............................................................. Laboratory LAT ................................................................... Lateral LB ...................................................................... Pound LD ..................................................... Local depression LF ................................................................ Linear foot LH ............................................................... Lamp hole LL ...................................................................Live load LOL .............................................................Layout line LONG ........................................................Longitudinal LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) LS ................................................................ Lump sum LTS .................................................... Lime treated soil LWD ............................... Leucadia Wastewater District MAINT ..................................................... Maintenance MAX ............................................................. Maximum MCR ............................................ Middle of curb return MEAS ............................................................. Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ..................................................... Miscellaneous Revised 6/15/17 Contract Nos. 3904 and 5503 Page 54 of 159 MOD ................................................... Modified, modify MON ............................................................ Monument MSL .. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine MULT ...............................................................Multiple MUTCD .....Manual on Uniform Traffic Control Devices MVL ............................................... Mercury vapor light NCTD .............................. North County Transit District NRCP .............................. Nonreinforced concrete pipe OBS ...............................................................Obsolete OC ................................................................ On center OD ..................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................ Overhead Electric OMWD ................. Olivenhain Municipal Water District OPP ...............................................................Opposite ORIG ................................................................Original PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature PCVC ....................... Point of compound vertical curve PE ........................................................... Polyethylene PI .................................................. Point of intersection PL ............................................................. Property line PMB ............................ Processed miscellaneous base POC ...................................................... Point on curve POT .................................................... Point on tangent PP .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI ......................................... Pounds per square inch PT .................................................... Point of tangency PVC .................................................. Polyvinyl chloride PVMT ........................................................... Pavement PVT R/W ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete RCB ...................................... Reinforced concrete box RCE ...................................... Registered civil engineer RCP ..................................... Reinforced concrete pipe RCV ........................................... Remote control valve REF ............................................................. Reference REINF ..............................Reinforced or reinforcement RES ...............................................................Reservoir RGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR ...................................................................Railroad RSE .............................. Registered structural engineer RTE .................................... Registered traffic engineer S .................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD ............................................................. Storm drain SDNR .............................. San Diego Northern Railway SDR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings SE ...................................................... Sand Equivalent SEC .................................................................. Section SF ............................................................. Square foot SFM ................................................ Sewer Force Main SI ....................... International System of Units (Metric) SPEC ..................................................... Specifications SPPWC .......................................... Standard Plans for Public Works Construction SSPWC ............................. Standard Specifications for Public Works Construction ST HWY ................................................ State highway STA ................................................................... Station STD ............................................................... Standard STR ..................................................................Straight STR GR ................................................ Straight grade STRUC .......................................... Structural/Structure SW .................................................................Sidewalk SWD ...................................................... Sidewalk drain SY ............................................................ Square yard T .................................................................. Telephone TAN ................................................................. Tangent TC .............................................................. Top of curb TEL ............................................................. Telephone TF ........................................................... Top of footing TOPO ........................................................ Topography TR ........................................................................ Tract TRANS ......................................................... Transition TS ......................... Traffic signal or transition structure TSC ............................................. Traffic signal conduit TSS ........................................... Traffic signal standard TW ..............................................................Top of wall TYP .................................................................. Typical UE .............................................. Underground Electric USA .................................... Underground Service Alert VAR ..................................................... Varies, Variable VB ................................................................ Valve box VC .......................................................... Vertical curve VCP ................................................... Vitrified clay pipe VERT ............................................................... Vertical VOL .................................................................. Volume VWD ....................................... Vallecitos Water District W ........................ Water, Wider or Width, as applicable WATCH .............. Work Area Traffic Control Handbook WI ............................................................ Wrought iron WM ........................................................... Water meter WPJ .......................................... Weakened plane joint XCONN ............................................ Cross connection XSEC ..................................................... Cross section Revised 6/15/17 Contract Nos. 3904 and 5503 Page 55 of 159 1-3.3 Institutions. Abbreviation Word or Words AASHTO ............................. American Association of State Highway and Transportation Officials ACI .................................................................................................... American Concrete Institute AISC ...............................................................................American Institute of Steel Construction ANSI ................................................................................. American National Standards Institute AREA ........................................................................ American Railway Engineering Association ASME ........................................................................ American Society of Mechanical Engineers ASQ ................................................................................................. American Society for Quality ASTM ........................................................................ American Society for Testing and Materials AWPA ............................................................................ American Wood Preservers Association AWS ................................................................................................... American Welding Society AWWA .................................................................................. American Water Works Association EEI ........................................................................................................... Edison Electric Institute EIA ...................................................................................................Electronic Industries Alliance EPA ......................................................................................... Environmental Protection Agency ETL ............................................................................................... Electrical Testing Laboratories FCC .................................................................................. Federal Communications Commission FHWA ......................................................................................... Federal Highway Administration GRI ............................................................................................ Geosynthetic Research Institute IEEE ................................................................... Institute of Electrical and Electronics Engineers IMSA ............................................................................International Municipal Signal Association ISSA ............................................................................ International Slurry Surfacing Association ITE ....................................................................................... Institute of Transportation Engineers NCHRP ........................................................... National Cooperative Highway Research Program NEMA .................................................................... National Electrical Manufacturers Association NSF .................................................................................................National Science Foundation OSHA ..................................................................Occupational Safety and Health Administration PPI .............................................................................................................. Plastics Pipe Institute RUS ............................................................................................................ Rural Utilities Service SAE ........................................................................................... Society of Automotive Engineers SSPC ........................................................................................... Society for Protective Coatings UL ................................................................................................. Underwriters' Laboratories Inc. 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 56 of 159 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) ....................................................................................25.4 micrometer (m) 1 inch (in) ..............................................................................................25.4 millimeter (mm) 1 inch (in) ..............................................................................................2.54 centimeter (cm) 1 foot (ft) ................................................................................................0.3048 meter (m) 1 yard (yd) .............................................................................................0.9144 meter (m) 1 mile (mi) .............................................................................................1.6093 kilometer (km) 1 square foot (ft2) ..................................................................................0.0929 square meter (m2) 1 square yard (yd2) ................................................................................0.8361 square meter (m2) 1 cubic foot (ft3) .....................................................................................0.0283 cubic meter (m3) 1 cubic yard (yd3) ..................................................................................0.7646 cubic meter (m3) 1 acre ....................................................................................................0.4047 hectare (ha) 1 U.S. gallon (gal) .................................................................................3.7854 Liter (L) 1 fluid ounce (fl. oz.) ..............................................................................29.5735 millileter (mL) 1 pound mass (lb) (avoirdupois) ...........................................................0.4536 kilogram (kg) 1 ounce mass (oz) .................................................................................0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................0.9072 Tonne (= 907 kg) 1 Poise ..................................................................................................0.1 pascal . second (Pa . s) 1 centistoke (cs) ....................................................................................1 square millimeters per second (mm2/s) 1 pound force (lbf) .................................................................................4.4482 Newton (N) 1 pounds per square inch (psi) .............................................................6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) .................................................................1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf).......................................................................1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ...............................................1.3558 Watt (W) 1 part per million (ppm) .........................................................................1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): ........................................................................Degree Celsius (°C): °F = (1.8 x °C) + 32 ...............................................................................°C = (°F – 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (lm) 1 second (s) Common Metric Prefixes kilo (k) ....................................................................................................103 centi (c)..................................................................................................10-2 milli (m) ..................................................................................................10-3 micro () ................................................................................................10-6 nano (n) .................................................................................................10-9 pico (p) ..................................................................................................10-12 1-5 SYMBOLS.  Delta, the central angle or angle between tangents  Angle % Percent ‘ Feet or minutes “ Inches or seconds 1 Number / per or (between words) ° Degree PL Property line CL Centerline SL Survey line or station line Revised 6/15/17 Contract Nos. 3904 and 5503 Page 57 of 159 SECTION 2 – SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the board, except that the contractor may assign money due or which will accrue to it under the contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: “(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor’s total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor’s total bid or ten thousand dollars ($10,000), whichever is greater.” “(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid.” If the Contractor fails to specify a Subcontractor or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor’s total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 58 of 159 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor’s own organization. The Board 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 Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the Board shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated “Specialty Items” may be performed by subcontract, and the amount of any such “Specialty Items” so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. “Specialty Items” will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 59 of 159 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 a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one-year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1. An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other 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. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, Supplemental Provisions, Project Technical Specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction (SSPWC) and the latest supplements thereto, Revised 6/15/17 Contract Nos. 3904 and 5503 Page 60 of 159 2021 edition as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The Plans shall consist of the construction drawings, Drawing No. 540-5 issued under this Contract. The Standard Drawings consist of the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Modified standard drawings, if applicable, are enclosed in the appendices to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict in the 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. Change orders, whichever occurs last. 3. Contract addenda, whichever occurs last. 4. Contract. 5. Carlsbad General and Supplemental Provisions. 6. Carlsbad Engineering Standards. 7. Technical Specifications. 8. Plans. 9. Standards Plans. a. City of Carlsbad Standard Drawings. b. City of Carlsbad Standard Drawings. c. City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d. San Diego Area Regional Standard Drawings. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 61 of 159 e. Traffic Signal Design Guidelines and Standards. f. State of California Department of Transportation Standard Plans. g. State of California Department of Transportation Standard Specifications. h. California Manual on Uniform Traffic Control Devices (CA MUTCD). 10. Standard Specifications for Public Works Construction, as amended. 11. Reference Specifications. 12. Manufacturer’s Installation Recommendations Detail drawings shall take precedence over general drawings. Detailed plans and plan views shall have precedence over general plans. 2-5.2.1 Precedence of Caltrans Specifications. Where Caltrans specifications are used to modify the SSPWC or are added to the SSPWC by the Contract Documents, the Caltrans specifications shall have precedence only in reference to the materials referred to in the Caltrans specifications. The documents listed in Section 2-5.2 above, in their order of precedence above, shall prevail over the Caltrans specifications in all other matters. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor’s expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. One electronic (PDF) file shall be submitted. If revisions are required, the Engineer will return one redlined copy for resubmission. Upon acceptance, the Engineer will return one electronic copy to the Contractor. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required be performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. 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. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 62 of 159 5. Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6. Description of the contents of the submittal. 7. Identification of deviations from the Contract Documents. 8. The signature, printed name, title and company name of the Contractor’s representative. The Contractor shall subscribe to and shall place the following certification on all submittals:  “I hereby certify that the (equipment, material, procedure(s)) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval.” Or  “ I hereby certify that the (equipment, material, procedure(s)) contained herein meet all requirements shown or specified in the Contract Documents, except for the following deviation(s): .” 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Working drawings are required in the following sections: TABLE 2-5.3.2 Item Section Number Title Subject 1 7-8.6.1 Dewatering Excavation Dewatering 2 7-10.4.1 Safety Orders Trench Shoring 3 7-10.4.8 Steel Plate Covers Steel Plate Bridging 4 300-3.2 Cofferdams Structure Excavation & Backfill 5 300-12.1 SWPPP SWPPP 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.2 Falsework Plans Structural Steel 10 307-1.1 General Jacking Operations 11 307-2.1 General Tunneling Operations 12 306-8 Microtunneling Microtunneling Operations 13 601-2 Temporary Traffic Control Plan Traffic Control 14 02690 Temporary Sewer Bypass Pumping Sewer Bypassing Working drawings listed above as Items 2, 3, 4, 7, 8, 9, 10, 11, 12, and 13 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings are required in the following sections and as specified in the Special Provisions: Revised 6/15/17 Contract Nos. 3904 and 5503 Page 63 of 159 TABLE 2-5.3.3 Item Section Number Title Subject 1 207-2.5 Joints Reinforced Concrete Pipe 2 207-8.4 Joints Vitrified Clay Pipe 3 304-1.1.1 Shop Drawings Structural Steel 4 304-2.1 General Metal Hand Railings 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Three hard copies and one electronic (PDF) file of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, one red lined copy will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1. List of Subcontractors per 2-3.2. 2. List of Materials per 4-1.4. 3. Certifications per 4-1.5. 4. Construction Schedule per 6-1 and Work Plan per 6-2.2. 5. Confined Space Entry Program per 7-10.4.4. 6. Concrete mix designs per 201-1.1. 7. Asphalt concrete mix designs per 203-6.1. 8. Controller Cabinet Wiring Diagrams per 701-17.2.2 9. Data, including, but not limited to, catalog sheets, manufacturer’s brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 10. Temporary highline plan per Carlsbad Engineering Standards. 2-5.4 Record Drawings. The Contractor shall maintain a complete "as-built" record set of blue-line prints, which shall be corrected in red ink daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, conduits, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. The official record drawing shall accurately reflect all changes and modifications to the original plan. The Contractor shall formally submit the final record drawing at the final walk-through meeting. At the direction of the Engineer, the Contractor shall correct and revise the Record Drawings to accurately reflect field conditions. Re-submittal of the Record Drawings shall be completed within ten (10) working days of the final walk-through meeting date and shall reflect any additional punch list items. Payment for the upkeep, revision, and submittal of the record drawings shall be included in the lump sum price for mobilization. 2-5.5 Project Management and Document Control. The Contractor shall utilize the Agency’s standardized online project management and document control platform: Procore (www.procore.com). The Contractor is required to create a free, web-based, user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Revised 6/15/17 Contract Nos. 3904 and 5503 Page 64 of 159 Procore. If unfamiliar or not otherwise trained with Procore, the Contractor and applicable team members shall complete a free training certification course at the following site: http://learn.procore.com/procore-certification-subcontractor. The Contractor is responsible for obtaining their own technical support, as needed, either through online training or by contacting the Procore support team. The Contractor shall regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for the use of Procore. The Contractor shall provide at least one on-site individual with mobile access to the Procore App to provide real-time access to current and updated drawings, specifications, RFIs, submittals, schedules, change orders, and other project documents as well as any deficient observations or punch list items. The Contractor shall post all communications addressed to the Engineer, and shall review and act on all communications addressed to the Contractor, in the Procore App. The use of Procore does not relieve the contractor of any other requirements as may be specified in the Contract Documents. Procore for Windows, iOS: https://apps.apple.com/us/app/procore-construction- management/id374930542 Procore for Android: https://play.google.com/store/apps/details?id=com.procore.activities 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil or groundwater analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. The Contractor may make independent investigations of the project site, including evaluation of the soil or groundwater conditions and/or the presence of rock, in order to characterize the subsurface conditions that may be encountered to the Contractor’s satisfaction. The costs for such investigations shall be considered included in the bid price and no additional compensation will be made therefor. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor’s responsibility to determine and allow for the elevation of groundwater at the time of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work, when indicated on the Plans, will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and restoring additional work areas and removing and/or disposing of facilities temporarily required. The Contractor shall indemnify and hold the agency harmless from all claims for damages caused by such actions. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 65 of 159 2-9 SURVEYING. 2-9.1 General. The Contractor will perform and be responsible for the accuracy of surveying adequate for construction. The Contractor shall set and preserve construction survey stakes and marks for the duration of their usefulness. If any construction survey stakes are lost or disturbed and need to be replaced, such replacement shall be performed at the expense of the Contractor. The Contractor shall notify the Engineer in writing at least 2 Working Days before survey services in connection with the laying out of any portion of the Work. The Contractor shall set all stakes for line and grade. Setting tolerances for construction staking shall conform with Chapter 12, Construction Surveys of the Caltrans Surveys Manual. Surveying to determine the boundaries of the public right-of-way or easements shall conform with Chapter 10, Right-of-Way Surveys. Unless otherwise specified in the Special Provisions, stakes will be set and stationed for alignments for pipelines (sewers, storm drains, potable water, recycled water) and their appurtenances, curbs, headers, structures, rough grade, finish grade and right-of-way or easement boundaries. A corresponding cut or fill to finished grade (or flowline) will be indicated on a grade sheet. 2-9.2 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §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 Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS Drawing No. M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The Record of Survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer’s review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 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. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 66 of 159 Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.3 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the Work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-9.4 Payment for Survey, Payment for survey work shall be included in the bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be included in the contract price for Replace Survey Monument. If no such bid item is listed in the bid, payment shall be considered incidental to the Work necessitating the disturbance of said monuments and no additional payment will be made. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 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. 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. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 67 of 159 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. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these Specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 68 of 159 SECTION 3 – CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor’s signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 69 of 159 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as “extra work” when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 70 of 159 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary, for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. 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. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer’s ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 71 of 159 The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors’ invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (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: 1. Labor …………………………..… 20 2. Materials .……………………….. 15 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. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 72 of 159 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract Documents; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor’s failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655: Revised 6/15/17 Contract Nos. 3904 and 5503 Page 73 of 159 “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. 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. If the Contractor and the Agency are unable to reach agreement on disputed work, the Agency may direct the Contractor to proceed with the Work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested, the City will provide its position within 10 working days of receipt of said additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 74 of 159 All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) “Public entity” shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v) The Military Department as to any project under the jurisdiction of that department. (vi) The Department of General Services as to all other projects. (vii) The High-Speed Rail Authority. (4) “Public works project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is Revised 6/15/17 Contract Nos. 3904 and 5503 Page 75 of 159 disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity’s written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties’ dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity’s failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 76 of 159 (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2020, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by 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 ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the Revised 6/15/17 Contract Nos. 3904 and 5503 Page 77 of 159 claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) 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)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet 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. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 78 of 159 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) 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 parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 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. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 79 of 159 SECTION 4 – CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer’s approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency’s consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 6 inches and vitrified clay and cast-iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. 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 Revised 6/15/17 Contract Nos. 3904 and 5503 Page 80 of 159 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. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor’s responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these 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, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall Revised 6/15/17 Contract Nos. 3904 and 5503 Page 81 of 159 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. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer’s written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words “or equal”. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the Contract Documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer’s findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. 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. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 82 of 159 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator’s platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials’ tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient’s agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary, gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using Revised 6/15/17 Contract Nos. 3904 and 5503 Page 83 of 159 standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 84 of 159 SECTION 5 – UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which are known to exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. Prior to pipeline excavation, the Contractor shall determine, by potholing, the locations and depths of all utilities which are shown on the Contract Documents or have been marked by the utility owners and which may affect or be affected by its operations. The Contractor shall pothole all service connections, utilities that cross or parallel (within 5 feet) the proposed construction, and all connection points to existing utilities. The Contractor shall record the material size (outside diameter), type, and horizontal and vertical locations (bearing and slope) and submit the data and allow time for the Engineer’s review in accordance with Section 2-5.3. If no separate bid item is provided in the Contract for potholing, full compensation for such work shall be considered included in the bid item of work requiring the potholing and no separate payment shall be made therefor. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: Revised 6/15/17 Contract Nos. 3904 and 5503 Page 85 of 159 1. Furnish and install a 2-inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2-inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor’s operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as “abandoned” or “to be abandoned in place”. Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. The costs involved in the removal and disposal shall be considered incidental to the bid items of work necessitating such removals and no separate payment shall be made therefor, unless a bid item for “Removal” is specifically included in the bid proposal. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as directed and approved by the City. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 86 of 159 In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer, the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor’s actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. Cooperation with CMWD and City staff will be required for all work affecting existing utility systems or facilities and prior to water utility shutdowns, sewer bypass operations, testing and inspections, and project completion. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 87 of 159 SECTION 6 – PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within ten (10) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format and submit the schedule in accordance with 2-5.3. The schedule shall: A. Be prepared using a commercially available, Windows compatible software program, “Suretrak” by Primavera or “Project” by Microsoft Corporation or approved equal. B. Be prepared in hard copy (paper) and electronic (Adobe PDF) format and free of file locking, encryption or any other protocol that would impede full access to the data and labeled with the project name and number, the Contractor’s name and the date of preparation. C. Begin with the date projected for the Notice to Proceed and conclude with the date of final completion conforming with the Contract time. D. Depict a time-scaled network diagram of all activities, logic relationships of interdependent activities, and milestones comprising the complete period of Work with tasks on the vertical axis and their durations on the horizontal axis. Use distinctive texture patterns or line types to show the critical path within the Contract time. Include a tabular listing of each activity and its identification number, description, duration, early start, early finish, late start, late finish, total float, and all predecessor and successor activities. The number of activities will communicate the Contractor’s plan for project execution, accurately describe the project work and allow monitoring and evaluation of progress and time impacts. Activity descriptions shall accurately define the work planned for the activity. Activity durations shall not be shorter than 1 working day or longer than 15 working days unless approved by the Engineer. E. Include detail of all project phasing, staging and sequencing including all milestones necessary to define beginning and ending of each phase or stage and constraints which may impact any activity. Include time allowances for coordination with utility companies and other agencies, equipment and material deliveries, submittal reviews and approvals, Revised 6/15/17 Contract Nos. 3904 and 5503 Page 88 of 159 traffic control setup and phasing, Work performed by others, inspections, testing and commissioning, corrective work, and any non-work periods. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. A schedule which shows a project duration longer than the Contract Time will not be acceptable and will be grounds to consider the Contractor in default of the Contract per 6-4. The Engineer may choose to accept the Contractor’s proposal of a project duration which is shorter than the Contract time provided the shortened Baseline Construction Schedule is reasonable and demonstrates, to the satisfaction of the Engineer, that the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened schedule. Acceptance of a shortened Baseline Construction Schedule will be confirmed through the execution of a Change Order revising the Contract time. The Engineer’s approval of the Baseline Construction Schedule is a condition precedent to issuance of the Notice to Proceed. If the schedule does not meet the requirements of these specifications, the Contractor shall revise the schedule and resubmit it to the Engineer. Failure to obtain the Engineer’s approval of the schedule within fifteen (15) working days after the date of the preconstruction meeting shall be grounds to consider the Contractor in default of the Contract per 6-4. The number of working days used by the Engineer to review the initial Baseline Construction Schedule submittal will not be included in the 15 working days. The Engineer shall complete subsequent reviews of the revised schedule and progress updates within 5 working days of receipt. The Engineer’s response to each review will consist of one of the following: “Accepted.” The Contractor may proceed with the Work upon issuance of the Notice to Proceed. Payment for the schedule may be requested by the Contractor. “Accepted with Comments.” The Contractor may proceed with the Work upon issuance of the Notice to Proceed. The Contractor must revise and resubmit the schedule and receive the Engineer’s acceptance of the schedule before payment for the schedule is requested by the Contractor. “Not Accepted.” The Contractor may not proceed with the Work, must revise and resubmit the schedule and may not request payment for the schedule. 6-1.1.2 Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon the completion level of each activity as a basis for progress payments. Schedule updates shall conform with the requirements for the initial submittal in 6-1.1.1 and shall: A. Show the actual dates of each activity start and/or finish during the month. The schedule update shall include specific notation for any changes in actual dates after they are first reported. B. Report the percent complete for each activity in progress at the end of the month as determined by the Engineer. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 89 of 159 C. Include a list and explanation of all changes made to the activities, dates or interconnecting logic. D. Include activity and network revisions reflecting the Change Orders approved in the previous month as agreed upon during the review and acceptance of the Change Orders. The Engineer’s responses to the progress schedule updates shall be as described in 6-1.1.1. The Contractor shall proceed with Work and request payment for the progress schedule updates as described therein. If the Contractor fails to submit the progress schedule updates as required herein, the Contractor may elect to proceed with the Work at its own risk and shall forfeit payment for the progress schedule update until compliance is met. If the Contractor elects to delay or cease Work after failure to submit the progress schedule updates, any resulting delay, impact, or disruption to the Work will be the Contractor’s responsibility. 6-1.1.3 Interim Revisions. Should the actual or projected progress of the Work exceed 5 percent of the Contract Time, the Contractor shall prepare and submit a revised Baseline Construction Schedule independently of and prior to the next progress schedule update with a list and explanation of each change made to the schedule. The submittal, schedule review and acceptance requirements of 6-1.1.2 shall apply, 6-1.1.4 Late Completion or Milestone Dates. If a schedule update indicates a completion date later than the Contract time or contractually required milestone completion date, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent schedule update which removes all or a portion of the delay be “Accepted” by the Engineer, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following such acceptance. 6-1.1.5 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the Work is completed. The update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed in accordance with 6-1.1.2. Acceptance of the final schedule update is required for release of funds retained per 9-3.2. 6-1.1.6 Three-Week Look Ahead Schedules. The Contractor shall submit a detailed 3-week look ahead schedule prior to each progress meeting throughout project duration. The schedules shall be revised weekly to identify the construction activities and durations for each bid item of work for the current week and the succeeding two weeks. The Contractor shall revise the schedule to include additional activities or actual progress when so requested by the Engineer. 6-1.1.7 Measurement and Payment. The Contractor’s preparation, revision and maintenance of the Construction Schedule are incidental to the Work and no separate payment will be made therefor. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 90 of 159 All costs of prosecuting the Work as described herein shall be included in the Contractor’s Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. The Contractor shall incorporate non-work days, moratoriums or special events specified in the Contract Documents into the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustments of contract time will be allowed as a consequence of these events. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Work as shown or specified on the Contract Documents. The work descriptions in this section are an overview only and shall not relieve the Contractor from its responsibilities to conduct all coordination and perform the Work in accordance with the Contract Documents. The Contractor shall conduct the following general work activities: 1. Submit construction schedule, schedule of values, working drawings, submittals, shop drawings, sewer bypass plan, dewatering plan, and/or highlining plan. Secure necessary permits and approvals in accordance with the Contract Documents. 2. Coordinate with the City of Carlsbad Utilities Department for any required permitting of anticipated dewatering discharge. Coordinate with the Carlsbad Municipal Water District for any required shutdown of water distribution system pipelines. 3. Secure laydown/staging areas including any off-site staging area(s) if necessary. 4. Conduct surveying and staking of the pipeline alignments, locations of appurtenances, sewer laterals, limits of right-of-way or easements and pre-construction video and photographs. Conduct Underground Service Alert (DigAlert) notification and utility mark- out. Mobilize labor force, materials and equipment for subsequent phases of Work and install temporary facilities and BMPs, traffic control and excavation safety measures. 5. Pothole all utilities that cross or parallel (within 5 feet of) planned excavations and immediately notify the Engineer of any potential conflicts. Submit potholing data in accordance with Section 2-5.3. Pavement saw-cutting or excavation shall not commence at any construction heading until the project alignments have been staked and existing utilities have been potholed and confirmed by the Contractor to have no conflict with the Work. 6. Replace existing water mains and appurtenances. Conduct hydrostatic testing and disinfection of new water mains and appurtenances prior to connecting new mains to the existing water distribution system. 7. Furnish, install and test sewer bypass systems prior to bypass operations. 8. Replace existing sewer gravity mains while protecting in place existing sewer laterals. Construct new sewer gravity mains and reconnect sewer laterals. CCTV the new gravity mains after placement of trench zone backfill. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 91 of 159 9. Remodel the existing manhole bases following new sewer gravity main installation. Rehabilitate the existing manholes. 10. Restore the Work site to original or better condition, including but not limited to, pavement and existing landscape and irrigation repairs in areas disturbed by construction. 6-2.2 Construction Phasing. The following construction phase criteria are provided for the Contractor’s use in developing the Construction Schedule and a Work Plan that describes the labor, materials, equipment and procedures to conduct the Work. The phases listed herein are not intended to be a complete list of all construction activities and shall not relieve the Contractor from its responsibilities to coordinate and perform the Work, revise the phasing descriptions, or to develop additional phases or revise the order of phasing as necessary to complete the Work in its entirety in accordance with the Contract Documents. The Contractor shall develop a detailed Work Plan describing the materials, equipment and procedures for each phase of the Work and submit the Work Plan in accordance with Section 2-5.3. Any modification of the phasing described below shall be approved by the Engineer. Phase 1: Bid Schedule A – Valley Water Main Replacement The Work of this phase shall be completed first. No water shutdowns, pavement demolition or trench excavation shall occur prior to or on the last day of school, June 7, 2024. Pre- construction activities such as utility mark-out, surveying, staking, saw cut or utility potholing may occur prior to June 8, 2024 and all such work shall be limited between the hours of 8:30 a.m. and 2:00 p.m. The Contractor may close Valley Street between Magnolia Avenue and Andrea Avenue to through traffic starting June 10, 2024. The Contractor shall provide access to the street by Carlsbad Unified School District staff and its contractors facilitating construction at Magnolia Elementary and Valley Middle Schools per 7-7.1 Coordination. The Contractor shall submit for approval the Water Shutdown Request Form (E-28) provided in Appendix B to the Engineer a minimum of two weeks prior to the date of requested shutdown. Pipeline construction including all earthwork and paving operations shall be completed, water service restored, and the project site shall be cleared of construction equipment and materials and readied for public use before July 12, 2024. The Contractors bid price shall reflect the necessary workforce required to complete this phase of Work by this date. Failure to complete the improvements by the date specified herein will result in liquidated damages as defined in 6-9 Liquidated Damages. Phase 2: Bid Schedule B – South Agua Hedionda Interceptor Improvements Reach T1D (Foxtail) The Contractor shall commence this phase after completion of Phase 1. The project site is located within the gated community of Terraces at Sunny Creek Homeowners Association. The Contractor will be granted access to the site per 7-7.1 Coordination. The Contractor shall notify the Engineer a minimum of two weeks prior to the Contractor’s intended commencement date of ground disturbing activities. The Contractor will not be allowed to commence excavations prior to such date. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 92 of 159 Phase 3: Bid Schedule C – Palomar Oaks Way Sewer Extension Unless otherwise approved by Engineer, the Contractor shall commence this phase of Work after completion of Phase 2. The Contractor shall submit for approval the Water Shutdown Request Form (E-28) provided in Appendix B to the Engineer a minimum of two weeks prior to the requested date of shutdown on any water main. Only one water main segment shall be shutdown at any given time unless otherwise approved by the Engineer. Phase 4: Bid Schedule D – Tyler Street Alley Sewer Replacement The Contractor shall commence this phase of Work after completion of Phase 3. This project site is located within the Carlsbad Village area and regularly scheduled events are held near and within the project site. The site shall be completely cleared of construction equipment and materials and readied for public use prior to the events listed below: Carlsbad Village Summer Moratorium May 25 – September 8, 2024 No work may occur at the Tyer Street Alley site during the moratorium. Carlsbad Village Quiet Hour The Contractor shall stop all work between noon and 1:00 PM each working day unless otherwise approved by the Engineer. All mechanized equipment shall be turned off during this time. State Street Farmers’ Market Every Wednesday, State Street between Grand Avenue and Carlsbad Village Drive is closed from 1 PM to 8 PM. The Contractor shall maintain vehicular and pedestrian access to the Market on Grand Avenue during the Market’s hours of operation. 2024 Carlsbad Village Street Faire November 3, 2024 All traffic control, trench plates, equipment and materials shall be removed from the ROW extents of Grand Avenue by end of Work November 1, 2024. Sidewalk access shall be restored in full and available for public use over the weekend period. 6-2.2.1 Phasing Criteria. The Contractor shall accommodate the following criteria into the Construction Schedule and Work Plan: 1. All construction activities shall meet the scheduling restrictions identified in these specifications or as determined by the City during review of the Contractor’s Work Plan and Construction Schedule. 2. The Contractor shall submit a Site Work Plan. The Work Plan shall identify staging areas; describe the methods for the protection of private improvements and existing utilities; means and methods for public access; a listing of materials and equipment; and any other pertinent information necessary to complete the work or requested by the Engineer. 3. Contractor shall submit a sewer bypass plan and an excavation dewatering plan. 4. The Contractor shall restore all traffic lanes through the project site outside of Work hours. One lane of travel with a flagging operation may be allowed during Work hours, subject to approval of the Contractor’s Traffic Control Plan submittal. 5. The Contractor shall coordinate with cultural resources and archaeological monitors for observation during all excavation activities. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 93 of 159 6. Excavations must be backfilled or securely shored and covered with trench plates at the end of each Work day. 7. When water or fire service interruptions are necessary and approved, no customer shall be without water for longer than 8 hours. If a planned water service shutdown duration exceeds 8 hours, the Contractor shall submit a highline plan for approval and provide all highlining prior to the shutdown. 8. All sewer laterals must be reconnected at the end of the Work day in which they are disconnected 9. The Contractor may reconnect the existing sewer main to the new main with a watertight connection at the end of each Work day to potentially reduce the duration of sewer bypassing operations. Such use of the newly installed main does not constitute acceptance of any portion of the work by the City, and the new sewer main will be subject to all required testing in accordance with the Contract Documents. 10. Excavations shall be backfilled and base paved within 3 working days of completing the respective pipeline segment. 11. Site restoration shall be completed within ten working days of completion of construction of all improvements. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor’s Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, “The Contractor’s Representative”. No separate payment for attendance of the Contractor, the Contractor’s Representative or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. The Contractor shall coordinate with the Archaeological and Cultural Monitor during excavation activities. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension and compensation in accordance with Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to promptly begin procurement or delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency’s interest, or, if the Revised 6/15/17 Contract Nos. 3904 and 5503 Page 94 of 159 Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board’s opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board’s consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor’s place in all respects for that part and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor’s inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. The proof must be Revised 6/15/17 Contract Nos. 3904 and 5503 Page 95 of 159 provided in a timely manner in accordance with the sequence of the Contractor’s operations and the approved construction schedule. If delays beyond the Contractor’s control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interest of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor’s control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 140 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer, for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, Revised 6/15/17 Contract Nos. 3904 and 5503 Page 96 of 159 4. any day identified as a construction moratorium due to special events or holiday periods; 5. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 6. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 7. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. In addition to Agency holidays, open excavations and service shutdowns will not be allowed on: • School days (in Valley Street) • Thanksgiving week: November 18-22, 2024 • December 23, 2024 through January 3, 2025 Main line or service shutdowns will not be allowed on Mondays and Fridays. Unless otherwise specified or approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays and other restricted days or times as specified in the Contract Documents. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall incorporate the dates, areas and types of work prohibited elsewhere in the Contract Documents into the construction schedule. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. Contractor is hereby advised that the Engineer may require after hours or weekend work if required for the protection and safety of existing facilities, workers or the public. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. 6-8.1 Site Walk-Through. After the site has been fully restored, the Inspector will schedule an inspection within five days of the Contractor’s request. The Contractor and Inspector shall attend the inspection and all outstanding deficiencies shall be identified in a List of Deficiencies. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 97 of 159 A review of the red-line record drawings and asset schedule shall also be completed at the Site Walk-Through and all red-line deficiencies will be added to the List of Deficiencies. 6-8.2 List of Deficiencies. Following the Site Walk-Through, the Inspector will generate the List of Deficiencies (also known as the punchlist) within five working days. The Contractor shall then have 10 working days to perform corrective work and provide a written response to each punchlist item. 6-8.3 Site Follow-Up Walk-Through. Upon receipt of written responses to the List of Deficiencies, the Inspector will complete a follow-up inspection. Any outstanding deficiencies will be noted and returned to the Contractor. Outstanding deficiencies will delay full payment of any relevant bid items. 6-8.4 Request for Final Walk-Through. Once the Contractor asserts they have satisfied the terms of the Contract and with the Inspector’s permission, the Contractor may submit written assertion in the form of a Request for Final Walk-Through, certifying that all deficiencies identified through the Site Walk-Through process have been addressed and request a Final Inspection to demonstrate project completion to the Agency. The Contractor shall provide an attachment to the Request for Final Inspection with the Contractor’s written response to each deficiency. The Request for Final Inspection shall not be considered complete without the Contractor’s written response to each deficiency. 6-8.5 Final Walk-Through. Upon receipt of the Request for Final Walk-Through, the Inspector shall schedule the Final Inspection. The Inspector and Contractor shall attend the final inspection. Representatives from other Agency departments reserve the right to be present at the Final Inspection. The red-line record drawings and asset schedules shall also be reviewed. If any deficiencies are not satisfactorily addressed or additional deficiencies are identified, the Contractor will have 10 working days to complete the corrective work. 6-8.6 Request for Completion. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies are corrected by the Contractor, and the Engineer is satisfied that all of the Work meets the requirements of the Contract Documents. Once the Final Walk-Through has been completed and all outstanding deficiencies satisfactorily completed to Agency’s approval, the Contractor shall submit a written assertion in the form of Request for Completion letter, certifying that the Work has been completed. 6-8.7 Completion. Upon receipt of the Request for Completion letter, the Agency shall review the written assertion within 2 working days. If, in the Engineer’s judgment, the Work has been completed in accordance with the Contract Documents, the Agency will issue a Completion Letter. The completion date will be the date to which liquidated damages will be computed. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute completion or acceptance of the Work. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 98 of 159 6-8.8 Acceptance. Acceptance will occur after all the requirements contained in the Contract Documents have been fulfilled. If, in the Engineer’s judgment, the Contractor has fully performed the Contract, the Engineer will so certify to the Board. Upon such certification by the Engineer, the Board may accept the Work. Upon the Board’s acceptance of the Work, the Agency will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of acceptance of the Work. 6-8.9 Warranty. All work shall be warranted for one (1) year after acceptance of the Work 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 warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor’s sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work, or a portion thereof, within the time allowed will result in damages being sustained by the Agency. For each consecutive working day in excess of the time specified for completion of Work, or a portion thereof, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of two thousand five hundred dollars ($2,500.00). Such sum is liquidated damages and shall not be construed as a penalty and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that the amount specified above per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 99 of 159 SECTION 7 – RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR’S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor’s attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor’s Bid. 7-4 WORKERS’ COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Revised 6/15/17 Contract Nos. 3904 and 5503 Page 100 of 159 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers’ Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, oversize load, blasting, and demolition. The Contractor shall pay all business taxes or license fees that are required for the Work. 7-5.1 Resource Agency Permits. No resource agency permits are required for the Work. 7-5.2 Air Pollution Control Permits. The use of materials or activities that can generate air emissions are regulated by the California Air Resource Board (CARB) and the San Diego County Air Pollution Control District (SDAPCD) and either require permits or are subject to state or local air regulations which establish limitations on equipment or product use or VOC content and requirements for recordkeeping and reporting. These materials and activities include, but are not limited to the following: • Abrasive blasting • Adhesives • Asbestos abatement, removal or disruption • Coating or painting • Concrete curing compounds • Demolition of buildings, equipment or structures • Fiberglass/polyester resin layup or machining • Operation of non-road diesel engines greater than 49 hp (including generators, compressors, pumps, hydro blasters, etc.) • Operation of off-road diesel engines greater than 25 hp (including forklifts, construction equipment, load handlers, etc.) • Solvents • Welding Revised 6/15/17 Contract Nos. 3904 and 5503 Page 101 of 159 Operators of portable engines and other types of equipment can register their units under the CARB Statewide Portable Equipment Registration Program (PERP) in order to operate their equipment throughout California. However, the use of portable equipment (e.g., bypass pumps) to perform the function of permitted stationary equipment is subject to SDAPCD regulation in addition to CARB requirements. Diesel-engine driven generators or equipment shall have a valid permit or registration in accordance with the California Air Resources Board and/or the San Diego County Air Pollution Control District regulations prior to mobilization to the site. The Contractor shall submit a copy of the permit or registration documents for all equipment subject to state or local air pollution control regulations and maintain the permit or registration documents in valid standing during the performance of the Work. Products such as paints, adhesives, resins, solvents and other products shall comply with the Volatile Organic Compound (VOC) content limits established by CARB and/or the SDAPCD. The Contractor shall be responsible for determining that such products can be used legally in the performance of the Work. The Contractor shall maintain and submit records to the City Engineer on the quantities of paints or solvents used as may be required by applicable regulations. Prior to starting any activity that is required to have an air pollution control permit or registration, the Contractor shall verify the applicability of the latest air pollution control regulations pertaining to the proposed materials, equipment and operations and obtain and comply with applicable requirements: • Rule 11 – Exemptions from Rule 10 Permit Requirements Rule 12 – Registration of Specified Equipment • Rule 12.1 – Portable Equipment Registration • Rule 51 – Nuisance • Rule 67.0.1 – Architectural Coatings • Rule 67.17 – Storage of Materials Containing Volatile Organic Compounds • Rule 71 – Abrasive Blasting San Diego Air Pollution Control District: 858-586-2600 https://www.sdapcd.org/content/sdapcd/permits.html California Air Resource Board: https://ww2.arb.ca.gov/our-work/programs/portable-equipment-registration-program-perp/about 7-6 THE CONTRACTOR’S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 102 of 159 In order to communicate with the Agency, the Contractor’s representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. The qualifications for the Contractor's Representative shall include at a minimum: 1. At least three years of experience in a superintendent capacity for projects that are similar in scope and cost to the projects identified in the Contractor’s Statement of Technical Ability and Experience submitted with the bid, and successful completion of at least three projects involving sewer gravity main installation and sewer manhole rehabilitation with contract values over $1,500,000. The Contractor shall be responsible for submitting verifiable experience records. 2. Completion of OSHA 30-hour Construction Training Course. Submit certification as proof. The City reserves the right to disqualify bidders if the required technical ability and experience for the Contractor's Representative is not established. In the event that the Contractor proposes to change the Contractor's Representative prior to Project completion, the Contractor shall notify the Agency and submit the qualifications of the proposed Contractor's Representative for the Engineer's review at least two weeks prior to the proposed change. The qualifications shall demonstrate that the minimum requirements of the position, as described herein, are satisfied. The Engineer will review the qualifications of proposed Contractor's Representative within 5 working days of receipt. No change in Contractor's Representative will be allowed without the Agency's approval. In the event of a change in Contractor's Representative without prior approval, Agency reserves the right to suspend work, at the Contractor's cost, until a qualified Contractor's Representative is approved for the Project. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all utility companies during the mark-out and locating of their lines or during their relocation or construction if necessary. The Contractor may be granted a time extension if, in the opinion of the Engineer, a Revised 6/15/17 Contract Nos. 3904 and 5503 Page 103 of 159 delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. The following provisions are specific coordination requirements for each project location: Schedule A – Valley Water Main Replacement Valley Street between Magnolia Avenue and Andrea Avenue may be closed to through traffic after June 10, 2024, which is the start of the Carlsbad Unified School District summer break. This street segment may be used for onsite staging of equipment and materials only after the specified date for street closure. Valley Middle School and Magnolia Elementary school are located on either side of this street segment. The Contractor shall maintain access to these facilities for CUSD staff and its contractors. SDG&E, AT&T and Spectrum may also require access to the Work area for undergrounding work and service connections to the schools. The Contractor shall provide access to these entities upon request. The Contractor shall coordinate the stationing of the fire service lateral with the CUSD contractor constructing the new backflow assembly. The station of the fire service lateral will be dependent on the lay length of the backflow assembly to be installed by CUSD. Stationing of the service has been estimated at STA 5+29 on the plan. No additional compensation will be provided for the adjustment of the stationing as necessary to construct the fire service. The Contractor shall connect to the 90-degree intake bend fitting (push on joint x flange) of the backflow assembly as shown on CWMD W-9. This is the termination point of the public portion of the service line. Schedule B – South Agua Hedionda Interceptor Reach T1D Improvements (Foxtail Loop) The project is located within the private, gated community of the Terraces at Sunny Creek Owners Association. The Contractor will be provided a key to the community for access and shall return the key upon completion of the improvements. Access shall be maintained to all residences throughout the entirety of the Work. On-street parking may only be closed during construction and only immediately adjacent to the Work. The Contractor shall submit for approval a traffic control plan for the Work site and maintain measures to provide vehicular and pedestrian access throughout the community. The Contractor shall take all necessary measures to minimize construction impacts to the community to the maximum extent practicable. A right of entry agreement has been obtained for Work occurring adjacent to a city sewer easement on private property. The Contractor may only access this portion of the private property as necessary for construction of the Work and to replace the private improvements in-kind within the easement and to the extents shown on the Plan. The Contractor shall not stage or store equipment or materials on the property. Schedule C – Palomar Oaks Way Sewer Extension There are no special coordination provisions for this Work site. Schedule D – Tyler Street Alley Sewer Replacement Most of the project site is located within a 20-foot wide alley easement. Space for staging or storing equipment and materials is not available within the alley. The Contractor shall secure off-site staging or storage areas and no additional compensation will be made for obtaining such rights. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 104 of 159 Special attention is brought to the mandatory quiet hour between noon and 1 PM each working day at this Work site (see Section 6-2.2). 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor’s Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer’s cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. 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 his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 105 of 159 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. 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. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number R9-2013-0001, National Pollutant Discharge Elimination System (NPDES) Permit and Waste Discharge Requirements for Discharges from the Municipal Separate Storm Sewer Systems (MS4s) Draining the Watersheds within the San Diego Region, and amendments thereto, and with all requirements of the Storm Water Pollution Prevention Plan for this project in accordance with these regulations. A Tier 2 Storm Water Pollution Prevention Plan (SWPPP) is provided to the Contractor, in Appendix “A”, for use in preparing the Project SWPPP for approval by the City. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. Refer to Section 300-12. 7-8.6.1 Dewatering. Dewatering shall be performed by the Contractor when specifically required by the Plans or Specifications or specified in the bid schedule, and as necessary for construction of the Work. Dewatering shall be performed in conformance with all applicable local, state and Federal laws and permits issued by jurisdictional regulatory agencies. Permits necessary for the discharge of groundwater to land or the sanitary sewer system shall be obtained by the Contractor unless provided by the City. Water shall be treated prior to disposal if so specified in the Special Provisions or required by a permit. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 106 of 159 The Contractor shall submit a Dewatering Plan and related supporting information detailing its proposed plan and methodology of dewatering, treatment/pretreatment (when required for permit compliance) and disposal of accumulated water. The plan shall identify the following: 1. location, type and size of dewatering devices and related equipment, 2. size and type of materials composing the collection system, 3. size and type of equipment to be used to retain and, if required, treat accumulated water, 4. the proposed disposal locations, and 5. any other information required by the jurisdictional agency. If the proposed disposal location is a sanitary sewer, the Contractor shall comply with the Special Use Discharge Permit from the Encina Wastewater Authority (Appendix E). If the proposed disposal location is a storm drain system or receiving body of water, the Contractor shall submit written evidence of permission from the owner of the storm drain system and, if not obtained by the Agency, original signed permits from jurisdictional regulatory agencies or written evidence that such permits are not required. The City will install a groundwater monitoring well at the location shown on the Plans and provide the results of any tests conducted by the City to the Contractor prior to the start of construction. The Contractor shall perform additional sampling and testing to support the application for the Special Use Discharge Permit or any other permit, and during construction to demonstrate compliance with the Special Use Discharge Permit or any other permit as required. The Contractor will submit test results furnished by the City to the Encina Wastewater Authority in accordance with the special use permit requirements. All costs for dewatering including sample collection, testing, permit application fees and installation, testing and operation of the dewatering system shall be made at the contract price specified in the bid schedule for Dewatering. If no such bid item is listed, payment shall be considered included in the bid item of work requiring dewatering and no separate or additional payment shall be made therefor. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 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. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 107 of 159 Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor’s operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be restored with sod and unpaved areas covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-9.1 Preconstruction Survey. The Contractor shall perform a preconstruction survey of the project site to provide a record of preconstruction conditions. This survey shall include the following as a minimum: 1. Video of existing public right-of-way or easements, proposed alignment, utility mark-outs, working areas, staging and storage areas. Conduct the survey after construction staking has been completed. 2. Video of construction access roads to be used by the Contractor, including all public and private streets used for access to and from the work site. Indicate areas of damaged paving. 3. Any other areas as directed by the Owner which may be disturbed or which are to be protected from the Contractor’s operations. 4. Photographs and video of potential “problem areas” and private property adjacent to the Work. 5. Notify the Owner seven calendar days in advance and coordinate the scheduling of the video so that a representative of the Owner may accompany the Contractor during the videotaping. 6. At the completion of the survey, the Contractor shall present the Owner with a report detailing the existing conditions at each proposed pipeline site, staging, and stockpile areas. The report shall include the following as a minimum: a. One copy of the video in color in digital format. b. One digital photograph of each “potential problem area”. c. Written summary of “potential problem areas” and the Contractor’s recommendations to address these areas. 7. Documentation (including report) of existing conditions shall be completed within 15 days of the Notice to Proceed. The Contractor will not be allowed to begin potholing, excavation or dewatering activities until the final report has been submitted and accepted by the Owner. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor’s operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 108 of 159 In areas where site access is restricted, the Contractor is responsible for coordinating site access. All communications shall be made through the City inspector unless otherwise approved. No excavation or vehicle access will be allowed to occur outside of the easement, outside of the right-of-way, or in vegetated or landscaped areas unless otherwise shown on the Plans or as approved by the Engineer. Safe and adequate pedestrian and vehicular access shall be provided and maintained to fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; public transportation stops and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Pedestrian crossings of the Work at intervals not exceeding 300 feet (90 m) shall be provided and maintained unless otherwise approved by the Engineer. The Contractor shall refer to and comply with the requirements of Section 302-15 and Part 6 of the Supplemental Provisions. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways after unloading. Construction equipment shall not be stored at the Work site before its actual use on the Work or after it is no longer needed. All materials or equipment not installed or used in construction on any given day shall be stored elsewhere by the Contractor at its expense unless otherwise approved by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench on the same day, shall not be stored in public streets. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flag persons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: The Engineer......................................................................................... 442-339-2766 Carlsbad Fire Administration ................................................................. 442-339-2141 Carlsbad Police Department Dispatch ................................................... 442-339-2197 Carlsbad Traffic Signals Maintenance ................................................... 760-438-2980 Carlsbad Traffic Signals Operations ...................................................... 442-339-2736 North County Transit District ................................................................. 760-966-6500 Republic Services ................................................................................. 760-332-6464 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. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 109 of 159 The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering “signs” as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Temporary traffic controls shall be in accordance with the Plans, the TCP, the California Manual on Uniform Traffic Control Devices (MUTCD), current edition, and the Contract Documents. 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 temporary traffic control devices shall conform to Caltrans Standard Specification 12-3. Warning and advisory signs, lights and devices shall be furnished, installed and maintained by the Contractor and shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. 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 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 25’ intervals to a point not less than 25’ past the last vehicle or equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (6’) nor operate equipment within 0.6 m (2’) from any traffic lane occupied by traffic. For equipment, the distance shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these Contract Documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer Revised 6/15/17 Contract Nos. 3904 and 5503 Page 110 of 159 may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one, 12-foot wide paved traffic lane shall be open for use by public traffic in each direction of travel. 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, California Manual on Uniform Traffic Control Devices (FHWA MUTCD, current edition, as amended for use in California) 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 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. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic striping 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. 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 the latest California Manual on Uniform Traffic Control Devices (CAMUTCD) 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. 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 Traffic Control Plans. The Contractor shall submit traffic control plans (TCPs) as a part of the Work for all construction activities that are located within the traveled Revised 6/15/17 Contract Nos. 3904 and 5503 Page 111 of 159 way. TCPs shall be prepared by a professional engineer registered in the State of California and regularly engaged in the preparation of traffic control plans. Design of TCPs for construction shall meet the requirements of the City and the California Manual on Uniform Traffic Control Devices as published by Caltrans. Submittal and review requirements for TCPs shall conform to Section 2-5.3 Shop Drawings and Submittals. The Contractor must obtain the Engineer’s approval prior to implementing TCPs. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCPs. New or revised TCP submittals shall include all TCPs needed for the entire duration of the Work. Each TCP phase shall be prepared in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation, vertical curves must also be shown. The Engineer shall be the sole judge of the suitability and quality of any such TCPs. 7-10.3.7 Payment. The contract price paid for Traffic Control shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for performing all work involved to implement the traffic control system, complete in-place, including, but not limited to, preparing and revising TCPs, flag persons, installing temporary or permanent traffic control devices such as barriers, delineators, lighting, signage, portable changeable message signs, striping, pavement markers and markings in accordance with the Contract Documents and as directed by the Engineer. Progress payments for Traffic Control will be based on the percentage of the improvement work necessitating traffic control and completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers’ protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer’s approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 112 of 159 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor’s submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit- required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 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 Revised 6/15/17 Contract Nos. 3904 and 5503 Page 113 of 159 performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-10.4.6 Flood Lighting. 7-10.4.6.1 General. When work is being performed during hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, flood lighting shall be used to illuminate the Work site, flagger stations, equipment crossings and other hazardous areas. Flood lighting shall provide visibility for a distance of 1/2 mile (800 m). Flood lights shall not shine directly into the view of oncoming traffic. 7-10.4.6.2 Payment. No separate or additional payment will be made for flood lighting. Payment shall be included in the Contract Unit Price or lump sum price in the Bid for the various Bid items. 7-10.4.7 Security and Protective Devices. 7-10.4.7.1 General. Security and protective devices shall consist of fencing, steel plates, or other devices as specified in the Special Provisions to protect open excavations. 7-10.4.7.2 Security Fencing. The Contractor shall completely fence open excavations. Security fencing shall conform to 304-5. Security fencing shall remain in place unless workers are present and construction operations are in progress during which time the Contractor shall provide equivalent security. 7-10.4.7.3 Payment. No separate or additional payment will be made for security fencing or protective devices. Payment shall be included in the Contract Unit Price or lump sum price in the Bid for the various Bid items. 7-10.4.8 Steel Plate Covers. 7-10.4.8.1 General. The Contractor shall provide, install, and maintain steel plate covers as necessary to protect from accidental entry into openings, trenches, and excavations. Plates shall provide complete coverage to prevent any person, bicycle, motorcycle, or motor vehicle from being endangered due to plate movement causing separations or gaps. The Contractor shall submit the design in accordance with Section 2-5.3 which shall include the following criteria: 1. The approval of steel plate bridging shall be at the sole discretion of the Engineer. 2. Steel plate bridging shall be designed to support HS20-44 truck loading per Caltrans Bridge Design Specifications Manual. 3. Surfaces exposed to pedestrian or vehicular traffic shall be non-skid. The Contractor shall maintain a non-skid surface on the steel plate having a minimum coefficient of friction equivalent to 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 each Caltrans District Materials Engineer to correlate skid resistance results to California Test Method 342. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 114 of 159 4. The Contractor shall install signage with a 2-inch (51 mm) minimum letter height indicating the steel plate cover load limit, the Company’s name, and a 24-hour emergency contact phone number. The 5. Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. 6. The Contractor is responsible for the maintenance of the plates and asphalt concrete ramps or other devices used to secure the plates and shoring of the trench to support all loads. 7. Contractor shall immediately mobilize necessary personnel and equipment to repair plate movements, separation, noise, anchors, asphalt ramps or any other deficiency. Failure to respond within 2 hours after being notified by the Engineer shall be grounds for the City to perform necessary repairs at the expense of the Contractor. 8. When plates are removed, the pavement surface shall be repaired to the satisfaction of the Engineer. 9. For trench widths exceeding those in Table 7-10.4.8.2, a structural design shall be prepared by a California registered civil or structural engineer regularly engaged in the design of shoring systems. 7-10.4.8.2 Thickness. Steel plate covers shall conform to Table 7-10.4.8.2. TABLE 7-10.4.8.2 Trench Width Steel Plate Cover Thickness Less than 10" 1/2" (12.5 mm) 10" (250 mm) to 1'-11" (580 mm) 3/4" (19 mm) 2' (600 mm) to 2'-7" (790 mm) 7/8" (22 mm) 2'-8" (820 mm) to 3'-5" (1040 mm) 1" (25 mm) 3'-6" (1070 mm) to 5'-3" (1600 mm) 1-1/4" (32 mm) More than 5'-3" (1600 mm) See Note 1 Notes: The Contractor shall submit a Working Drawing and calculations based on AASHTO H20-44 bridge loading. 7-10.4.8.3 Installation. Steel plate covers shall extend a minimum of 2 feet (600 mm) beyond trench edges. Unless otherwise specified in the Special Provisions or approved by the Engineer for the site conditions prior to use, steel plate covers shall be installed using Method 1. Method 2 shall not be used in a traveled lane. Method 1. The pavement shall be cold milled 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 to support the plate with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 1 inch (25 mm) and shall be filled with elastomeric sealant material which may, at the Contractor’s option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of Tables 203-5.2(B) and 203-5.3(A). Method 2. The approach plate and ending plate (in longitudinal placement) shall be attached to the surface by a minimum of 2 dowels, ¾” diameter (19 mm), drilled at the corners of the plate and drilled 6 inches (150 mm) into the pavement. Subsequent plates may be butted next to each other. Temporary asphalt concrete (D2-SC 800) shall be used to construct tapers from the steel plate surface to the existing surface at a 12-inch (300 mm) run for each 1 inch (25 mm) thickness of steel plate. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant material. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 115 of 159 Advance traffic warning signs shall be installed as specified in the Special Provisions or shown on the TCP. 7-10.4.8.4 Payment. Steel plate bridging materials including, but not limited to steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be considered as incidental to the work. No separate or additional 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. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer’s approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: “In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties.” Revised 6/15/17 Contract Nos. 3904 and 5503 Page 116 of 159 SECTION 8 – FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Field Facilities for Agency personnel are not required. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 117 of 159 SECTION 9 – MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster’s certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated “Lump Sum”, “L.S.”, or “Job”, shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. The Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT. 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after Revised 6/15/17 Contract Nos. 3904 and 5503 Page 118 of 159 it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor’s request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent violation of any law, injury, death, or property damage, and precautions which are the Contractor’s responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice of Completion.” If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor’s failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency’s payment procedure. 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 these General Provisions. Progress payments shall be made no later than thirty (30) calendar Revised 6/15/17 Contract Nos. 3904 and 5503 Page 119 of 159 days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 5 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. The Agency will withhold not less than 5 percent of the total Contract amount until acceptance of the performance of the Contract. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. 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 Section 3-5, Disputed Work. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 120 of 159 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. Except for those final payment items disputed in the written statement required in Section 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 Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for Mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for Mobilization and Preparatory Work will be made at the Contract price and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate bid items. Such activities shall include, but are not limited to, coordination with Agency forces, securing permits, preconstruction survey (video and photographs), surveying and staking, securing construction water supply, providing power necessary for construction, providing all temporary construction fencing; installing, maintaining and removing project signs; providing on-site sanitary facilities; Revised 6/15/17 Contract Nos. 3904 and 5503 Page 121 of 159 posting OSHA requirements and establishing safety programs, demobilization and any other work or services not included in any other bid item. This work also includes the cost for maintaining and submitting the project record drawings at the end of the project. These record drawings must be reviewed monthly with the Agency to receive progress or final payments for any work. The Contractor hereby agrees that the price paid is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), payment will be made at forty percent (40%) of the amount bid for Mobilization and Preparatory Work. For the second progress payment, payment will be made at fifty percent (50%) of the amount bid for Mobilization and Preparatory Work. The remaining 10% of the amount bid for Mobilization and Preparatory Work will be made when all punch list items are signed-off and completed to the satisfaction of the City Inspector, and the Contractor has completely demobilized from the project site(s). 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. Bid Schedule A – Valley Street Water Main Replacement Bid Item No. A-1: Mobilization The contract price paid for this bid item shall constitute payment for all mobilization work in accordance with Section 9-3.4.1. Bid Item No. A-2: Traffic Control Plan Preparation, Implementation and Maintenance The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, equipment and services to prepare traffic control plans and implement the temporary traffic control systems necessary to complete all phases of work in accordance with Section 601. Bid Item No. A-3: Excavation Support Systems The contract price paid for this bid item shall constitute full compensation to furnish and install sheeting, shoring, bracing, sloping or equivalent method of support for excavations for the protection of life or limb which shall conform to applicable safety orders. This includes, but is not limited to, the preparation and submittal of a shoring plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground in or adjacent to trenches or open excavations, and acceptance of said plan by the Engineer, in accordance with California Labor Codes 6705 and 6707. If such plan varies from the excavation support system standards of CCR, Title 8, Section 1541.1, the plan shall be prepared by a California registered civil or structural engineer. This bid item shall also include obtaining any required permit from the State Division of Industrial Safety. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 122 of 159 Bid Item No. A-4: Tier 2 SWPPP Preparation, Implementation and Maintenance The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to submit for approval, implement, maintain, report, document, and amend as necessary a Tier 2 Storm Water Pollution Prevention Plan per Section 300-12. Bid Item No. A-5: Utility Locating and Potholing The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals to locate existing utilities within the site, perform exploratory excavation where existing utilities cross the proposed trench zone, and protecting utilities during construction. This item includes, but is not limited to, excavating, utility locating and logging, backfilling, and pavement restoration per Carlsbad Standard Drawing GS-29, and submitting a report of the located utility depths prior to trenching. Bid Item No. A-6: Construct Temporary Highline System The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install a temporary highline for domestic water services as shown in the plan. The price paid shall include, but is not limited to, submittal of a highlining plan; securing temporary water meter; backflow prevention device; all piping, fittings and isolation valves; disinfection; connection to existing services, temporary asphalt (cold mix); protective ramps, trenching or plating; maintenance of the highline system for the duration of the work; removal of the system upon reconnection of water; and site restoration. Materials used for the temporary highline shall conform with the Carlsbad Engineering Standards, Section 15000. Bid Item No. A-7: Asbestos Cement Pipe Removal and Disposal The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove and dispose existing asbestos cement pipe in accordance with the Contract Documents. This item shall include the preparation and submittal of any required health and safety plans; excavation; dewatering; removal of ACP; labeling, bagging and sealing samples for AC Pipe Testing; polyethylene encasement of AC pipe to be disposed; placement of ACP in designated waste containers; legal disposal of pipe, providing manifest of disposal and all incidental work in accordance with applicable regulations. Bid Item No. A-8: Demolish and Abandon Existing Fire Service The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to abandon in-place an existing 6-inch fire service in accordance with SDRSD WP-03 and the Contract Documents. This item shall include compensation for all work for excavation; removal of existing fire service tee, thrust block, isolation valve, and manual air release assembly; and filling the fire service pipe with concrete slurry per SDRSD WP-03. Bid Item No. A-9: Connect to Existing Water Main at STA 0+14 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment necessary to connect the proposed pipeline to the existing water main in accordance with the Contract Documents. This item shall include pavement saw-cutting, demolition of pavements, excavation, removal of existing AC pipe, fittings required to facilitate the connection, disinfection; bacteriological testing; placement and compaction of imported pipe zone bedding and backfill; and trench zone backfill. Bid Item No. A-10: Connect to Existing Water Main at STA 5+57 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment necessary to connect the proposed pipeline to the existing water main in accordance with the Contract Documents. This item shall include pavement saw-cutting, Revised 6/15/17 Contract Nos. 3904 and 5503 Page 123 of 159 demolition of pavements, excavation, removal of existing AC pipe, fittings and couplings required to facilitate the connection, disinfection; bacteriological testing; placement and compaction of imported pipe zone bedding and backfill; and trench zone backfill. Bid Item No. A-11: Construct 8-Inch PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment and install new polyvinyl chloride (PVC) water main (DR 14) of the size specified per CMWD Standard Drawing W-2 and in accordance with the Contract Documents. This bid item shall include pavement saw-cutting; demolition of pavements, excavation, and any required water disposal, removal of existing or to be abandoned conduits or structures, placement and compaction of imported pipe zone bedding and backfill and trench zone backfill, pipe, gaskets, hardware, fittings, corrosion protection of fittings and hardware, thrust blocks and thrust restraint devices, installation of tracer wire and utility warning tape, hydrostatic pressure testing, disinfection, disposal of surplus materials and all incidental work. Bid Item No. A-12: Furnish and Install 8-Inch Gate Valve The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment and install a new 8-inch diameter resilient wedge gate valve, support block, and valve box assembly per CMWD Standard Drawing W-21 and in accordance with the Contract Documents. Bid Item No. A-13: Furnish and Install 6-Inch Gate Valve The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment and install a new 6-inch diameter resilient wedge gate valve, support block, and valve box assembly per CMWD Standard Drawing W-21 and in accordance with the Contract Documents. Bid Item No. A-14: Construct 6-Inch PVC Fire Service The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install the public portion of the fire service per CMWD Standard Drawing W-9 and in accordance with the Contract Documents. This item includes, but is not limited to, pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; imported bedding and backfill materials; pipe; pipe spools; fittings; thrust blocks and valve support blocks; locating wire; placement and compaction of imported pipe zone bedding and backfill; and trench zone backfill; fire hydrant markers, and 90-degree ductile iron fitting at the inlet of the proposed double check valve assembly (double check valve assembly to be provided by others). Bid Item No. A-15: Replace 2-Inch Water Service Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install the new domestic water service assembly per CMWD Standard Drawing W-4 in accordance with the Contract Documents. This item includes, but is not limited to, pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; imported pipe zone bedding and backfill and trench zone backfill; service saddle; corporation stop; copper tubing; fittings; angle meter valve; connections to proposed main and existing water meter, sacrificial anode replacement, meter box replacement and site restoration. New water meters will be furnished and installed by the District. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 124 of 159 Bid Item No. A-16: Construct 2-Inch Manual Air Release Valve The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install a new manual air release valve per CMWD Standard Drawing W-10 and in accordance with the Contract Documents. This item includes, but is not limited to, pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; imported bedding and backfill materials; connection to main, piping; valves; fittings; valve box and lid; locating wire; placement and compaction of imported pipe zone bedding and backfill; and trench zone backfill. Bid Item No. A-17: Replace Sidewalk The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove the existing concrete sidewalk in accordance with SDRSD G-11 and Section 401 and replace in-kind per SDRSD G-07 through G-11 and Section 303-5. Bid Item No. A-18: Remove and Replace Type G Curb and Gutter The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove the existing Type-G curb and gutter in accordance with SDRSD G-11 and Section 401 and replace in-kind per SDRSD G-2, G-11 and Section 303-5. Bid Item No. A-19: Pavement Restoration The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to resurfacing the trench per City of Carlsbad Standard Drawing series GS-24 through GS-28 and in accordance with Sections 203-6, 301, 302-5 and 404. The pavement section shall consist of six (6) inches of PG 64-10 asphalt concrete over six (6) inches Class II aggregate base. The Contractor is advised of the trench width limits for the 2-inch grind and overlay (T-patch section) per City of Carlsbad Standard Drawing GS-25. Additional payment for grind and overlay for trenches that exceed the specified limit will not be made. Adjacent Pavement that is damaged during construction, when such damage could have been prevented using rubber-tired equipment, steel plating or similar protective measures, will not be measured for payment and shall be replaced at the Contractor’s expense. Bid Item No. A-20: Replace Pavement Markings The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to replace in-kind per Section 314 all road striping, markers and signage disturbed, removed or damaged by construction. Bid Schedule B – South Agua Hedionda Interceptor Reach T1D Improvements (Foxtail Loop) Bid Item No. B-1: Mobilization The contract price paid for this bid item shall constitute payment for all mobilization work in accordance with Section 9-3.4.1. Bid Item No. B-2: Traffic Control Plan Preparation, Implementation and Maintenance The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, equipment and incidentals to prepare traffic control plans and implement the Revised 6/15/17 Contract Nos. 3904 and 5503 Page 125 of 159 temporary traffic control systems necessary to complete all phases of work in accordance with Section 601. The work area is located within the gated community of Terraces of Sunny Creek Homeowners Association. The traffic control plan shall incorporate necessary controls and devices within the private community. Bid Item No. B-3: Tier 2 SWPPP Preparation, Implementation and Maintenance The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to submit for approval, implement, maintain, report, document, and amend as necessary a Tier 2 Storm Water Pollution Prevention Plan per Sections 300-12. Bid Item No. B-4: Sewer By-Pass System The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to design, install and maintain temporary sewer bypass system during construction and manhole rehabilitation in accordance with the Contract Documents. The price paid shall include, but is not limited to, submittal of a sewer bypass plan; all connections, piping, redundant pumping units; security; temporary asphalt (cold mix); protective barriers, ramps, trenching or plating; testing and maintenance of the system for the duration of the work; removal of the system upon completion of work; and site restoration. Bid Item No. B-5: Excavation Support Systems The contract price paid for this bid item shall constitute full compensation to furnish and install sheeting, shoring, bracing, sloping or equivalent method of support for excavations for the protection of life or limb which shall conform to applicable safety orders. This includes, but is not limited to, the preparation and submittal of a shoring plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground in or adjacent to trenches or open excavations, and acceptance of said plan by the Engineer, in accordance with California Labor Codes 6705 and 6707. If such plan varies from the excavation support system standards of CCR, Title 8, Section 1541.1, the plan shall be prepared by a California registered civil or structural engineer. This bid item shall also include obtaining any required permit from the State Division of Industrial Safety. Bid Item No. B-6: Utility Locating and Potholing The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals to locate existing utilities within the site, perform exploratory excavation where existing utilities cross the proposed trench zone, and protecting utilities during construction. This item includes, but is not limited to, excavating, utility locating and logging, backfilling, and pavement restoration per Carlsbad Standard Drawing GS-29, and submitting a report of the located utility depths prior to trenching. Bid Item No. B-7: Construct 8-Inch PVC Sewer The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to construct a new 8-inch SDR 35 PVC sewer gravity main where shown on the plans and in accordance with CSD S-5 and the Contract Documents. This bid item shall include, but is not limited to, pavement saw-cutting; demolition of pavement; excavation; pipe, gaskets; filter fabric; placement of imported crushed rock bedding and pipe zone backfill; placement and compaction of trench backfill and aggregate base. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 126 of 159 Bid Item No. B-8: Connect to and Modify MH# 24A-43 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new 8-inch sewer main to the existing manhole #24A- 43 at Station 20+07 and rechannel and rehabilitate the structure in accordance with the Contract Documents. This item shall include pavement saw-cutting, demolition of pavement, excavation, core drilling a new outlet opening, fittings and adapters required to facilitate the connection, modifications to the manhole bench and channel as shown on the plans, flow diverter gates, epoxy manhole rehabilitation per CSD S-1A, replacement of manhole frame, covers, and concrete collar, placement and compaction of imported soil material, trench zone backfill and aggregate base. Bid Item No. B-9: Remove Existing 8-Inch Sewer and Connect to Existing Sewer Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove an approximate 45 linear feet of 8-inch PVC sewer and associated cleanout and connect the proposed 8-inch sewer to the existing 8-inch PVC sewer main with a deflection coupling. This item shall include pavement saw-cutting; demolition of pavement; excavation; removal of an existing PVC sewer cleanout and iron gate gap constructed per CSD S-6; fittings and adapters required for the connection; placement and compaction of imported pipe zone bedding and backfill; and trench zone backfill and aggregate base. Bid Item No. B-10: Replace Existing 8-Inch PVC Sewer with 12-Inch PVC Sewer The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to remove the existing 8-inch PVC sewer main and replace with a new 12-inch SDR 35 PVC sewer gravity main where shown on the plans and in accordance with CSD S-5 and the Contract Documents. This bid item shall include, but is not limited to, pavement saw-cutting; demolition of pavement; excavation; removal and disposal of existing PVC sewer pipe; pipe, gaskets, manhole adapters and couplings; filter fabric; placement of imported crushed rock bedding and pipe zone backfill; and placement and compaction of trench backfill and aggregate base. Bid Item No. B-11: Replace Existing 8-Inch PVC Sewer with 15-Inch PVC Sewer The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to remove the existing 8-inch PVC sewer main and replace with a new 15-inch SDR 35 PVC sewer gravity main where shown on the plans and in accordance with CSD S-5 and the Contract Documents. This bid item shall include, but is not limited to, pavement saw-cutting; demolition of pavement; excavation; removal and disposal of existing PVC sewer pipe; pipe, gaskets, manhole adapters and couplings; filter fabric; placement of imported crushed rock bedding and pipe zone backfill; placement and compaction of trench backfill and aggregate base. Bid Item No. B-12: Connect to and Modify Manhole # 24A-38 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to connect the new sewer pipeline to the existing manhole at STA 26+87 (City Manhole #24A-38), adapt the structure to the new sewer connections, and rehabilitate the structure. This item shall include pavement saw-cutting, demolition of pavement, excavation, core drilling a new inlet opening, fittings and adapters required to facilitate the connection, modifications to the manhole bench and channel as shown on the plans, epoxy manhole rehabilitation per CSD S-1A and the details on the plan, replacement of manhole frame, covers, and concrete collar, placement and compaction of imported soil material and trench zone backfill and aggregate base. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 127 of 159 Bid Item No. B-13: Connect to Existing PVC Sewer, STA 10+57 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new 12-inch sewer main to the existing 8-inch C900 PVC sewer with a SDR 35 PVC expander fitting in accordance with the Contract Documents. Bid Item No. B-14: Connect to and Modify Manhole Nos. 24A-39 and 40 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to connect the new sewer pipeline to the existing manholes at STA 29+96 (City Manhole #24A-40) and STA 31+95 (City Manhole # 24A-39), adapt the structures to the new sewer connections, and rehabilitate the structure. This item shall include pavement saw-cutting, demolition of pavement, excavation, core drilling new openings, fittings and adapters required to facilitate the connection, modifications to the manhole bench and channel as shown on the plans, epoxy manhole rehabilitation per CSD S-1A and the details on the plan, replacement of manhole frame, covers, and concrete collar, placement and compaction of imported soil material, and trench zone backfill and aggregate base. The Contractor is advised of the existing steel reinforced modified bench section within both structures, as shown on the plan, that requires rechanneling to accommodate the proposed pipeline diameters. Bid Item No. B-15: Sewer Lateral Reconnection The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to remove the private residential 4-inch PVC sewer lateral from the existing sewer to be removed and reconnect to the proposed sewer per CSD S-7 and in accordance with the Contract Documents. This bid item shall include, but is not limited to, pavement saw-cutting; demolition of pavement; excavation; removal and disposal of existing 4- Inch PVC sewer lateral pipe; pipe, gaskets, fittings, adapters, and couplings necessary to facilitate the reconnection; placement of imported crushed rock bedding and pipe zone backfill; placement and compaction of trench backfill and aggregate base. Bid Item No. B-16: Pavement Restoration The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to complete all trench paving and asphalt cold mill grind and overlay to the extents shown on the plan and in accordance with CSD GS-27 through 28 and the Contract documents. Bid Item No. B-17: Replace Private Landscaping The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to replace in-kind all irrigation and landscaping disturbed by construction on the residential properties of 5611 and 5615 Foxtail Loop (refer to site photos provided on the plan). Bid Item No. B-18: Replace Private Concrete Driveway The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to replace in-kind the concrete residential driveway of 5615 Foxtail Loop to the extent shown on the plan per Sections 401-3.2 through 401-3.3, Carlsbad Standard Drawing GS-12 and Section 303-5. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 128 of 159 Bid Item No. B-19: Replace Survey Monument The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to remove and replace the existing street survey monuments disturbed by construction per SDRSD M-10 and file corner records in accordance with the procedure defined in Section 2-9.2. Bid Item No. B-20: Replace Street Markings and Striping The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to replace in-kind all road striping, markers and signage disturbed, removed or damaged by construction per Section 314. Bid Schedule C – Palomar Oaks Way Sewer Extension Bid Item No. C-1: Mobilization The contract price paid for this bid item shall constitute payment for all mobilization work in accordance with Section 9-3.4.1. Bid Item No. C-2: Traffic Control Plan Preparation, Implementation and Maintenance The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, equipment and incidentals to prepare traffic control plans and implement the temporary traffic control systems necessary to complete all phases of work in accordance with Section 601. Bid Item No. C-3: Tier 2 SWPPP Preparation, Implementation and Maintenance The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to submit for approval, implement, maintain, report, document, and amend as necessary a Tier 2 Storm Water Pollution Prevention Plan per Section 300-12. Bid Item No. C-4: Excavation Support Systems The contract price paid for this bid item shall constitute full compensation to furnish and install sheeting, shoring, bracing, sloping or equivalent method of support for excavations for the protection of life or limb which shall conform to applicable safety orders. This includes, but is not limited to, the preparation and submittal of a shoring plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground in or adjacent to trenches or open excavations, and acceptance of said plan by the Engineer, in accordance with California Labor Codes 6705 and 6707. If such plan varies from the excavation support system standards of CCR, Title 8, Section 1541.1, the plan shall be prepared by a California registered civil or structural engineer. This bid item shall also include obtaining any required permit from the State Division of Industrial Safety. Bid Item No. C-5: Utility Locating and Potholing The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals to locate existing utilities within the site; perform exploratory excavation where existing utilities cross the proposed trench zone; and protecting utilities during construction. This item includes, but is not limited to, excavating, utility locating and logging, backfilling, and pavement restoration per Carlsbad Standard Drawing GS-29, and submitting a report of the located utility depths prior to trenching. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 129 of 159 Bid Item No. C-6: Sewer By-Pass System The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to design, install and maintain temporary sewer bypass system during construction and manhole rehabilitation in accordance with the Contract Documents. Two commercial sewer laterals will be impacted by the work. The price paid shall include, but is not limited to, submittal of a sewer bypass plan; all connections, piping, redundant pumping units; security; temporary asphalt (cold mix); protective barriers, ramps, trenching or plating; testing and maintenance of the system for the duration of the work; removal of the system upon completion of work; and site restoration. Bid Item No. C-7: Dewatering The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to design, install and maintain a temporary dewatering system during construction in accordance with the Contract Documents. The price paid shall include, but is not limited to, compliance with permits, submittal of a dewatering plan; obtaining a Special Use Permit through the Encina Wastewater Authority (application provided in Appendix E); temporary asphalt (cold mix); protective barriers, ramps or plating; system testing and maintenance for the duration of the work; redundant pumping units; security; pre-treatment (if required) and disposal of all dewatering discharge; sampling, reporting and monitoring; and removal of the system upon completion of work and site restoration. Bid Item No. C-8: Over-Excavation and Backfill The contract price paid per for this bid item shall constitute full compensation to furnish all labor, materials and equipment to over-excavate unsuitable materials from the trench and construct foundation stabilization in accordance with Section 02223 of the Carlsbad Engineering Standards and the Contract Documents. The removal limits shall be as ordered by the Engineer. Bid Item No. C-9: Construct 8-Inch PVC Sewer The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to construct a new 8-inch SDR 35 PVC sewer gravity main where shown on the plans and in accordance with CSD S-5 and the Contract Documents. This bid item shall include, but is not limited to, pavement saw-cutting; demolition of pavement; excavation; pipe, gaskets; filter fabric; placement of imported crushed rock bedding and pipe zone backfill; placement and compaction of trench backfill and aggregate base. Bid Item No. C-10: Connect to and Modify MH# 36B-37 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new 8-inch sewer main to existing manhole #36B-37 at Station 00+00 and in accordance with the Contract Documents. This item shall include pavement saw-cutting, demolition of pavement, excavation, core drilling a new inlet opening, fittings and adapters required to facilitate the connection, modifications to the manhole bench and channel, epoxy manhole rehabilitation per CSD S-1A, replacement of manhole frame, covers, and concrete collar, placement and compaction of imported soil; placement and compaction of trench backfill and aggregate base. Bid Item No. C-11: Connect to and Modify MH# 36B-25 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new 8-inch sewer main to existing manhole #36B-25 at Station 4+57 and in accordance with the Contract Documents. This item shall include pavement saw-cutting, demolition of pavement, excavation, core drilling a new inlet opening, fittings and Revised 6/15/17 Contract Nos. 3904 and 5503 Page 130 of 159 adapters required to facilitate the connection, modifications to the manhole bench and channel, epoxy manhole rehabilitation per CSD S-1A, replacement of manhole frame, covers, and concrete collar, placement and compaction of imported soil material, and trench backfill and aggregate base. Bid Item No. C-12: Sewer Lateral Reconnection The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to intercept the existing commercial 6-inch PVC sewer lateral at Station 4+04 and connect it to the proposed sewer pipeline per CSD S-7 and in accordance with the Contract Documents. This bid item shall include, but is not limited to, pavement saw-cutting; demolition of pavement; excavation; intercepting, removing and disposing of existing 6-Inch PVC sewer lateral pipe; pipe, gaskets, adapters, fittings and couplings necessary to facilitate the new connection; placement of imported crushed rock bedding and pipe zone backfill; placement and compaction of trench backfill and aggregate base. Bid Item No. C-13: Abandon Existing Sewer Mains The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to abandon in-place the existing 8-inch sewer mains to be abandoned where shown on the plan and in accordance with SDRSD WP-03 and the Contract Documents. This item shall include compensation for all work for excavation, removing portions of the existing facility in conflict with the proposed improvements, and abandoning in-place with concrete slurry per SDRSD WP-03. Bid Item No. C-14: Replace 8-Inch ACP Water Main with PVC The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to replace the existing 8-inch diameter asbestos cement pipe with 8- inch diameter C900 DR14 PVC pipe to the extents shown on the plan. This bid item shall include pavement saw-cutting; demolition of pavements, excavation, and any required water disposal, removal of existing or to be abandoned conduits or structures, placement and compaction of imported pipe zone bedding and backfill and trench zone backfill, pipe, gaskets, hardware, fittings, corrosion protection of fittings and hardware, thrust blocks and thrust restraint devices, installation of tracer wire and utility warning tape, hydrostatic pressure testing, disinfection, disposal of surplus materials and all incidental work. The Contractor is advised of the scheduling and coordination requirements with facilitating the replacements as specified in Section 7-7.1 Coordination. Bid Item No. C-15: Construct 2-Inch Water Service Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install a new 2-inch water service assembly per CMWD Standard Drawing W-4 and in accordance with the Contract Documents. This item includes, but is not limited to, pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; service saddle; corporation stop; copper tubing; fittings; angle meter valve; connections to existing main and water meter, meter box replacement, imported pipe zone bedding and backfill; trench zone backfill and aggregate base; and site restoration. New water meters, where needed, will be furnished and installed by the District. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 131 of 159 Bid Item No. C-16: Replace Type G Curb and Gutter The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove the existing Type G curb gutter per SDRSD G-11 and Section 401 and replace in-kind per SDRSD G-2, G-11 and Section 303-5. Bid Item No. C-17: Pavement Restoration The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to complete all trench paving and asphalt cold mill grind and overlay to the extents shown on the plan and in accordance with CSD GS-27 through 28 and the Contract documents. Bid Item No. C-18: Replace Pavement Markings The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to replace in-kind all road striping, markers and signage disturbed, removed or damaged by construction per Section 314. Bid Item No. C-19: Replace Water Valve Box Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to replace in-kind the existing water valve box assembly where shown on the plan per CWMD Standard Drawing W-23. Bid Item No. C-20: Replace Survey Monument The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to remove and replace the existing street survey monuments disturbed by construction per SDRSD M-10 and file corner records in accordance with the procedure defined in Section 2-9.2. Bid Schedule D – Tyler Street Alley Sewer Replacement Bid Item No. D-1: Mobilization The contract price paid for this bid item shall constitute payment for all mobilization work in accordance with Section 9-3.4.1. Bid Item No. D-2: Traffic Control Plan Preparation, Implementation and Maintenance The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, equipment and incidentals to prepare traffic control plans and implement the temporary traffic control systems necessary to complete all phases of work in accordance with Sections 601. Bid Item No. D-3: Tier 2 SWPPP Preparation, Implementation and Maintenance The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to submit for approval, implement, maintain, report, document, and amend as necessary a Tier 2 Storm Water Pollution Prevention Plan per Section 300-12. Bid Item No. D-4: Utility Locating and Potholing The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals to locate existing utilities within the site, perform exploratory excavation where existing utilities cross the proposed trench zone, and protecting utilities during construction. This item includes, but is not limited to, excavating, utility locating and logging, Revised 6/15/17 Contract Nos. 3904 and 5503 Page 132 of 159 backfilling, and pavement restoration per Carlsbad Standard Drawing GS-29, and submitting a report of the located utility depths prior to trenching. Bid Item No. D-5: Excavation Support Systems The contract price paid for this bid item shall constitute full compensation to furnish and install sheeting, shoring, bracing, sloping or equivalent method of support for excavations for the protection of life or limb which shall conform to applicable safety orders. This includes, but is not limited to, the preparation and submittal of a shoring plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground in or adjacent to trenches or open excavations, and acceptance of said plan by the Engineer, in accordance with California Labor Codes 6705 and 6707. If such plan varies from the excavation support system standards of CCR, Title 8, Section 1541.1, the plan shall be prepared by a California registered civil or structural engineer. This bid item shall also include obtaining any required permit from the State Division of Industrial Safety. Bid Item No. D-6: Sewer By-Pass System The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to design, install and maintain temporary sewer bypass system during construction and manhole rehabilitation in accordance with the Contract Documents. The price paid shall include, but is not limited to, submittal of a sewer bypass plan; all connections, piping, redundant pumping units; security; temporary asphalt (cold mix); protective barriers, ramps, trenching or plating; testing and maintenance of the system for the duration of the work; removal of the system upon completion of work; and site restoration. Bid Item No. D-7: Dewatering The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to design, install and maintain a temporary dewatering system during construction in accordance with the Contract Documents. The price paid shall include, but is not limited to, compliance with permits, submittal of a dewatering plan; obtaining a special use discharge permit through the Encina Wastewater Authority (application template provided in Appendix E); temporary asphalt (cold mix); protective barriers, ramps or plating; system testing and maintenance for the duration of the work; redundant pumping units; security; pre-treatment (if required) and disposal of all dewatering discharge; sampling, reporting and monitoring; and removal of the system upon completion of work and site restoration. Bid Item No. D-8: Over-Excavation and Backfill The contract price paid per for this bid item shall constitute full compensation to furnish all labor, materials and equipment to over-excavate unsuitable materials from the trench construct foundation stabilization in accordance with Section 02223 of the Carlsbad Engineering Standards and the Contract Documents. The removal limits shall be as ordered by the Engineer. Bid Item No. D-9: Replace 8-Inch VCP Sewer Main with PVC The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to construct a new 8-inch SDR 35 PVC sewer gravity main where shown on the plans and in accordance with the CSD S-5 and the Contract Documents. This bid item shall include, but is not limited to, pavement saw-cutting; demolition of pavement; excavation; dewatering, removal and disposal of existing 8-inch VCP sewer pipe; SDR 35 PVC pipe, gaskets; filter fabric; placement of imported crushed rock bedding and pipe zone backfill; placement and compaction of trench backfill and aggregate base. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 133 of 159 Bid Item No. D-10: Sewer Lateral Reconnection The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to disconnect existing sewer laterals from the existing sewer main and reconnect to the proposed sewer pipeline per CSD S-7 and in accordance with the Contract Documents. This bid item shall include, but is not limited to, pavement saw-cutting; demolition of pavement; excavation; intercepting, removing and disposing of existing sewer lateral pipe; pipe, gaskets, adapters, fittings and couplings necessary for the new connection; placement of imported crushed rock bedding and pipe zone backfill; placement and compaction of trench backfill and aggregate base. Bid Item No. D-11: Remove Existing Groundwater Monitoring Well The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove, demolish and abandon the existing groundwater monitoring well as shown on the Plans and in accordance with Section 401. Bid Item No. D-12: Pavement Restoration The contract unit price for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to complete all trench paving and asphalt cold mill grind and overlay to the extents shown on the plan and in accordance with CSD GS-26 and 28 and the Contract Documents. Bid Item No. D-13: Replace Ribbon Gutter The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove the existing concrete ribbon gutter and replace in accordance with the Plans and Sections 401 and 303-5. Bid Item No. D-14: Replace Survey Monument The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to remove and replace the existing street survey monuments disturbed by construction per SDRSD M-10 and file corner records in accordance with the procedure defined in Section 2-9.2. Bid Item No. D-15: Replace Commercial Driveway Entrance The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to remove the commercial driveway entrance to Tyler Street Alley to the extent shown on the plan per Sections 401-3.2 through 401-3.3 and replace in-kind per Carlsbad Standard Drawing GS-12 and Section 303-5. Bid Item No. D-16: Replace Pavement Striping and Markings The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to replace in-kind all road striping, markers and signage disturbed, removed or damaged by construction per Section 314. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 134 of 159 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Replace this subsection in its entirety with the following: Materials for use as untreated base or subbase shall be classified in the order of preference as follows: a) Class II Aggregate Base conforming to Caltrans Standard Specification, Section 26: Aggregate Bases, Subsection 26-1.02B Class II Aggregate Base, ¾” maximum size. b) Crushed Miscellaneous Base conforming to subsection 200-2.4. When base material without further qualification is specified, the Contractor shall supply Class II aggregate base. When a particular classification of base material is specified, the Contractor may substitute any higher classification of base material for that specified, following the order of preference listed above. All processing or blending of materials to meet the grading requirement will be performed at the plant or source. The materials shall compact to a hard, firm, unyielding surface and shall remain stable when saturated with water. Add the following section: 200-2.2.4 Class II Aggregate Base. 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 indicate 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 15 percent of the material cost 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. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 135 of 159 No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. 200-2.4.3 Quality Requirements. Add the following: If the test results of the tests for either or both aggregate grading and Sand Equivalent tests do not meet the requirements specified, placement of the Crushed Miscellaneous Base may be continued for the remainder of the working day. Work shall not resume until tests indicate that the aggregate to be used complies with the requirements specified. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified, the Crushed Miscellaneous Base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the material may remain in place and the Contractor shall pay to the City 15 percent of the material cost 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 requirements for Crushed Miscellaneous Base, 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. 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 Maximum Class Slump Inches (mm) All Concrete Used Within the Right-of-Way 560-C-3250 (1) (330-C-23) (2) Trench Backfill Slurry 190-E-400 (115-E-3) 8” (200) Street Light Foundations and Survey Monuments 560-C-3250 (330-C-23) 4” (100) Traffic Signal Foundations 590-C-3750 (350-C-27) 4” (100) Concreted-Rock Erosion Protection 520-C-2500P 310-C-17 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) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 136 of 159 201-1.2.4 Chemical Admixtures. Substitute the following: (d) Air-Entraining Admixtures. The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 201-3.4 Type “A” Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a ½” continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel or perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type “A” and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer’s standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. When matching existing colored concrete or for new colored concrete, provide color selections from manufacturer’s full range of standard colors for products of type indicated. Sealant color parallel to curb line shall match color of Paving Treatment as specified in Section 303-7 of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer’s standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant complying with either ASTM-C920, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Acceptable Products: “Sonneborn NPII”; Sonneborn Building Products Division; “Scofield Lithoseal Trafficalk 3-G”, L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 137 of 159 Plastic foam joint fillers shall be pre-formed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 203-6.2.1. Asphalt Binder. Add the following: Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.4. Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Hveem Stability per Table 203-6.4.4. 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10 for a surface course 2 inches in depth and B-PG64-10 for all base courses. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.4 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability using: a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values and/or b. Marshall Stability1 in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 138 of 159 1Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/- .40 of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.4. Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Hveem Stability per Table 203-6.4.4. SECTION 213 - ENGINEERING GEOSYNTHETICS 213-5 GEOTEXTILES AND GEOGRIDS Add the following section: 213-5.1 General. Geotextile types shall be used for the applications listed in Table 213-5.1. Table 213-5.1 GEOTEXTILE APPLICATIONS Application of Geotextile Type Designation Separation of Soil and Street Structural Section 90WS Separation of Soil and Subsurface Aggregate Drain 180N Reinforcement of Street Structural Section 200WS Remediation and Separation of Soil 270WS Reinforcement of Soil 270WS Drainage at the Interface of Soil Structures N/A Drainage at the Interface of Soil and Structures N/A Rock Slope Protection Fabric for Rock Sizes Below 225 kg (¼ Ton) 180N Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (¼ Ton) 250N Plant Protection Covering 90N Erosion Control Fence with 14 AWG - 150 mm x 150 mm (6”x6”) Wire and 3 m (10’) Post Spacing 90WS Erosion Control Fence with 1.8 m (6’) Post Spacing and No Wire Fencing 200WS Add the following section: 213-5.2 Erosion Control Specialties. Storm water erosion control plans shall be prepared, implemented, and maintained by individuals with the respective qualifications and certification as specified in the City of Carlsbad Engineering Standards Volume 4. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 139 of 159 Add the following section: 213-5.3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50lbs) of 19 mm (3/4“) crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS 214-4.1 General: Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to Caltrans Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to Caltrans Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of Caltrans Specification No. 8010-004 (Type II). 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. 214-6 PAVEMENT MARKERS Add the following section: 214-6.4.3.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214- 6.4.3.1, or equal thereto. TABLE 214-6.4.3.1 TEMPORARY REFLECTIVE PAVEMENT MARKERS Type Manufacturer of Distributor TOM- Temporary Overlay Markers Davidson Traffic Control Products, 3110 70th Avenue East, Tacoma, WA 98424, (877) 335-4638 Add the following section: 214-6.4.3.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface- mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown in Table 214-6.4.3.2, or equal thereto. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 140 of 159 TABLE 214-6.4.3.2 REFLECTIVE CHANNELIZER Type Manufacturer of Distributor Safe-Hit SH336SMA Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Carsonite "Super Duck" SDR3036 Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800) 648-7916 Repo "The Replaceable Post" Western Highway Products 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 “Submittals”. Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 141 of 159 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 – EARTHWORK Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1’) of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4. Add the following section: 300-12 STORM WATER POLLUTION PREVENTION PLAN 300-12.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the City of Carlsbad Engineering Standards Volume 4 “SWPPP Manual”, “Greenbook” Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construction (“Handbook”), the requirements of the Permit, the requirements in the plans and these supplemental provisions. 300-12.2 SWPPP Document. Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2- 5.3. If revisions are required, the Contractor shall revise and resubmit the SWPPP within 15 days of receipt of the 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. 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 control measures, to reduce to the extent feasible pollutants in storm water discharges from the construction site both during and after construction is completed under this contract. The SWPPP shall incorporate control measures in the following categories: 1. Soil stabilization practices; 2. Sediment control practices; 3. Wind erosion control practices; 4. Non-storm water management and waste management and disposal control practices. 5. Daily street sweeping Revised 6/15/17 Contract Nos. 3904 and 5503 Page 142 of 159 Specific objectives and minimum requirements for each category of control measures are contained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibilities outlined in the SWPPP. The SWPPP shall 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 Storm Water Management; 9. Preparer; 10. Copy of the 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 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 accepted 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 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. Environmental Protection Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. 300-12.3 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these 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. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 143 of 159 Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the rainy 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 rainy season or upon start of applicable construction activities for projects which begin either during or within 20 days of the rainy 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 construction operations, at the Contractor’s cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. 300-12.4 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, as described in Section 7-8. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. The construction site inspection checklist provided in the “Handbook” shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the rainy season, inspections of the construction 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 corrected 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 correction of deficiencies shall be at no additional cost to the City. 300-12.5 Payment. The contract lump sum price paid for the SWPPP work shall include full compensation for the design, submittal, obtaining approval, and amending the Tier 2 SWPPP and for furnishing all labor, materials, tools, equipment, and incidentals to install, implement, maintain and remove construction BMPs per the approved SWPPP. The most recent Tier 2 construction SWPPP Template is available on the City Website and an example is included in Appendix “A”. Partial payment shall be based on the percentage of the total value of work completed. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 144 of 159 SECTION 301 - SUBGRADE PREPARATION, TREATED MATERIALS AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading “150 mm (6 inches)” to “300 mm (12”)”. 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12”) of subgrade beneath areas to be paved, have base or subbase material placed on them (including pipelines), or curb, gutter, curb and gutter, alley pavement, driveway, sidewalk constructed over them, to no less than 95 percent maximum dry density as determined by ASTM D1557. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be incidental to the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT. Add the following section: 302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in Section 306-13.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.4 Tack Coat. Add the following: If the asphalt concrete pavement is being constructed directly upon an existing hard-surfaced pavement, a tack coat of PG 64-10 paving asphalt at a rate of 0.05 gallon per square yard or SS-1h emulsion at a rate between 0.05 and 0.10 gal/SY shall be uniformly applied upon the existing pavement preceding the placement of the asphalt concrete. The contact surfaces of all cold pavement joints, curbs, gutters, manholes, and the like shall be painted with PG 64-10 paving asphalt, or SS-1h emulsion, immediately before the adjoining asphalt concrete is placed. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 145 of 159 The Contractor shall place a tack coat between the successive interfaces of existing pavement and new asphalt concrete. 302-5.5 Distribution and Spreading. Add after the second sentence of sixth paragraph: The Contractor shall provide the self-propelled spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control. The automatic screed control shall be 5.5 m (18’) minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The Contractor shall provide an on- site backup paving during all paving operations. No conveyor belt systems will be allowed for moving the AC. No AC windrows will be allowed. Only a surge volume/remix material transfer vehicle (MTV) is allowed to receive the AC from the haul trucks and then place it in the self- propelled spreading and finishing machine. If the Engineer determines the use of the MTV is not practical for a portion of the project, the Engineer may waive its requirement for that portion. 302-5.6.1 General. Add to the second paragraph, Part (2): Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. Add after the last paragraph: Unless directed otherwise 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. Replace the first sentence with the following: Payment for pavement resurfacing shall be made at the unit bid price for the item requiring such work. Add the following section: 302-15 PUBLIC CONVENIENCE AND TRAFFIC CONTROL The Contractor shall schedule the work so as to prevent damage by all traffic. 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 company. The Contractor shall accommodate mail delivery to residences and businesses during the work. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses on which resurfacing shall occur. Obtaining the appropriate addresses shall be the Contractor’s responsibility. A sample letter shall be provided by the city and the Contractor shall use the city’s sample letter and modify it with the appropriate street names, dates, times, and phone numbers specific to the work. The limits and sequencing of the Contractor’s resurfacing operations shall impact no more than 900 lineal feet of street or curb-side parking for residents and business on any given day. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contract shall give written notification of the impending disruption via door hangers. 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, Revised 6/15/17 Contract Nos. 3904 and 5503 Page 146 of 159 sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the advance notification door hanger which 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 a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the 760 area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall use the sample door hanger provided by the city and submit door hangars to the Inspector for approval. Notices shall not be distributed until approved by the Inspector. The notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 4 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65-lb card stock. The printing on the notice shall be no smaller than 12-point. The door hanger shall list the street name, date, time, phone numbers, and appropriate information specific to the work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price for the Work requiring such notifications and no separate or additional payment shall be made. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-1 CONCRETE STRUCTURES 303-1.2 Subgrade for Concrete Structures. Add the following: If groundwater is encountered, Contractor shall work a minimum 2’ deep of ¾” gravel into soil to provide an adequate base for construction of concrete structure. 303-1.11 Measurement. Delete the subsection in its entirety and replace with the following: Concrete structures will be measured for payment by each structure installed as specified in the bid schedule and in accordance to the plan and any referenced standard drawings. 303-1.12 Payment. Delete the subsection in its entirety and replace with the following: Payment for concrete structures will be made as set forth in the Bid Schedule. Payment shall include compensation for furnishing all labor, materials, tools, and equipment necessary to construct the concrete structures complete in place. Items shall include submittal of PCC mix design for approval, structure excavation, subgrade and base preparation, furnishing PCC and casting-in-place, steel reinforcement, forms, covers, rims, grates, frames, collars, cone and draft Revised 6/15/17 Contract Nos. 3904 and 5503 Page 147 of 159 sections, bases, steps, clean up; and for all other work necessary to install the concrete structure, complete in place, and no additional compensation will be allowed therefor. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.1.1 General. Add the following: Portland Cement Concrete construction shall include, but not limited to, curbs, walkways, cross gutters, access ramps, driveways, concrete curb outlet, terrace ditches, and all other miscellaneous PCC construction items as indicated on the plans and per these Specifications. Removal of adjacent asphalt concrete and aggregate base removal associated with concrete curb construction shall be replaced with full depth asphalt concrete with a minimum width of one foot perpendicular to the face of concrete edge. The replaced section shall conform to the requirements of Sections 203-6, 302-5, 401-3 and match the depth of the adjacent concrete gutter. The Contractor shall verify with a “smart level”, string line and/or water testing that positive drainage is maintained upon completion of finishing, and any irregularities causing water ponding shall be corrected and refinished. The CITY shall be present to verify the concrete forms, prior to pouring any PCC construction improvements. 303-5.5.2 Curb. Add the following: The Contractor shall stamp the curb face with 75 mm (3”) high block letters directly 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 Markings Type of underground facilities Marking Water Service Lateral W Sewer Service Lateral S Irrigation Water Lateral or Sleeve RW 303-5.9 Measurement and Payment. Add the following: Curb and gutter, and curb, shall be considered as continuing across driveways, access ramps and drainage inlets when constructed 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. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 148 of 159 SECTION 306 – OPEN TRENCH CONDUIT CONSTRUCTION 306-3 TRENCH EXCAVATION Add the following: 306-3.1 General. When the actual elevation or position of any existing pipe, conduit, or other underground appurtenances cannot be determined without excavation, the Contractor shall excavate and expose the existing improvement at the location shown on the Plans and any other locations deemed necessary by the Engineer. Such excavation shall be considered as part of the excavation necessary for the work. The Engineer shall be given the opportunity to inspect the existing improvements when it is exposed. Any adjustments in line or grade which may be necessary to accomplish the intent of the plans shall be made at no additional costs. Add the following: 306-3.2 Removal of Surface Improvements. Add the following: Bituminous pavement, concrete pavement, curbs, sidewalks, or driveways removed in connection with construction shall be removed in accordance with Subsection 401 of the Standard Specifications and these Special Provisions and reconstructed in-kind. 306-3.5 Maximum Length of Open Trench. Delete the first sentence for the first paragraph and replace with the following: Except by permission of the Engineer, the maximum length of open trench where prefabricated pipe is used shall be the distance necessary to accommodate the amount of pipe installed and backfilled in a single day. 306-12 BACKFILL 306-12.1 General. Add the following: The Contractor shall install detectable underground utility marking tape above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. Delete the following section in its entirety and replace with the following: 306-12.3.2 Compaction Requirements. The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 915 mm (36”) of the street right-of-way, compaction shall be 95 percent. 306-13 TRENCH RESURFACING 306-13.1 Temporary Resurfacing. Add the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When Revised 6/15/17 Contract Nos. 3904 and 5503 Page 149 of 159 temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-13.2 Permanent Resurfacing. Add the following: Except as provided in section 306-13.1, “Temporary Resurfacing,” the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and compaction of backfill and aggregate base materials. SECTION 314 – TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.3.1 General. Add the following: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Striping Plans, or for approved temporary traffic control 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. 314-4.3.4.1 General. Add the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (1/8”) in 3 m (10’) when measured parallel to the centerline of the street or more than 6 mm (1/4”) in 3 m (10’) when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. Add the following section: 314-4.3.5.1 Preparation of Existing Surfaces. 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 Revised 6/15/17 Contract Nos. 3904 and 5503 Page 150 of 159 storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30 mm (0.10’) thick asphalt concrete overlay is not permitted. Add the following section: 314-4.3.5.2 Layout, Alignment, and Spotting. The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80 mm per 100 m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80 mm per 100 mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. Add the following section: 314-4.3.5.3 Application of Paint. The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer and within the same working day of pavement resurfacing. After fourteen (14) calendar days, a second coat of paint shall be applied to all final, approved striping. The Contractor shall paint the ends of each median nose yellow. If required by the approved traffic control plans, the Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 314-4.3.6 Payment. Delete this section and replace with the following: The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for the installation of two coats of paint, pavement markers, thermoplastic legends and symbols, inlet stenciling, signing, the plan, and contract documents. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefor. 314-4.4.1 General. Add the following: Thermoplastic legends, symbols and striping shall be installed 14 calendar days after asphalt paving. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 151 of 159 314-5 PAVEMENT MARKERS. 314-5.4 Placement. Add the following: Temporary pavement markers shall be installed on the asphalt concrete pavement immediately after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. All temporary markers shall be removed and replaced with permanent pavement markers fourteen (14) calendar days after paving. Add the following section: 314-5.4.1 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. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 152 of 159 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 4, EXISTING IMPROVEMENTS SECTION 400 – PROTECTION AND RESTORATION 400-1 GENERAL Add the following: The Contractor shall replace all pavement striping, markings and markers which are not designated for removal and are damaged as a result of its operations. 400-2 PERMANENT SURVEY MARKERS Delete the second paragraph and subparagraphs a), b) and c). 400-3 PAYMENT. Delete in its entirety and replace with the following: No separate or additional payment will be made for 1) protection of existing improvements, and 2) restoration of existing improvements. No separate or additional payment will be made to restore permanent survey makers. SECTION 401 – REMOVAL 401-3 CONCRETE AND MASONRY IMPROVEMENTS 401-3.2 Concrete Curb, Walk, Gutters, Cross Gutters, Curb Ramps, Driveway and Alley Intersections. Delete the third and fourth sentence and add the following: All existing concrete shall be removed to the nearest joint. Concrete shall be removed to neatly sawed edges with saw cuts made to a depth deep enough to produce a clean straight break without loosening, cracking or damaging adjoining improvements. PCC and all other material unsuitable for use as fill, as determined by the Engineer, shall be removed from the right-of-way and disposed of by the Contractor at a site of his own choice and shall pay all costs incidental to the disposal. Add the following section: 401-3.2.1 Adjacent Asphalt Concrete Removal. Removal of asphalt concrete and aggerate base associated with concrete driveway, ramp and curb and gutter construction shall be replaced with full depth asphalt concrete to a minimum width of one foot perpendicular from face Revised 6/15/17 Contract Nos. 3904 and 5503 Page 153 of 159 of nearest concrete edge. Removal of adjoining asphalt section and the full depth replacement is incidental to the concrete curb and gutter work as described in section 303-5. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 154 of 159 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 6 TEMPORARY TRAFFIC CONTROL SECTION 601 – TEMPORARY TRAFFIC CONTROL FOR CONSTRUCTION AND MAINTENANCE WORK ZONES Add the following section: 601-1.2 Payment. The Contract price paid for Temporary Traffic Control shall include full compensation for, but not limited to, design, submittal and approval of the temporary traffic control plan (TCP) and furnishing all labor, materials, tools, equipment, and incidentals for storing, placing, maintaining, moving to new locations, replacing and removing all traffic control zone devices including flaggers, construction area signs and signage, channelizing devices including traffic barriers and end treatments, traffic sign enhancement devices including portable changeable message signs and flashing arrow signs, temporary traffic striping and pavement markings and as shown on the Plans or approved TCP and in accordance with the Contract Documents. Full compensation for removing and salvaging the traffic control equipment and materials that are to be reused or reset in the Work shall be considered included in the Contract price paid for Temporary Traffic Control and no additional compensation will be allowed therefor. Progress payments for Temporary Traffic Control shall be based on the percentage of the total value of work completed. 601-3 TEMPORARY TRAFFIC CONTROL (TTC) ZONE DEVICES 601-3.1 General. Add the following: The Contractor shall furnish and install temporary traffic pavement markers, channelizers, signage, railing (type K), barriers, crash cushions and end treatments for railings and barriers at the locations shown on the Plans or the approved TCP and as required by the Contract Documents. Add the following section: 601-3.4.1 General. Add the following: If temporary traffic signs are displaced or overturned by any cause during the progress of the Work, the Contractor shall immediately replace the signs in their approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and Revised 6/15/17 Contract Nos. 3904 and 5503 Page 155 of 159 readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 8 hours of such discovery. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices, the Engineer may, at his/her sole option, may correct the deficiency and charge the Contractor fifty dollars ($50.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is greater. 601-3.5 Signs and Signage 601-3.5.1 General. Delete in its entirety and replace with the following: Unless otherwise specified, signs shall conform to the California MUTCD. Portable signs shall consist of a base, standard or framework, and a sign panel and conform with applicable provisions for portable signs in Caltrans Standard Specification 12-3.11. Sign units shall be capable of being delivered to the Work site and placed into immediate operation. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Signage shall include all temporary signs required for the direction of traffic through or around the Work site. Sign placement shall conform to the California MUTCD and the TCP. Temporary “No Parking” and “No Stopping” signs shall be installed at least 24 hours before enforcement. Public notification of temporary “No Parking” restriction shall be posted at least 72 hours before enforcement of the “No Parking” zone. The notification 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 to meet the date so indicated will require re-posting the notification in advance of the rescheduled Work. 601-3.5.2 Payment. Modify this section as follows: Payment for signs and signage shall be included in the contract price for Temporary Traffic Control as specified in Section 601-2.2. 601-3.6 Channelizing Devices 601-3.6.1 General. Replace this section with the following: 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 Revised 6/15/17 Contract Nos. 3904 and 5503 Page 156 of 159 curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 4-1.5, "Certification”. Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following subsection: 601-3.6.5.1 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. Add the following subsection: 601-3.6.5.2 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 from the K-Rails within 48 hours. The Contractor shall replace or repaint units of temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or other materials that mar the appearance when ordered by the Engineer. Add the following subsection: 601-3.6.5.3 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 Section 201-1, “Portland Cement Concrete” and Section 303-1 “Concrete Structures”. Steel bars to receive bolts at ends of concrete panels shall conform to ASTM A36/A36M. The bolts shall conform to ASTM A307. 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 A36/A36M, shall have a minimum length of 660 mm and shall have a 75 mm (3”) diameter by 9 mm (3/8”) thick plate welded on the upper end with a 5 mm (3/16”) fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in Section 303-1.9.2 “Ordinary Surface Finish.” Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor’s name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following subsections: 601-3.6.5.4 Installation of Temporary Railing. In addition to the requirements herein, the temporary railing (Type K) shall be installed per Caltrans Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true Revised 6/15/17 Contract Nos. 3904 and 5503 Page 157 of 159 arc on curved alignment. Each rail unit placed within 3 m (10’) of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by the MUTCD 2009 California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of Section 206-7.2, “Temporary Traffic Signs”. Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition or constructed to its planned condition. 601-3.6.5.5 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be selected from the latest Caltrans Authorized Material List for highway safety features and shall meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15’) or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per Caltrans Standard Drawings T1 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 Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by the MUTCD 2009 California Supplement shall also be installed at each TSFCC array as shown in Caltrans Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. 601-3.7.5 Portable Changeable Message Signs (PCMS). Add the following: 601-3.7.5.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -20ºC (-4ºF) to +70ºC (158ºF) 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. Revised 6/15/17 Contract Nos. 3904 and 5503 Page 158 of 159 601-3.7.5.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. 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. 601-3.7.5.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. 601-3.7.5.4 Measurement and Payment. Payment for all traffic signs, including Portable Changeable Message Signs, are incidental to the bid item for Temporary Traffic Control and no other compensation will be made therefor. 601-4 TEMPORARY TRAFFIC STRIPING AND PAVEMENT MARKINGS 601-4.2.1 Application of 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 314-3 Removal of Pavement Markers and Revised 6/15/17 Contract Nos. 3904 and 5503 Page 159 of 159 Section 314-5 Pavement Markers, except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in Section 314-5.4 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. Appendix A Tier II SWPPP Template Appendix B Water Shut Down Request Form (E-28) E-28 Page 1 of 2 REV 04/19 Public Works Construction Management & Inspection ϭϲϯϱ&ĂƌĂĚĂLJǀĞ 760-602-2780 www.carlsbadca.gov UTILITY SHUTDOWN/ CONNECTION REQUEST E-28 DATE OF CONNECTION LOCATION OF WORK CONTRACTORS NAME TEL NO. NAME OF REP. AT SITE TITLE SIGNATURE DATE TYPE OF CONNECTION SEWER WATER RECYCLED WET TAP SHUT DOWN LENGTH OF SHUT DOWN FROM TO TOTAL HOURS SERVICES EFFECTED MATERIAL/EQUIPMENT TO BE USED PLEASE READ BELOW 1. Request must include a DETAILED SKETCH showing proposed construction. (See other side for details.) 2. Submission of this request shall be a minimum of two weeks prior to desired shutdown/connection date.3. If the weather or a situation develops where the time of shutdown is not feasible, a new shutdown timeshall be resubmitted to the district for approval. 4. Temporary water supply shall be only from an approved and accepted CMWD line.5. No CMWD valves shall be operated except under direction of CMWD representative.6. There shall be NO SHUTDOWNS MONDAYS, FRIDAYS, WEEKENDS OR HOLIDAYS.7. The contractor shall have his representative, listed above, on the site of construction during the entireduration of the shutdown and will have authority to act in the company’s behalf. CONSTRUCTION MANAGEMENT ANDINSPECTION )$5$'$<$9( CARLSBAD, CALIFORNIA 92008 TEL. NO. (760) 602-2780 CITY INSPECTOR DATE: DISTRICT APPROVAL SIGNATURE DATE: PUBLIC WORKS MANAGER, UTILITY OPERATIONS E-28 Page 2 of 2 REV 04/19 CONTRACTOR INSTRUCTIONS – PLEASE READ BEFORE SUBMITTING 1. Request shall not be approved unless a DETAILED SKETCH IS ATTACHED showing proposedconstruction. (See example below.) 2. Utility shutdown/connection request shall be submitted to Construction Management & Inspections two weeks before anticipated connection date. 3. Scheduling: Prior to start of work, there shall be a MINIMUM OF TWO WEEKS NOTICE GIVEN TO DISTRICT. 4. Connection shall not be permitted unless BACTERIOLOGICAL TEST RESULTS are attached(required for all potable use lines). 5. If the weather or a situation develops where the time of shutdown is not feasible, a new shutdown timeshall be resubmitted to the District for approval. 6. Temporary water supply shall be only from an approved and accepted CMWD line. 7.NO CMWD VALVES shall be operated except under the direction of CMWD Representative. 8. There shall be NO SHUTDOWNS MONDAYS, FRIDAYS, WEEKENDS OR HOLIDAYS. 9. The contractor shall have his representative (listed on the front) on the site of construction during theentire duration of the shutdown and will have authority to act in the company’s behalf. 10. If the contractor has preferred connection date, please provide with submittal. 11. The City reserves the right to change the schedule. Appendix C Tyler Alley Geotechnical Report GEOTECHNICAL INVESTIGATION PIO PICO DRIVE & TYLER STREET SEWER LINES REPLACEMENT Carlsbad, California PREPARED FOR: City of Carlsbad 5950 El Camino Real Carlsbad, California 92008 PREPARED BY: Atlas Technical Consultants LLC 6280 Riverdale Street San Diego, California 92120 November 10, 2023 6280 Riverdale Street San Diego, CA 92120 (877) 215-4321 | oneatlas.com Atlas No. 10206 Report No. 1 November 10, 2023 MR. DANIEL ZIMNY, PE, QSD ASSOCIATE ENGINEER CITY OF CARLSBAD 5950 EL CAMINO REAL CARLSBAD, CALIFORNIA 92008 Subject: Geotechnical Investigation Pio Pico Drive & Tyler Street Sewer Lines Replacement Carlsbad, California Dear Mr. Zimny, In accordance with your request and our proposal No. 23-06226R4, Atlas is pleased to present this report describing the results of the geotechnical services performed in support of the Pio Pico Drive & Tyler Street Sewer Lines Replacement project. Our services consisted of a review of readily available geologic literature, site reconnaissance, exploratory boring and monitoring well, geotechnical laboratory testing, groundwater monitoring, and preparation of this report. We appreciate the opportunity to be of service on this project. Should you have any questions, please contact the undersigned at your convenience. Respectfully submitted, Atlas Technical Consultants LLC Stephane Dalo, EIT Nickey Akbariyeh, PE 8864 Staff Engineer Project Engineer Douglas A. Skinner, CEG 2472 Morteza Mirshekari, PhD, PE Principal Geologist Senior Engineer SD:NA:DAS:MM Distribution: Daniel.Zimny@carlsbadca.org Atlas No. 10206 Report No. 1 Page | i CONTENTS 1. INTRODUCTION ................................................................................................................... 1 2. SCOPE OF WORK ................................................................................................................ 1 2.1 Investigations and Monitoring Wells ............................................................................. 1 2.2 Laboratory Testing ........................................................................................................ 1 2.3 Environmental Screening .............................................................................................. 1 2.4 Analysis and Report Preparation .................................................................................. 2 3. SITE DESCRIPTION ............................................................................................................. 2 4. GEOLOGY AND SUBSURFACE CONDITIONS .................................................................. 3 4.1 Pio Pico Drive Site ........................................................................................................ 3 4.2 Tyler Street Site ............................................................................................................ 3 5. GROUNDWATER CONDITIONS .......................................................................................... 4 6. GEOLOGIC HAZARDS ......................................................................................................... 4 6.1 Faulting and Surface Rupture Hazard .......................................................................... 4 6.1.1 CBC Seismic Design Parameters .................................................................... 5 6.1.2 Liquefaction and Dynamic Settlement ............................................................. 5 6.1.3 Tsunamis, Seiches, and Flooding ................................................................... 6 6.1.4 Landslides and Slope Stability ......................................................................... 6 6.1.5 Subsidence ...................................................................................................... 6 6.1.6 Hydro-Consolidation ........................................................................................ 6 7. CONCLUSIONS .................................................................................................................... 6 8. RECOMMENDATIONS ......................................................................................................... 7 8.1 Earthwork ...................................................................................................................... 7 8.1.1 Site Preparation ............................................................................................... 7 8.1.2 Excavation Characteristics .............................................................................. 7 8.1.3 Oversized Material ........................................................................................... 7 8.1.4 Temporary Excavations ................................................................................... 7 8.1.5 Temporary Shoring .......................................................................................... 8 8.1.6 Temporary Dewatering .................................................................................... 8 8.1.7 Remedial Grading ............................................................................................ 8 8.1.8 Compacted Fill ................................................................................................. 9 8.1.9 Expansive Soil ................................................................................................. 9 8.1.10 Imported Soil ................................................................................................... 9 8.1.11 Subgrade Stabilization ..................................................................................... 9 8.1.12 Grading Plan Review ..................................................................................... 10 Atlas No. 10206 Report No. 1 Page | ii 8.2 Pipelines ..................................................................................................................... 10 8.2.1 Pipeline Support ............................................................................................ 10 8.2.2 Trench Backfill ............................................................................................... 10 8.2.3 Pipe Bedding ................................................................................................. 10 8.2.4 Thrust Blocks ................................................................................................. 11 8.2.5 Modulus of Soil Reaction ............................................................................... 11 8.3 Underground Structures .............................................................................................. 11 8.3.1 Foundations ................................................................................................... 11 8.3.2 Allowable Soil Bearing Pressure ................................................................... 12 8.3.3 Lateral Resistance ......................................................................................... 12 8.3.4 Underground Structures Backfill .................................................................... 12 8.3.5 Foundation Plan Review ................................................................................ 12 8.3.6 Foundation Excavation Observation .............................................................. 13 8.4 Preliminary Pavement Section Recommendations ..................................................... 13 8.5 Soil Corrosivity ............................................................................................................ 13 8.6 Geotechnical Engineering During Construction .......................................................... 14 9. CLOSURE ........................................................................................................................... 14 10. REFERENCES .................................................................................................................. 14 TABLES Table 1: Observed Groundwater Levels Table 2: 2022 CBC/ASCE 7-16 Mapped Site Coefficients FIGURES Figure 1: Site Vicinity Map Figure 2A: Subsurface Exploration Map (Pio Pico Drive Site) Figure 2B: Subsurface Exploration Map (Tyler Street Site) Figure 3: Regional Geology Map Figure 4: California Fault Activity Map Figure 5: Temporary Shoring Lateral Earth Pressures Diagram APPENDICES Subsurface Exploration Laboratory Testing Groundwater Samples Laboratory Analysis Results Atlas No. 10206 Report No. 1 Page | 1 1. INTRODUCTION This report presents the results of the geotechnical services Atlas performed for the subject project. It is our understanding that the project will consist of the design and construction of new sewer pipeline segments at both the Tyler Street and Pio Pico sites in Carlsbad, California. Figure 1 presents the site vicinity. 2. SCOPE OF WORK 2.1 Investigations and Monitoring Wells Atlas performed a geotechnical investigation to address geotechnical issues pertaining to the design and construction of the subject projects and evaluate impacts of groundwater during the proposed constructions. Pertinent documents reviewed included published reports and maps, aerial photographs, and other readily available documents. On August 14, 2023, Atlas explored subsurface conditions at the Pio Pico Drive site by drilling one boring (B-1) to a depth of approximately 20 feet below the existing ground surface using a truck-mounted drill rig equipped with a hollow-stem auger. Afterwards, on August 25, 2023, Atlas investigated subsurface conditions at the Tyler Street site by drilling one boring (MW-1) to a depth of approximately 26 feet below the existing ground surface using a limited access drill rig (LAR) equipped with a hollow- stem auger. Boring MW-1 at the Tyler Street site was subsequently converted to a groundwater monitoring well with flush mount and traffic-rated well completion box. Figures 2A and 2B present the approximate locations and depths of the boring and monitoring well at the Pio Pico and Tyler Street sites, respectively. An Atlas engineer and geologist logged the borings and collected samples of the materials encountered for geotechnical laboratory testing. Subsurface materials recovered during the field investigation were observed in the field for soil and/or groundwater contamination with visual and olfactory methods. Soils were classified according to the Unified Soil Classification System illustrated in the Subsurface Exploration Legend. The boring logs are presented in Appendix I. 2.2 Laboratory Testing Selected samples from the exploratory borings were tested to evaluate pertinent soil classification. The laboratory testing performed on soil materials consisted of in-situ moisture and density, particle-size distribution, percent finer than #200 sieve, direct shear, R-value, expansion index, and corrosivity. The results of the in-situ moisture and density tests are presented on the boring logs in Appendix I. The remaining laboratory testing standards and results are presented in Appendix II. 2.3 Environmental Screening Atlas collected representative groundwater samples from the monitoring well at Tyler Street in accordance with the County of San Diego Department of Environmental Health and Quality Atlas No. 10206 Report No. 1 Page | 2 (DEHQ) Site Assessment and Mitigation (SAM) Manual guidelines. The groundwater samples were analyzed for potential detectable concentrations of chemicals and metals of concern including oil and grease, volatiles, semi volatiles, volatile organic compounds, pesticides, and California Title 22 Metals (including mercury and boron). Additionally, the groundwater samples were analyzed for total suspended solids, total dissolved solids, and biochemical oxygen demand. The collected samples were decanted into pre-cleaned, laboratory-supplied jars and placed in an ice chilled cooler. The samples were transported, under appropriate chain-of-custody protocols, to Eurofins/Calscience, Inc., a State of California accredited laboratory, for analysis. The environmental laboratory reports are presented in Appendix III. 2.4 Analysis and Report Preparation The results of the field and laboratory tests were evaluated to develop conclusions and recommendations, including the following: • A plot plan showing the boring locations • Exploration logs with soil characterization descriptions detailing the subsurface conditions noted at the boring locations • Describe subsurface geologic conditions as well as groundwater levels observed • Potential geologic hazards including liquefaction • Map seismic design parameters in accordance with 2022 CBC • Results of the groundwater sampling and analysis • Excavation characteristics of the subsurface materials encountered • Backfill recommendations and the suitability of excavated materials for use as backfill and bedding • Allowable temporary excavation side slope and shoring design recommendations • Underground structures foundation • Support for pipeline • Appropriate types of bedding and backfill materials as well as placement and compaction procedures • Subgrade compaction beneath pavements • Pavement structural sections • Corrosivity of earth materials 3. SITE DESCRIPTION The two project alignment segments are located along Pio Pico Drive and Tyler Street in Carlsbad, California. The Pio Pico Drive site is located on Pio Pico Drive between Tamarack Avenue and Magnolia Avenue. Furthermore, the site is adjacent to St. Patrick’s Catholic School and extends Atlas No. 10206 Report No. 1 Page | 3 roughly from the school’s southern edge to its northern edge. The site topography is characterized by a level asphalt-paved roadway with curbs, gutters, and pedestrian sidewalks found on either side of the roadway. The site elevations range from approximately 68 feet above mean sea level (AMSL) to 71 feet AMSL. The Tyler Street site is located along Tyler Street north of Grand Avenue between State Street and Roosevelt Street. The site is bounded to the south by the intersection between Grand Avenue and Tyler Street and extends from that intersection roughly 290 feet north. Topographically, this site is flat and is located along an alleyway surrounded by one and two-story buildings such as shops, restaurants, and the local Certainty Theater. The general site elevation is approximately 43 feet AMSL. The alley way is mostly paved with asphalt, with a width of about 25 feet. 4. GEOLOGY AND SUBSURFACE CONDITIONS The site is located within the Peninsular Ranges Geomorphic Province of California, which stretches from the Los Angeles basin south into Baja California. This province is characterized as a series of northwest-trending mountain ranges separated by subparallel fault zones and a coastal plain of subdued landforms. The mountain ranges are underlain primarily by Mesozoic metamorphic rocks that were intruded by plutonic rocks of the southern California batholith, while the coastal plain is underlain by subsequently deposited marine and non-marine sedimentary formations. Both project sites are located in the coastal plain. Figure 3 presents the regional geology. Descriptions of the materials encountered are provided in the following sections. 4.1 Pio Pico Drive Site Fill (Qf) was encountered in boring B-1 below the existing ground surface and extends to a depth of approximately 5 feet below existing ground surface (bgs). The fill materials encountered generally consisted of moist, medium dense silty sand. Old paralic deposits (Qop) deposits were encountered below the fill and extend to the maximum depth explored of 20 feet bgs at this location. The materials encountered generally consisted of moist, very dense silty sand underlain by moist, dense poorly graded sand with clay underlain by moist, very dense clayey sand and sandy silt. 4.2 Tyler Street Site Fill (Qf) was encountered in boring MW-1 below the existing ground surface and extends to a depth of approximately 7 feet bgs. The fill materials encountered generally consisted of moist, medium dense to dense silty sand. Old paralic deposits (Qop) deposits were encountered below the fill and extend to the maximum depth explored of 26 feet at this location. The materials encountered generally consisted of moist, medium dense clayey sand, underlain by moist to wet hard sandy lean clay and dense poorly graded sand underlain by wet, very dense silty sand and silt. Atlas No. 10206 Report No. 1 Page | 4 5. GROUNDWATER CONDITIONS Groundwater was not encountered in boring B-1 to the maximum drilled depth of about 20 feet bgs. However, review of available historical data indicates that groundwater was estimated to be as shallow as 20 feet bgs in the vicinity of boring B-1 (SGMA, 2019). Groundwater was encountered in boring MW-1 during the drilling operation at a depth of about 13 feet bgs. To assist in assessing groundwater levels during construction, a temporary groundwater monitoring well was installed at boring MW-1 to observe the groundwater activity. Observed groundwater levels at the time of the well construction and during the first monitoring event are shown in Table 1. The groundwater levels will be recorded at MW-1 during a second monitoring event as well at a date to be coordinated by the project team. A diagram presenting the well construction is provided in Appendix I. It should be recognized that groundwater conditions may vary at a site over time. Fluctuations in the groundwater level may occur due to variations in ground surface topography, subsurface geologic conditions and structure, rainfall, irrigation, broken pipes, changes in site drainage, and other factors. These types of conditions can be most effectively assessed at the time of construction. Table 1: Observed Groundwater Levels Boring & Monitoring Well Depth to Groundwater (feet) During Drilling Monitoring Event #1 B-1 Not Observed N/A MW-1 13.0 10.66 Note: Monitoring Event #1 took place on October 13, 2023. 6. GEOLOGIC HAZARDS 6.1 Faulting and Surface Rupture Hazard As defined by the State of California, surface fault rupture is the result of fault movement that breaks the ground surface (CGS, 2023). The State of California has classified fault zones into three categories. Holocene Active faults are those that have shown conclusive evidence of faulting during the Holocene Epoch (the most recent 11,700 years). Pre-Holocene faults are any fault whose recency of past movement is older than 11,700 years. Age-undetermined faults are faults that are unconstrained by dating methods and/or by limitations in stratigraphic resolution (CGS, 2023). Holocene active faults are regulated by the Alquist-Priolo Earthquake Fault Zoning Act. The sites are not located in the Alquist-Priolo Earthquake Fault Zone. Based on our review of the referenced documents and aerial photography, site observations, and our field investigations no Atlas No. 10206 Report No. 1 Page | 5 active faults are known to underlie or project toward the sites. The probability of fault rupture affecting the sites is considered low. The closest known active fault to both sites is the Newport-Inglewood-Rose Canyon Fault Zone which is located approximately 4.7 and 4.4 miles southwest of the Pio Pico and Tyler Street project sites, respectively. Figure 4 presents the approximate site location overlain on the California fault activity map. 6.1.1 CBC Seismic Design Parameters A geologic hazard likely to affect the projects is ground shaking due to movement along an active fault zone in the vicinity of the subject sites (USGS, 2022). Based on the subsurface conditions encountered during our investigation, both project sites may be classified as Site Class D. The mapped site coefficients as well as design and maximum considered earthquake (MCER) spectral response acceleration parameters in accordance with ASCE 7-16 (ASCE, 2023) are presented in Table 2. The mapped acceleration parameters can only be used if the exception of increasing SM1 by 50% is followed, as described in Section 11.4.8 in Supplement 3 of ASCE 7-16. Table 2: 2022 CBC/ASCE 7-16 Mapped Site Coefficients Site Coefficients and Spectral Response Acceleration Parameters Pio Pico Drive Site Tyler Street Site Site Class D - Stiff Soil D - Stiff Soil Latitude 33.153580 33.161291 Longitude -117.336729 -117.349348 Site Coefficients, Fa 1.074 1.068 Site Coefficients, Fv (2) 1.915 1.910 Mapped Spectral Response Acceleration at Short Period, Ss (1) 1.065 g 1.080 g Mapped Spectral Response Acceleration at 1-Second Period, S1 0.385 g 0.391 g Site-Modified Spectral Response Acceleration at Short Period, SMS 1.144 g 1.154 g Site-Modified Spectral Response Acceleration at 1-Second Period, SM1 (2) 0.737 g 0.747 g Mapped Design Spectral Acceleration at Short Period, SDS 0.762 g 0.769 g Design Spectral Acceleration at 1-Second Period, SD1 (2) 0.491 g 0.498 g Site Peak Ground Acceleration, PGAM 0.531 g 0.535 g (1) Mapped spectral response accelerations parameters were obtained from ASCE7 Online Hazard Tool (ASCE, 2023). (2) Mapped ground acceleration parameters can only be used if the exception described in Supplement 3 of ASCE 7-16 is followed. 6.1.2 Liquefaction and Dynamic Settlement Liquefaction occurs when loose, saturated, generally fine sands and silts are subjected to strong ground shaking. The soil loses shear strength and become liquid, potentially resulting in large total and differential ground surface settlement as well as possible lateral spread during an Atlas No. 10206 Report No. 1 Page | 6 earthquake. Liquefiable materials are not mapped along the project alignments. Given the relatively dense soils below groundwater, it is our opinion that the potential for liquefaction and dynamic settlement to significantly impact the proposed projects is considered low. 6.1.3 Tsunamis, Seiches, and Flooding The site is not located within a mapped area on the State of California Tsunami Inundation Maps (Graehl and Wilson, 2022); therefore, damage due to tsunamis is considered low. Seiches are periodic oscillations in large bodies of water such as lakes, harbors, bays, or reservoirs. The site is not located adjacent to lakes, ponds, or other confined bodies of water; therefore, the potential for a seiche to affect the site is considered negligible. The site is not located within a flood zone (County, 2019) or dam inundation area (DWR, 2023). 6.1.4 Landslides and Slope Stability Evidence of landslides, deep-seated landslides, or slope instabilities was not observed at the time of our field evaluation. Additionally, there are no mapped landslides in the vicinity of the project site (CGS, 2023). The potential for landslides or slope instabilities to occur at the site is considered low. 6.1.5 Subsidence The project is not located in an area of known subsidence associated with fluid withdrawal (groundwater or petroleum) (USGS, 2023). Due to this, as well as the presence of relatively dense deposits, the potential for subsidence is low. 6.1.6 Hydro-Consolidation Hydro-consolidation can occur in recently deposited sediments (less than 10,000 years old) that were deposited in a semi-arid environment. Examples of such sediments are eolian sands, alluvial fan deposits, and mudflow sediments deposited during flash floods. The pore spaces between the particle grains can re-adjust when inundated by groundwater, causing the material to consolidate. Due to the relatively dense and moist nature of the material encountered beneath the site, the potential for hydro-consolidation occurrence in the subsurface layers is considered low. 7. CONCLUSIONS In our opinion, the site conditions are suitable to carry out the proposed project objectives. The main geotechnical considerations affecting the planned development are excavation in dense to very dense subsurface materials at both sites and the presence of shallow groundwater at the Tyler Street site. Based on the current groundwater condition, dewatering should be anticipated at the time of construction. A licensed hydrogeologist should evaluate the appropriate method for dewatering. Additionally, the results of the environmental laboratory testing performed on groundwater samples from monitoring well MW-1 are presented in Appendix III. Atlas No. 10206 Report No. 1 Page | 7 8. RECOMMENDATIONS The remainder of this report presents recommendations regarding earthwork construction as well as preliminary geotechnical recommendations for the design of the proposed improvements. These recommendations are based on empirical and analytical methods typical of the standard- of-practice in southern California. If these recommendations appear not to address a specific feature of the project, please contact our office for additions or revisions to the recommendations. 8.1 Earthwork Grading and earthwork should be conducted in accordance with the local standards and the recommendations of this report. The following recommendations are provided regarding specific aspects of the proposed earthwork construction. These recommendations should be considered subject to revision based on field conditions observed by our office during construction. 8.1.1 Site Preparation Site preparation should begin with the removal of existing improvements, vegetation, and debris. Subsurface improvements that are to be abandoned should be removed, and the resulting excavations should be backfilled and compacted in accordance with the recommendations of this report. Pipeline abandonment can consist of capping or rerouting at the project perimeter and removal within the project perimeter. If appropriate, abandoned pipelines can be filled with grout or slurry as recommended and observed by the geotechnical consultant. 8.1.2 Excavation Characteristics It is anticipated that excavations can be achieved with conventional earthwork equipment in good working order. Difficult excavation should be anticipated within the old paralic deposits due to the dense materials encountered as well as caving susceptibility below groundwater. A contractor with excavation experience in similar conditions should mobilize equipment capable of excavating dense granular materials with potential cobbles, provide means to prevent caving and sloughing below groundwater levels, and to anticipate wet subgrade soils. 8.1.3 Oversized Material Excavations may generate oversized material. Oversized material is defined as rocks or cemented clasts greater than 6 inches in largest dimension. Oversized material should be broken down to no greater than 3 inches in the largest dimension for use within non-structural fill, such as landscape fill, or disposed of offsite in accordance with regulatory requirements. 8.1.4 Temporary Excavations Temporary excavations 4 feet deep or less can be made vertically. Temporary excavations deeper than 4 feet should not be steeper than 1½:1 (horizontal: vertical), per Cal/OSHA Type C soil classification. The faces of temporary slopes should be inspected daily by the contractor’s competent person before personnel are allowed to enter the excavation. Zones of potential Atlas No. 10206 Report No. 1 Page | 8 instability, sloughing, or raveling should be brought to the attention of the engineer and corrective action implemented before personnel begin working in the trench. Slopes steeper than those described above will require shoring. Soldier piles and lagging, corrugated metal pipe, internally braced shoring such as trench boxes or speed shoring could be used. If trench boxes or corrugated metal pipe are used, the soil immediately adjacent to the shoring is not directly supported. Ground surface deformations adjacent to the excavation could be greater when these methods are used compared to other methods of shoring leading to distress to overlying improvements. If open trenches are to be maintained during the rainy season, berms are recommended along the tops of the trenches to prevent runoff water from entering the excavation. 8.1.5 Temporary Shoring For design of cantilevered shoring, an active soil pressure equal to a fluid weighing 40 pounds per cubic foot (pcf) can be used for level retained ground or 65 pcf for 2:1 (horizontal:vertical) sloping ground. A passive soil pressure equal to a fluid weighing 300 pcf can be used for the design of cantilevered shoring with the maximum embedment depths above the groundwater level. The passive pressure should be reduced by one half below the groundwater table. The surcharge loads on shoring from traffic and construction equipment adjacent to the excavation can be modeled by assuming an additional 2 feet of soil behind the shoring. Earth pressure diagram is presented in Figure 5. 8.1.6 Temporary Dewatering During our geotechnical investigation, groundwater was observed as shallow as 13 feet bgs at the monitoring well in Tyler Street (see Table 1). Available literature indicates the groundwater could be shallower than approximately 10 feet at the Tyler Street site. Additionally, groundwater seepage may occur locally along the project alignment due to local irrigation or following heavy rain. Shallow groundwater may impact project construction. An experienced and qualified specialty contractor should evaluate the need and design of a dewatering system, as appropriate. The contractor’s geotechnical engineer should review proposed dewatering system designs. 8.1.7 Remedial Grading We recommend that remedial grading be performed beneath the new sewer lines to improve the pipeline support and reduce the potential for static settlement and pipe breakage. Upon completion of excavation and removal of the existing pipe and fill material, the bottom of excavation should be scarified to the depth of 1 foot, moisture conditioned to near optimum moisture content, and recompacted to 90% maximum dry density (ASTM D1557). Proposed underground structures foundations can be supported by firm and unyielding old paralic deposits, 2 feet of compacted fill, or stabilized subgrade. If placed on compacted fill, the on-site soils should be excavated to a depth of at least 2 feet below planned subgrade elevation. If competent, formational materials are exposed, excavation need not be performed. Atlas No. 10206 Report No. 1 Page | 9 An Atlas representative should observe conditions exposed in the bottom of excavations to evaluate whether additional excavation is required. The resulting surface should then be scarified to a depth of 8 inches, moisture conditioned to near optimum moisture content, and compacted to at least 90% relative compaction. The maximum dry density and optimum moisture content for evaluating relative compaction should be obtained using ASTM D1557. For structures with subgrade elevations at or near the groundwater elevation, subgrade shall be stabilized following the recommendations of this report. 8.1.8 Compacted Fill On-site materials, except for soil containing roots, debris, and rock greater than 3 inches, can be used as compacted fill or trench backfill. Fill and backfill should be placed in horizontal lifts at a thickness appropriate for the equipment spreading, mixing, and compacting the material, but generally should not exceed 8 inches in loose thickness. Fill and backfill should be moisture conditioned within 2% of optimum moisture content and compacted to at least 90% relative compaction. The top 12 inches of subgrade beneath pavement should be compacted to at least 95%. The compacted fill should have an EI of 50 or less. The maximum dry density and optimum moisture content for evaluating relative compaction should be obtained using ASTM D1557. 8.1.9 Expansive Soil The laboratory results indicate that on-site materials tested are classified as having a very low expansion potential. The grading and foundation recommendations presented in this report assume materials with a low expansion potential. 8.1.10 Imported Soil Imported soil should consist of predominately granular soil, free of organic matter and oversized materials (i.e., rocks larger than 3 inches). Imported soil should be observed and, if appropriate, tested by Atlas prior to transport to the site. 8.1.11 Subgrade Stabilization In areas where wet, soft, or yielding excavations bottoms are encountered, a geogrid reinforced soil mat could be installed to provide support for proposed subsurface structures foundation construction. To stabilize soft or yielding bottoms, Atlas recommends placing one layer of Tensar® Triax TX-160 reinforcing geogrid or equivalent on the removal surface (e.g., excavation bottom) followed by at least 12 inches of ¾-inch crushed rock compacted using lightweight equipment. The crushed rock layer shall then be overlaid by a second layer of the geogrid followed by minimum 6 inches of aggregate base. Aggregate base section shall then be compacted to a relative compaction of 95%. If yielding is still observed upon proof rolling, an additional layer of geogrid should be placed on the compacted base followed by at least 6 inches of aggregate base. Crushed rock and aggregate layers shall be covered and wrapped (on both sides and above the layer) with a nonwoven filter fabric such as Mirafi-140N, or equivalent to avoid siltation and segregation. Atlas No. 10206 Report No. 1 Page | 10 The above recommendations are only valid when the depth of the groundwater is below the compacted aggregate base layer. In circumstances where the aggregate base layer is below the groundwater table, it is recommended to replace the compacted aggregate base layer with 12 inches of crushed rock to avoid pumping and disintegration of the aggregate base. 8.1.12 Grading Plan Review Atlas should review the grading plans and earthwork specifications to ascertain whether the intent of the recommendations contained in this report have been implemented, and that no revised recommendations are needed due to changes in the development scheme. 8.2 Pipelines 8.2.1 Pipeline Support It is anticipated that most of the materials along the pipeline alignment will provide adequate support for the pipe, although loose, soft, and otherwise unsuitable materials could be encountered. Unsuitable materials encountered near trench bottom levels should be excavated to competent material as determined by the geotechnical consultant. The excavated materials can be replaced with compacted fill or with pipe bedding material, as described below. Unsuitable materials should be removed from the full width of the trench. The bottoms of the excavations should be observed by the geotechnical consultant prior to placement of pipe bedding. 8.2.2 Trench Backfill Utility trench sections should conform to the minimum requirements of the City of Carlsbad and other local jurisdictions. Backfill should be placed in loose lifts not exceeding 6 to 8 inches in thickness, moisture conditioned to near optimum moisture content, and compacted to at least 90% relative compaction. On-site materials, except for soil containing roots, saturated soils, debris, and rock greater than 6 inches, can be used as compacted fill or trench backfill, provided that they have an expansion index of 50 or less. The maximum dry density and optimum moisture content for the evaluation of relative compaction should be determined in accordance with ASTM D1557. 8.2.3 Pipe Bedding Pipe bedding as specified in the “Greenbook” can be used. Bedding material should consist of clean sand having a sand equivalent not less than 30 and should extend to at least 12 inches above the top of pipe. Alternative materials meeting the intent of the bedding specifications are also acceptable. Samples of materials proposed for use as bedding should be provided to the engineer for inspection and testing before the material is imported for use on the project. The on- site materials are not expected to meet “Greenbook” bedding specifications. The pipe bedding material should be placed over the full width of the trench. After placement of the pipe, the bedding should be brought up uniformly on both sides of the pipe to reduce the potential for unbalanced Atlas No. 10206 Report No. 1 Page | 11 loads. No voids or uncompacted areas should be left beneath the pipe haunches. Ponding or jetting the pipe bedding should not be allowed. 8.2.4 Thrust Blocks For level ground conditions, a passive earth pressure of 330 pounds per square foot (psf) per foot of depth below the lowest adjacent final grade can be used to compute allowable thrust block resistance. A value of 140 psf per foot should be used below groundwater level, if encountered. 8.2.5 Modulus of Soil Reaction A modulus of soil reaction (E’) of 1,000 pounds per square inch can be used to evaluate the deflection of buried flexible pipelines. This value assumes that granular bedding material is placed adjacent to the pipe and is compacted to at least 90% relative compaction. 8.3 Underground Structures 8.3.1 Foundations The planned underground structures (i.e., vaults, manholes, etc.) can be supported on mat foundations with bottom levels on compacted fill, reinforced geogrid mats, or competent formational material. Thickness and reinforcement of the mat foundation should be in accordance with the recommendations of the project structural engineer. Mat foundations typically experience some deflection due to loads placed on the mat and the reaction of the soils underlying the mat. A design modulus of subgrade reaction, K, of 150 pounds per cubic inch (pci) may be used in evaluating such deflections on subgrade soils recommended in this report. These values are based on an area of one square foot and should be adjusted for large mats. Adjusted values of the modulus of subgrade reaction, KBxB, can be obtained from the following equation for square mats of various widths: 𝐾஻ൈ஻ ൌ𝐾൤B ൅ 1 2B ൨ ଶ ሺ𝑝𝑐𝑖ሻ where, B is the width of the mat in feet. For rectangular mat slab, adjusted values of the modulus of subgrade reaction, K’, can be obtained from the following equation: 𝐾′ ൌ 𝐾஻ൈ஻ሺ1 ൅ 0.5 ቀ𝐵 𝐿ቁሻ 1.5 ሺ𝑝𝑐𝑖ሻ where, B is the width and L is the length of the mat in feet. Atlas No. 10206 Report No. 1 Page | 12 8.3.2 Allowable Soil Bearing Pressure Since the weight of soil removed during excavation will be greater than or approximately equal to the weight of the new construction and backfill, we do not expect foundation bearing capacity to be a significant geotechnical design concern. The planned subsurface structures can be supported on mat foundations with bottom levels on compacted fill, reinforced geogrid mats, or competent Very Old Paralic deposits. An allowable bearing capacity of 2,500 psf can be used. The bearing value can be increased by ⅓ when considering short term loads. 8.3.3 Lateral Resistance Lateral loads will be resisted by friction between the bottoms of footings and passive pressure on the faces of footings and other structural elements below grade. A coefficient of friction of 0.35 can be used. Passive pressure can be computed using a lateral pressure value of 300 psf per foot of depth below the ground surface and above groundwater level for level ground conditions. Passive pressure shall be reduced to 150 for the structures below groundwater level. Reductions for sloping ground should be made. The passive pressure can be increased by ⅓ when considering the total of loads, including wind or seismic forces. The upper 1 foot of soil should not be relied on for passive support unless the ground is covered with pavements or slabs. The lateral passive earth pressure values provided herein are ultimate values and appropriate factor of safety shall be applied. 8.3.4 Underground Structures Backfill The underground structures backfill should consist of granular, free-draining material having a sand equivalent of 20 or more. Additionally, fill within 3 feet from the back of the wall should not contain rocks greater than 3 inches in any dimension. The backfill zone is defined by a 1:1 plane projected upward from the bottom of the foundation. Clayey soils and/or fine-grained materials with Expansion Index greater than 50 should not be used. Material to be used for backfill should be compacted to at least 90% relative compaction. Backfill should not be placed until the concrete walls have achieved adequate structural strength. Compaction of the backfill will be necessary to minimize settlement of the backfill and overlying settlement-sensitive improvements. However, some settlement should still be anticipated. Alternatively, a controlled low-strength material such as sand cement slurry may be considered for backfill. The controlled low-strength material should be thoroughly consolidated, have a maximum slump of 4 inches, and the slurry should meet the requirements of the local authority with jurisdiction. Atlas representative should observe the wall backdrain installations and wall backfill process. 8.3.5 Foundation Plan Review Atlas should review the foundation plans to ascertain that the intent of the recommendations in this report has been implemented and that revised recommendations are not necessary as a result of changes after this report was completed. Atlas No. 10206 Report No. 1 Page | 13 8.3.6 Foundation Excavation Observation A representative from Atlas should observe the foundation excavations prior to forming or placing reinforcing steel. 8.4 Preliminary Pavement Section Recommendations The on-site soils tested have R-values of 71 and 86. The actual R-value of the subgrade soils should be determined after grading, and the final pavement sections should be provided based on the final results. An R-value of 50 and assumed Traffic Indexes of 6, 7, and 8 were used for the design of preliminary pavement sections. Table 3 presents recommended flexible and rigid structural sections for the assumed Traffic Indexes and subgrade R-value: Table 3: Preliminary Pavement Structural Sections Traffic Type Traffic Index AC(1) over AB(2) (inches) Full Depth AC(1) (inches) Full Depth PCC(3) (Inches) Roadways 6.0 4 over 4 6 6½ 7.0 4 over 5 7 7 8.0 5 over 6 8 7 (1) AC: Asphalt Concrete (2) AB: Aggregate Base (3) PCC: Portland Cement Concrete The top 12 inches of subgrade beneath pavements should be scarified, moisture conditioned to near optimum moisture content, and compacted to at least 95% relative compaction (ASTM D1557). Soft or yielding areas should be removed and replaced with compacted fill or aggregate base. Aggregate base and asphalt concrete should conform to the Caltrans Standard Specifications and should be compacted to at least 95% relative compaction. Aggregate base should have an R-value of not less than 78. All materials and methods of construction should conform to good engineering practices and Caltrans standard specifications. 8.5 Soil Corrosivity Representative samples of the on-site soils were tested to evaluate corrosion potential. The test results are presented in Appendix II. The project design engineer can use the sulfate results in conjunction with ACI 318 to specify the water/cement ratio, compressive strength, and cementitious material types for concrete exposed to soil. For structural elements, the California Department of Transportation considers a site to be corrosive if one or more of the following conditions exist for the representative soil and/or water samples taken at the site: Chloride concentration is 500 ppm or greater, sulfate concentration is 1,500 ppm or greater, or the pH is 5.5 or less. Based on these criteria the tested on-site soils are not considered corrosive to structural elements. A corrosion engineer should be contacted to provide specific corrosion control recommendations. Atlas No. 10206 Report No. 1 Page | 14 8.6 Geotechnical Engineering During Construction The geotechnical engineer should review project plans and specifications prior to bidding and construction to check that the intent of the recommendations in this report has been incorporated. Observations and tests should be performed during construction. Atlas recommends a geotechnical engineer or engineering geologist be on site to observe trenching operations. If the conditions encountered during construction differ from those anticipated based on the subsurface exploration program, the presence of the geotechnical engineer during construction will enable an evaluation of the exposed conditions and modifications of the recommendations in this report or development of additional recommendations in a timely manner. 9. CLOSURE Atlas should be advised of changes in the project scope so that the recommendations contained in this report can be evaluated with respect to the revised plans. Changes in recommendations will be verified in writing. The findings in this report are valid as of the date of this report. Changes in the condition of the site can occur with the passage of time, whether they are due to natural processes or work on this or adjacent areas. In addition, changes in the standards of practice and government regulations can occur. Thus, the findings in this report may be invalidated entirely or in part by changes beyond our control. This report should not be relied upon after a period of two years without a review by us verifying the suitability of the conclusions and recommendations to site conditions at that time. In the performance of our professional services, we comply with that level of care and skill ordinarily exercised by members of our profession currently practicing under similar conditions and in the same locality. The client recognizes that subsurface conditions may vary from those encountered at the boring locations and that our data, interpretations, and recommendations are based solely on the information obtained by us. We will be responsible for those data, interpretations, and recommendations, but shall not be responsible for interpretations by others of the information developed. Our services consist of professional consultation and observation only, and no warranty of any kind whatsoever, express or implied, is made or intended in connection with the work performed or to be performed by us, or by our proposal for consulting or other services, or by our furnishing of oral or written reports or findings. 10. REFERENCES American Society of Civil Engineers (ASCE), 2023, Chapter 7, ASCE 7-16 Online Hazard Tool, accessed October 2023 at https://asce7hazardtool.online/ California Department of Conservation, Geological Survey (CGS), 2023, CGS Information Warehouse: Tsunami, accessed October 2023 at maps.conservation.ca.gov Atlas No. 10206 Report No. 1 Page | 15 California Department of Conservation, Geological Survey (CGS), 2023, CGS Information Warehouse: Landslide Inventory, accessed October 2023 at https://maps.conservation. ca.gov/ California Department of Conservation, Geological Survey (CGS), 2023, 2010 Fault Activity Map of California, accessed October 2023 at https://maps.conservation.ca.gov/cgs/fam/ California Department of Conservation, Geological Survey (CGS), 2002, California Geomorphic Provinces, Note 36 California Department of Transportation (Caltrans), 2020, Highway Design Manual. California Department of Water Resources (DWR), 2023, Division of Safety of Dams, Dam Inundation Hazard Tools, accessed October 2023 at https://fmds.water.ca.gov/maps/ County of San Diego, 2019, Federal Emergency Management Agency (FEMA), Flood Insurance Rate Map for San Diego County, Firm Panel 06073C0764H, map revised December 20, 2019, accessed October 2023 at https://msc.fema.gov/portal/search Graehl, N.G., and Wilson, R.I., 2022, Tsunami Hazard Area Map, San Diego County; produced by the California Geological Survey and the California Governor’s Office of Emergency Services; dated 2022, displayed at multiple scales, accessed October 2023. Historic Aerials, 2023, accessed in August at https://historicaerials.com/viewer International Code Council (ICC), 2021, 2022 California Building Code, California Code of Regulations, Title 24, Part 2, Volume 2 of 2, Based on the 2021 International Building Code, effective January 1, 2022. Public Works Standards, Inc., 2018, “Greenbook” Standard Specifications for Public Works Construction, 2018 Edition. SGMA Data Viewer (2019), County of San Diego DEH/LWQD Land Water and Quality Division, Monitoring Well Program, Well Completion Report 2020-003102, 810 Tamarack Avenue, Well No. 6, Permit No. LMWP-004080, dated August 7, accessed in October 2023 at https://sgma.water.ca.gov/webgis/?appid=SGMADataViewer#gwlevels U.S. Geological Survey (USGS), California Water Science Center, 2023, Areas of Land Subsidence in California, accessed October 2023 at https://ca.water.usgs.gov/ land_subsidence/california-subsidence-areas.html ©2023 OpenStreet Map 1 SITE VICINITY MAP Pio Pico Drive & Tyler Street Sewer Lines Replacement Carlsbad, California Date: Job No.: By: November, 2023 CGI 10206.000 Figure: SCALE (feet) N 1,000 2,0000 PROJECT SITES 2A SUBSURFACE EXPLORATION MAP Pio Pico Drive & Tyler Street Sewer Lines Replacement Carlsbad, California Date: Job No.: By: November, 2023 CGI 10206.000 Figure: Approximate Location of Boring (Depth in Feet) B-1 (20) ©2023 Google Earth SCALE (feet) NOTE: All locations are approximate. N 60 1200 LEGEND: Approximate Sewer Aligment B-1 (20) PI O P I C O D R I V E S A N D I E G O F R E E W A Y 5 2B SUBSURFACE EXPLORATION MAP Pio Pico Drive & Tyler Street Sewer Lines Replacement Carlsbad, California Date: Job No.: By: November, 2023 CGI 10206.000 Figure: Approximate Location of Boring (Depth in Feet) MW-1 (26) ©2023 Google Earth SCALE (feet) NOTE: All locations are approximate. N 60 1200 LEGEND: Approximate Sewer Aligment MW-1 (26) GRAN D A V E N U E R O O S E V E L T S T R E E T S T A T E S T R E E T T Y L E R S T R E E T Figure:REGIONAL GEOLOGY MAP Pio Pico Drive & Tyler Street Sewer Lines Replacement Carlsbad, California Date: Job No.: By: November, 2023 CGI 10206.000 EXPLANATION: N Reference:Kennedy, M.P. and Tan, S.S. (2007), Geologic Map of the Oceanside 30' x 60' Quadrangle, California, California Geological Survey, Scale 1:100,000SCALE (feet) 2,000 4,0000 3 Alluvial flood-plain deposits (late Holocene) Old paralic deposits, undivided (late to middle Pleistocene) Undivided sedimentary rocks in offshore region (Miocene) Very old paralic deposits, undivided (middle to early Pleistocene) Undivided Eocene rocks in offshore area(Eocene) NOTE: All locations are approximate. Tmo Teo Qa Qvop12 Qop6-7 Tsa Santiago Formation (middle Eocene) Qop2-4 Units 2-4 Qvop13 Unit 12 PROJECT SITES Tsa Qa Tmo Teo Figure:CALIFORNIA FAULT ACTIVITY MAP Pio Pico Drive & Tyler Street Sewer Lines Replacement Carlsbad, California Date: Job No.: By: November, 2023 CGI 10206.000 EXPLANATION: N Reference: Jennings, C.W., Bryant W.A., Fault Activity Map of California (2010), maps.conservation.ca.gov/cgs/fam; Accessed August, 2023SCALE (miles) 5 100 Holocene fault displacement(during past 11,700 years) withouthistoric record. Late Quaternary fault displacement(during past 700,000 years). Quaternary fault (age undifferentiated). Pre-Quaternary fault (older than 1.6 millionyears) or fault without recognized Quaternarydisplacement. Low angle fault (barbs on upper plate). ? ? ? ? ? 460 Wildomar fault- Elsinore fault zone(certain) 470 Unnamed - unnamed faults flanking Agua Tibia Mtn (certain) 4 PROJECT SITES 460 Figure:TEMPORARY SHORING LATERAL EARTH PRESSURES DIAGRAMPio Pico Drive & Tyler Street Sewer Lines Replacement Carlsbad, California Date: Job No.: By: November, 2023 10573.000 CGI 5 A H1 psf SHORING H AND EXCAVATION BOTTOM 62.4 Hw psf 0.5 A Hw psf SOIL PRESSURE H2 NOTE: H1, H2, Hw AND H ARE IN FEET (175 H2 psf BELOW GROUNDWATER) 350 H2 psf A = 40 PCF for Temporary Shoring with level ground. A = 65 PCF for Temporary Shoring with 2H:1V sloping ground. NOT TO SCALE WATER PRESSURE Hw H1 = feet 72 psf 10 feet CONSTRUCTION TRAFFIC PRESSURE SUBSURFACE EXPLORATION Relatively undisturbed samples were obtained using a modified California (CAL) sampler, which is a ring-lined split tube sampler with a 3-inch outer diameter and 2½-inch inner diameter. Standard Penetration Tests (SPT) were performed using a 2-inch outer diameter and 1⅜-inch inner diameter split tube sampler. The CAL and SPT samplers were driven with a 140-pound weight dropping 30 inches. The number of blows needed to drive the samplers the final 12 inches of an 18-inch drive is noted on the boring logs as “Driving Resistance (blows/ft. of drive).” SPT and CAL sampler refusal was encountered when 50 blows were applied during any one of the three 6-inch intervals, a total of 100 blows was applied, or there was no discernible sampler advancement during the application of 10 successive blows. The SPT penetration resistance was normalized to a safety hammer (cathead and rope) with a 60% energy transfer ratio in accordance with ASTM D6066. The normalized SPT penetration resistance is noted on the boring logs as “N60.” Disturbed bulk samples were obtained from the SPT sampler and the drill cuttings. The soils are classified in accordance with the Unified Soil Classification System. A temporary groundwater monitoring well was installed at the Tyler Street boring location to monitor groundwater levels over time. The groundwater levels will be recorded during a second monitoring event as well at a date to be coordinated by the project team. A diagram presenting the well construction is presented in Appendix I. VERY LOOSE LOOSE MEDIUM DENSE DENSE VERY DENSE 0 - 4 4 - 10 10 - 30 30 - 50 OVER 50 CO A R S E - G R A I N E D S O I L S MO R E T H A N H A L F I S C O A R S E R T H A N N O . 2 0 0 S I E V E FI N E - G R A I N E D S O I L S MO R E T H A N H A L F I S F I N E R T H A N N O . 2 0 0 S I E V E SANDS WITH 15%OR MORE FINES MAJOR DIVISIONS 0 - 2 2 - 4 4 - 8 8 - 15 15 - 30 OVER 30 RELATIVE DENSITY OF COHESIONLESS SOILS GROUNDWATER SYMBOLS AL CON COR DS EI MAX RV PD UC WA - - - - - - - - - - SILTY SANDS WITH OR WITHOUT GRAVEL CLAYEY SANDS WITH OR WITHOUT GRAVEL INORGANIC SILTS OF LOW TO MEDIUMPLASTICITY WITH OR WITHOUT SAND ORGRAVEL INORGANIC CLAYS OF LOW TO MEDIUMPLASTICITY WITH OR WITHOUT SAND ORGRAVEL ORGANIC SILTS OR CLAYS OF LOW TOMEDIUM PLASTICITY WITH OR WITHOUT SAND OR GRAVEL INORGANIC SILTS OF HIGH PLASTICITY WITH OR WITHOUT SAND OR GRAVEL WELL-GRADED GRAVELS WITH OR WITHOUTSAND CLAYEY GRAVELS WITH OR WITHOUT SAND SILTS AND CLAYS LIQUID LIMIT 50% OR LESS SILTS AND CLAYS LIQUID LIMIT GREATER THAN 50% SILTY GRAVELS WITH OR WITHOUT SAND SANDS MORE THAN HALFCOARSE FRACTIONIS FINER THAN NO.4 SIEVE SIZE CLEAN GRAVELSWITH LESS THAN 15% FINES GRAVELS WITH15% OR MOREFINES CLEAN SANDSWITH LESS THAN15% FINES WELL-GRADED SANDS WITH OR WITHOUTGRAVEL TYPICAL NAMES RELATIVE DENSITY INORGANIC CLAYS OF HIGH PLASTICITY WITHOR WITHOUT SAND OR GRAVEL ORGANIC SILTS OR CLAYS OF HIGHPLASTICITY WITH OR WITHOUT SAND OR GRAVEL PEAT AND OTHER HIGHLY ORGANIC SOILS GRAVELS MORE THAN HALF COARSE FRACTIONIS LARGER THAN NO. 4 SIEVE GW GP GM GC SW SP SM SC ML CL OL MH CH OH PT POORLY GRADED SANDS WITH OR WITHOUT GRAVEL SAMPLE SYMBOLS SUBSURFACE EXPLORATION LEGEND HIGHLY ORGANIC SOILS LABORATORY SYMBOLS 0 - 0.25 0.25 - 0.50 0.50 - 1.0 1.0 - 2.0 2.0 - 4.0 OVER 4.0 VERY SOFT SOFT MEDIUM STIFF STIFF VERY STIFF HARD CONSISTENCY OF COHESIVE SOILS SPT N60BLOWS/FOOT SAMPLE TYPES CONSISTENCY SPT N60BLOWS/FOOT NUMBER OF BLOWS OF 140 LB HAMMER FALLING 30 INCHES TO DRIVE A 2 INCH O.D. (1-3/8 INCH I.D.) SPLIT-BARREL SAMPLER THE LAST 12 INCHES OF AN 18-INCH DRIVE (ASTM-1586 STANDARD PENETRATION TEST).IF THE SEATING INTERVAL (1st 6 INCH INTERVAL) IS NOT ACHEIVED, N IS REPORTED AS REF. POCKET PENETROMETER MEASUREMENT (TSF)Modified California Sampler Bulk Sample WATER LEVEL AT TIME OF EXCAVATIONOR AS INDICATED ATTERBERG LIMITS CONSOLIDATION CORROSIVITY TESTING DIRECT SHEAR EXPANSION INDEX MAXIMUM DENSITY R-VALUE PARTICLE-SIZE DISTRIBUTION UNCONFINED COMPRESSIVE STRENGTH No. 200 WASH (% PASSING No. 200 SIEVE) Bulk Sample CAL SPT Standard Penetration Test POORLY GRADED GRAVELS WITH OR WITHOUT SAND Atlas Technical Consultants 6280 Riverdale StreetSan Diego, California 92120 Telephone: (619) 280-4321 -CERCHAR ABRASIVITY -POINT LOAD STRENGTH INDEX -SPLITTING TENSILE STRENGTH WHERE AN ASTERISK * EXISTS NEXT TO RQD VALUE- MEASURED INTACT PIECES DID NOT PASS FIELD SOUNDNESS TEST CAI PLSI STS CAL CAL CAL CAL CAL COREI PD RV WA DS 73 51 51 76/10" 50/2 6.0 4.0 4.0 17.0 121.1 107.0 105.4 107.7 5 inches of Asphalt Concrete over 6 inches of Aggregate Base. FILL (Qf): SILTY SAND (SM), medium dense, reddish to dark brown, moist, fine to coarse grained, trace GRAVEL. Fine to medium grained, asphalt debris encountered. OLD PARALIC DEPOSITS (Qop): SILTY SAND (SM), very dense, reddish brown, moist, fine to medium grained, weakly to moderately cemented. Poorly-Graded SAND with CLAY (SP-SC), dense, yellowish to reddish brown,moist, fine to medium grained, weakly cemented. CLAYEY SAND (SC), very dense, light to pale brown, moist, fine to mediumgrained. SANDY SILT (ML), very dense, grayish yellow, moist, fine grained sand, weakly cemented. BORING TERMINATED AT 20 FEET.NO GROUNDWATER OR SEEPAGE ENCOUNTERED AT END OF DRILLING --- AFTER DRILLING --- LOGGED BY Pio Pico Dr. & Tyler St. Sewer Lines Replacement ATLAS PROJECT NAME 10206.000 Hollow Stem Auger 8/14/23 CME-75 DRILLING COMPANY TOTAL DEPTH (ft) GROUND ELEV. (ft) ATLAS PROJECT NUMBER 20.0 69.0 LOG OF TEST BORING SD DRILLING EQUIPMENT B-1 Figure THIS SUMMARY APPLIES ONLY AT THE LOCATIONOF THIS BORING AND AT THE TIME OF DRILLING.SUBSURFACE CONDITIONS MAY DIFFER AT OTHERLOCATIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATAPRESENTED IS A SIMPLIFICATION OF THE ACTUALCONDITIONS ENCOUNTERED. 1 I-1 BU L K S A M P L E DR I V E S A M P L E Hammer Efficiency = 79.6% N60~1.33NSPT BORING DIA. (in.) 8 START DEPTH/ELEV. GROUND WATER (ft) SITE 8/14/23 END REVIEWED BY 140-lb Hammer, 30-in Drop SAMPLING METHOD SHEET NO. Baja Exploration Carlsbad, CA DRILL METHOD DAS/NA NOTES DE P T H (f t ) 5 10 15 20 EL E V A T I O N (f t ) 65 60 55 50 AT TIME OF DRILLING --- AT L A S L O G R E P O R T - - 1 1 / 1 0 / 2 3 0 8 : 4 8 - \ \ S C S T S D C F S 0 1 \ D A T A _ 1 \ D A T A \ C L I E N T S \ C I T Y O F C A R L S B A D \ P S A 2 2 - 1 6 3 7 C A M A S T E R A G R E E M E N T A S - N E E D E D E & D \ 1 0 2 0 6 . 0 0 0 - ( P W 7 ) C I T Y O F C A R L S B A D , T Y L E R S T R E E T A S R \ R E P O R T S \ A P P I - L O G S \ P I O P I C O A N D T Y L E R S T _ C O M B I N E D . G P J LABTESTSBL O W S PE R F O O T N60 MO I S T U R E (% ) DR Y D E N S I T Y (p c f ) DESCRIPTION AND CLASSIFICATION GR A P H I C LO G Atlas Technical Consultants 6280 Riverdale StreetSan Diego, California 92120 Telephone: (619) 280-4321 CAL SPT CAL SPT CAL Well Box Cement Backfill Bentonite Chip 2'' PVC Sch. 40 Filter Pack, #2sand 2'' PVC Sch. 40 (slotted) EICOR PD RV WA WA 34 21 57 35 50/5 28 47 3 inches of Asphalt Concrete over 5 inches of Aggregate Base. FILL (Qf): SILTY SAND (SM), medium dense, brownish red, dry, fine to medium grained. Dense, reddish brown, weakly to moderately cemented. OLD PARALIC DEPOSITS (Qop): CLAYEY SAND (SC), medium dense, brown, moist, fine to medium grained. SANDY LEAN CLAYEY (CL), hard, pale brown to brown, moist, fine to medium grained sand. Poorly Graded SAND (SP), dense, brown to light brown, wet, fine to coarse, trace gravel and fines. SILTY SAND (SM), very dense, brown to light brown, wet, fine to coarse grained. AT END OF DRILLING 13.00 ft / Elev 30.00 ft AFTER DRILLING --- LOGGED BY Pio Pico Dr. & Tyler St. Sewer Lines Replacement ATLAS PROJECT NAME 10206.000 Hollow Stem Auger 9/25/23 LAR-75 DRILLING COMPANY TOTAL DEPTH (ft) GROUND ELEV. (ft) ATLAS PROJECT NUMBER 26.0 43.0 LOG OF MONITOR WELL SD DRILLING EQUIPMENT MW-1 Figure THIS SUMMARY APPLIES ONLY AT THE LOCATIONOF THIS BORING AND AT THE TIME OF DRILLING.SUBSURFACE CONDITIONS MAY DIFFER AT OTHERLOCATIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATAPRESENTED IS A SIMPLIFICATION OF THE ACTUALCONDITIONS ENCOUNTERED. 2 I-2 BU L K S A M P L E DR I V E S A M P L E Hammer Efficiency = 80.2% N60~1.34NSPT BORING DIA. (in.) 8 START DEPTH/ELEV. GROUND WATER (ft) SITE 9/25/23 END REVIEWED BY 140-lb Hammer, 30-in Drop SAMPLING METHOD SHEET NO. Baja Exploration Carlsbad, CA DRILL METHOD DAS/NA NOTES DE P T H (f t ) 5 10 15 20 EL E V A T I O N (f t ) 40 35 30 25 AT TIME OF DRILLING --- AT L A S L O G R E P O R T - - 1 1 / 1 0 / 2 3 0 8 : 4 8 - \ \ S C S T S D C F S 0 1 \ D A T A _ 1 \ D A T A \ C L I E N T S \ C I T Y O F C A R L S B A D \ P S A 2 2 - 1 6 3 7 C A M A S T E R A G R E E M E N T A S - N E E D E D E & D \ 1 0 2 0 6 . 0 0 0 - ( P W 7 ) C I T Y O F C A R L S B A D , T Y L E R S T R E E T A S R \ R E P O R T S \ A P P I - L O G S \ P I O P I C O A N D T Y L E R S T _ C O M B I N E D . G P J Casing Type: PVC WELL DIAGRAMLABTESTSBL O W S PE R F O O T N60 DESCRIPTION AND CLASSIFICATION GR A P H I C LO G Atlas Technical Consultants 6280 Riverdale StreetSan Diego, California 92120 Telephone: (619) 280-4321 SPT 50/2 67/2 SILTY SAND (SM), very dense, brown to light brown, wet, fineto coarse grained. (continued) SILT (ML), very dense, pale brown, wet, trace fine sand. BORING TERMINATED AT 26 FEETGROUNDWATER ENCOUNTERED AT 13 FEET AT END OF DRILLING 13.00 ft / Elev 30.00 ft AFTER DRILLING --- LOGGED BY Pio Pico Dr. & Tyler St. Sewer Lines Replacement ATLAS PROJECT NAME 10206.000 Hollow Stem Auger 9/25/23 LAR-75 DRILLING COMPANY TOTAL DEPTH (ft) GROUND ELEV. (ft) ATLAS PROJECT NUMBER 26.0 43.0 LOG OF MONITOR WELL SD DRILLING EQUIPMENT MW-1 Figure THIS SUMMARY APPLIES ONLY AT THE LOCATIONOF THIS BORING AND AT THE TIME OF DRILLING.SUBSURFACE CONDITIONS MAY DIFFER AT OTHERLOCATIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATAPRESENTED IS A SIMPLIFICATION OF THE ACTUALCONDITIONS ENCOUNTERED. 3 I-3 BU L K S A M P L E DR I V E S A M P L E Hammer Efficiency = 80.2% N60~1.34NSPT BORING DIA. (in.) 8 START DEPTH/ELEV. GROUND WATER (ft) SITE 9/25/23 END REVIEWED BY 140-lb Hammer, 30-in Drop SAMPLING METHOD SHEET NO. Baja Exploration Carlsbad, CA DRILL METHOD DAS/NA NOTES DE P T H (f t ) 25 30 35 40 EL E V A T I O N (f t ) 20 15 10 5 0 AT TIME OF DRILLING --- AT L A S L O G R E P O R T - - 1 1 / 1 0 / 2 3 0 8 : 4 8 - \ \ S C S T S D C F S 0 1 \ D A T A _ 1 \ D A T A \ C L I E N T S \ C I T Y O F C A R L S B A D \ P S A 2 2 - 1 6 3 7 C A M A S T E R A G R E E M E N T A S - N E E D E D E & D \ 1 0 2 0 6 . 0 0 0 - ( P W 7 ) C I T Y O F C A R L S B A D , T Y L E R S T R E E T A S R \ R E P O R T S \ A P P I - L O G S \ P I O P I C O A N D T Y L E R S T _ C O M B I N E D . G P J WELL DIAGRAMLABTESTSBL O W S PE R F O O T N60 DESCRIPTION AND CLASSIFICATION GR A P H I C LO G Atlas Technical Consultants 6280 Riverdale StreetSan Diego, California 92120 Telephone: (619) 280-4321 LABORATORY TESTING Laboratory tests were performed to provide pertinent geotechnical parameters for engineering analyses associated with the proposed improvements. The following tests were conducted: • CLASSIFICATION: Field classifications were verified in the laboratory by visual examination. The final soil classifications are in accordance with the Unified Soil Classification System. • IN-SITU MOISTURE AND DENSITY: The in-situ moisture content and dry unit weight were evaluated on selected samples collected from the borings. The test results are presented on the boring logs in Appendix I. • PARTICLE-SIZE DISTRIBUTION: The particle-size distribution was evaluated on selected soil samples in accordance with ASTM D6913. • PERCENT FINDER THAN #200: The percent of materials finer than No. 200 sieve (75µm) was measured on selected samples in accordance with ASTM C117 and ASTM D1140. • EXPANSION INDEX: This test was performed on selected soil samples in accordance with ASTM D4289. • DIRECT SHEAR: This test was performed on a selected soil sample in accordance with ASTM D3080. The shear stress was applied to inundated samples at a constant rate of strain of 0.003 inch per minute. • R-VALUE: This test was performed on selected soil samples in accordance with Caltrans Test Method 301. • CORROSIVITY: Corrosivity tests were performed on selected soil samples. The pH and minimum resistivity were evaluated in general accordance with California Test 643. The soluble sulfate content was evaluated in accordance with California Test 417. The total chloride ion content was evaluated in accordance with California Test 422. Soil samples not tested are stored in our laboratory for future reference and analysis, if needed. Unless notified to the contrary, all samples will be disposed of 30 days from the date of this report. - - - Date: Job Number:Figure: ATTERBERG LIMITS LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX SAMPLE NUMBER 84815 Pio Pico Drive & Tyler Street Sewer Lines Replacement Carlsbad, California SMSAMPLE LOCATION UNIFIED SOIL CLASSIFICATION: DESCRIPTIONB-1 at 0 to 5 feet SILTY SAND 10206.000 November, 2023 II-1 By:SD 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.11101001000 Grain Size in Millimeters U.S. Standard Sieve Sizes Sieve Analysis Hydrometer Pe r c e n t F i n e r b y W e i g h t Cobbles Gravel Coarse Fine Sand Coarse Medium Fine Silt or Clay 6" 3" 3/4" 1-½" 3/8" #4 #10 #8 #30 #16 #50 #100 #200 - - - Date: Job Number:Figure: ATTERBERG LIMITS LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX SAMPLE NUMBER 85693 Pio Pico Drive & Tyler Street Sewer Lines Replacement Carlsbad, California SMSAMPLE LOCATION UNIFIED SOIL CLASSIFICATION: DESCRIPTIONMW-1 at 0 to 5 Feet SILTY SAND 10206.000 By:SD 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.11101001000 Grain Size in Millimeters U.S. Standard Sieve Sizes Sieve Analysis Hydrometer Pe r c e n t F i n e r b y W e i g h t Cobbles Gravel Coarse Fine Sand Coarse Medium Fine Silt or Clay 6" 3" 3/4" 1-½" 3/8" #4 #10 #8 #30 #16 #50 #100 #200 November, 2023 II-2 B-1 at 11 to 11½ feet Φ 33 o 32 o c 57 psf 52 psf NOTES:Insitu γd 105.0 pcf -pcf Strain Rate: 0.003 in/min wc 4.0 %-% Sample was consolidated and drained Saturation 18 %-% By:Date: Job Number:Figure: November, 2023SD 10206.000 Pio Pico Drive & Tyler Street Sewer Lines Replacement Carlsbad, California II-3 Poorly-Graded Sand with Clay Peak Ultimate SAMPLE ID: Initial Final 0 1000 2000 3000 4000 0 1000 2000 3000 4000 Sh e a r S t r e s s ( p s f ) Normal Stress (psf) Peak Strength 33 degrees, 57 psf Ultimate Strength 32 degrees, 52 psf 0 1000 2000 3000 4000 0 2 4 6 8 10 Sh e a r S t r e s s ( p s f ) Shear Strain (%) 1075 2150 3225 Normal Stress (psf) Water-Soluble Sulfate Exposure 2 N/A 2,500 0.50 4,000 0.45 4,500 0.45 4,500 2. Modified from ACI 318-14 Table 19.3.1.1 and Table 19.3.2.1 By:Date: Job Number:Figure: 0 Very LowB-1 at 0 to 5 Feet EXPANSION INDEX (ASTM D4829) MW-1 at 0 to 5 feet SILTY SAND (SM)71 MW-1 at 7½ to 9 Feet CLAYEY SAND (SC)25.4 MW-1 at 0 to 5 Feet 0 Very Low CALIFORNIA TEST 101 SO4 > 2.00 Very Severe S3 V plus pozzolan or slag cement 0.10 ≤ SO4 < 0.20 Moderate S1 II 0.20 ≤ SO4 ≤ 2.00 Severe S2 V SO4 < 0.10 N/A S0 No type restriction Water-Soluble Sulfate (SO4) in soil (percent by weight)Exposure Severity Exposure Class Cement Type Expansion Index Expansion Potential 51-90 91-130 High Above 130 Very High Medium SAMPLE CHLORIDE (%)pH SILTY SAND (SM)86 SULFATE (%) Min. fc' (psi) Max. W/C B-1 at 0 to 5 Feet 4,840 7.76 0.004 0.005MW-1 at 0 to 5 Feet 5,440 7.24 0.007 0.003 II-4 November, 2023 10206.000 SD Pio Pico Drive & Tyler Street Sewer Lines Replacement Carlsbad, California (CT 417, 422, 643) R-VALUE SAMPLE EXPANSION POTENTIONALEXPANSION INDEX SAMPLE RESISTIVITY, pH, SOLUBLE CHLORIDE and SOLUBLE SULFATE DESCRIPTION B-1 at 0 to 5 feet 1-20 Very Low 21-50 Low R-VALUE RESISTIVITY (Ω-cm) B-1 at 6 to 6½ Feet SILTY SAND (SM)26.7 MW-1 at 15 to 16½ Feet POORLY GRADED SAND (SP)4.8 Percent Finer than #200 (ASTM C117, ASTM D1140) SAMPLE DESCRIPTION Minus#200 (%) GROUNDWATER SAMPLES LABORATORY ANALYSIS RESULTS ANALYTICAL REPORT PREPARED FOR Attn: Reza Saeedzadeh Atlas Engineering West, Inc. 6280 Riverdale Street San Diego, California 92120-3308 Generated 10/26/2023 2:08:36 PM JOB DESCRIPTION Tyler Street Sewer Rplc / 10206.000 JOB NUMBER 570-156657-1 See page two for job notes and contact information. Tustin CA 92780 2841 Dow Avenue, Suite 100 Eurofins Calscience Page 1 of 52 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Eurofins Calscience Eurofins Calscience is a laboratory within Eurofins Environment Testing Southwest, LLC, a company within Eurofins Environment Testing Group of Companies Job Notes This report may not be reproduced except in full, and with written approval from the laboratory. The results relate only to the samples tested. For questions please contact the Project Manager at the e-mail address or telephone number listed on this page. The test results in this report relate only to the samples as received by the laboratory and will meet all requirements of the methodology, with any exceptions noted. This report shall not be reproduced except in full, without the express written approval of the laboratory. All questions should be directed to the Eurofins Calscience Project Manager. Authorization Generated 10/26/2023 2:08:36 PM Authorized for release by Allyson Chapman, Project Manager I Allyson.Chapman@et.eurofinsus.com (714)895-5494 Page 2 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Table of Contents Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Laboratory Job ID: 570-156657-1 Page 3 of 52 Eurofins Calscience10/26/2023 Cover Page . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .1 Table of Contents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .3 Definitions/Glossary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .4 Case Narrative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .5 Detection Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .7 Client Sample Results . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .8 Surrogate Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .19 QC Sample Results . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .21 QC Association Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .43 Lab Chronicle . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .46 Certification Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .47 Method Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .48 Sample Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .49 Chain of Custody . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .50 Receipt Checklists . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .52 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Definitions/Glossary Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Qualifiers GC/MS VOA Qualifier Description J Result is less than the RL but greater than or equal to the MDL and the concentration is an approximate value. Qualifier GC/MS Semi VOA Qualifier Description *-LCS and/or LCSD is outside acceptance limits, low biased. Qualifier *1 LCS/LCSD RPD exceeds control limits. J Result is less than the RL but greater than or equal to the MDL and the concentration is an approximate value. me LCS Recovery is within Marginal Exdeedance (ME) control limit range (± 4 SD from the mean). GC Semi VOA Qualifier Description J Result is less than the RL but greater than or equal to the MDL and the concentration is an approximate value. Qualifier General Chemistry Qualifier Description F3 Duplicate RPD exceeds the control limit Qualifier Glossary These commonly used abbreviations may or may not be present in this report. ¤Listed under the "D" column to designate that the result is reported on a dry weight basis Abbreviation %R Percent Recovery CFL Contains Free Liquid CFU Colony Forming Unit CNF Contains No Free Liquid DER Duplicate Error Ratio (normalized absolute difference) Dil Fac Dilution Factor DL Detection Limit (DoD/DOE) DL, RA, RE, IN Indicates a Dilution, Re-analysis, Re-extraction, or additional Initial metals/anion analysis of the sample DLC Decision Level Concentration (Radiochemistry) EDL Estimated Detection Limit (Dioxin) LOD Limit of Detection (DoD/DOE) LOQ Limit of Quantitation (DoD/DOE) MCL EPA recommended "Maximum Contaminant Level" MDA Minimum Detectable Activity (Radiochemistry) MDC Minimum Detectable Concentration (Radiochemistry) MDL Method Detection Limit ML Minimum Level (Dioxin) MPN Most Probable Number MQL Method Quantitation Limit NC Not Calculated ND Not Detected at the reporting limit (or MDL or EDL if shown) NEG Negative / Absent POS Positive / Present PQL Practical Quantitation Limit PRES Presumptive QC Quality Control RER Relative Error Ratio (Radiochemistry) RL Reporting Limit or Requested Limit (Radiochemistry) RPD Relative Percent Difference, a measure of the relative difference between two points TEF Toxicity Equivalent Factor (Dioxin) TEQ Toxicity Equivalent Quotient (Dioxin) TNTC Too Numerous To Count Eurofins Calscience Page 4 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Case Narrative Client: Atlas Engineering West, Inc.Job ID: 570-156657-1 Project/Site: Tyler Street Sewer Rplc / 10206.000 Job ID: 570-156657-1 Laboratory: Eurofins Calscience Narrative Job Narrative 570-156657-1 Analytical test results meet all requirements of the associated regulatory program listed on the Accreditation/Certification Summary Page unless otherwise noted under the individual analysis. Data qualifiers are applied to indicate exceptions. Noncompliant quality control (QC) is further explained in narrative comments. Matrix QC may not be reported if insufficient sample or site-specific QC samples were not submitted. In these situations, to demonstrate precision and accuracy at a batch level, a LCS/LCSD may be performed, unless otherwise specified in the method. Surrogate and/or isotope dilution analyte recoveries (if applicable) which are outside of the QC window are confirmed unless attributed to a dilution or otherwise noted in the narrative. Regulated compliance samples (e.g. SDWA, NPDES) must comply with the associated agency requirements/permits. Receipt The sample was received on 10/13/2023 11:42 AM. Unless otherwise noted below, the sample arrived in good condition, and, where required, properly preserved and on ice. The temperature of the cooler at receipt time was 3.1°C GC/MS VOA Method 624.1: The continuing calibration verification (CCV) associated with batch 570-374593 recovered above the upper control limit for Dichlorodifluoromethane. The samples associated with this CCV were non-detects for the affected analytes; therefore, the data have been reported. The associated samples are impacted: MW-1 (570-156657-1) and (CCVIS 570-374593/3). Method 624.1: Insufficient sample volume was available to perform a matrix spike/matrix spike duplicate (MS/MSD) associated with analytical batch 570-374593. The laboratory control sample (LCS) was performed in duplicate (LCSD) to provide precision data for this batch. Method 8260B: Insufficient sample volume was available to perform a matrix spike/matrix spike duplicate (MS/MSD) associated with analytical batch 570-374594. The laboratory control sample (LCS) was performed in duplicate (LCSD) to provide precision data for this batch. Method 8260B: The continuing calibration verification (CCV) associated with batch 570-374594 recovered above the upper control limit for Dichlorodifluoromethane. The samples associated with this CCV were non-detects for the affected analytes; therefore, the data have been reported. The associated samples are impacted: MW-1 (570-156657-1) and (CCVIS 570-374594/3). No additional analytical or quality issues were noted, other than those described above or in the Definitions/ Glossary page. GC/MS Semi VOA Method 625.1: Insufficient sample volume was available to perform a matrix spike/matrix spike duplicate (MS/MSD) associated with preparation batch 570-373879. The laboratory control sample (LCS) was performed in duplicate (LCSD) to provide precision data for this batch. Method 625.1: The laboratory control sample (LCS) for preparation batch 570-373879 and analytical batch 570-374833 recovered outside acceptance limits for bis (2-chloroisopropyl) ether. There was insufficient sample to perform a re-extraction; therefore, the data have been reported. Method 625.1: The RPD of the laboratory control sample (LCS) and laboratory control sample duplicate (LCSD) for preparation batch 570-373879 and analytical batch 570-374833 recovered outside control limits for the following analytes: Benzidine. No additional analytical or quality issues were noted, other than those described above or in the Definitions/ Glossary page. Pesticides Method 608.3_Pest: Insufficient sample volume was available to perform a matrix spike/matrix spike duplicate (MS/MSD) associated with Eurofins CalsciencePage 5 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Case Narrative Client: Atlas Engineering West, Inc.Job ID: 570-156657-1 Project/Site: Tyler Street Sewer Rplc / 10206.000 Job ID: 570-156657-1 (Continued) Laboratory: Eurofins Calscience (Continued) preparation batch 570-375186. The laboratory control sample (LCS) was performed in duplicate (LCSD) to provide precision data for this batch. 608 No additional analytical or quality issues were noted, other than those described above or in the Definitions/ Glossary page. Metals No additional analytical or quality issues were noted, other than those described above or in the Definitions/ Glossary page. General Chemistry Method 1664A: Insufficient sample volume was available to perform a matrix spike/matrix spike duplicate (MS/MSD) associated with preparation batch 570-374532. The laboratory control sample (LCS) was performed in duplicate (LCSD) to provide precision data for this batch. Method 2540D: The sample duplicate (DUP) precision for analytical batch 570-375483 was outside control limits. The associated laboratory control sample / laboratory control sample duplicate (LCS/LCSD) precision was within acceptance limits. No additional analytical or quality issues were noted, other than those described above or in the Definitions/ Glossary page. Eurofins CalsciencePage 6 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Detection Summary Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Client Sample ID: MW-1 Lab Sample ID: 570-156657-1 Tetrachloroethene RL 1.0 ug/L Analyte Result Qualifier Unit Dil Fac D Method Prep Type Total/NA118624.1 Tetrachloroethene 1.0 ug/L Total/NA1188260B Endosulfan I 0.0019 ug/L Total/NA10.0025 608.3 Boron 50.0 ug/L Total Recoverable 1413 200.8 Barium 0.0100 mg/L Total Recoverable 10.278 6010B Chromium 0.0500 mg/L Total Recoverable 10.0594 6010B Vanadium 0.0100 mg/L Total Recoverable 10.108 6010B Mercury 0.000200 mg/L Total/NA10.000595 7470A Total Dissolved Solids 20.0 mg/L Total/NA11340SM 2540C Total Suspended Solids 6.67 mg/L Total/NA1430SM 2540D Eurofins Calscience This Detection Summary does not include radiochemical test results. Page 7 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Client Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: EPA 624.1 - Volatile Organic Compounds (GC/MS) Lab Sample ID: 570-156657-1Client Sample ID: MW-1 Matrix: WaterDate Collected: 10/13/23 10:00 Date Received: 10/13/23 11:42 RL ND 1.0 ug/L 10/17/23 22:12 1 Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier 1,1,1-Trichloroethane 1.0 ug/L 10/17/23 22:12 1ND1,1,2,2-Tetrachloroethane 1.0 ug/L 10/17/23 22:12 1ND1,1-Dichloroethane 1.0 ug/L 10/17/23 22:12 1ND1,1-Dichloroethene 1.0 ug/L 10/17/23 22:12 1ND1,2-Dichlorobenzene 0.50 ug/L 10/17/23 22:12 1ND1,2-Dichloroethane 1.0 ug/L 10/17/23 22:12 1ND1,2-Dichloropropane 1.0 ug/L 10/17/23 22:12 1ND1,3-Dichlorobenzene 1.0 ug/L 10/17/23 22:12 1ND1,4-Dichlorobenzene 0.50 ug/L 10/17/23 22:12 1NDBenzene 1.0 ug/L 10/17/23 22:12 1NDBromodichloromethane 1.0 ug/L 10/17/23 22:12 1NDBromoform 1.0 ug/L 10/17/23 22:12 1NDcis-1,2-Dichloroethene 0.50 ug/L 10/17/23 22:12 1NDcis-1,3-Dichloropropene 0.50 ug/L 10/17/23 22:12 1NDCarbon tetrachloride 1.0 ug/L 10/17/23 22:12 1NDChlorobenzene 1.0 ug/L 10/17/23 22:12 1NDChloroethane 1.0 ug/L 10/17/23 22:12 1NDChloroform 1.0 ug/L 10/17/23 22:12 1NDDibromochloromethane 1.0 ug/L 10/17/23 22:12 1NDDichlorodifluoromethane 1.0 ug/L 10/17/23 22:12 1NDEthylbenzene 2.0 ug/L 10/17/23 22:12 1NDMethylene Chloride 1.0 ug/L 10/17/23 22:12 1NDMethyl-t-Butyl Ether (MTBE) 1.0 ug/L 10/17/23 22:12 1NDo-Xylene 1.0 ug/L 10/17/23 22:12 1NDm,p-Xylene 1.0 ug/L 10/17/23 22:12 1NDtrans-1,2-Dichloroethene 0.50 ug/L 10/17/23 22:12 1NDtrans-1,3-Dichloropropene 1.0 ug/L 10/17/23 22:12 118Tetrachloroethene 1.0 ug/L 10/17/23 22:12 1NDToluene 1.0 ug/L 10/17/23 22:12 1NDTrichloroethene 5.0 ug/L 10/17/23 22:12 1NDTrichlorofluoromethane 0.50 ug/L 10/17/23 22:12 1NDVinyl chloride 1,2-Dichloroethane-d4 (Surr)107 60-140 10/17/23 22:12 1 Surrogate Dil FacAnalyzedPreparedQualifier Limits%Recovery 4-Bromofluorobenzene (Surr)94 10/17/23 22:12 160-140 Dibromofluoromethane 113 10/17/23 22:12 160-140 Toluene-d8 (Surr)105 10/17/23 22:12 160-140 Eurofins Calscience Page 8 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Client Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: EPA 624.1 - Volatile Organic Compounds (GC/MS) - RA Lab Sample ID: 570-156657-1Client Sample ID: MW-1 Matrix: WaterDate Collected: 10/13/23 10:00 Date Received: 10/13/23 11:42 RL ND 5.0 ug/L 10/23/23 13:49 1 Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier Bromomethane 1.0 ug/L 10/23/23 13:49 1NDChloromethane 1,2-Dichloroethane-d4 (Surr)107 60-140 10/23/23 13:49 1 Surrogate Dil FacAnalyzedPreparedQualifier Limits%Recovery 4-Bromofluorobenzene (Surr)100 10/23/23 13:49 160-140 Dibromofluoromethane 102 10/23/23 13:49 160-140 Toluene-d8 (Surr)100 10/23/23 13:49 160-140 Eurofins Calscience Page 9 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Client Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: SW846 8260B - Volatile Organic Compounds (GC/MS) Lab Sample ID: 570-156657-1Client Sample ID: MW-1 Matrix: WaterDate Collected: 10/13/23 10:00 Date Received: 10/13/23 11:42 RL ND 2.0 ug/L 10/17/23 22:12 1 Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier 1,1,1,2-Tetrachloroethane 1.0 ug/L 10/17/23 22:12 1ND1,1,1-Trichloroethane 1.0 ug/L 10/17/23 22:12 1ND1,1,2,2-Tetrachloroethane 10 ug/L 10/17/23 22:12 1ND1,1,2-Trichloro-1,2,2-trifluoroethane 1.0 ug/L 10/17/23 22:12 1ND1,1,2-Trichloroethane 1.0 ug/L 10/17/23 22:12 1ND1,1-Dichloroethane 1.0 ug/L 10/17/23 22:12 1ND1,1-Dichloroethene 1.0 ug/L 10/17/23 22:12 1ND1,1-Dichloropropene 1.0 ug/L 10/17/23 22:12 1ND1,2,3-Trichlorobenzene 5.0 ug/L 10/17/23 22:12 1ND1,2,3-Trichloropropane 1.0 ug/L 10/17/23 22:12 1ND1,2,4-Trichlorobenzene 1.0 ug/L 10/17/23 22:12 1ND1,2,4-Trimethylbenzene 10 ug/L 10/17/23 22:12 1ND1,2-Dibromo-3-Chloropropane 1.0 ug/L 10/17/23 22:12 1ND1,2-Dibromoethane 1.0 ug/L 10/17/23 22:12 1ND1,2-Dichlorobenzene 0.50 ug/L 10/17/23 22:12 1ND1,2-Dichloroethane 1.0 ug/L 10/17/23 22:12 1ND1,2-Dichloropropane 1.0 ug/L 10/17/23 22:12 1ND1,3,5-Trimethylbenzene 1.0 ug/L 10/17/23 22:12 1ND1,3-Dichlorobenzene 1.0 ug/L 10/17/23 22:12 1ND1,3-Dichloropropane 1.0 ug/L 10/17/23 22:12 1ND1,4-Dichlorobenzene 1.0 ug/L 10/17/23 22:12 1ND2,2-Dichloropropane 10 ug/L 10/17/23 22:12 1ND2-Butanone 1.0 ug/L 10/17/23 22:12 1ND2-Chlorotoluene 10 ug/L 10/17/23 22:12 1ND2-Hexanone 1.0 ug/L 10/17/23 22:12 1ND4-Chlorotoluene 10 ug/L 10/17/23 22:12 1ND4-Methyl-2-pentanone 10 ug/L 10/17/23 22:12 1NDAcetone 0.50 ug/L 10/17/23 22:12 1NDBenzene 1.0 ug/L 10/17/23 22:12 1NDBromobenzene 2.0 ug/L 10/17/23 22:12 1NDBromochloromethane 1.0 ug/L 10/17/23 22:12 1NDBromodichloromethane 5.0 ug/L 10/17/23 22:12 1NDBromoform 25 ug/L 10/17/23 22:12 1NDBromomethane 10 ug/L 10/17/23 22:12 1NDCarbon disulfide 0.50 ug/L 10/17/23 22:12 1NDCarbon tetrachloride 1.0 ug/L 10/17/23 22:12 1NDChlorobenzene 5.0 ug/L 10/17/23 22:12 1NDChloroethane 1.0 ug/L 10/17/23 22:12 1NDChloroform 10 ug/L 10/17/23 22:12 1NDChloromethane 1.0 ug/L 10/17/23 22:12 1NDcis-1,2-Dichloroethene 0.50 ug/L 10/17/23 22:12 1NDcis-1,3-Dichloropropene 2.0 ug/L 10/17/23 22:12 1NDDibromochloromethane 1.0 ug/L 10/17/23 22:12 1NDDibromomethane 5.0 ug/L 10/17/23 22:12 1NDDichlorodifluoromethane 1.0 ug/L 10/17/23 22:12 1NDEthylbenzene 1.0 ug/L 10/17/23 22:12 1NDIsopropylbenzene 2.0 ug/L 10/17/23 22:12 1NDm,p-Xylene 10 ug/L 10/17/23 22:12 1NDMethylene Chloride Eurofins Calscience Page 10 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Client Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: SW846 8260B - Volatile Organic Compounds (GC/MS) (Continued) Lab Sample ID: 570-156657-1Client Sample ID: MW-1 Matrix: WaterDate Collected: 10/13/23 10:00 Date Received: 10/13/23 11:42 RL ND 1.0 ug/L 10/17/23 22:12 1 Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier Methyl-t-Butyl Ether (MTBE) 10 ug/L 10/17/23 22:12 1NDNaphthalene 1.0 ug/L 10/17/23 22:12 1NDn-Butylbenzene 1.0 ug/L 10/17/23 22:12 1NDN-Propylbenzene 1.0 ug/L 10/17/23 22:12 1NDo-Xylene 1.0 ug/L 10/17/23 22:12 1NDp-Isopropyltoluene 1.0 ug/L 10/17/23 22:12 1NDsec-Butylbenzene 1.0 ug/L 10/17/23 22:12 1NDStyrene 1.0 ug/L 10/17/23 22:12 1NDtert-Butylbenzene 1.0 ug/L 10/17/23 22:12 118Tetrachloroethene 1.0 ug/L 10/17/23 22:12 1NDToluene 1.0 ug/L 10/17/23 22:12 1NDtrans-1,2-Dichloroethene 0.50 ug/L 10/17/23 22:12 1NDtrans-1,3-Dichloropropene 1.0 ug/L 10/17/23 22:12 1NDTrichloroethene 10 ug/L 10/17/23 22:12 1NDTrichlorofluoromethane 10 ug/L 10/17/23 22:12 1NDVinyl acetate 0.50 ug/L 10/17/23 22:12 1NDVinyl chloride 1,2-Dichloroethane-d4 (Surr)107 70-123 10/17/23 22:12 1 Surrogate Dil FacAnalyzedPreparedQualifier Limits%Recovery 4-Bromofluorobenzene (Surr)94 10/17/23 22:12 180-120 Dibromofluoromethane (Surr)113 10/17/23 22:12 178-120 Toluene-d8 (Surr)105 10/17/23 22:12 180-120 Eurofins Calscience Page 11 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Client Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: EPA 625.1 - Semivolatile Organic Compounds (GC/MS) Lab Sample ID: 570-156657-1Client Sample ID: MW-1 Matrix: WaterDate Collected: 10/13/23 10:00 Date Received: 10/13/23 11:42 RL ND 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1 Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier 1,2,4-Trichlorobenzene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND1,2-Diphenylhydrazine(as Azobenzene) 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND2,4,6-Trichlorophenol 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND2,4-Dichlorophenol 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND2,4-Dimethylphenol 48 ug/L 10/16/23 08:28 10/18/23 20:06 1ND2,4-Dinitrophenol 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND2,4-Dinitrotoluene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND2,6-Dinitrotoluene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND2-Chloronaphthalene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND2-Chlorophenol 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND2-Nitrophenol 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND3,3'-Dichlorobenzidine 48 ug/L 10/16/23 08:28 10/18/23 20:06 1ND4,6-Dinitro-2-methylphenol 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND4-Bromophenyl phenyl ether 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND4-Chloro-3-methylphenol 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND4-Chlorophenyl phenyl ether 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND4-Nitrophenol 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDAcenaphthene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDAcenaphthylene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDAnthracene 48 ug/L 10/16/23 08:28 10/18/23 20:06 1ND *- *1Benzidine 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDBenzo[a]anthracene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDBenzo[a]pyrene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDBenzo[b]fluoranthene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDBenzo[g,h,i]perylene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDBenzo[k]fluoranthene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDBis (2-chloroethoxy) methane 24 ug/L 10/16/23 08:28 10/18/23 20:06 1NDBis(2-chloroethyl)ether 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1ND *-bis (2-chloroisopropyl) ether 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDBis(2-ethylhexyl) phthalate 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDButyl benzyl phthalate 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDChrysene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDDibenz(a,h)anthracene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDDiethyl phthalate 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDDimethyl phthalate 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDDi-n-butyl phthalate 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDDi-n-octyl phthalate 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDFluoranthene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDFluorene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDHexachloro-1,3-butadiene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDHexachlorobenzene 24 ug/L 10/16/23 08:28 10/18/23 20:06 1NDHexachlorocyclopentadiene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDHexachloroethane 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDIndeno[1,2,3-cd]pyrene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDIsophorone 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDNaphthalene 24 ug/L 10/16/23 08:28 10/18/23 20:06 1NDNitrobenzene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDN-Nitrosodimethylamine 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDN-Nitrosodi-n-propylamine Eurofins Calscience Page 12 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Client Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: EPA 625.1 - Semivolatile Organic Compounds (GC/MS) (Continued) Lab Sample ID: 570-156657-1Client Sample ID: MW-1 Matrix: WaterDate Collected: 10/13/23 10:00 Date Received: 10/13/23 11:42 RL ND 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1 Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier N-Nitrosodiphenylamine 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDPentachlorophenol 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDPhenanthrene 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDPhenol 9.7 ug/L 10/16/23 08:28 10/18/23 20:06 1NDPyrene 2,4,6-Tribromophenol (Surr)80 33-139 10/16/23 08:28 10/18/23 20:06 1 Surrogate Dil FacAnalyzedPreparedQualifier Limits%Recovery 2-Fluorobiphenyl (Surr)63 10/16/23 08:28 10/18/23 20:06 133-126 2-Fluorophenol (Surr)47 10/16/23 08:28 10/18/23 20:06 112-120 Nitrobenzene-d5 (Surr)67 10/16/23 08:28 10/18/23 20:06 136-120 Phenol-d6 (Surr)27 10/16/23 08:28 10/18/23 20:06 110-120 p-Terphenyl-d14 (Surr)73 10/16/23 08:28 10/18/23 20:06 147-131 Eurofins Calscience Page 13 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Client Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: EPA 608.3 - Organochlorine Pesticides in Water Lab Sample ID: 570-156657-1Client Sample ID: MW-1 Matrix: WaterDate Collected: 10/13/23 10:00 Date Received: 10/13/23 11:42 RL ND 0.0097 ug/L 10/19/23 08:39 10/20/23 14:43 1 Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier 4,4'-DDD 0.0048 ug/L 10/19/23 08:39 10/20/23 14:43 1ND4,4'-DDE 0.0048 ug/L 10/19/23 08:39 10/20/23 14:43 1ND4,4'-DDT 0.0048 ug/L 10/19/23 08:39 10/20/23 14:43 1NDAldrin 0.048 ug/L 10/19/23 08:39 10/20/23 14:43 1NDalpha-Chlordane 0.0019 ug/L 10/19/23 08:39 10/20/23 14:43 1NDalpha-BHC 0.0072 ug/L 10/19/23 08:39 10/20/23 14:43 1NDbeta-BHC 0.0048 ug/L 10/19/23 08:39 10/20/23 14:43 1NDdelta-BHC 0.0048 ug/L 10/19/23 08:39 10/20/23 14:43 1NDDieldrin 0.0019 ug/L 10/19/23 08:39 10/20/23 14:43 10.0025Endosulfan I 0.0097 ug/L 10/19/23 08:39 10/20/23 14:43 1NDEndosulfan II 0.0048 ug/L 10/19/23 08:39 10/20/23 14:43 1NDEndosulfan sulfate 0.0048 ug/L 10/19/23 08:39 10/20/23 14:43 1NDEndrin 0.048 ug/L 10/19/23 08:39 10/20/23 14:43 1NDEndrin aldehyde 0.0048 ug/L 10/19/23 08:39 10/20/23 14:43 1NDEndrin ketone 0.014 ug/L 10/19/23 08:39 10/20/23 14:43 1NDgamma-Chlordane 0.0019 ug/L 10/19/23 08:39 10/20/23 14:43 1NDgamma-BHC (Lindane) 0.0019 ug/L 10/19/23 08:39 10/20/23 14:43 1NDHeptachlor 0.0097 ug/L 10/19/23 08:39 10/20/23 14:43 1NDHeptachlor epoxide 0.0097 ug/L 10/19/23 08:39 10/20/23 14:43 1NDMethoxychlor Tetrachloro-m-xylene (Surr)54 20-139 10/19/23 08:39 10/20/23 14:43 1 Surrogate Dil FacAnalyzedPreparedQualifier Limits%Recovery DCB Decachlorobiphenyl (Surr)69 10/19/23 08:39 10/20/23 14:43 120-154 Eurofins Calscience Page 14 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Client Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: EPA 200.8 - Metals (ICP/MS) - Total Recoverable Lab Sample ID: 570-156657-1Client Sample ID: MW-1 Matrix: WaterDate Collected: 10/13/23 10:00 Date Received: 10/13/23 11:42 RL 413 50.0 ug/L 10/17/23 06:51 10/18/23 17:22 1 Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier Boron Eurofins Calscience Page 15 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Client Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: SW846 6010B - Metals (ICP) - Total Recoverable Lab Sample ID: 570-156657-1Client Sample ID: MW-1 Matrix: WaterDate Collected: 10/13/23 10:00 Date Received: 10/13/23 11:42 RL ND 0.100 mg/L 10/16/23 07:51 10/17/23 15:58 1 Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier Antimony 0.100 mg/L 10/16/23 07:51 10/17/23 15:58 1NDArsenic 0.0100 mg/L 10/16/23 07:51 10/17/23 15:58 10.278Barium 0.0100 mg/L 10/16/23 07:51 10/17/23 15:58 1NDBeryllium 0.0100 mg/L 10/16/23 07:51 10/17/23 15:58 1NDCadmium 0.0500 mg/L 10/16/23 07:51 10/17/23 15:58 10.0594Chromium 0.0500 mg/L 10/16/23 07:51 10/17/23 15:58 1NDCobalt 0.0500 mg/L 10/16/23 07:51 10/17/23 15:58 1NDCopper 0.0500 mg/L 10/16/23 07:51 10/17/23 15:58 1NDLead 0.0500 mg/L 10/16/23 07:51 10/17/23 15:58 1NDMolybdenum 0.0500 mg/L 10/16/23 07:51 10/17/23 15:58 1NDNickel 0.0500 mg/L 10/16/23 07:51 10/17/23 15:58 1NDSelenium 0.0100 mg/L 10/16/23 07:51 10/17/23 15:58 1NDSilver 0.0500 mg/L 10/16/23 07:51 10/17/23 15:58 1NDThallium 0.0100 mg/L 10/16/23 07:51 10/17/23 15:58 10.108Vanadium 0.250 mg/L 10/16/23 07:51 10/17/23 15:58 1NDZinc Eurofins Calscience Page 16 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Client Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: SW846 7470A - Mercury (CVAA) Lab Sample ID: 570-156657-1Client Sample ID: MW-1 Matrix: WaterDate Collected: 10/13/23 10:00 Date Received: 10/13/23 11:42 RL 0.000595 0.000200 mg/L 10/16/23 15:37 10/17/23 20:34 1 Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier Mercury Eurofins Calscience Page 17 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Client Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 General Chemistry Lab Sample ID: 570-156657-1Client Sample ID: MW-1 Matrix: WaterDate Collected: 10/13/23 10:00 Date Received: 10/13/23 11:42 RL ND 0.951 mg/L 10/17/23 17:01 10/18/23 17:58 1 Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier HEM: Oil and Grease (1664A) 0.951 mg/L 10/17/23 17:01 10/18/23 17:58 1NDHEM-SGT: Oil and Grease (1664A) 20.0 mg/L 10/19/23 14:07 11340Total Dissolved Solids (SM 2540C) 6.67 mg/L 10/19/23 19:27 1430Total Suspended Solids (SM 2540D) 2.00 mg/L 10/14/23 10:24 10/19/23 11:22 1NDBiochemical Oxygen Demand (SM 5210B) Eurofins Calscience Page 18 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Surrogate Summary Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 624.1 - Volatile Organic Compounds (GC/MS) Prep Type: Total/NAMatrix: Water Lab Sample ID Client Sample ID (60-140) (60-140) (60-140) (60-140) DCA BFB DBFM TOL 107 94 113 105570-156657-1 Percent Surrogate Recovery (Acceptance Limits) MW-1 107 100 102 100570-156657-1 - RA MW-1 106 99 105 98LCS 570-374593/4 Lab Control Sample 105 101 103 101LCS 570-376130/4 Lab Control Sample 105 96 106 99LCSD 570-374593/5 Lab Control Sample Dup 108 100 105 101LCSD 570-376130/5 Lab Control Sample Dup 106 94 113 102MB 570-374593/7 Method Blank 106 99 101 102MB 570-376130/8 Method Blank Surrogate Legend DCA = 1,2-Dichloroethane-d4 (Surr) BFB = 4-Bromofluorobenzene (Surr) DBFM = Dibromofluoromethane TOL = Toluene-d8 (Surr) Method: 8260B - Volatile Organic Compounds (GC/MS) Prep Type: Total/NAMatrix: Water Lab Sample ID Client Sample ID (70-123) (80-120) (78-120) (80-120) DCA BFB DBFM TOL 107 94 113 105570-156657-1 Percent Surrogate Recovery (Acceptance Limits) MW-1 106 99 105 98LCS 570-374594/4 Lab Control Sample 105 96 106 99LCSD 570-374594/5 Lab Control Sample Dup 106 94 113 102MB 570-374594/7 Method Blank Surrogate Legend DCA = 1,2-Dichloroethane-d4 (Surr) BFB = 4-Bromofluorobenzene (Surr) DBFM = Dibromofluoromethane (Surr) TOL = Toluene-d8 (Surr) Method: 625.1 - Semivolatile Organic Compounds (GC/MS) Prep Type: Total/NAMatrix: Water Lab Sample ID Client Sample ID (33-139) (33-126) (12-120) (36-120) (10-120) (47-131) TBP FBP 2FP NBZ PHL6 TPHd14 80 63 47 67 27 73570-156657-1 Percent Surrogate Recovery (Acceptance Limits) MW-1 92 84 60 3482 87LCS 570-373879/2-A Lab Control Sample 94 85 54 3377 97LCSD 570-373879/3-A Lab Control Sample Dup 66 75 54 3075 85MB 570-373879/1-A Method Blank Surrogate Legend TBP = 2,4,6-Tribromophenol (Surr) FBP = 2-Fluorobiphenyl (Surr) 2FP = 2-Fluorophenol (Surr) NBZ = Nitrobenzene-d5 (Surr) PHL6 = Phenol-d6 (Surr) TPHd14 = p-Terphenyl-d14 (Surr) Eurofins Calscience Page 19 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Surrogate Summary Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 608.3 - Organochlorine Pesticides in Water Prep Type: Total/NAMatrix: Water Lab Sample ID Client Sample ID (20-139) (20-154) TCX1 DCB1 54 69570-156657-1 Percent Surrogate Recovery (Acceptance Limits) MW-1 72 87LCS 570-375186/2-A Lab Control Sample Surrogate Legend TCX = Tetrachloro-m-xylene (Surr) DCB = DCB Decachlorobiphenyl (Surr) Method: 608.3 - Organochlorine Pesticides in Water Prep Type: Total/NAMatrix: Water Lab Sample ID Client Sample ID (20-139) (20-154) TCX2 DCB1 73 81LCSD 570-375186/3-A Percent Surrogate Recovery (Acceptance Limits) Lab Control Sample Dup 69 85MB 570-375186/1-A Method Blank Surrogate Legend TCX = Tetrachloro-m-xylene (Surr) DCB = DCB Decachlorobiphenyl (Surr) Eurofins Calscience Page 20 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 624.1 - Volatile Organic Compounds (GC/MS) Client Sample ID: Method BlankLab Sample ID: MB 570-374593/7 Matrix: Water Prep Type: Total/NA Analysis Batch: 374593 RL 1,1,1-Trichloroethane ND 1.0 ug/L 10/17/23 21:25 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier ND 1.0 ug/L 10/17/23 21:25 11,1,2,2-Tetrachloroethane ND 1.0 ug/L 10/17/23 21:25 11,1-Dichloroethane ND 1.0 ug/L 10/17/23 21:25 11,1-Dichloroethene ND 1.0 ug/L 10/17/23 21:25 11,2-Dichlorobenzene ND 0.50 ug/L 10/17/23 21:25 11,2-Dichloroethane ND 1.0 ug/L 10/17/23 21:25 11,2-Dichloropropane ND 1.0 ug/L 10/17/23 21:25 11,3-Dichlorobenzene ND 1.0 ug/L 10/17/23 21:25 11,4-Dichlorobenzene ND 0.50 ug/L 10/17/23 21:25 1Benzene ND 1.0 ug/L 10/17/23 21:25 1Bromodichloromethane ND 1.0 ug/L 10/17/23 21:25 1Bromoform ND 5.0 ug/L 10/17/23 21:25 1Bromomethane ND 1.0 ug/L 10/17/23 21:25 1cis-1,2-Dichloroethene ND 0.50 ug/L 10/17/23 21:25 1cis-1,3-Dichloropropene ND 0.50 ug/L 10/17/23 21:25 1Carbon tetrachloride ND 1.0 ug/L 10/17/23 21:25 1Chlorobenzene ND 1.0 ug/L 10/17/23 21:25 1Chloroethane ND 1.0 ug/L 10/17/23 21:25 1Chloroform ND 1.0 ug/L 10/17/23 21:25 1Chloromethane ND 1.0 ug/L 10/17/23 21:25 1Dibromochloromethane ND 1.0 ug/L 10/17/23 21:25 1Dichlorodifluoromethane ND 1.0 ug/L 10/17/23 21:25 1Ethylbenzene ND 2.0 ug/L 10/17/23 21:25 1Methylene Chloride ND 1.0 ug/L 10/17/23 21:25 1Methyl-t-Butyl Ether (MTBE) ND 1.0 ug/L 10/17/23 21:25 1o-Xylene ND 1.0 ug/L 10/17/23 21:25 1m,p-Xylene ND 1.0 ug/L 10/17/23 21:25 1trans-1,2-Dichloroethene ND 0.50 ug/L 10/17/23 21:25 1trans-1,3-Dichloropropene ND 1.0 ug/L 10/17/23 21:25 1Tetrachloroethene ND 1.0 ug/L 10/17/23 21:25 1Toluene ND 1.0 ug/L 10/17/23 21:25 1Trichloroethene ND 5.0 ug/L 10/17/23 21:25 1Trichlorofluoromethane ND 0.50 ug/L 10/17/23 21:25 1Vinyl chloride 1,2-Dichloroethane-d4 (Surr)106 60-140 10/17/23 21:25 1 MB MB Surrogate Dil FacPrepared AnalyzedQualifier Limits%Recovery 94 10/17/23 21:25 14-Bromofluorobenzene (Surr)60-140 113 10/17/23 21:25 1Dibromofluoromethane60-140 102 10/17/23 21:25 1Toluene-d8 (Surr)60-140 Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-374593/4 Matrix: Water Prep Type: Total/NA Analysis Batch: 374593 1,1,1-Trichloroethane 20.0 18.30 ug/L 92 70-130 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits 1,1,2,2-Tetrachloroethane 20.0 20.38 ug/L 102 60-140 Eurofins Calscience Page 21 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 624.1 - Volatile Organic Compounds (GC/MS) (Continued) Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-374593/4 Matrix: Water Prep Type: Total/NA Analysis Batch: 374593 1,1-Dichloroethane 20.0 20.70 ug/L 104 70-130 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits 1,1-Dichloroethene 20.0 20.37 ug/L 102 50-150 1,2-Dichlorobenzene 20.0 19.89 ug/L 99 65-135 1,2-Dichloroethane 20.0 18.98 ug/L 95 70-130 1,2-Dichloropropane 20.0 18.84 ug/L 94 35-165 1,3-Dichlorobenzene 20.0 19.26 ug/L 96 70-130 1,4-Dichlorobenzene 20.0 18.57 ug/L 93 65-135 Benzene 20.0 18.78 ug/L 94 65-135 Bromodichloromethane 20.0 19.63 ug/L 98 65-135 Bromoform 20.0 19.09 ug/L 95 70-130 Bromomethane 20.0 15.94 ug/L 80 15-185 cis-1,2-Dichloroethene 20.0 18.51 ug/L 93 60-140 cis-1,3-Dichloropropene 20.0 17.69 ug/L 88 25-175 Carbon tetrachloride 20.0 17.87 ug/L 89 70-130 Chlorobenzene 20.0 19.32 ug/L 97 65-135 Chloroethane 20.0 22.16 ug/L 111 40-160 Chloroform 20.0 19.21 ug/L 96 70-135 Chloromethane 20.0 18.99 ug/L 95 1-205 Dibromochloromethane 20.0 19.95 ug/L 100 70-135 Dichlorodifluoromethane 20.0 22.35 ug/L 112 60-140 Ethylbenzene 20.0 17.94 ug/L 90 60-140 Methylene Chloride 20.0 19.49 ug/L 97 60-140 Methyl-t-Butyl Ether (MTBE)20.0 18.39 ug/L 92 60-140 o-Xylene 20.0 18.29 ug/L 91 60-140 m,p-Xylene 40.0 37.68 ug/L 94 60-140 trans-1,2-Dichloroethene 20.0 19.51 ug/L 98 70-130 trans-1,3-Dichloropropene 20.0 19.43 ug/L 97 50-150 Tetrachloroethene 20.0 18.74 ug/L 94 70-130 Toluene 20.0 18.48 ug/L 92 70-130 Trichloroethene 20.0 18.34 ug/L 92 65-135 Trichlorofluoromethane 20.0 21.30 ug/L 107 50-150 Vinyl chloride 20.0 20.73 ug/L 104 5-195 1,2-Dichloroethane-d4 (Surr)60 -140 Surrogate 106 LCS LCS Qualifier Limits%Recovery 994-Bromofluorobenzene (Surr)60 -140 105Dibromofluoromethane 60 -140 98Toluene-d8 (Surr)60 -140 Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-374593/5 Matrix: Water Prep Type: Total/NA Analysis Batch: 374593 1,1,1-Trichloroethane 20.0 19.64 ug/L 98 70-130 7 36 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD 1,1,2,2-Tetrachloroethane 20.0 20.71 ug/L 104 60-140 2 61 1,1-Dichloroethane 20.0 21.76 ug/L 109 70-130 5 40 1,1-Dichloroethene 20.0 21.50 ug/L 107 50-150 5 32 Eurofins Calscience Page 22 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 624.1 - Volatile Organic Compounds (GC/MS) (Continued) Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-374593/5 Matrix: Water Prep Type: Total/NA Analysis Batch: 374593 1,2-Dichlorobenzene 20.0 20.93 ug/L 105 65-135 5 57 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD 1,2-Dichloroethane 20.0 19.60 ug/L 98 70-130 3 49 1,2-Dichloropropane 20.0 19.92 ug/L 100 35-165 6 55 1,3-Dichlorobenzene 20.0 20.22 ug/L 101 70-130 5 43 1,4-Dichlorobenzene 20.0 19.56 ug/L 98 65-135 5 57 Benzene 20.0 20.15 ug/L 101 65-135 7 61 Bromodichloromethane 20.0 20.41 ug/L 102 65-135 4 56 Bromoform 20.0 19.54 ug/L 98 70-130 2 42 Bromomethane 20.0 16.02 ug/L 80 15-185 1 61 cis-1,2-Dichloroethene 20.0 19.85 ug/L 99 60-140 7 30 cis-1,3-Dichloropropene 20.0 18.17 ug/L 91 25-175 3 58 Carbon tetrachloride 20.0 18.81 ug/L 94 70-130 5 41 Chlorobenzene 20.0 19.81 ug/L 99 65-135 3 53 Chloroethane 20.0 23.03 ug/L 115 40-160 4 78 Chloroform 20.0 20.23 ug/L 101 70-135 5 30 Chloromethane 20.0 20.88 ug/L 104 1-205 10 60 Dibromochloromethane 20.0 20.33 ug/L 102 70-135 2 50 Dichlorodifluoromethane 20.0 25.91 ug/L 130 60-140 15 30 Ethylbenzene 20.0 19.18 ug/L 96 60-140 7 63 Methylene Chloride 20.0 20.71 ug/L 104 60-140 6 28 Methyl-t-Butyl Ether (MTBE)20.0 19.41 ug/L 97 60-140 5 30 o-Xylene 20.0 18.90 ug/L 95 60-140 3 30 m,p-Xylene 40.0 39.12 ug/L 98 60-140 4 30 trans-1,2-Dichloroethene 20.0 20.74 ug/L 104 70-130 6 45 trans-1,3-Dichloropropene 20.0 20.65 ug/L 103 50-150 6 86 Tetrachloroethene 20.0 19.58 ug/L 98 70-130 4 39 Toluene 20.0 19.53 ug/L 98 70-130 6 41 Trichloroethene 20.0 19.72 ug/L 99 65-135 7 48 Trichlorofluoromethane 20.0 22.28 ug/L 111 50-150 4 84 Vinyl chloride 20.0 22.58 ug/L 113 5-195 9 66 1,2-Dichloroethane-d4 (Surr)60 -140 Surrogate 105 LCSD LCSD Qualifier Limits%Recovery 964-Bromofluorobenzene (Surr)60 -140 106Dibromofluoromethane 60 -140 99Toluene-d8 (Surr)60 -140 Client Sample ID: Method BlankLab Sample ID: MB 570-376130/8 Matrix: Water Prep Type: Total/NA Analysis Batch: 376130 RL Bromomethane ND 5.0 ug/L 10/23/23 10:20 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier ND 1.0 ug/L 10/23/23 10:20 1Chloromethane 1,2-Dichloroethane-d4 (Surr)106 60-140 10/23/23 10:20 1 MB MB Surrogate Dil FacPrepared AnalyzedQualifier Limits%Recovery 99 10/23/23 10:20 14-Bromofluorobenzene (Surr)60-140 Eurofins Calscience Page 23 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 624.1 - Volatile Organic Compounds (GC/MS) (Continued) Client Sample ID: Method BlankLab Sample ID: MB 570-376130/8 Matrix: Water Prep Type: Total/NA Analysis Batch: 376130 Dibromofluoromethane 101 60-140 10/23/23 10:20 1 MB MB Surrogate Dil FacPrepared AnalyzedQualifier Limits%Recovery 102 10/23/23 10:20 1Toluene-d8 (Surr)60-140 Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-376130/4 Matrix: Water Prep Type: Total/NA Analysis Batch: 376130 Bromomethane 20.0 16.91 ug/L 85 15-185 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits Chloromethane 20.0 21.95 ug/L 110 1-205 1,2-Dichloroethane-d4 (Surr)60 -140 Surrogate 105 LCS LCS Qualifier Limits%Recovery 1014-Bromofluorobenzene (Surr)60 -140 103Dibromofluoromethane 60 -140 101Toluene-d8 (Surr)60 -140 Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-376130/5 Matrix: Water Prep Type: Total/NA Analysis Batch: 376130 Bromomethane 20.0 16.35 ug/L 82 15-185 3 61 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD Chloromethane 20.0 22.33 ug/L 112 1-205 2 60 1,2-Dichloroethane-d4 (Surr)60 -140 Surrogate 108 LCSD LCSD Qualifier Limits%Recovery 1004-Bromofluorobenzene (Surr)60 -140 105Dibromofluoromethane 60 -140 101Toluene-d8 (Surr)60 -140 Method: 8260B - Volatile Organic Compounds (GC/MS) Client Sample ID: Method BlankLab Sample ID: MB 570-374594/7 Matrix: Water Prep Type: Total/NA Analysis Batch: 374594 RL 1,1,1,2-Tetrachloroethane ND 2.0 ug/L 10/17/23 21:25 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier ND 1.0 ug/L 10/17/23 21:25 11,1,1-Trichloroethane ND 1.0 ug/L 10/17/23 21:25 11,1,2,2-Tetrachloroethane ND 10 ug/L 10/17/23 21:25 11,1,2-Trichloro-1,2,2-trifluoroethane ND 1.0 ug/L 10/17/23 21:25 11,1,2-Trichloroethane ND 1.0 ug/L 10/17/23 21:25 11,1-Dichloroethane ND 1.0 ug/L 10/17/23 21:25 11,1-Dichloroethene ND 1.0 ug/L 10/17/23 21:25 11,1-Dichloropropene ND 1.0 ug/L 10/17/23 21:25 11,2,3-Trichlorobenzene ND 5.0 ug/L 10/17/23 21:25 11,2,3-Trichloropropane Eurofins Calscience Page 24 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 8260B - Volatile Organic Compounds (GC/MS) (Continued) Client Sample ID: Method BlankLab Sample ID: MB 570-374594/7 Matrix: Water Prep Type: Total/NA Analysis Batch: 374594 RL 1,2,4-Trichlorobenzene ND 1.0 ug/L 10/17/23 21:25 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier ND 1.0 ug/L 10/17/23 21:25 11,2,4-Trimethylbenzene ND 10 ug/L 10/17/23 21:25 11,2-Dibromo-3-Chloropropane ND 1.0 ug/L 10/17/23 21:25 11,2-Dibromoethane ND 1.0 ug/L 10/17/23 21:25 11,2-Dichlorobenzene ND 0.50 ug/L 10/17/23 21:25 11,2-Dichloroethane ND 1.0 ug/L 10/17/23 21:25 11,2-Dichloropropane ND 1.0 ug/L 10/17/23 21:25 11,3,5-Trimethylbenzene ND 1.0 ug/L 10/17/23 21:25 11,3-Dichlorobenzene ND 1.0 ug/L 10/17/23 21:25 11,3-Dichloropropane ND 1.0 ug/L 10/17/23 21:25 11,4-Dichlorobenzene ND 1.0 ug/L 10/17/23 21:25 12,2-Dichloropropane ND 10 ug/L 10/17/23 21:25 12-Butanone ND 1.0 ug/L 10/17/23 21:25 12-Chlorotoluene ND 10 ug/L 10/17/23 21:25 12-Hexanone ND 1.0 ug/L 10/17/23 21:25 14-Chlorotoluene ND 10 ug/L 10/17/23 21:25 14-Methyl-2-pentanone ND 10 ug/L 10/17/23 21:25 1Acetone ND 0.50 ug/L 10/17/23 21:25 1Benzene ND 1.0 ug/L 10/17/23 21:25 1Bromobenzene ND 2.0 ug/L 10/17/23 21:25 1Bromochloromethane ND 1.0 ug/L 10/17/23 21:25 1Bromodichloromethane ND 5.0 ug/L 10/17/23 21:25 1Bromoform ND 25 ug/L 10/17/23 21:25 1Bromomethane ND 10 ug/L 10/17/23 21:25 1Carbon disulfide ND 0.50 ug/L 10/17/23 21:25 1Carbon tetrachloride ND 1.0 ug/L 10/17/23 21:25 1Chlorobenzene ND 5.0 ug/L 10/17/23 21:25 1Chloroethane ND 1.0 ug/L 10/17/23 21:25 1Chloroform ND 10 ug/L 10/17/23 21:25 1Chloromethane ND 1.0 ug/L 10/17/23 21:25 1cis-1,2-Dichloroethene ND 0.50 ug/L 10/17/23 21:25 1cis-1,3-Dichloropropene ND 2.0 ug/L 10/17/23 21:25 1Dibromochloromethane ND 1.0 ug/L 10/17/23 21:25 1Dibromomethane ND 5.0 ug/L 10/17/23 21:25 1Dichlorodifluoromethane ND 1.0 ug/L 10/17/23 21:25 1Ethylbenzene ND 1.0 ug/L 10/17/23 21:25 1Isopropylbenzene ND 2.0 ug/L 10/17/23 21:25 1m,p-Xylene ND 10 ug/L 10/17/23 21:25 1Methylene Chloride ND 1.0 ug/L 10/17/23 21:25 1Methyl-t-Butyl Ether (MTBE) ND 10 ug/L 10/17/23 21:25 1Naphthalene ND 1.0 ug/L 10/17/23 21:25 1n-Butylbenzene ND 1.0 ug/L 10/17/23 21:25 1N-Propylbenzene ND 1.0 ug/L 10/17/23 21:25 1o-Xylene ND 1.0 ug/L 10/17/23 21:25 1p-Isopropyltoluene ND 1.0 ug/L 10/17/23 21:25 1sec-Butylbenzene ND 1.0 ug/L 10/17/23 21:25 1Styrene ND 1.0 ug/L 10/17/23 21:25 1tert-Butylbenzene ND 1.0 ug/L 10/17/23 21:25 1Tetrachloroethene Eurofins Calscience Page 25 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 8260B - Volatile Organic Compounds (GC/MS) (Continued) Client Sample ID: Method BlankLab Sample ID: MB 570-374594/7 Matrix: Water Prep Type: Total/NA Analysis Batch: 374594 RL Toluene ND 1.0 ug/L 10/17/23 21:25 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier ND 1.0 ug/L 10/17/23 21:25 1trans-1,2-Dichloroethene ND 0.50 ug/L 10/17/23 21:25 1trans-1,3-Dichloropropene ND 1.0 ug/L 10/17/23 21:25 1Trichloroethene ND 10 ug/L 10/17/23 21:25 1Trichlorofluoromethane ND 10 ug/L 10/17/23 21:25 1Vinyl acetate ND 0.50 ug/L 10/17/23 21:25 1Vinyl chloride 1,2-Dichloroethane-d4 (Surr)106 70-123 10/17/23 21:25 1 MB MB Surrogate Dil FacPrepared AnalyzedQualifier Limits%Recovery 94 10/17/23 21:25 14-Bromofluorobenzene (Surr)80-120 113 10/17/23 21:25 1Dibromofluoromethane (Surr)78-120 102 10/17/23 21:25 1Toluene-d8 (Surr)80-120 Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-374594/4 Matrix: Water Prep Type: Total/NA Analysis Batch: 374594 1,1,1,2-Tetrachloroethane 20.0 19.70 ug/L 99 80-122 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits 1,1,1-Trichloroethane 20.0 18.30 ug/L 92 78-125 1,1,2,2-Tetrachloroethane 20.0 20.38 ug/L 102 79-127 1,1,2-Trichloro-1,2,2-trifluoroetha ne 20.0 21.82 ug/L 109 72-138 1,1,2-Trichloroethane 20.0 20.76 ug/L 104 80-124 1,1-Dichloroethane 20.0 20.70 ug/L 104 80-127 1,1-Dichloroethene 20.0 20.37 ug/L 102 80-133 1,1-Dichloropropene 20.0 17.63 ug/L 88 79-126 1,2,3-Trichlorobenzene 20.0 19.40 ug/L 97 79-128 1,2,3-Trichloropropane 20.0 18.72 ug/L 94 71-128 1,2,4-Trichlorobenzene 20.0 19.25 ug/L 96 77-126 1,2,4-Trimethylbenzene 20.0 18.13 ug/L 91 80-121 1,2-Dibromo-3-Chloropropane 20.0 19.21 ug/L 96 66-122 1,2-Dibromoethane 20.0 19.03 ug/L 95 80-120 1,2-Dichlorobenzene 20.0 19.89 ug/L 99 80-121 1,2-Dichloroethane 20.0 18.98 ug/L 95 77-122 1,2-Dichloropropane 20.0 18.84 ug/L 94 80-122 1,3,5-Trimethylbenzene 20.0 18.57 ug/L 93 80-123 1,3-Dichlorobenzene 20.0 19.26 ug/L 96 80-120 1,3-Dichloropropane 20.0 19.94 ug/L 100 80-121 1,4-Dichlorobenzene 20.0 18.57 ug/L 93 80-120 2,2-Dichloropropane 20.0 19.77 ug/L 99 68-143 2-Butanone 20.0 16.24 ug/L 81 61-139 2-Chlorotoluene 20.0 18.72 ug/L 94 80-121 2-Hexanone 20.0 13.80 ug/L 69 63-134 4-Chlorotoluene 20.0 18.43 ug/L 92 80-121 4-Methyl-2-pentanone 20.0 16.24 ug/L 81 67-125 Acetone 20.0 22.69 ug/L 113 45-150 Benzene 20.0 18.78 ug/L 94 80-121 Eurofins Calscience Page 26 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 8260B - Volatile Organic Compounds (GC/MS) (Continued) Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-374594/4 Matrix: Water Prep Type: Total/NA Analysis Batch: 374594 Bromobenzene 20.0 19.34 ug/L 97 80-120 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits Bromochloromethane 20.0 22.56 ug/L 113 80-121 Bromodichloromethane 20.0 19.63 ug/L 98 80-121 Bromoform 20.0 19.09 ug/L 95 78-124 Bromomethane 20.0 16.71 J ug/L 84 48-156 Carbon disulfide 20.0 18.93 ug/L 95 76-129 Carbon tetrachloride 20.0 17.87 ug/L 89 71-137 Chlorobenzene 20.0 19.32 ug/L 97 80-120 Chloroethane 20.0 25.44 ug/L 127 73-138 Chloroform 20.0 19.21 ug/L 96 80-121 Chloromethane 20.0 18.99 ug/L 95 57-138 cis-1,2-Dichloroethene 20.0 18.51 ug/L 93 80-125 cis-1,3-Dichloropropene 20.0 17.69 ug/L 88 80-120 Dibromochloromethane 20.0 19.95 ug/L 100 80-126 Dibromomethane 20.0 19.90 ug/L 99 80-120 Dichlorodifluoromethane 20.0 24.62 ug/L 123 44-148 Ethylbenzene 20.0 17.94 ug/L 90 80-121 Isopropylbenzene 20.0 19.22 ug/L 96 80-121 m,p-Xylene 40.0 37.68 ug/L 94 80-123 Methylene Chloride 20.0 19.64 ug/L 98 80-121 Methyl-t-Butyl Ether (MTBE)20.0 18.39 ug/L 92 78-123 Naphthalene 20.0 18.50 ug/L 92 65-133 n-Butylbenzene 20.0 18.67 ug/L 93 80-125 N-Propylbenzene 20.0 19.10 ug/L 95 80-125 o-Xylene 20.0 18.29 ug/L 91 80-122 p-Isopropyltoluene 20.0 18.15 ug/L 91 80-124 sec-Butylbenzene 20.0 18.46 ug/L 92 80-122 Styrene 20.0 19.10 ug/L 96 80-120 tert-Butylbenzene 20.0 18.27 ug/L 91 80-122 Tetrachloroethene 20.0 18.74 ug/L 94 80-122 Toluene 20.0 18.48 ug/L 92 80-120 trans-1,2-Dichloroethene 20.0 19.51 ug/L 98 80-122 trans-1,3-Dichloropropene 20.0 19.43 ug/L 97 80-125 Trichloroethene 20.0 18.34 ug/L 92 80-120 Trichlorofluoromethane 20.0 21.30 ug/L 107 67-142 Vinyl acetate 20.0 18.65 ug/L 93 62-140 Vinyl chloride 20.0 20.73 ug/L 104 66-136 1,2-Dichloroethane-d4 (Surr)70 -123 Surrogate 106 LCS LCS Qualifier Limits%Recovery 994-Bromofluorobenzene (Surr)80 -120 105Dibromofluoromethane (Surr)78 -120 98Toluene-d8 (Surr)80 -120 Eurofins Calscience Page 27 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 8260B - Volatile Organic Compounds (GC/MS) (Continued) Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-374594/5 Matrix: Water Prep Type: Total/NA Analysis Batch: 374594 1,1,1,2-Tetrachloroethane 20.0 20.14 ug/L 101 80-122 2 20 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD 1,1,1-Trichloroethane 20.0 19.64 ug/L 98 78-125 7 20 1,1,2,2-Tetrachloroethane 20.0 20.71 ug/L 104 79-127 2 20 1,1,2-Trichloro-1,2,2-trifluoroetha ne 20.0 22.89 ug/L 114 72-138 5 20 1,1,2-Trichloroethane 20.0 21.00 ug/L 105 80-124 1 20 1,1-Dichloroethane 20.0 21.76 ug/L 109 80-127 5 20 1,1-Dichloroethene 20.0 21.50 ug/L 107 80-133 5 20 1,1-Dichloropropene 20.0 18.80 ug/L 94 79-126 6 20 1,2,3-Trichlorobenzene 20.0 20.11 ug/L 101 79-128 4 20 1,2,3-Trichloropropane 20.0 17.97 ug/L 90 71-128 4 20 1,2,4-Trichlorobenzene 20.0 19.88 ug/L 99 77-126 3 20 1,2,4-Trimethylbenzene 20.0 19.22 ug/L 96 80-121 6 20 1,2-Dibromo-3-Chloropropane 20.0 19.68 ug/L 98 66-122 2 20 1,2-Dibromoethane 20.0 19.62 ug/L 98 80-120 3 20 1,2-Dichlorobenzene 20.0 20.93 ug/L 105 80-121 5 20 1,2-Dichloroethane 20.0 19.60 ug/L 98 77-122 3 20 1,2-Dichloropropane 20.0 19.92 ug/L 100 80-122 6 20 1,3,5-Trimethylbenzene 20.0 19.69 ug/L 98 80-123 6 20 1,3-Dichlorobenzene 20.0 20.22 ug/L 101 80-120 5 20 1,3-Dichloropropane 20.0 20.58 ug/L 103 80-121 3 20 1,4-Dichlorobenzene 20.0 19.56 ug/L 98 80-120 5 20 2,2-Dichloropropane 20.0 20.95 ug/L 105 68-143 6 20 2-Butanone 20.0 17.24 ug/L 86 61-139 6 25 2-Chlorotoluene 20.0 19.76 ug/L 99 80-121 5 20 2-Hexanone 20.0 14.69 ug/L 73 63-134 6 21 4-Chlorotoluene 20.0 18.88 ug/L 94 80-121 2 20 4-Methyl-2-pentanone 20.0 17.73 ug/L 89 67-125 9 20 Acetone 20.0 24.26 ug/L 121 45-150 7 23 Benzene 20.0 20.15 ug/L 101 80-121 7 20 Bromobenzene 20.0 20.05 ug/L 100 80-120 4 20 Bromochloromethane 20.0 23.16 ug/L 116 80-121 3 20 Bromodichloromethane 20.0 20.41 ug/L 102 80-121 4 20 Bromoform 20.0 19.54 ug/L 98 78-124 2 20 Bromomethane 20.0 16.79 J ug/L 84 48-156 1 21 Carbon disulfide 20.0 21.14 ug/L 106 76-129 11 20 Carbon tetrachloride 20.0 18.81 ug/L 94 71-137 5 20 Chlorobenzene 20.0 19.81 ug/L 99 80-120 3 20 Chloroethane 20.0 26.48 ug/L 132 73-138 4 20 Chloroform 20.0 20.23 ug/L 101 80-121 5 20 Chloromethane 20.0 20.88 ug/L 104 57-138 10 20 cis-1,2-Dichloroethene 20.0 19.85 ug/L 99 80-125 7 20 cis-1,3-Dichloropropene 20.0 18.17 ug/L 91 80-120 3 20 Dibromochloromethane 20.0 20.33 ug/L 102 80-126 2 20 Dibromomethane 20.0 21.21 ug/L 106 80-120 6 20 Dichlorodifluoromethane 20.0 28.62 ug/L 143 44-148 15 28 Ethylbenzene 20.0 19.18 ug/L 96 80-121 7 20 Isopropylbenzene 20.0 20.28 ug/L 101 80-121 5 20 m,p-Xylene 40.0 39.12 ug/L 98 80-123 4 20 Eurofins Calscience Page 28 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 8260B - Volatile Organic Compounds (GC/MS) (Continued) Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-374594/5 Matrix: Water Prep Type: Total/NA Analysis Batch: 374594 Methylene Chloride 20.0 20.91 ug/L 105 80-121 6 20 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD Methyl-t-Butyl Ether (MTBE)20.0 19.41 ug/L 97 78-123 5 20 Naphthalene 20.0 19.56 ug/L 98 65-133 6 20 n-Butylbenzene 20.0 19.67 ug/L 98 80-125 5 20 N-Propylbenzene 20.0 20.14 ug/L 101 80-125 5 20 o-Xylene 20.0 18.90 ug/L 95 80-122 3 20 p-Isopropyltoluene 20.0 18.86 ug/L 94 80-124 4 20 sec-Butylbenzene 20.0 19.60 ug/L 98 80-122 6 20 Styrene 20.0 19.69 ug/L 98 80-120 3 20 tert-Butylbenzene 20.0 19.52 ug/L 98 80-122 7 20 Tetrachloroethene 20.0 19.58 ug/L 98 80-122 4 20 Toluene 20.0 19.53 ug/L 98 80-120 6 20 trans-1,2-Dichloroethene 20.0 20.74 ug/L 104 80-122 6 20 trans-1,3-Dichloropropene 20.0 20.65 ug/L 103 80-125 6 20 Trichloroethene 20.0 19.72 ug/L 99 80-120 7 20 Trichlorofluoromethane 20.0 22.28 ug/L 111 67-142 4 20 Vinyl acetate 20.0 18.44 ug/L 92 62-140 1 21 Vinyl chloride 20.0 22.58 ug/L 113 66-136 9 20 1,2-Dichloroethane-d4 (Surr)70 -123 Surrogate 105 LCSD LCSD Qualifier Limits%Recovery 964-Bromofluorobenzene (Surr)80 -120 106Dibromofluoromethane (Surr)78 -120 99Toluene-d8 (Surr)80 -120 Method: 625.1 - Semivolatile Organic Compounds (GC/MS) Client Sample ID: Method BlankLab Sample ID: MB 570-373879/1-A Matrix: Water Prep Type: Total/NA Analysis Batch: 374833 Prep Batch: 373879 RL 1,2,4-Trichlorobenzene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 11,2-Diphenylhydrazine(as Azobenzene) ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 12,4,6-Trichlorophenol ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 12,4-Dichlorophenol ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 12,4-Dimethylphenol ND 50 ug/L 10/16/23 08:28 10/18/23 16:46 12,4-Dinitrophenol ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 12,4-Dinitrotoluene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 12,6-Dinitrotoluene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 12-Chloronaphthalene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 12-Chlorophenol ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 12-Nitrophenol ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 13,3'-Dichlorobenzidine ND 50 ug/L 10/16/23 08:28 10/18/23 16:46 14,6-Dinitro-2-methylphenol ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 14-Bromophenyl phenyl ether ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 14-Chloro-3-methylphenol ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 14-Chlorophenyl phenyl ether Eurofins Calscience Page 29 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 625.1 - Semivolatile Organic Compounds (GC/MS) (Continued) Client Sample ID: Method BlankLab Sample ID: MB 570-373879/1-A Matrix: Water Prep Type: Total/NA Analysis Batch: 374833 Prep Batch: 373879 RL 4-Nitrophenol ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Acenaphthene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Acenaphthylene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Anthracene ND 50 ug/L 10/16/23 08:28 10/18/23 16:46 1Benzidine ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Benzo[a]anthracene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Benzo[a]pyrene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Benzo[b]fluoranthene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Benzo[g,h,i]perylene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Benzo[k]fluoranthene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Bis (2-chloroethoxy) methane ND 25 ug/L 10/16/23 08:28 10/18/23 16:46 1Bis(2-chloroethyl)ether ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1bis (2-chloroisopropyl) ether ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Bis(2-ethylhexyl) phthalate ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Butyl benzyl phthalate ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Chrysene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Dibenz(a,h)anthracene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Diethyl phthalate ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Dimethyl phthalate ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Di-n-butyl phthalate ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Di-n-octyl phthalate ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Fluoranthene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Fluorene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Hexachloro-1,3-butadiene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Hexachlorobenzene ND 25 ug/L 10/16/23 08:28 10/18/23 16:46 1Hexachlorocyclopentadiene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Hexachloroethane ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Indeno[1,2,3-cd]pyrene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Isophorone ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Naphthalene ND 25 ug/L 10/16/23 08:28 10/18/23 16:46 1Nitrobenzene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1N-Nitrosodimethylamine ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1N-Nitrosodi-n-propylamine ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1N-Nitrosodiphenylamine ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Pentachlorophenol ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Phenanthrene ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Phenol ND 10 ug/L 10/16/23 08:28 10/18/23 16:46 1Pyrene 2,4,6-Tribromophenol (Surr)66 33-139 10/18/23 16:46 1 MB MB Surrogate 10/16/23 08:28 Dil FacPrepared AnalyzedQualifier Limits%Recovery 75 10/16/23 08:28 10/18/23 16:46 12-Fluorobiphenyl (Surr)33-126 54 10/16/23 08:28 10/18/23 16:46 12-Fluorophenol (Surr)12-120 75 10/16/23 08:28 10/18/23 16:46 1Nitrobenzene-d5 (Surr)36-120 30 10/16/23 08:28 10/18/23 16:46 1Phenol-d6 (Surr)10-120 85 10/16/23 08:28 10/18/23 16:46 1p-Terphenyl-d14 (Surr)47-131 Eurofins Calscience Page 30 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 625.1 - Semivolatile Organic Compounds (GC/MS) (Continued) Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-373879/2-A Matrix: Water Prep Type: Total/NA Analysis Batch: 374833 Prep Batch: 373879 1,2,4-Trichlorobenzene 100 75.88 ug/L 76 57-130 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits 1,2-Diphenylhydrazine(as Azobenzene) 100 69.63 ug/L 70 57-120 2,4,6-Trichlorophenol 100 85.69 ug/L 86 52-129 2,4-Dichlorophenol 100 84.03 ug/L 84 53-122 2,4-Dimethylphenol 100 98.74 ug/L 99 42-120 2,4-Dinitrophenol 100 46.14 J ug/L 46 1-173 2,4-Dinitrotoluene 100 82.86 ug/L 83 48-127 2,6-Dinitrotoluene 100 87.40 ug/L 87 68-137 2-Chloronaphthalene 100 81.30 ug/L 81 65-120 2-Chlorophenol 100 83.57 ug/L 84 36-120 2-Nitrophenol 100 91.06 ug/L 91 45-167 3,3'-Dichlorobenzidine 100 79.61 ug/L 80 8-213 4,6-Dinitro-2-methylphenol 100 57.19 ug/L 57 53-130 4-Bromophenyl phenyl ether 100 80.10 ug/L 80 65-120 4-Chloro-3-methylphenol 100 77.81 ug/L 78 41-128 4-Chlorophenyl phenyl ether 100 82.16 ug/L 82 38-145 4-Nitrophenol 100 29.67 ug/L 30 13-129 Acenaphthene 100 75.90 ug/L 76 60-132 Acenaphthylene 100 84.68 ug/L 85 54-126 Anthracene 100 79.30 ug/L 79 43-120 Benzidine 100 ND ug/L 21 20-143 Benzo[a]anthracene 100 79.87 ug/L 80 42-133 Benzo[a]pyrene 100 81.46 ug/L 81 32-148 Benzo[b]fluoranthene 100 80.03 ug/L 80 42-140 Benzo[g,h,i]perylene 100 87.47 ug/L 87 1-195 Benzo[k]fluoranthene 100 89.00 ug/L 89 25-146 Bis (2-chloroethoxy) methane 100 76.51 ug/L 77 49-165 Bis(2-chloroethyl)ether 100 77.26 ug/L 77 43-126 bis (2-chloroisopropyl) ether 100 58.99 *- me ug/L 59 63-139 Bis(2-ethylhexyl) phthalate 100 83.73 ug/L 84 29-137 Butyl benzyl phthalate 100 83.42 ug/L 83 1-140 Chrysene 100 79.57 ug/L 80 44-140 Dibenz(a,h)anthracene 100 87.25 ug/L 87 1-200 Diethyl phthalate 100 81.73 ug/L 82 1-120 Dimethyl phthalate 100 80.55 ug/L 81 1-120 Di-n-butyl phthalate 100 81.95 ug/L 82 8-120 Di-n-octyl phthalate 100 89.56 ug/L 90 19-132 Fluoranthene 100 80.59 ug/L 81 43-121 Fluorene 100 80.08 ug/L 80 70-120 Hexachloro-1,3-butadiene 100 79.74 ug/L 80 38-120 Hexachlorobenzene 100 80.13 ug/L 80 8-142 Hexachlorocyclopentadiene 100 88.27 ug/L 88 46-135 Hexachloroethane 100 74.08 ug/L 74 55-120 Indeno[1,2,3-cd]pyrene 100 89.83 ug/L 90 1-151 Isophorone 100 71.80 ug/L 72 47-180 Naphthalene 100 73.24 ug/L 73 36-120 Nitrobenzene 100 73.19 ug/L 73 54-158 N-Nitrosodimethylamine 100 45.37 ug/L 45 38-120 Eurofins Calscience Page 31 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 625.1 - Semivolatile Organic Compounds (GC/MS) (Continued) Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-373879/2-A Matrix: Water Prep Type: Total/NA Analysis Batch: 374833 Prep Batch: 373879 N-Nitrosodi-n-propylamine 100 68.26 ug/L 68 14-198 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits N-Nitrosodiphenylamine 100 88.81 ug/L 89 79-127 Pentachlorophenol 100 62.67 ug/L 63 38-152 Phenanthrene 100 76.78 ug/L 77 65-120 Phenol 100 40.14 ug/L 40 17-120 Pyrene 100 81.79 ug/L 82 70-120 2,4,6-Tribromophenol (Surr)33 -139 Surrogate 92 LCS LCS Qualifier Limits%Recovery 842-Fluorobiphenyl (Surr)33 -126 602-Fluorophenol (Surr)12 -120 82Nitrobenzene-d5 (Surr)36 -120 34Phenol-d6 (Surr)10 -120 87p-Terphenyl-d14 (Surr)47 -131 Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-373879/3-A Matrix: Water Prep Type: Total/NA Analysis Batch: 374833 Prep Batch: 373879 1,2,4-Trichlorobenzene 100 74.37 ug/L 74 57-130 2 30 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD 1,2-Diphenylhydrazine(as Azobenzene) 100 74.40 ug/L 74 57-120 7 20 2,4,6-Trichlorophenol 100 84.69 ug/L 85 52-129 1 35 2,4-Dichlorophenol 100 81.69 ug/L 82 53-122 3 30 2,4-Dimethylphenol 100 97.29 ug/L 97 42-120 1 35 2,4-Dinitrophenol 100 47.65 J ug/L 48 1-173 3 79 2,4-Dinitrotoluene 100 87.26 ug/L 87 48-127 5 25 2,6-Dinitrotoluene 100 86.73 ug/L 87 68-137 1 29 2-Chloronaphthalene 100 81.30 ug/L 81 65-120 0 15 2-Chlorophenol 100 78.64 ug/L 79 36-120 6 37 2-Nitrophenol 100 83.28 ug/L 83 45-167 9 33 3,3'-Dichlorobenzidine 100 88.67 ug/L 89 8-213 11 65 4,6-Dinitro-2-methylphenol 100 66.87 ug/L 67 53-130 16 122 4-Bromophenyl phenyl ether 100 82.43 ug/L 82 65-120 3 26 4-Chloro-3-methylphenol 100 77.49 ug/L 77 41-128 0 44 4-Chlorophenyl phenyl ether 100 81.16 ug/L 81 38-145 1 36 4-Nitrophenol 100 34.34 ug/L 34 13-129 15 79 Acenaphthene 100 78.43 ug/L 78 60-132 3 29 Acenaphthylene 100 83.79 ug/L 84 54-126 1 45 Anthracene 100 84.24 ug/L 84 43-120 6 40 Benzidine 100 ND *- *1 me ug/L 12 20-143 55 30 Benzo[a]anthracene 100 85.35 ug/L 85 42-133 7 32 Benzo[a]pyrene 100 85.03 ug/L 85 32-148 4 43 Benzo[b]fluoranthene 100 86.07 ug/L 86 42-140 7 43 Benzo[g,h,i]perylene 100 90.85 ug/L 91 1-195 4 61 Benzo[k]fluoranthene 100 92.74 ug/L 93 25-146 4 38 Bis (2-chloroethoxy) methane 100 74.84 ug/L 75 49-165 2 32 Bis(2-chloroethyl)ether 100 74.61 ug/L 75 43-126 3 65 Eurofins Calscience Page 32 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 625.1 - Semivolatile Organic Compounds (GC/MS) (Continued) Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-373879/3-A Matrix: Water Prep Type: Total/NA Analysis Batch: 374833 Prep Batch: 373879 bis (2-chloroisopropyl) ether 100 55.77 *- me ug/L 56 63-139 6 46 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD Bis(2-ethylhexyl) phthalate 100 87.58 ug/L 88 29-137 4 50 Butyl benzyl phthalate 100 92.40 ug/L 92 1-140 10 36 Chrysene 100 84.84 ug/L 85 44-140 6 53 Dibenz(a,h)anthracene 100 90.54 ug/L 91 1-200 4 75 Diethyl phthalate 100 83.73 ug/L 84 1-120 2 60 Dimethyl phthalate 100 83.58 ug/L 84 1-120 4 110 Di-n-butyl phthalate 100 89.35 ug/L 89 8-120 9 28 Di-n-octyl phthalate 100 95.61 ug/L 96 19-132 7 42 Fluoranthene 100 85.83 ug/L 86 43-121 6 40 Fluorene 100 80.91 ug/L 81 70-120 1 23 Hexachloro-1,3-butadiene 100 76.62 ug/L 77 38-120 4 38 Hexachlorobenzene 100 85.06 ug/L 85 8-142 6 33 Hexachlorocyclopentadiene 100 91.47 ug/L 91 46-135 4 20 Hexachloroethane 100 66.09 ug/L 66 55-120 11 32 Indeno[1,2,3-cd]pyrene 100 94.02 ug/L 94 1-151 5 60 Isophorone 100 71.28 ug/L 71 47-180 1 56 Naphthalene 100 70.49 ug/L 70 36-120 4 39 Nitrobenzene 100 68.25 ug/L 68 54-158 7 37 N-Nitrosodimethylamine 100 44.86 ug/L 45 38-120 1 20 N-Nitrosodi-n-propylamine 100 71.80 ug/L 72 14-198 5 52 N-Nitrosodiphenylamine 100 93.46 ug/L 93 79-127 5 20 Pentachlorophenol 100 72.61 ug/L 73 38-152 15 52 Phenanthrene 100 82.50 ug/L 82 65-120 7 24 Phenol 100 42.51 ug/L 43 17-120 6 39 Pyrene 100 88.78 ug/L 89 70-120 8 30 2,4,6-Tribromophenol (Surr)33 -139 Surrogate 94 LCSD LCSD Qualifier Limits%Recovery 852-Fluorobiphenyl (Surr)33 -126 542-Fluorophenol (Surr)12 -120 77Nitrobenzene-d5 (Surr)36 -120 33Phenol-d6 (Surr)10 -120 97p-Terphenyl-d14 (Surr)47 -131 Method: 608.3 - Organochlorine Pesticides in Water Client Sample ID: Method BlankLab Sample ID: MB 570-375186/1-A Matrix: Water Prep Type: Total/NA Analysis Batch: 375046 Prep Batch: 375186 RL 4,4'-DDD ND 0.010 ug/L 10/19/23 08:38 10/19/23 17:09 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier ND 0.0050 ug/L 10/19/23 08:38 10/19/23 17:09 14,4'-DDE ND 0.0050 ug/L 10/19/23 08:38 10/19/23 17:09 14,4'-DDT ND 0.0050 ug/L 10/19/23 08:38 10/19/23 17:09 1Aldrin ND 0.050 ug/L 10/19/23 08:38 10/19/23 17:09 1alpha-Chlordane ND 0.0020 ug/L 10/19/23 08:38 10/19/23 17:09 1alpha-BHC ND 0.0075 ug/L 10/19/23 08:38 10/19/23 17:09 1beta-BHC Eurofins Calscience Page 33 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 608.3 - Organochlorine Pesticides in Water (Continued) Client Sample ID: Method BlankLab Sample ID: MB 570-375186/1-A Matrix: Water Prep Type: Total/NA Analysis Batch: 375046 Prep Batch: 375186 RL delta-BHC ND 0.0050 ug/L 10/19/23 08:38 10/19/23 17:09 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier ND 0.0050 ug/L 10/19/23 08:38 10/19/23 17:09 1Dieldrin ND 0.0020 ug/L 10/19/23 08:38 10/19/23 17:09 1Endosulfan I ND 0.010 ug/L 10/19/23 08:38 10/19/23 17:09 1Endosulfan II ND 0.0050 ug/L 10/19/23 08:38 10/19/23 17:09 1Endosulfan sulfate ND 0.0050 ug/L 10/19/23 08:38 10/19/23 17:09 1Endrin ND 0.050 ug/L 10/19/23 08:38 10/19/23 17:09 1Endrin aldehyde ND 0.0050 ug/L 10/19/23 08:38 10/19/23 17:09 1Endrin ketone ND 0.015 ug/L 10/19/23 08:38 10/19/23 17:09 1gamma-Chlordane ND 0.0020 ug/L 10/19/23 08:38 10/19/23 17:09 1gamma-BHC (Lindane) ND 0.0020 ug/L 10/19/23 08:38 10/19/23 17:09 1Heptachlor ND 0.010 ug/L 10/19/23 08:38 10/19/23 17:09 1Heptachlor epoxide ND 0.010 ug/L 10/19/23 08:38 10/19/23 17:09 1Methoxychlor Tetrachloro-m-xylene (Surr)69 20-139 10/19/23 17:09 1 MB MB Surrogate 10/19/23 08:38 Dil FacPrepared AnalyzedQualifier Limits%Recovery 85 10/19/23 08:38 10/19/23 17:09 1DCB Decachlorobiphenyl (Surr)20-154 Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-375186/2-A Matrix: Water Prep Type: Total/NA Analysis Batch: 375046 Prep Batch: 375186 4,4'-DDD 0.0500 0.03603 ug/L 72 31-141 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits 4,4'-DDE 0.0500 0.03271 ug/L 65 30-145 4,4'-DDT 0.0500 0.03651 ug/L 73 25-160 Aldrin 0.0500 0.02248 ug/L 45 42-140 alpha-Chlordane 0.0500 0.03080 J ug/L 62 45-140 alpha-BHC 0.0500 0.03105 ug/L 62 37-140 beta-BHC 0.0500 0.03276 ug/L 66 17-147 delta-BHC 0.0500 0.01888 ug/L 38 19-140 Dieldrin 0.0500 0.03251 ug/L 65 36-146 Endosulfan I 0.0500 0.03139 ug/L 63 45-153 Endosulfan II 0.0500 0.03725 ug/L 74 1-202 Endosulfan sulfate 0.0500 0.03540 ug/L 71 26-144 Endrin 0.0500 0.04273 ug/L 85 30-147 Endrin aldehyde 0.0500 ND ug/L 65 50-135 Endrin ketone 0.0500 0.03632 ug/L 73 60-140 gamma-Chlordane 0.0500 0.03195 ug/L 64 45-140 gamma-BHC (Lindane)0.0500 0.03142 ug/L 63 32-140 Heptachlor 0.0500 0.03274 ug/L 65 34-140 Heptachlor epoxide 0.0500 0.03103 ug/L 62 37-142 Methoxychlor 0.0500 0.03962 ug/L 79 50-135 Tetrachloro-m-xylene (Surr)20 -139 Surrogate 72 LCS LCS Qualifier Limits%Recovery 87DCB Decachlorobiphenyl (Surr)20 -154 Eurofins Calscience Page 34 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 608.3 - Organochlorine Pesticides in Water (Continued) Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-375186/3-A Matrix: Water Prep Type: Total/NA Analysis Batch: 375046 Prep Batch: 375186 4,4'-DDD 0.0500 0.03650 ug/L 73 31-141 1 39 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD 4,4'-DDE 0.0500 0.03416 ug/L 68 30-145 4 35 4,4'-DDT 0.0500 0.03717 ug/L 74 25-160 2 42 Aldrin 0.0500 0.02429 ug/L 49 42-140 8 35 alpha-Chlordane 0.0500 0.03235 J ug/L 65 45-140 5 35 alpha-BHC 0.0500 0.03186 ug/L 64 37-140 3 36 beta-BHC 0.0500 0.03380 ug/L 68 17-147 3 44 delta-BHC 0.0500 0.01978 ug/L 40 19-140 5 52 Dieldrin 0.0500 0.03432 ug/L 69 36-146 5 49 Endosulfan I 0.0500 0.03327 ug/L 67 45-153 6 28 Endosulfan II 0.0500 0.03759 ug/L 75 1-202 1 53 Endosulfan sulfate 0.0500 0.03549 ug/L 71 26-144 0 38 Endrin 0.0500 0.04479 ug/L 90 30-147 5 48 Endrin aldehyde 0.0500 ND ug/L 65 50-135 1 25 Endrin ketone 0.0500 0.03599 ug/L 72 60-140 1 30 gamma-Chlordane 0.0500 0.03389 ug/L 68 45-140 6 35 gamma-BHC (Lindane)0.0500 0.03260 ug/L 65 32-140 4 39 Heptachlor 0.0500 0.03402 ug/L 68 34-140 4 43 Heptachlor epoxide 0.0500 0.03299 ug/L 66 37-142 6 26 Methoxychlor 0.0500 0.03874 ug/L 77 50-135 2 25 Tetrachloro-m-xylene (Surr)20 -139 Surrogate 73 LCSD LCSD Qualifier Limits%Recovery 81DCB Decachlorobiphenyl (Surr)20 -154 Method: 200.8 - Metals (ICP/MS) Client Sample ID: Method BlankLab Sample ID: MB 570-374289/1-A Matrix: Water Prep Type: Total Recoverable Analysis Batch: 375187 Prep Batch: 374289 RL Boron ND 50.0 ug/L 10/17/23 06:51 10/18/23 16:51 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-374289/2-A Matrix: Water Prep Type: Total Recoverable Analysis Batch: 375187 Prep Batch: 374289 Boron 800 766.2 ug/L 96 85-115 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-374289/3-A Matrix: Water Prep Type: Total Recoverable Analysis Batch: 375187 Prep Batch: 374289 Boron 800 773.7 ug/L 97 85-115 1 20 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD Eurofins Calscience Page 35 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 6010B - Metals (ICP) Client Sample ID: Method BlankLab Sample ID: MB 570-373874/1-A Matrix: Water Prep Type: Total Recoverable Analysis Batch: 374149 Prep Batch: 373874 RL Antimony ND 0.100 mg/L 10/16/23 07:51 10/16/23 13:45 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier ND 0.100 mg/L 10/16/23 07:51 10/16/23 13:45 1Arsenic ND 0.0100 mg/L 10/16/23 07:51 10/16/23 13:45 1Barium ND 0.0100 mg/L 10/16/23 07:51 10/16/23 13:45 1Beryllium ND 0.0100 mg/L 10/16/23 07:51 10/16/23 13:45 1Cadmium ND 0.0500 mg/L 10/16/23 07:51 10/16/23 13:45 1Chromium ND 0.0500 mg/L 10/16/23 07:51 10/16/23 13:45 1Cobalt ND 0.0500 mg/L 10/16/23 07:51 10/16/23 13:45 1Copper ND 0.0500 mg/L 10/16/23 07:51 10/16/23 13:45 1Lead ND 0.0500 mg/L 10/16/23 07:51 10/16/23 13:45 1Molybdenum ND 0.0500 mg/L 10/16/23 07:51 10/16/23 13:45 1Nickel ND 0.0500 mg/L 10/16/23 07:51 10/16/23 13:45 1Selenium ND 0.0100 mg/L 10/16/23 07:51 10/16/23 13:45 1Silver ND 0.0500 mg/L 10/16/23 07:51 10/16/23 13:45 1Thallium ND 0.0100 mg/L 10/16/23 07:51 10/16/23 13:45 1Vanadium ND 0.250 mg/L 10/16/23 07:51 10/16/23 13:45 1Zinc Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-373874/2-A Matrix: Water Prep Type: Total Recoverable Analysis Batch: 374149 Prep Batch: 373874 Antimony 0.500 0.5924 mg/L 118 80-120 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits Arsenic 0.500 0.5223 mg/L 104 80-120 Barium 0.500 0.5224 mg/L 104 80-120 Beryllium 0.500 0.5207 mg/L 104 80-120 Cadmium 0.500 0.5162 mg/L 103 80-120 Chromium 0.500 0.5283 mg/L 106 80-120 Cobalt 0.500 0.5227 mg/L 105 80-120 Copper 0.500 0.5298 mg/L 106 80-120 Lead 0.500 0.5221 mg/L 104 80-120 Molybdenum 0.500 0.5299 mg/L 106 80-120 Nickel 0.500 0.5239 mg/L 105 80-120 Selenium 0.500 0.4961 mg/L 99 80-120 Silver 0.250 0.2622 mg/L 105 80-120 Thallium 0.500 0.5264 mg/L 105 80-120 Vanadium 0.500 0.5107 mg/L 102 80-120 Zinc 0.500 0.5121 mg/L 102 80-120 Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-373874/3-A Matrix: Water Prep Type: Total Recoverable Analysis Batch: 374149 Prep Batch: 373874 Antimony 0.500 0.5804 mg/L 116 80-120 2 20 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD Arsenic 0.500 0.5061 mg/L 101 80-120 3 20 Barium 0.500 0.5096 mg/L 102 80-120 2 20 Beryllium 0.500 0.5077 mg/L 102 80-120 3 20 Cadmium 0.500 0.5012 mg/L 100 80-120 3 20 Eurofins Calscience Page 36 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 6010B - Metals (ICP) (Continued) Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-373874/3-A Matrix: Water Prep Type: Total Recoverable Analysis Batch: 374149 Prep Batch: 373874 Chromium 0.500 0.5138 mg/L 103 80-120 3 20 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD Cobalt 0.500 0.5093 mg/L 102 80-120 3 20 Copper 0.500 0.5069 mg/L 101 80-120 4 20 Lead 0.500 0.5104 mg/L 102 80-120 2 20 Molybdenum 0.500 0.5216 mg/L 104 80-120 2 20 Nickel 0.500 0.5099 mg/L 102 80-120 3 20 Selenium 0.500 0.4803 mg/L 96 80-120 3 20 Silver 0.250 0.2555 mg/L 102 80-120 3 20 Thallium 0.500 0.5173 mg/L 103 80-120 2 20 Vanadium 0.500 0.4979 mg/L 100 80-120 3 20 Zinc 0.500 0.4973 mg/L 99 80-120 3 20 Method: 7470A - Mercury (CVAA) Client Sample ID: Method BlankLab Sample ID: MB 570-374136/1-A Matrix: Water Prep Type: Total/NA Analysis Batch: 374520 Prep Batch: 374136 RL Mercury ND 0.000200 mg/L 10/16/23 15:37 10/17/23 16:09 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-374136/2-A Matrix: Water Prep Type: Total/NA Analysis Batch: 374520 Prep Batch: 374136 Mercury 0.00800 0.008564 mg/L 107 80-120 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-374136/3-A Matrix: Water Prep Type: Total/NA Analysis Batch: 374520 Prep Batch: 374136 Mercury 0.00800 0.008617 mg/L 108 80-120 1 10 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD Method: 1664A - HEM and SGT-HEM Client Sample ID: Method BlankLab Sample ID: MB 570-374532/1-A Matrix: Water Prep Type: Total/NA Analysis Batch: 375009 Prep Batch: 374532 RL HEM: Oil and Grease ND 1.00 mg/L 10/17/23 17:01 10/18/23 17:58 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier ND 1.00 mg/L 10/17/23 17:01 10/18/23 17:58 1HEM-SGT: Oil and Grease Eurofins Calscience Page 37 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 1664A - HEM and SGT-HEM (Continued) Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-374532/2-A Matrix: Water Prep Type: Total/NA Analysis Batch: 375009 Prep Batch: 374532 HEM: Oil and Grease 40.0 32.50 mg/L 81 78-114 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits HEM-SGT: Oil and Grease 20.0 13.60 mg/L 68 64-132 Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-374532/3-A Matrix: Water Prep Type: Total/NA Analysis Batch: 375009 Prep Batch: 374532 HEM: Oil and Grease 40.0 31.90 mg/L 80 78-114 2 18 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD HEM-SGT: Oil and Grease 20.0 16.00 mg/L 80 64-132 16 34 Method: SM 2540C - Solids, Total Dissolved (TDS) Client Sample ID: Method BlankLab Sample ID: MB 570-375347/1 Matrix: Water Prep Type: Total/NA Analysis Batch: 375347 RL Total Dissolved Solids ND 10.0 mg/L 10/19/23 14:07 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-375347/2 Matrix: Water Prep Type: Total/NA Analysis Batch: 375347 Total Dissolved Solids 1000 996.0 mg/L 100 84-108 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-375347/3 Matrix: Water Prep Type: Total/NA Analysis Batch: 375347 Total Dissolved Solids 1000 942.0 mg/L 94 84-108 6 10 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD Client Sample ID: MW-1Lab Sample ID: 570-156657-1 DU Matrix: Water Prep Type: Total/NA Analysis Batch: 375347 Total Dissolved Solids 1340 1336 mg/L 0.4 10 Analyte DU DU DUnitResult Qualifier Sample Result Sample Qualifier LimitRPD RPD Method: SM 2540D - Solids, Total Suspended (TSS) Client Sample ID: Method BlankLab Sample ID: MB 570-375483/1 Matrix: Water Prep Type: Total/NA Analysis Batch: 375483 RL Total Suspended Solids ND 1.00 mg/L 10/19/23 19:26 1 MB MB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier Eurofins Calscience Page 38 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Sample Results Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: SM 2540D - Solids, Total Suspended (TSS) (Continued) Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-375483/2 Matrix: Water Prep Type: Total/NA Analysis Batch: 375483 Total Suspended Solids 100 96.00 mg/L 96 77-116 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-375483/3 Matrix: Water Prep Type: Total/NA Analysis Batch: 375483 Total Suspended Solids 100 93.00 mg/L 93 77-116 3 10 Analyte LCSD LCSD DUnitResult Qualifier %Rec Spike Added %Rec Limits LimitRPD RPD Client Sample ID: MW-1Lab Sample ID: 570-156657-1 DU Matrix: Water Prep Type: Total/NA Analysis Batch: 375483 Total Suspended Solids 430 494.7 F3 mg/L 14 10 Analyte DU DU DUnitResult Qualifier Sample Result Sample Qualifier LimitRPD RPD Method: SM 5210B - BOD, 5-Day Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-373749/2-A Matrix: Water Prep Type: Total/NA Analysis Batch: 375267 Prep Batch: 373749 Biochemical Oxygen Demand 199 183.9 mg/L 93 84.6-115. 4 Analyte LCS LCS DUnitResult Qualifier %Rec Spike Added %Rec Limits Client Sample ID: Method BlankLab Sample ID: USB 570-375267/2 Matrix: Water Prep Type: Total/NA Analysis Batch: 375267 RL Biochemical Oxygen Demand 0.1000 0.0000020 0 mg/L 10/19/23 09:58 1 USB USB Analyte Dil FacAnalyzedPreparedDUnitResult Qualifier Eurofins Calscience Page 39 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Marginal Exceedance (ME) Summary Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 625.1 - Semivolatile Organic Compounds (GC/MS) Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-373879/2-A Matrix: Water Prep Type: Total/NA 1,2,4-Trichlorobenzene 100 75.88 ug/L 76 57-130 Analyte LCS LCS UnitResult Qualifier %Rec Spike Added %Rec. Limits ME %Rec. Limits 45-142 Marginal Exceedance Status 1,2-Diphenylhydrazine(as Azobenzene) 100 69.63 ug/L 70 57-120 47 131- 2,4,6-Trichlorophenol 100 85.69 ug/L 86 52-129 39 142- 2,4-Dichlorophenol 100 84.03 ug/L 84 53-122 42 134- 2,4-Dimethylphenol 100 98.74 ug/L 99 42-120 29 133- 2,4-Dinitrophenol 100 46.14 J ug/L 46 1-173 1 202- 2,4-Dinitrotoluene 100 82.86 ug/L 83 48-127 35 140- 2,6-Dinitrotoluene 100 87.40 ug/L 87 68-137 57 149- 2-Chloronaphthalene 100 81.30 ug/L 81 65-120 56 129- 2-Chlorophenol 100 83.57 ug/L 84 36-120 22 134- 2-Nitrophenol 100 91.06 ug/L 91 45-167 25 187- 3,3'-Dichlorobenzidine 100 79.61 ug/L 80 8-213 1 247- 4,6-Dinitro-2-methylphenol 100 57.19 ug/L 57 53-130 40 143- 4-Bromophenyl phenyl ether 100 80.10 ug/L 80 65-120 56 129- 4-Chloro-3-methylphenol 100 77.81 ug/L 78 41-128 27 143- 4-Chlorophenyl phenyl ether 100 82.16 ug/L 82 38-145 20 163- 4-Nitrophenol 100 29.67 ug/L 30 13-129 1 148- Acenaphthene 100 75.90 ug/L 76 60-132 48 144- Acenaphthylene 100 84.68 ug/L 85 54-126 42 138- Anthracene 100 79.30 ug/L 79 43-120 30 133- Benzidine 100 ND ug/L 21 20-143 1 164- Benzo[a]anthracene 100 79.87 ug/L 80 42-133 27 148- Benzo[a]pyrene 100 81.46 ug/L 81 32-148 13 167- Benzo[b]fluoranthene 100 80.03 ug/L 80 42-140 26 156- Benzo[g,h,i]perylene 100 87.47 ug/L 87 1-195 1 227- Benzo[k]fluoranthene 100 89.00 ug/L 89 25-146 5 166- Bis (2-chloroethoxy) methane 100 76.51 ug/L 77 49-165 30 184- Bis(2-chloroethyl)ether 100 77.26 ug/L 77 43-126 29 140- bis (2-chloroisopropyl) ether 100 58.99 *- me ug/L 59 63-139 50 152-ME Bis(2-ethylhexyl) phthalate 100 83.73 ug/L 84 29-137 11 155- Butyl benzyl phthalate 100 83.42 ug/L 83 1-140 1 163- Chrysene 100 79.57 ug/L 80 44-140 28 156- Dibenz(a,h)anthracene 100 87.25 ug/L 87 1-200 1 233- Diethyl phthalate 100 81.73 ug/L 82 1-120 1 140- Dimethyl phthalate 100 80.55 ug/L 81 1-120 1 140- Di-n-butyl phthalate 100 81.95 ug/L 82 8-120 1 139- Di-n-octyl phthalate 100 89.56 ug/L 90 19-132 1 151- Fluoranthene 100 80.59 ug/L 81 43-121 30 134- Fluorene 100 80.08 ug/L 80 70-120 62 128- Hexachloro-1,3-butadiene 100 79.74 ug/L 80 38-120 24 134- Hexachlorobenzene 100 80.13 ug/L 80 8-142 1 164- Hexachlorocyclopentadiene 100 88.27 ug/L 88 46-135 31 150- Hexachloroethane 100 74.08 ug/L 74 55-120 44 131- Indeno[1,2,3-cd]pyrene 100 89.83 ug/L 90 1-151 1 176- Isophorone 100 71.80 ug/L 72 47-180 25 202- Naphthalene 100 73.24 ug/L 73 36-120 22 134- Nitrobenzene 100 73.19 ug/L 73 54-158 37 175- N-Nitrosodimethylamine 100 45.37 ug/L 45 38-120 24 134- N-Nitrosodi-n-propylamine 100 68.26 ug/L 68 14-198 1 229- Eurofins Calscience Page 40 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Marginal Exceedance (ME) Summary Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 625.1 - Semivolatile Organic Compounds (GC/MS) (Continued) Client Sample ID: Lab Control SampleLab Sample ID: LCS 570-373879/2-A Matrix: Water Prep Type: Total/NA N-Nitrosodiphenylamine 100 88.81 ug/L 89 79-127 Analyte LCS LCS UnitResult Qualifier %Rec Spike Added %Rec. Limits ME %Rec. Limits 71-135 Marginal Exceedance Status Pentachlorophenol 100 62.67 ug/L 63 38-152 19 171- Phenanthrene 100 76.78 ug/L 77 65-120 56 129- Phenol 100 40.14 ug/L 40 17-120 1 137- Pyrene 100 81.79 ug/L 82 70-120 62 128- Summary Number of Analytes Reported 54 Number of Marginal Exceedances Allowed 3 Number of Marginal Exceedances Found 1 ME = Marginal Exceedance Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-373879/3-A Matrix: Water Prep Type: Total/NA 1,2,4-Trichlorobenzene 100 74.37 ug/L 74 57-130 Analyte LCSD LCSD UnitResult Qualifier %Rec Spike Added %Rec. Limits ME %Rec. Limits 45-142 Marginal Exceedance Status 1,2-Diphenylhydrazine(as Azobenzene) 100 74.40 ug/L 74 57-120 47 131- 2,4,6-Trichlorophenol 100 84.69 ug/L 85 52-129 39 142- 2,4-Dichlorophenol 100 81.69 ug/L 82 53-122 42 134- 2,4-Dimethylphenol 100 97.29 ug/L 97 42-120 29 133- 2,4-Dinitrophenol 100 47.65 J ug/L 48 1-173 1 202- 2,4-Dinitrotoluene 100 87.26 ug/L 87 48-127 35 140- 2,6-Dinitrotoluene 100 86.73 ug/L 87 68-137 57 149- 2-Chloronaphthalene 100 81.30 ug/L 81 65-120 56 129- 2-Chlorophenol 100 78.64 ug/L 79 36-120 22 134- 2-Nitrophenol 100 83.28 ug/L 83 45-167 25 187- 3,3'-Dichlorobenzidine 100 88.67 ug/L 89 8-213 1 247- 4,6-Dinitro-2-methylphenol 100 66.87 ug/L 67 53-130 40 143- 4-Bromophenyl phenyl ether 100 82.43 ug/L 82 65-120 56 129- 4-Chloro-3-methylphenol 100 77.49 ug/L 77 41-128 27 143- 4-Chlorophenyl phenyl ether 100 81.16 ug/L 81 38-145 20 163- 4-Nitrophenol 100 34.34 ug/L 34 13-129 1 148- Acenaphthene 100 78.43 ug/L 78 60-132 48 144- Acenaphthylene 100 83.79 ug/L 84 54-126 42 138- Anthracene 100 84.24 ug/L 84 43-120 30 133- Benzidine 100 ND *- *1 me ug/L 12 20-143 1 164-ME Benzo[a]anthracene 100 85.35 ug/L 85 42-133 27 148- Benzo[a]pyrene 100 85.03 ug/L 85 32-148 13 167- Benzo[b]fluoranthene 100 86.07 ug/L 86 42-140 26 156- Benzo[g,h,i]perylene 100 90.85 ug/L 91 1-195 1 227- Benzo[k]fluoranthene 100 92.74 ug/L 93 25-146 5 166- Bis (2-chloroethoxy) methane 100 74.84 ug/L 75 49-165 30 184- Bis(2-chloroethyl)ether 100 74.61 ug/L 75 43-126 29 140- bis (2-chloroisopropyl) ether 100 55.77 *- me ug/L 56 63-139 50 152-ME Bis(2-ethylhexyl) phthalate 100 87.58 ug/L 88 29-137 11 155- Butyl benzyl phthalate 100 92.40 ug/L 92 1-140 1 163- Chrysene 100 84.84 ug/L 85 44-140 28 156- Dibenz(a,h)anthracene 100 90.54 ug/L 91 1-200 1 233- Eurofins Calscience Page 41 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Marginal Exceedance (ME) Summary Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method: 625.1 - Semivolatile Organic Compounds (GC/MS) (Continued) Client Sample ID: Lab Control Sample DupLab Sample ID: LCSD 570-373879/3-A Matrix: Water Prep Type: Total/NA Diethyl phthalate 100 83.73 ug/L 84 1-120 Analyte LCSD LCSD UnitResult Qualifier %Rec Spike Added %Rec. Limits ME %Rec. Limits 1-140 Marginal Exceedance Status Dimethyl phthalate 100 83.58 ug/L 84 1-120 1 140- Di-n-butyl phthalate 100 89.35 ug/L 89 8-120 1 139- Di-n-octyl phthalate 100 95.61 ug/L 96 19-132 1 151- Fluoranthene 100 85.83 ug/L 86 43-121 30 134- Fluorene 100 80.91 ug/L 81 70-120 62 128- Hexachloro-1,3-butadiene 100 76.62 ug/L 77 38-120 24 134- Hexachlorobenzene 100 85.06 ug/L 85 8-142 1 164- Hexachlorocyclopentadiene 100 91.47 ug/L 91 46-135 31 150- Hexachloroethane 100 66.09 ug/L 66 55-120 44 131- Indeno[1,2,3-cd]pyrene 100 94.02 ug/L 94 1-151 1 176- Isophorone 100 71.28 ug/L 71 47-180 25 202- Naphthalene 100 70.49 ug/L 70 36-120 22 134- Nitrobenzene 100 68.25 ug/L 68 54-158 37 175- N-Nitrosodimethylamine 100 44.86 ug/L 45 38-120 24 134- N-Nitrosodi-n-propylamine 100 71.80 ug/L 72 14-198 1 229- N-Nitrosodiphenylamine 100 93.46 ug/L 93 79-127 71 135- Pentachlorophenol 100 72.61 ug/L 73 38-152 19 171- Phenanthrene 100 82.50 ug/L 82 65-120 56 129- Phenol 100 42.51 ug/L 43 17-120 1 137- Pyrene 100 88.78 ug/L 89 70-120 62 128- Summary Number of Analytes Reported 54 Number of Marginal Exceedances Allowed 3 Number of Marginal Exceedances Found 2 ME = Marginal Exceedance Eurofins Calscience Page 42 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Association Summary Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 GC/MS VOA Analysis Batch: 374593 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 624.1570-156657-1 MW-1 Total/NA Water 624.1MB 570-374593/7 Method Blank Total/NA Water 624.1LCS 570-374593/4 Lab Control Sample Total/NA Water 624.1LCSD 570-374593/5 Lab Control Sample Dup Total/NA Analysis Batch: 374594 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 8260B570-156657-1 MW-1 Total/NA Water 8260BMB 570-374594/7 Method Blank Total/NA Water 8260BLCS 570-374594/4 Lab Control Sample Total/NA Water 8260BLCSD 570-374594/5 Lab Control Sample Dup Total/NA Analysis Batch: 376130 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 624.1570-156657-1 - RA MW-1 Total/NA Water 624.1MB 570-376130/8 Method Blank Total/NA Water 624.1LCS 570-376130/4 Lab Control Sample Total/NA Water 624.1LCSD 570-376130/5 Lab Control Sample Dup Total/NA GC/MS Semi VOA Prep Batch: 373879 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 625.1570-156657-1 MW-1 Total/NA Water 625.1MB 570-373879/1-A Method Blank Total/NA Water 625.1LCS 570-373879/2-A Lab Control Sample Total/NA Water 625.1LCSD 570-373879/3-A Lab Control Sample Dup Total/NA Analysis Batch: 374833 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 625.1 373879570-156657-1 MW-1 Total/NA Water 625.1 373879MB 570-373879/1-A Method Blank Total/NA Water 625.1 373879LCS 570-373879/2-A Lab Control Sample Total/NA Water 625.1 373879LCSD 570-373879/3-A Lab Control Sample Dup Total/NA GC Semi VOA Analysis Batch: 375046 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 608.3 375186MB 570-375186/1-A Method Blank Total/NA Water 608.3 375186LCS 570-375186/2-A Lab Control Sample Total/NA Water 608.3 375186LCSD 570-375186/3-A Lab Control Sample Dup Total/NA Prep Batch: 375186 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 608570-156657-1 MW-1 Total/NA Water 608MB 570-375186/1-A Method Blank Total/NA Water 608LCS 570-375186/2-A Lab Control Sample Total/NA Water 608LCSD 570-375186/3-A Lab Control Sample Dup Total/NA Eurofins Calscience Page 43 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Association Summary Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 GC Semi VOA Analysis Batch: 375471 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 608.3 375186570-156657-1 MW-1 Total/NA Metals Prep Batch: 373874 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 3005A570-156657-1 MW-1 Total Recoverable Water 3005AMB 570-373874/1-A Method Blank Total Recoverable Water 3005ALCS 570-373874/2-A Lab Control Sample Total Recoverable Water 3005ALCSD 570-373874/3-A Lab Control Sample Dup Total Recoverable Prep Batch: 374136 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 7470A570-156657-1 MW-1 Total/NA Water 7470AMB 570-374136/1-A Method Blank Total/NA Water 7470ALCS 570-374136/2-A Lab Control Sample Total/NA Water 7470ALCSD 570-374136/3-A Lab Control Sample Dup Total/NA Analysis Batch: 374149 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 6010B 373874MB 570-373874/1-A Method Blank Total Recoverable Water 6010B 373874LCS 570-373874/2-A Lab Control Sample Total Recoverable Water 6010B 373874LCSD 570-373874/3-A Lab Control Sample Dup Total Recoverable Prep Batch: 374289 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 200.8570-156657-1 MW-1 Total Recoverable Water 200.8MB 570-374289/1-A Method Blank Total Recoverable Water 200.8LCS 570-374289/2-A Lab Control Sample Total Recoverable Water 200.8LCSD 570-374289/3-A Lab Control Sample Dup Total Recoverable Analysis Batch: 374520 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 7470A 374136MB 570-374136/1-A Method Blank Total/NA Water 7470A 374136LCS 570-374136/2-A Lab Control Sample Total/NA Water 7470A 374136LCSD 570-374136/3-A Lab Control Sample Dup Total/NA Analysis Batch: 374550 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 6010B 373874570-156657-1 MW-1 Total Recoverable Analysis Batch: 374620 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 7470A 374136570-156657-1 MW-1 Total/NA Analysis Batch: 375187 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 200.8 374289570-156657-1 MW-1 Total Recoverable Water 200.8 374289MB 570-374289/1-A Method Blank Total Recoverable Water 200.8 374289LCS 570-374289/2-A Lab Control Sample Total Recoverable Water 200.8 374289LCSD 570-374289/3-A Lab Control Sample Dup Total Recoverable Eurofins Calscience Page 44 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 QC Association Summary Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 General Chemistry Prep Batch: 373749 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water BOD Prep570-156657-1 MW-1 Total/NA Water BOD PrepLCS 570-373749/2-A Lab Control Sample Total/NA Prep Batch: 374532 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 1664A570-156657-1 MW-1 Total/NA Water 1664AMB 570-374532/1-A Method Blank Total/NA Water 1664ALCS 570-374532/2-A Lab Control Sample Total/NA Water 1664ALCSD 570-374532/3-A Lab Control Sample Dup Total/NA Analysis Batch: 375009 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water 1664A 374532570-156657-1 MW-1 Total/NA Water 1664A 374532MB 570-374532/1-A Method Blank Total/NA Water 1664A 374532LCS 570-374532/2-A Lab Control Sample Total/NA Water 1664A 374532LCSD 570-374532/3-A Lab Control Sample Dup Total/NA Analysis Batch: 375267 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water SM 5210B 373749570-156657-1 MW-1 Total/NA Water SM 5210BUSB 570-375267/2 Method Blank Total/NA Water SM 5210B 373749LCS 570-373749/2-A Lab Control Sample Total/NA Analysis Batch: 375347 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water SM 2540C570-156657-1 MW-1 Total/NA Water SM 2540CMB 570-375347/1 Method Blank Total/NA Water SM 2540CLCS 570-375347/2 Lab Control Sample Total/NA Water SM 2540CLCSD 570-375347/3 Lab Control Sample Dup Total/NA Water SM 2540C570-156657-1 DU MW-1 Total/NA Analysis Batch: 375483 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch Water SM 2540D570-156657-1 MW-1 Total/NA Water SM 2540DMB 570-375483/1 Method Blank Total/NA Water SM 2540DLCS 570-375483/2 Lab Control Sample Total/NA Water SM 2540DLCSD 570-375483/3 Lab Control Sample Dup Total/NA Water SM 2540D570-156657-1 DU MW-1 Total/NA Eurofins Calscience Page 45 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Lab Chronicle Client: Atlas Engineering West, Inc.Job ID: 570-156657-1 Project/Site: Tyler Street Sewer Rplc / 10206.000 Client Sample ID: MW-1 Lab Sample ID: 570-156657-1 Matrix: WaterDate Collected: 10/13/23 10:00 Date Received: 10/13/23 11:42 Analysis 624.1 CG10/17/23 22:121 EET CAL 4374593 Type Batch Method Batch Prep Type LabAnalystRun Prepared or Analyzed Initial Amount Amount Final Batch NumberFactor Dil Total/NA 5 mL 5 mL Instrument ID: GCMSPP Analysis 624.1 RA 1 376130 10/23/23 13:49 VYF4 EET CAL 4Total/NA 5 mL 5 mL GCMSXXInstrument ID: Analysis 8260B 1 374594 10/17/23 22:12 CG EET CAL 4Total/NA 5 mL 5 mL GCMSPPInstrument ID: Prep 625.1 373879 10/16/23 08:28 OAJ3 EET CAL 4Total/NA 1034.3 mL 2 mL Analysis 625.1 1 374833 10/18/23 20:06 UX77 EET CAL 4Total/NA 1 mL 1 mL GCMS83Instrument ID: Prep 608 375186 10/19/23 08:39 OAJ3 EET CAL 4Total/NA 1035.4 mL 1 mL Analysis 608.3 1 375471 10/20/23 14:43 N5Y3 EET CAL 4Total/NA 1 mL 1 mL GC54AInstrument ID: Prep 200.8 374289 10/17/23 06:51 JP8N EET CAL 4Total Recoverable 50 mL 50 mL Analysis 200.8 1 375187 10/18/23 17:22 C0YH EET CAL 4Total Recoverable ICPMS10Instrument ID: Prep 3005A 373874 10/16/23 07:51 JP8N EET CAL 4Total Recoverable 50 mL 50 mL Analysis 6010B 1 374550 10/17/23 15:58 P1R EET CAL 4Total Recoverable ICP10Instrument ID: Prep 7470A 374136 10/16/23 15:37 CS5Z EET CAL 4Total/NA 25 mL 50 mL Analysis 7470A 1 374620 10/17/23 20:34 CS5Z EET CAL 4Total/NA HG9Instrument ID: Prep 1664A 374532 10/17/23 17:01 USUL EET CAL 4Total/NA 1051 mL 1000 mL Analysis 1664A 1 375009 10/18/23 17:58 YTB4 EET CAL 4Total/NA NO EQUIQInstrument ID: Analysis SM 2540C 1 375347 10/19/23 14:07 ZL7L EET CAL 4Total/NA 50 mL 1000 mL BAL100Instrument ID: Analysis SM 2540D 1 375483 10/19/23 19:27 JB EET CAL 4Total/NA 150 mL 1000 mL BAL71Instrument ID: Prep BOD Prep 373749 10/14/23 10:24 TN8Z EET CAL 4Total/NA Analysis SM 5210B 1 375267 10/19/23 11:22 TN8Z EET CAL 4Total/NA 300 mL 300 mL BOD3Instrument ID: Laboratory References: EET CAL 4 = Eurofins Calscience Tustin, 2841 Dow Avenue, Tustin, CA 92780, TEL (714)895-5494 Eurofins Calscience Page 46 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Accreditation/Certification Summary Client: Atlas Engineering West, Inc.Job ID: 570-156657-1 Project/Site: Tyler Street Sewer Rplc / 10206.000 Laboratory: Eurofins Calscience Unless otherwise noted, all analytes for this laboratory were covered under each accreditation/certification below. Authority Program Identification Number Expiration Date California State 3082 07-31-24 The following analytes are included in this report, but the laboratory is not certified by the governing authority. This list may include analytes for which the agency does not offer certification. Analysis Method Prep Method Matrix Analyte 200.8 200.8 Water Boron 608.3 608 Water alpha-Chlordane 608.3 608 Water Endrin ketone 608.3 608 Water gamma-Chlordane 624.1 Water cis-1,2-Dichloroethene 624.1 Water Dichlorodifluoromethane 624.1 Water Methyl-t-Butyl Ether (MTBE) 8260B Water 1,1,2-Trichloro-1,2,2-trifluoroethane 8260B Water 1,1-Dichloropropene 8260B Water 1,2,3-Trichlorobenzene 8260B Water 1,2,4-Trimethylbenzene 8260B Water 1,3,5-Trimethylbenzene 8260B Water 1,3-Dichloropropane 8260B Water 2,2-Dichloropropane 8260B Water 2-Butanone 8260B Water 2-Chlorotoluene 8260B Water 2-Hexanone 8260B Water Acetone 8260B Water Isopropylbenzene 8260B Water p-Isopropyltoluene 8260B Water Vinyl acetate SM 2540C Water Total Dissolved Solids Oregon NELAP 4175 02-02-24 Eurofins Calscience Page 47 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Method Summary Job ID: 570-156657-1Client: Atlas Engineering West, Inc. Project/Site: Tyler Street Sewer Rplc / 10206.000 Method Method Description LaboratoryProtocol EPA624.1 Volatile Organic Compounds (GC/MS)EET CAL 4 SW8468260BVolatile Organic Compounds (GC/MS)EET CAL 4 EPA625.1 Semivolatile Organic Compounds (GC/MS)EET CAL 4 EPA608.3 Organochlorine Pesticides in Water EET CAL 4 EPA200.8 Metals (ICP/MS)EET CAL 4 SW8466010BMetals (ICP)EET CAL 4 SW8467470AMercury (CVAA)EET CAL 4 1664A1664AHEM and SGT-HEM EET CAL 4 SMSM 2540C Solids, Total Dissolved (TDS)EET CAL 4 SMSM 2540D Solids, Total Suspended (TSS)EET CAL 4 SMSM 5210B BOD, 5-Day EET CAL 4 1664A1664AHEM and SGT-HEM (Aqueous)EET CAL 4 EPA200.8 Preparation, Total Recoverable Metals EET CAL 4 SW8463005APreparation, Total Recoverable or Dissolved Metals EET CAL 4 SW8465030CPurge and Trap EET CAL 4 EPA608Liquid-Liquid Extraction (Separatory Funnel)EET CAL 4 40CFR136A625.1 Liquid-Liquid Extraction EET CAL 4 SW8467470APreparation, Mercury EET CAL 4 SMBOD Prep Preparation, BOD EET CAL 4 Protocol References: 1664A = EPA-821-98-002 40CFR136A = "Methods for Organic Chemical Analysis of Municipal Industrial Wastewater", 40CFR, Part 136, Appendix A, October 26, 1984 and subsequent revisions. EPA = US Environmental Protection Agency SM = "Standard Methods For The Examination Of Water And Wastewater" SW846 = "Test Methods For Evaluating Solid Waste, Physical/Chemical Methods", Third Edition, November 1986 And Its Updates. Laboratory References: EET CAL 4 = Eurofins Calscience Tustin, 2841 Dow Avenue, Tustin, CA 92780, TEL (714)895-5494 Eurofins Calscience Page 48 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Sample Summary Client: Atlas Engineering West, Inc.Job ID: 570-156657-1 Project/Site: Tyler Street Sewer Rplc / 10206.000 Lab Sample ID Client Sample ID Matrix Collected Received 570-156657-1 MW-1 Water 10/13/23 10:00 10/13/23 11:42 Eurofins CalsciencePage 49 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Page 50 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Pa g e 5 1 o f 5 2 10 / 2 6 / 2 0 2 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Login Sample Receipt Checklist Client: Atlas Engineering West, Inc.Job Number: 570-156657-1 Login Number: 156657 Question Answer Comment Creator: Patel, Jayesh List Source: Eurofins Calscience List Number: 1 N/ARadioactivity wasn't checked or is </= background as measured by a survey meter. TrueThe cooler's custody seal, if present, is intact. TrueSample custody seals, if present, are intact. TrueThe cooler or samples do not appear to have been compromised or tampered with. TrueSamples were received on ice. TrueCooler Temperature is acceptable. TrueCooler Temperature is recorded. TrueCOC is present. TrueCOC is filled out in ink and legible. TrueCOC is filled out with all pertinent information. TrueIs the Field Sampler's name present on COC? TrueThere are no discrepancies between the containers received and the COC. TrueSamples are received within Holding Time (excluding tests with immediate HTs) TrueSample containers have legible labels. TrueContainers are not broken or leaking. TrueSample collection date/times are provided. TrueAppropriate sample containers are used. TrueSample bottles are completely filled. TrueSample Preservation Verified. TrueThere is sufficient vol. for all requested analyses, incl. any requested MS/MSDs TrueContainers requiring zero headspace have no headspace or bubble is <6mm (1/4"). TrueMultiphasic samples are not present. TrueSamples do not require splitting or compositing. N/AResidual Chlorine Checked. Eurofins Calscience Page 52 of 52 10/26/2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Appendix D As-Built Drawings F! 3JV7d 3 Y/.1OUd -N t'7d H - - - -- - - - -- -I- IS- •fl. -S - I - / / LLJ '7L 4/4 /—Z / -Hz--:7/ / -/_/ 94r 54LV4G /E Eci N / / - 'G4T / / V/7 c -0 Af 77/-u5 /(& - - / 4C L Qf' T 4 LJJ - nterline --- - -- - -- - -- ---/LLJ - 8" Tl,rE W4Th7 I I I \ U U —Ionic _-- \ Q73 it -17,4. I \ - .- --- I I QO _O77 Cce.'i 7't' 770A/ m 0 G) m 0 -n -u 33 -1 0 z -1 I U) r z m z 0 C 0 -I 0 0 I m 11 VAL L E Y STREE 'VOTE. F 7o1gt C/1,5 7JU7 5 '. ) /00' car a-5: 5) ','20,'l E%/5 r ' c1e0a1A) O 5?'E7 z ID C_Il C- CAPL5!340 J 2. J L I - -- ENfrJEE'H.;6 CPtr'-rrJr- - -_- - S --- -------- - - . - ! Q VALLEY 5TREET P 0 0 I-tz: 7 J I J'97 jE .CITY J: 11 Ji— ND. 16 sio _ fl I/.t'7d 171:JW/il- Mi ii I A , irç TT /III/I iLi. Lii _JL (fl <H MAR S S 15 -12417 = 16-1 17(,1,20 5TA Z. Rye. END (or- cO'JrcctV hi -7 9772.CO4 A IV072F - - 4C W4 LLJ Li .5yls 77 Ic, OM 4xkz, - - co -- I 070200 kV/rEde >' Ta/-i' _•_5/, I LLJ 11 1 W4TJ 47,vt k C/- ,ezx45 N / j / \ / A A ir /V af39' w T,/'T /631 VA L L E Y S T RE E T A3 L3d/LT /A2,VcSTS FE-S. 21. -,C.JLIJ. CITY OF C4PL5 [ & ] 936 Ir\j EI'\)S tk\ETh1 f\j r I 7 - -, ---' VALLEY 517REET --- - ------- -J — _J/972 CIr/EJEt&, }47 J"=3(D' c/ 1 1PDET f--kD --- — '7- Ui1'\J5 t\fO :LrD i - if 7 'I-IL ltd L A ND TC T 250 MAP / 8 / 71 94t, _____ r / / _________________ _( --••-_--• / _ ____ 62' Ole 8 7e4m7rt 1' L - \ - \ • /3 - 90.' r4,.. 4c'. / fl7/O,4 ecv C\j Ib4LT LU Li (1) IVP(50,39IJ41 t 1-HUM L ANDS NO 7f: fA9/W 9 C//EST/V(IT 5 'L ,V /00 / C(JT OF 50 'F4'04'/ L'7/ST CñOM/V OF 5TIET MAP 245 T(" T. /68/ VA L L E Y Jib-u -rctry OF CPL5AD] -- [ I JEtJ1'JLLir5 P V 1 !fTI STREE T VALLEY 5TREET - ---V I - F ri jfrry W. . ----- ..j VV - - 134- AS 8U/LT CWNVGES FEÔ. 2/, 64 iJW -- . - V -V.----- - __V. _ -V - .- - ,- -- -.-_•.'v.-. -. •--• -- - . V.-- _V__V. - ------- ~ I ~_Nss. _T . . . . .. . -. . . . .--. -.-. .... ... . - - -...-.--.-. lgaa an Mel fill RENOWN W-00mm No fiamommom Elm 05ammmm EMIMME OEM MEN= amm sea MIN MIN mom V-141-1 ATZA Ism 03-11 rim a m im ESE mim INE jILI} m Emig aR w 0 WON WIN M001, I'm Rif Mimm mommmiamem R-Smammimm— m IN Manor gg m IN gs No MEN wimmalffimmm ammmmmmiffimim-- mmmWERM im MONO 0MONW-3 Min' iiEJi ilu!pI!! Imam low i mmommomMi rdwgmm __ mom IN I!!I limmiffillimm immm IN man I mon omm miffibmwRa M INN on ~mm Mm now =on man WIN NOON mmaimm mommm mm mom im NOON mmmmommmm Imm mmmim mommm WIN ii immommalm MON 00 am 0 m m In U! mmommimmom __ UE 11111111 MEN I WIN iiiuiIuuii !i1I'JI Kz Im__ NINE! --OWN - IIIIIE=IiI1IbiE1IEJI: IIIIUII_I 11111 II III I!imIi,IIi1lI _F /ji I I ILl f/i MAR LAIIL)5 /5/ , 20 '- 5TA Z- .T... . . r i.• a"'74c W4TtE ,j,9 - -- . ----• --"--• -- • . -. . •. .. - .510/ri. //. \ . .. -. \.Es*, v• - - T7 - \ \ I iAll tz (J /, l) . TE/UM .. . LANDS - 77ff TO cJi VA L. L E Y //:) TE: M4' C56-7 P1e /3' /v57,77/ - ST FEET 45 C/I%'//6 64 GENERAL NOTES: U; AN NUDE PSI DI N ALL PLANS PREVIOUSLY APPROVED BY THE CITY CARLSBAD REGARDING IMPROVEMENTS SHOWN ON THIS SET OF PLANS. APPROVAL OF THIS PLAN DOES NOT LESSEN OF WAIVE ANY PORTION OF THE CARLSBAD MUNICIPAL CODE, RESOLUTION OF CONDITIONAL APPROVAL, CITY IANDARDS OR OTHER ADDITIONAL DOCUMENTS LISTED HERON AS THEY MAY ERTAIN TO THIS PROJECT. THE ENGINEER IN RESPONSIBLE CHARGE SHALL REVISE THESE PLANS WHEN NON-CONFORMANCE IS DISCOVERED. flITY APPROVAL. OF PLANS DOES NOT PELIEVE THE DEVELOPER OR ENGINEER- )F-WORK FROM RESPONSIBILITY FOR THE CORRECTION OF ERRORS AND (.)MISSIONS DISCOVERED DURING CONSTRUCTION. ALL PLAN REVISIONS SHALL HE PROMPTLY SUBMITTED TO THE CITY ENGINEER FOR APPROVAL. RIGHT-OF-WAY PERMIT FROM THE CITY ENGINEER SHALL BE REQUIRED FOR ANY WORK IN THE PUB[ IC RIGHT OF WAY. PRIOR TO PERMIT ISSUANCE-, A CERTIFICATE OF INSURANCE MUST BE FILED NAMING THE CITY OF CARLSBAD AS AN INSURED ON THE PERMITTEE'S POLICY IN THE MINIMUM AMOUNT OF $1,000,000.00 FOR EACH OCCURANCE OF LIABILITY. THE INSURANCE COMPANY WRITING THE POLICY MUST HAVE A RATING OF "A" AND A SIZE CATEGORY OF CLASS V AS ESTABLISHED BY "BESTS" KEY RATING GUIDE. N. NO WORK SHALL BE COMMENCE UNTIL- ALL PERMITS HAVE BEEN OBTAINED FROM THE CIIY AND ALL OTHER APPROPRIATE AGENCIES. C. REVISLUN OF THESE PLANS MAY BE REQUIRED IF THE PROPOSED IMPROVEMENTS ARE NOT CONSTRUCTED PRIOR TO THE DEAD LINE DATE OF THE IMPROVEMENT AGREEMENT. 7. NO REVISIONS WILL BE MADE TO THESE PLANS WITHOUT THE WRITTEN APPROVAL OF THE CITY ENGINEER, NOTED WITHIN THE REVISION BLOCK, ON THE APPROPRIATE SHEET OF THE PLANS AND TITLE SHEET. 6. URR;INAL DRAWINGS SHALL BECOME THE PROPERTY OF THE CITY UPON BEING SIGNED BY THE CITY ENGINEER. ¶4 . THE ORIGINAL DRAWING SHALL BE REVISED TO REFLECT AS-BUILT CONDITIONS BY THE ENGINEER-OF-WORK PRIOR TO FINAL ACCEPTANCE OF THE WORK BY THE CITY. ACCESS FOR FIRE AND OTHER EMERGENCY VEHICLES SHALL BE MAINTAINED TO THE PROJECT SITE AT ALL TIMES DURING CONSTRUCTION. WHERE TRENCHES ARE WITHIN CITY EASEMENTS, A SOILS REPORT COMPRISED OF: (A) SUMMARY SHEET, (B) LABORATORY WORK SHEETS AND (C) COMPACTION CURVES, SHALL BE SUBMITTED BY A PROFESSIONAL ENGINEER OF THE STATE OF CALIFORNIA, PRINCIPALLY DOING BUSINESS IN THE FIELD OF APPLIED SOILS MECHANICS. THE SOILS REPORT WILL BE SUBMITTED TO THE CITY ENGINEERING INSPECTOR WITHIN TWO WORKING DAYS OF COMPLETION OF FIELD TESTS THE WRIITEN FIELD COMPACTION REPORT(S) SHALL BE IMMEDIATELY SUBMITTED TO THE CITY ENGINEERING INSPECTOR UPON COMPLETION OF THE FIELD TESTS. A PRECONSTRUCTION MEETING SHALL BE HELD AT THE SITE PRIOR TO THE BEGINNING OF WORK AND SHALL BE ATTENDED BY ALL REPRESENTATIVES RESPONSIBLE FOR CONSTRUCTION, INSPECTIONUPERVISION, TESTING AND ALL OTHER ASPECTS OF THE WORK. THE CONTRACTOR SHALL SCHEDULE THE MEETING THROUGH THE PERMIT CLERK(438-3634) AT LEAST FIVE(5) WORKING DAYS PRIOR 10 STARTING CONSTRUCTION. APPROVED DRAWINGS MUST BE AVAILABLE PRIOR TO SCHEDULING. ALL INSPECTION REQUESTS OTHER THAN FOR PRECONSTRUCTION MEETING WILL BE MADE BY CALLING THE ENGINEERING 24-HOUR INSPECTION REQUEST LINE Al (7Q 438-3891. INSPECTION REQUESTS MUST BE RECEIVED PRIOR TO 2:00 P.M. ON THE DAY BEFORE THE INSPECTION IS NEEDED. INSPECTIONS WILL BE MADE THE NEXT WORK DAY UNLESS YOU REQUEST OTHERWISE. REQUESTS MADE AFTER 2:00 P.M. WILL BE SCHEDULED FOR TWO FULL WORK DAYS LATER. 14. THE OWNER AND/OR APPLICANT THROUGH THE DEVELOPER AND/OR CONTRACTOR SHALL DESIGN, CONSTRUCT AND MAINTAIN ALL SAFETY DEVICES. INCLUDING SHORING, AND SHALL BE SOLELY RESPONSIBLE FOR CONFIRMING JO ALL LOCAL, STATE AND FEDERAL SAFETY AND HEALTH STANDARDS, LAWS AND REGULATIONS. 1 5. THE CONTRACTOR SHALL CONFORM TO LABOR CODE SECTION 6705 BY SUBMITTING A DETAIL PLAN TO THE CITY ENGINEER AND/OR CONCERNED AGENCY SHOWING THE DESIGN OF SHORING, BRACING SLOPING OR OTHER PROVISIONS TO BE MADE OF WORKER PROTECTION FROM THE HAZARD OF CAVING GROUND DURING THE EXCAVATING OF SUCH TRENCH OR TRENCHES OR DURING THE PIPE INSTALLATION THEREIN. THIS PLAN MUST BE PREPARED FOR ALL TRENCHES FIVE FEET (5') OR MORE IN DEPTH AND APPROVED BY THE CITY ENGINEER AND/OR CONCERNED AGENCY PRIOR TO EXCAVATION. IF THE PLAN VARIES FROM THE SHORING SYSTEM STANDARDS ESTABLISHED BY THE CONSTRUCTION SAFETY ORDERS, TITLE 8 CALIFORNIA ADMINISTRATIVE CODE. THE PLAN SHALL BE PREPARED BY AN ENGINEER AT THE CONTRACTORS EXPENSE. A COPY OF THE OSHA EXCAVATION PERMIT MUST BE SUBMITTED TO THE INSPECTOR PRIOR TO EXCAVATION. IF ANY ARCHAEOLOGICAL RESOURCES ARE DISCOVERED WITHIN ANY WORK ZONE DURING CONSTRUCTION,OPERATIONSWILL CEASE IMMEDIATELY,_AND THE PERMITTEE WILL NOTIFY THE CITY ENGINEER. OPERATIONS WILL NOT RESTART UNTIL THE FERMITTEE HAS RECEIVED WRITTEN AUTHORITY FROM THE CITY ENGINEER TO DO SO. ALL OPERATIONS CONDUCTED ON THE SITE OR ADJACENT THERETO, INCLUDING WARMING UP, REPAIR, ARRIVAL, DEPARTURE OR OPERATION OF TRUCKS, LARTH MOVING EQUIPMENT, CONSTRUCTION EQUIPMENT AND ANY OTHER ASSOCIATED GRADING EQUIPMENT SHALL BE LIMITED TO THE PERIOD OF 7:00 A.M. AND SUNSET EACH DAY, MONDAY THRU FRIDAY AND NO EARTH MOVING OR GRADING OPERATIONS SHALL BE CONDUCTED ON WEEKENDS OR HOLIDAYS. ( A LIST OF CITY H(.1IDAYS IS AVAILABLE AT THE ENGINEERING COUNTER.) 1 B. AlL OFF-SITE HAUL ROUTES SHALL BE SUBMITTED BY THE CONTRACTOR TO THE CILY ENGINEER FOR APPROVAL TWO FULL WORKING DAYS PRIOR TO BEGINNING OF WORK.THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DEBRIS OR DAMAGE OCCURRING ALONG THE HAUL ROUTE OR ADJACENT STREETS AS A RESULT OF THE GRADING OPERATION. NO BLASTING SHALL COMMENCE WITHOUT A CITY ENGINEER APPROVED BLASTING PROGRAM. THE EXISTENCE AND LOCATION OF UTILITY STRUCTURES AND FACILITIES SHOWN ON THE CONSTRUCTION PLANS WERE OBTAINED BY A SEARCH OF THE AVAILABLE RECORDS. ATTENTION IS CALLED TO THE POSSIBLE EXISTENCE OF OTHER UTILITY FACILITIES OR STRUCTURES NOT SHOWN OR IN A LOCATION DIFFERENT FROM THAT SHOWN ON THE PLANS. THE CONTRACTOR IS REQUIRED TO TAKE DUE PRECAUTIONARY MEASURES TO PROTECT THE UTILITIES SHOWN ON THE PLANS AND ANY OTHER EXISTING FACILITIES OR STRUCTURES NOT SHOWN. lIE CONTRACTOR SHALL VERIFY THE LOCATION OF ALL EXISTING FACILITIES ABOVEGROUND AND UNDERGROUND) WITHIN THE PROJECT SITE SUFFICIENTLY AHEAD OF THE CONSTRUCTION TO PERMIT THE REVISIONS OF THE CONSTRUCTION :)LANS IF IT IS FOUND THAT THE ACTUAL LOCATIONS ARE IN CONFLICT WITH lIE PROPOSED WORK. THE CONTRACTOR SHALL NOTIFY AFFECTED UTILITY COMPANIES(SEE BELOW) AT LAST TWO FULL WORKING DAYS PRIOR TO STARTING CONSTRUCTION NEAR THEIR FACILITIES AND SHALL COORDINATE WORK WITH A COMPANY REPRESENTATIVE. PU. UNDERGROUND SERVICE ALERT 1-800-422-4133 SDG&E (760)438 6200 PACIFIC BELL. (760)489 3441 DANIELS CABLEVISION (760)438 5241 LTY OF CARL.S[3AD(SEWER AND STORM DRAIN) (760)438- /753 TA ) MI 'NIC(PI WATER DIJPI( 1 (7h0)438 67 SEWER NOTES 1-im9co ~co_ is LEGEND STREET HGHTS )HLET NUMBERS . 9,500 FUME NP SUBDIVISION BOUNDAR' (T 22,000 LUMI N' FIRE HYDRANT . 5. STREE T NAME SIGN • '---)TREE T NAME SIGN & STOP SIGN ACCESS HOLE * GATE VALVE SEWER PER CMWL, PROJECT NO 92-406 DWG 383-9 -_ NEW SEWER COMMERCIAL SITE LOT 11 CT 83-3 MAP 11242 MAIN[-')[ H AHC UIT IkinrY I VICINITY MAP / KEY MAP / SHLLT INDEX / NOTES SHELF 1 I LEGEND / SUNNY CREEK RD. GEOMETRY DETAIL SHEET 2 I TYPICAL STREET SECTIONS SHEET 3 SUNNY CREEK RD. 10+00.00 TO 13+25.00 SHEET 4 I SUNNY CREEK RD. 13+25.00 TO 16+25.00 (PRIVAJE)* SHEET 5 BADGER LANE 16 -25.00 TO 20+07.01 (PRIVATE) SHEET 6 FOXTAIL LOOP 10-4-00.00 TO 11 +57.50 PRIVATE SHEET 7 FOXTAIL LOOP 11 +57.50 TO 15+30.00 PRIVATE SHEET 8 I FOXTAIL LOOP 15+30.00 TO 20+35.54 PRIVATE)* SHEET 9 FOXTAIL LOOP 20+35.54 TO 25+00.00 PRIVATE) SHEET 10 FOXTAIL LOOP 25+00.00 TO 29+00.00 PRIVATE)* SHEET Ti FOXTAIL LOOP 29+00.00 TO 31+63.68 PRIVATE)* SHEET 12 WOLVERINE TERRACE 9+97.80 TO 14+50.00 PRIVATE) SHEET i WOLVERINE TERRACE 14+-50.00 TO 18+09.65 EVATE)* SHEET 14 COYOTE COURT 10+00.00 TO 14+00.00 PIVATE)* SHEET 15 I COYOTE COURT 14+00.00 TO 18+69.51 IVATE)m SHEET 16 COYOTE COURT 18+69.51 TO 19+93.15 PIVATE)* SHEET 17 I LYNX WAY 10400.00 TO 12+79.36 (PRIVATE)* SHEET 18 ACCF SS ROAD TO LOT 173 (PRIVATE)* SHEET 19 SLWLR I ROM F OX TAIL LOOP TO SUBEOUNDARY (PRIVATE) SHEET 20 SEWER 9 WATER BOUNCY TO COUGAR DRIVE (PUBLIC)* SHEET 21 ENTRANCE MEDIAN DETAILS BADGER LANE (PRIVATE.) SIIL[ T 22 PRESSURE REDUCING STATION (PRiVAIE)* SF11 El 23 PRESSURE REDUCING STATION (PRIVATE) SHEET 24 z 0 z E cc 30 \GLJA IF DION DA LAGOON -L I. SINGLE FAMILY RESIDENTIAL LOTS SHALL BE SERVED BY A FOUR NCH(4") LA1T SET Al A MINIMUM GRADE OF TWO PERCENT(2.070) WITH A MINIMUM DROP OF U 7 ALL LATERALS SHALL BE CONSTRUCTED TO A MINIMUM OF FIVE FOOT (5') DEPTH TO TOP OF PIPE AT PROPERTY LINE AND SHALL BE CLEAR OF THE DRIVE WA'L. ALL LATERALS SHALL BE CLEARLY MARKED WITH AN "5" ON THE CURB LATERALS AND MAINS SHALL BE 100% AIR TESTED AFTER CONSTRUCTION 'ji AL HULk UTILITIES AS SPECIFIED IN THE CITY OF CARLSBAD STANDARD SPECIFICATIONS CLEAN OUTS SHALL BE INSTALLED ON ALL LATERALS WITHIN THE RIGHT-OF WAY I TO [HE PROPERTY LINE USING A WYE CONNECTION IN ACCORDANCE WITH CMWL: ID UWC 5-7 AND REQUIREMENTS OF THE CITY ENGINEERING INSPECTOR ALL SEWER LINES AND APPURTENANCES SHALL BE INSPECTED AND APPROVE I) BY [HE ENGINEERING INSPECTOR PRIOR TO BACKFILLINC ALL PIPES SHALL HAVE BEDDING IN ACCORDANCE WITH -iuR1RENT LDWON CI (HI STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREEN BOOK). PRIOR TO ACCEPTANCE OF ANY SEWER LINE BY THE CITY, ALL MAINS SHAH BE FLUSHED CLEANED USING THE "WAYNE " BALL METHOD AND MANDREL TESTI D. ALL ACCESS HOLES SHALL BE PATCHED WITH "HOT M!X" AC EQUIVALENT TO THE ROAD SECTION (6" MINIMUM). TWO(2) SETS OF SURVEY (('UT) SHEF TN SHALE BE PROVIDED TO THE CITY ENGINEERING INSPECTOR. IC NEWER MAIN AND APPURTENANCES SHALL BE CONSTRUCTED IN AE'CCPDANLE WITH THE "CARl SBAD MUNICIPAL WATER DISTRICT'S SEWER SYSTEM - DESIGN CRITERIA, STANDARD DRAWINGS AND SPECIFICATIONS", AND THE STANDARD SPECIFICATIONS, MARCH 1993, AND THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION (GREEN BOOK). 11. THE CONTRACTOR SHALL OBTAIN AN EXCAVATION PERMIT FROM THE DIVISION OF INDUSTRIAL SAFETY BEFORE ANY EXCAVATION AND SHALL ADHERE TO ALl. PROVISIONS OF THE STATE CONSTRUCTION SAFETY ORDERS. 12. BEFORE ANY CONNECTION TO THE DISTRICT'S EXISTING SYSTEM, A PERMIT - -. -- .--. - - SHALL BE OBTAINED FROM THE DISTRICT. IT MUST BE SIGNED AND APPROVED - - - - - - - - - - - - - - - - - - - - - - BY THE DISTRICT'S ENGINEER AND SUPERINTENDENT. 13. BEFORE CONSTRUCTION BEGINS IN ANY PUBLIC RIGHT QT WAY, A CITY RIGHT I I I OF WAY PERMIT SHALL BE REQUIRED. ii 14. THE CONTRACTOR SHALl. NOTIFY [HF CITY OF CARLSBAD ENGINEERING ----" INSPECTION 48 HOURS PRIOR TO THE BEGINNING 01 CONSTRUCTION. II (Tn EPHONE NO. [760] 438 3891) 21 / / H N KEY MAP 1" - 200' WATER NOTES: WATER MAIN AND APPURTENANCES SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE "CARLSBAD MUNICIPAL WATER DISTRICT'S PROCEDURAL GUIDE - GENERAL. DESIGN REQUIREMENTS AND STANDARDS AND SPECIFICATIONS FOR CONSTRUCTION OF PUBLIC POTABLE WATER FACILITIES, DATED OCTOBER 1993, OR THE LATEST REVISION. THE CONTRACTOR SHALL OBTAIN AN EXCAVATION PERMIT FROM THE DIVISION OF INDUSTRIAL SAFETY BEFORE ANY EXCAVATION AND SHALL PROVIDE PROOF OF OSHA NOTIFICATION AND SHALL ADHERE TO ALL PROVISIONS OF THE STATE CONSTRUCTION SAFETY ORDERS. BEFORE ANY CONNECTION OR SHUT DOWN OF VALVES ON EXISTING C.M.W.D. LINES, A PERMIT SHALL BE OBTAINED FROM THE C.M.W.D. OFFICE AND MUST BE SIGNED AND APPROVED By CITY OF CARLSBAD DEPUTY CITY FNGINEER AND DISTRICT SUPERINTENDEN I VICINITY MAP NO SCALE * SEWER B WATER PUBLIC STREET NOTES: ACTUAL UTRii, UJRAi SI CJIONS WI( I HE UT IF RMINI U Al IF 'k" V AI UT TESTS HAVE BEEN CONDUCTED BY A PROFESSIONAL ENGINEER OF THE STATE OF CALIFORNIA, PRINCIPAlLY DOING BUSINESS IN THE FIELD OF APPLIED SOIL MECHANICS, ON THE PREPARED BASEMENT SOIL. THE "R" VALUE TESTS AND THE ENGINEERED STRUCTURAL SECTION MUST BE SUBMITTED TO THE ENGINEERING INSPECTOR FOR REVIEW AND APPROVAL A MINIMUM OF TWO CITY WORKING DAYS PRIOR TO BEGINNING WORK, STREET LIGHTS SHALL BE INSTALLED AS SHOWN ON THESE PLANS. UNDERGROUND CONDUIT RUNS, SERVICE POINTS AND HAND-HOLES SHALL BE SHOWN ON THE "AS-BUILT" PLANS. NO DIRECT BURIAL STREET LIGHT FOUNDATIONS WILL BE ALLOWED. ALL LUMINAIRES SHALL BE "CUT-OFF" TYPE. ALL UNDERGROUND UTILITIES AND LATERALS SHALL BE INSTALLED PRIOR TO CONSTRUCTION OF CURBS, CROSS CUTTERS OR SURFACING OF STREETS, STORM DRAIN PIPE SHALL BE REINFORCED CONCRETE PIPE WITH A MINIMUM D LOAD OF 1,350 OR ASBESTOS CEMENT PIPE WITH A MINIMUM D LOAD OF 2,000. FOR PRIVATE STORM DRAIN PIPES, UP TO 15" PVC MAY BE UTILIZEl) PROVIDED DEPTH IS LESS 15' AND BACKFILLED WITH 3/4" ROCK PER SDRS S-4 TYPE "C" AND PIPE MEETS ASTM STANDARDS 3034 FOR SUP 35 SOLID WALL PIPE. WHERE AN EXISTING PIPE LINE IS TO RE ABANDONED IT SHALL BE REMOVED WITHIN TWENTY FEET OF BUILDING OR STREET AREAS AND REPLACED WITH PROPERLY COMPACTED SOILS. IN OTHER AREAS THE PIPE WILL BE PI IJOCID WITH CONCRETE OR REMOVED AS APPROVED BY THE CITY ENGINEER. WHEELCHAIR RAMPS SHALL BE INSTALLED PER REQUIREMENTS OF TITL.I 74, CALIFORNIA ADMINISTRATIVE CODE. STREET TREES SHALL BE INSTALLED PER SECTION IV D.3 OF THE C'' OF CARLSBAD LANDSCAPE MANUAL. FIRE HYDRANT MARKERS SHALL BE PLACED IN THE STREET WITHIN THE LIMITS OF WORK OF THIS PLAN PER SDRS DWG M19. ALL SURVEY MONUMENTS AND POINTS THAT ARE DISTURBED BY THIS WORK SHALL BE REESTABLISHED, PERPETUATED, AND DOCUMENTED PER THE PROFESSIONAL LAND SURVEYORS ACT. TWO(2) SETS OF SURVEY(CUT) SHEETS SHALL BE PROVIDED TO THE CITY ENGINEERING INSPECTOR. Ti m A PRECONSTRUCTION CONFERENCE MEETING SHALL BE HELD A MINIMUM OF 7 DAYS BEFORE CONSTRUCTION BEGINS. THE CONTRACTOR SHALL NOTIFY THE CITY OF CARLSBAD ENGINEERING INSPECTION 48 HOURS PRIOR TO BEGINNING OF CONSTRUCTION (TELEPHONE NO.760-438-3891) I-UH SCHEDULING. NO TREES OR STRUCTURES SHALL BE ALLOWED IN THE WATER LINE EASEMENT, ALL EXISTING TREES AND STRUCTURES SHALt. BE REMOVED PRIOR TO COMMENCE M[NT OF WORK - ANY I XCF PIIONS SHALE REQUIRE WRI 1 11 N PERMISSION FROM THE DISTRICT ENGINEER. THE EXACT HORIZONTAL AND VERTICAL ALIGNMENT AND TYPE OF MATERIALS OF THE FIRE LINE LOCATED BETWEEN THE DETECTOR CHECK VALVE AND BUILDING SHALL BE DETERMINED BY THE CITY OF CARLSBAD FIRE MARSHAL. ALL RECLAIMED WATER MAINS AND APPURTENANCES SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE! "CARLSBAD RECLAMATION RULES AND REGULATIONS FOR THE CONSTRUCTION OF RECLAIMED WATER MAINS CARLSBAD MUNICIPAL WATER DISTRICT", OCTOBER 1993 OR AS AMENDED. ALL BURIED COPPER PIPING AND APPURTENANCES SHALL BE PROIECIE.D Hy MEANS OF CATHODIC PROTECTION. IF DEVELOPER/OWNER CONDUCTS A SOILS TENT REPORT AND DEMONSTRATES THAT PROTECTION CAN BE PERFORMED IN ANOTHER MANNER, THE DISTRICT ENGINEER WILL CONSIDER AN ALTERNATIVE FORM OF PROTECTION. THE CONTRACTOR SHALL NOTIFY THE CITY OF CARLSBAD ENGINEERING INSPECTION DEPARTMENT 48 HOURS PRIOR TO STARTING WORK SO THAT INSPECTION MAY BE PROVIDED AND SHALL COORDINATE HIS WORK WITH DISTRICT REPRESENTATIVES TELEPHONE: (760)438 3891. THERE SHALL BE 0' DEE LECTION AT JOINTS AND NO BENDING OF PIPE. USE HIGH DEFLECTION COUPLINGS AT JOINTS AS NEEDED FOR MAX 5' PT I LI CT'ON 1/TI PHOPIR 1)15 :FNGTIN AS NIEDID 10 ACHIIVE RADII. 'DATE DECLARATION OF RESPONSIBLE CHARGE: I HEREBY DECLARE THAI I AM IHIL ENGINEER OF WORK FOR THIS PROJECT, THAT F HAVE EXERCISED RESI0NN1I3LL CHARGE OVER THE DESIGN OF THE PROJECT AS DEFINED IN SECTION 6703 OF THE BUSINESS AND PROFESSIONS CODE, AND THAT THE DESIGN IS CONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS AND SPECIFICATIONS BY THE CITY OF CARLSBAD IS CONFINED TO A REVIEW ONLY AND DOES NOT RELIEVE ME, AS ENGINEER OF WORK, OF MY RESPONSIBILITIES FOR PROJECT DESIGN. MANITOU ENGINEERING COMPANY, INC. 350 WEST NINTH AVENUE, STE. "B" ESCONDIDO, CA. 92025 TELEPHONE: (760) 741 -9921 ,. - BRIAN C. REGA .E. C35343 EXPIRES 09- 30-'O3 OWNER: CANAM PROPERTIES L.L.C. i C/O RUSSELL W. GROSSE DEV. CA. 5850 AVENIDA ENCINAS 343 S.. I API HAl) ( ALIF ()RNIA 92008 qi / i;. ASSESSOR'S PARCEL NUMBERS REFERENCE DRAWINGS OFFSITE IMPROVEMENT PLAN DWG. 361-6A THE TERRACES A GRADING PLANS DWG. 361-6C COLLEGE BLVD STORM DRAIN PLAN DWG. 383-9 SAHTIE SOUTH AGUA hLJIEJH. TRUNK INTERCEPTOR (LINE DWC. 361 - 6[) CCLI. EGE BLVD/EL CAMINO UI 36' Mt . . NIL WATIP N BAS OF BEARINGS UtI H/\'iI >l ETLtJTiNU tI klt;N P 'HUt NI Pt )I 1 01 H (IF RANC 1 tA E ft)NUA I P MAP NO. 1 124 ) I 41) 4 W II'N(II \1 \IR CLI'qJLIYLINL WELL MONIJMLN STATION 397+04 EL CAM/NO REAL, 1.45 MiLLS NORIH OF INTERSECTION W/PALOMAR AIRPORI PD. COUNTY OF SAN DIEGO 90.20 '' NOV.17. 29 ThAP' /RAD U/C/PA' 75 -- __ / I L WA TEP O./STP./CT -. 4-12-00 DEPUTY CITY ENGINEER [XP 3/31/02 WILLIAM L PL FIMMER RCE 28176 DA If CITY OF CAR! SBAD FIRE DEPARTMENT REQUIREMENTS NO. OF TB(S) 8 VJ LOW G.P.M. OUT OF L.F.H.(S). FIRE MARSHAL -. - - DATE - "AS BUM" P. E. / •' " ' EXP. L75±_ ' DATE REVTEWED.-BY. , INSPECTOR DATE 1 j CITY OF CARLBAD ENGINEERINGDEPARTMENT rSHEETS 24 - IMPROVEMENT PLANS FOR THE TERRACES AT SUNNY CREEK - 02 TITLE SHEET APPROVED -- LLOYDHUBBcPEC2389 EXPIRES 12/31/01DATE 102510 OWET 43-14uT, MAN SEE 5//LET 78 - 5EE5NET C 5EE 51/E[4 _____ F/A/4L 5TREET PA(//A'65ECT/2N5 REPLACE SHT5.I2ao.2..I 11/00 M.E. - REVISE SHI.586 -18 6/WTR.L47L5 /I 1 LA' - DWN BY: ______ CHKD BY: TLR RVWD BY: _T1$ PROJECT NO. - C T 96 02 DRAWING NO. 361-6B DATE INITIAL REVISION DESCRIPTION DATE INITIAL DATE INITIAL ENGINEER OF W ORK OTHER APPROVAL CITY APPROVAL Msvr 0 1 i'X 1469\ \4691p0 1 CMWD 98-501 \V 0 11 ri () 1q, I) () N E IDOVLMEN I vVOPK SIIAL.L DL PERFORMED fN ArrORDANCE WITH I 1 1 DI DvFN r)nCuMI N HH-N; T THE TIME OF CONSTRIJ('TION, A5 r)IRECTFP J-E crr rNc;INEr. ARLSBAD MUNICIPAL CODE CITY OF CARLSBAD STAN[ARf.)S THIS SET OF PLANS RESOLUTION NO. 4292 DITLU JULY 1, i99 THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREEN BOOK. SOILS REPORT AND RECOMMENDATIONS BY: CHARLES H. CHRISTIAN DATED: MAY 11 1 THE SAN DIEGO AREA REGIONAL STANDARD DRAWINGS AND AS MAY BE MODIFIED BY THE CITY OF CARLSBAD STANDARDU. CALIFORNIA COASTAL COMMISSION DEVELOPMENT PERMIT CONDITIONS DATED N/A '. c T.55 ns A..T ****( ) INDICATES CALIFORNIA D.O.T. STANDARD PLANS. * ) INDICATES COUNTY OF SAN DIEGO DESIGN STANDARD INDICATES CARLSBAD MUNICIPAL WATER DiSTRICT STANDARD DRAWINGS. " ) INDICATES CITY OF CARLSBAD STANDARD DRAWINGS. STREET IMPROVEMENTS: PER CITY OF CARLSBAD STANDARD DRAWINGS DRAINAGE SYSTEM: CITY OF CARLSBAD STANDARD DRAWINGS; SAN DIEGO COUNTY SAN DIEGO AREA REGIONAL STANDARD DRAWINGS, MAY 19EI, WATER SYSTEM: CARLSBAD MUNICIPAL WATER DISTRICT STANDARD PLANS AND SPECIFICATIONS (FOR POTABLE AND RECLAIMED WAD THE REMOVAL OF AND CONNECTION TO EXISTING IMPROVEMENTS ARE AS SHOWN ON THESE PlANS. JOINING OF NEW PAVEMENT SHAL F ElF AS RroulRrD FlY THE PUFTI IC WORKS DIRECTOR. H'r,L :,'. AL r; 1.. z 0 z CD (10l\crI1I)((rI1I0\ NOTEK: SEPARATION OF L: 2' MINIMUM BEJWLEN DUHURALLt ASp UL U ALL METER BOXES SHALL BE POLYMER CONCRI MANUFACTURED BY ARMORCAST OR EQUIVALEN' . ....•L.:'' ., LEGENI) (0NrIhIN[ED I .1 F c; i: N I) I)EC'RIPT10N DW(;.No. SYMBOL. FOR MEDIAN THE PREPARATION OF SUBGRADE AND PAVING OF STREETS.......................... THE RESURFACING OF EXISTING STREETS (UTILITY CUTS)............................ -. SYMBOL QUANTITY 19 EA 18 EA Q 11 /k N r[. J ,f Y 1250 5r 213,709 SF 1060 SF THE CONSTRUCTION OF 6" TYPE "G" CURB AND GUT-TER .............. (G-2)...... THE CONSRUCTION OF 6" TYPE "B-i" CURB.................................(G-6)...... 11,199 LF 812 LF THE CONSTRUCTION OF CROSS GUTTER AND CURB RETURN SPANDREL ............................................ (Gs-9 . .. L & 10) ... (G-12)... T11 CONSTRUCTION OF 4 INCH P.C.C. SIDEWALK .................. ......... (G-7) ,.. 1. •1 THE CONSTRUCTION OF CONCRETE DRIVEWAY ................................ (C- 14C) THE CONSTRUCTION OF PEDESTRIAN RAMP.................TYPE A ***(G_27) \ THE CONSTRUCTION OF CUTOFF WALL............................................(G -22) - - d THE INSTALLATION OF STREET NAME SIGNS & STOP SIGN ...... *(DS_13)...... THE INSTALLATION OF STREET NAME SIGN .......... .......... ...... ***(DS_13) THE INSTALLATION OF SURVEY MONUMENTS ............................ (M-1O. 13) /\ -. THE INSTALLATION OF HIGH PRESSURE SODIUM STREET LIGHTS L (5,800, 9,500, 22,000 LUMEN)........................ .......(GS 6 & 21).(E 1).... 0 I: K I (; N IN G & ST R WING P L7 N K: St L ND S THE CONTARLIUR 5 RESPONSIBLE -OR ALL LJUNINL, ASP biR NP SIGNING STRIPING AND PAVEMENT MARKINGS SHALL CONFORM TO IL 7: A. n:N -'r . STANDARD SPECIFICATIONS (JULY 1995 OR THE LATEST VERSION THEREOF), THLSE PLANS AND THE SPECIAL PROI.L1 PD ALL SIGNING AND STRIPING IS SUBJECT TO THE APPROVAL OF THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVF PRIOR TO INSTALLATION. a 5H SIGNING AND STRIPING SHALL BE REFLECTIVE PER CALTRANS SPECIFICATIONS. STRIPING AF [IF RI 17LI51 fl TI,., '/C KS AFTER INITIAL PAINTING. SIGNING SHALL USE 3M HIGH INTENSITY SHEETING OR EQUAL s. ).ACT LOCATION OF STRIPING AND STID i,I'' - -'L\I I ;'PIILRL .: L., . P REPRESENTATIVE PRIOR TO lNSTALLATlC' 6 CONTRACTOR SHALL REMOVE ALl.. COST . N N N 2. . . -..' . - . . .. . r • '5 DEBRIS SHALL BE PROMPTLY REMOVED BY THE CONTRACTO- ALL PAVEMENT LEGENDS SHALL BE THE LATEST VERSION Of DiI ' "5' .. LIMIT LINES AND PAINTED CROSSWALKS SHALL RE FIELD LOCATEIII- ALL SIGNS SHALL BE STANDARD SIZE AS SHOWN IN THE CALTRANS RAI f-H MANUAI UNLESs ()IHI.RWIDI. SIGN POSTS SHALL BE 5L21'71 STANDARD DRAWING M-4' PRIOR TO FINAL ACCEPTAN..J -• _' !I NTD, DIRE .'FC:N:. AND M',KNp.) iA ILLS 'H 5 I'IIMF P OF THE CONSTRUCTION "RC f c P RTDRE '[0 IV 51- A N N MNNf- -' Ml- F 15 OF THE CITY INSPECTOR ALL MEDIAN NOSES AND L.ARLS SHALL ilL PAIN TEL) FIRE HYDRANT PAVEMENT MARKERS SHALL n(ThrDRM 101 FL MANU.'S AND REGIONAL STANDARD DRAWING M-1'). WHEN A *75 /Y 'L'LI ' ,A, :'n* L;'. d 4P'I5'H'. Z.'P ' 5 Pr ''' " N'ND LL'A('v[ - STRAPS ANY DEVJ' UN I 'D)M I H YiCNIN() AND kHNL) f-LAND -s IA is ALEROVI I) LI I II [ NGINI ER OF WORK AND PUBLIC WORKS DIRECTOR PRIOR TO ANY CHANGE IN THE FIELD. EXISTING SIGNS REMOVED BY THE CONTRACTOR QHAII RE DFI.7'IPrS Py Tpj (-,:)NTPAC'7r)P Tfl T4[ CrT" or OAR' PUBLIC WORKS YARD AT 405 OAK AVENL. STOF D,ND SHALL NOT BE REMOVED 051 WORKS DIRECTOR OR HIS REPRESENTATIJ WHERE R7 SIGN AND TYPE N-i OBJECT \L''' ' . :5 5 -5 . . SIGN SHALL BE 18"X24" AND THE N-i OBJECT MARKER SHALT BE 12"X l,. ALL SIGNS SHOWN ON THESE PLANS SHALL BE NEW SIGNS PROVIDED AND INDiALLLLJ J -.'-i . THOSE SIGNS SPECIFICALLY SHOWN AS EXISTING TO BE RELOCATED OR TO REMAIN. AAI /, 7L[7, ': ' ir iy Pi N ............0TH PpLP PH 'P1-' 3 EA 9 EA 18 EA 4797 LF 19 [A 2 EA DESCRIPTI(N DWG.NO. THE INSlAL /ATION OF 2 INCH MANUAl AIR RELEASE ASSEMBLY ............................................. .............. *x(WG W6)...... THE INSTALLATION OF 2 INCH BLOWOFF ASSEMBLY ............... **(Dwc_w6) THE INSTALLATION OF CAP ASSEMBLY ............................... .....**(DWG.W15 -W19) THE INSTALLATION OF FIRE HYDRANT ASSEMBLY (JONES 3700) .... **(DWG_W1 ) THE INSTALLATION OF CONCRETE THRUST BLOCK .......... (wis, 19)**(DwG_W6) THE CONSTRUCTION OF STORM DRAIN ..................... ........................ (D-60)...... THE CONSTRUCTION OF STORM DRAIN CLEANOUT TYPE "A....... ....... (D-9)...... MANHOLE COVER LOCKING DEVICE ................................................... (M-4)...... THE CONSTRUCTION OF TYPE "B-1" CURB INLET ........ *(DS 1) & (D-2)...... 24 EA 4,052 SF 51,954 SF 173 EA 15 [A 2 EA THE CONSTRUCTION OF SIDEWALK UNDERDRAIN PIPE.............(D-27)...... THE CONSTRUCTION OF CATCH BASIN TYPE "F ................................. (D-7)...... THE CONSTRUCTION OF HEADWALL TYPE "A", TYPE "B................................................................(D-30, D-32)...... THE CONSTRUCTION CONCRETE LUG................................................(D-63)...... THE CONSTRUCTION OF RIP RAP ENERGY DISSIPATOR...................(D-40)..... THE CONSTRUCTION OF PRESSURE REDUCTION STATION................................ 1 EA 5 [A 15 [A 21 [A THE CONSTRUCTION OF SEWER ACCESS HOLE ............................... 1)...... 20 LA THE CONSTRUCTION OF WATER MAIN........................................................... 6,059 LF 0 I [HE CONSTRUCTION OF CONCRETE ANCHOR ...................... .......**(DW(Wi8 -W19) THE INSTALLATION OF GATE VALVE ...................................... ....... **(DWG W16)... THE INSTALLATION OF 1" WATER SERVICE ............................. ...**(DWG_W2).... THE .t. INSTALLATION OF 2' AIR VACUUM VALVE ASSEMBLY........, .. " THE INSTALLATION OF SEWER LATERAL ......... ....................... .**(DWL 5 7) H - THE CONSTRUCTION OF SEWER MAIN . .. **(DWGSS) 2 [A 11 EA '4 EA [A '4 [A 0 LF MANITOU ENGINEERING COMPANY I ANNIN:T CONSULTINU [NC NLL kINL.. LvL BENCH MARK SCRiPiiON CENTERLINE VVLLL MOtVUMLN Y2A T/ON STATION 397+04 EL CAM/NO REAL, 1.45 MILES NORTH OF--INTERSECTION VV./ PALOMAR AIRPORT RD. CORDF I): .COUNT Y L SAN DIEGO - '- ./fl J(N 90.20 . Y N.G. V.D. 29 \L)L1tL) \4b4\AJtO(,Ld\IF\l469IAO. - 1.8 CY . 354j a 'F 1' flA\Aifl QR—fl1 v 1] 7'fF1 CAL 3TREE7 ZIEC7 ONE 0 I 'uBLiL UHLIII LALMLNI 4/' MINI / UIILIIY LASLMLNI LEWA! V . SIDE WAL k N / (TYPICAL,) 8" SEWER 'TYPE "G-2" CURB & GUTTER / z )N LI1 (TY N) y. 12 " WIA FOXTAIL LOOP, COYOTE COURT, WOLVERINE TERRACE & LYNX WAY SUNNY CREEK ROAD (PRIVATE) CUL-DE-SAC STREET T.I. 4.5 MN SECONDARY ARTERIAL STA. 10+76.00 TO STA. 14+61.43 T. 1. 8.0 I r 4TC/ 6 AR- 4"AC. 114-5" C4-8- / COYOTE, FOXTAIL AND LYNX - 41 A.C./4"C.AB WOLVERINE TERR. - 4"A.C. / 5"C.A.B. HOR!/'A AYE /HFLLLA. OF SEWER AND WATER LINES AL.- '\PPROXIMA TE. N! F INDIVIDUAL IMPROVEMENT H- x A N A 0 I Ut Ni [<A[ AULL/3 & JBL IC UTILITY EASEME". I liii T r[KA( NT - (HER - SIDEWALV ( •41 1YPICAL) H" crwrP "SEWER ', WA T : ACCESS TO LOT 173 BADGER LANE RD. (PRIVATE LOCAL STREET T. 1. 5.0 'N LA H CA PUBLIC UTILITY & ACCESS EASEMENT TOP OF CURB = EL PLUS 0.1' T. 1. 5.0 CAB DESIGN SPEEDS ii, EL C.AMINO REAL PRIME ARTERIAL 60 MPH COLLEGE BLVD MAJOR ARTERIAL 50 MPH SUNNY CREEK RD. SECOND ARTERIAL 40 MPH BADGER LANE LOCAL STREETS 25 MPH FOXTAIl LOOP, COYOTE CT. IOJvrRINF [FRRACF & IYNY WAY CUL-DE-SAC STREETS 25 MPH A bUL 717/ £ N ILIHLINL VvLAL MUNUMLY .ATION 59/+04 EL CAM/NC' H A 4 ) ./ )RTH OF INTERSECTION W/PALOMAR AIRPORJ A: iUNJY OF SAN DIEGO py 41, 4 t14 ~Qf CITY OI CARLSHAI) ' IA 3 I NCINEE RING DEPARTMENT - 24 IMPROVEMENT PLANS FOR: - THE TERRACES AT SUNNY CREEK C.T. 96-02 L SIRFFI SECIIONS F/4L STREET 5EC7-/0 HU1313S REC2388EXPIRES 12/31/01 DATE - OWN BY 1 PRO [ I r fl DATE INITIAL DATE INITIAL DATE INITIAl CLIKD BY: JLR T. 6-02 H 361 -6B ENGINEER RE VISION DSCPIR DON OTHER APPROAI CITY APPROA HWl) BY - - -- _____ CMWD 98-501 UI —.-- _ H+ LLJ CO ei 98 90- I ---- I I -- - ------ - - - f ---- I [/4 '45 1 1 II - I I i i I I I. 0 I, I 'I c), —--c~ - Lf) I — I cu I LOW +-00 t --Ln 1 O TW :PROFILE 'H_ _ I _ — EFT CU;R8 RET RN T _____ I RO F IL . .. I — — . I i i i I II .'.I tt I 4kf 80 - i I T i iii I I 1I 0.I'I Lai -$ 1 0 'H 1 oR .661 LLJ 15. 4f ps 70 IJ t N OTE ' L ci H j _ ME SCALE ROAD STORM DRAIN, _ tr Q : :: 10+80_P'B I + i+ / 2 tIP — C 1 48 NJ 85 'HC 81.8 f CL 81 0 HL T8 V I - -80 H! . _ I 37cf I Mioo*0 'Ytp 0 \: : 158' 1 RT, l' 4 31 H SqRjM, DRAIN PRQF'ILE. LI T1 FF1 i 1 ., Z-1 11 q L*4t4ITL P OV)F I _ H —80 0 I: I At: LVVLI'c , & VV/ -\ILr-c /\NL I'LJDLIL : I vFIICAL; 1" 4' I I __ I I I I 1 i P 0 I: 0 33 4 W I I V Z 21 pp 4.2 -j F -- 11 . 13' 436 77 STOEM DRAIN PROF ILE* f-H ;-T, No. 2 .3 4 CURB DATA (PUBLIC) A/HEAPING PADIUC LLNLTH RLMARKS N67'10'38"W 1 0 N6T1O'38'W N67'1O'38"W -r A 0T50'57" '..>749'22"F 1. — - - 196.00' 81.00' 159.74' 105.51' 26.85' 8546' 12" P.V.C. CL 150 12" P.V.C. CL 150 8" P.V.C. CL 150 8" P.V.C. CL 12 C M L & C 10 WARNING EXISTING OVERHEAD UTILITIES. USE EXTREME CAUTION. 1 1 : * DElI F.CIION SEE WAIF P NOIF /10 Ui ** I CMI & C P lYNN /0 wI FY, I co CENTERLINE DATA H EARING ' H N671 038W 30214 329U y ye 1<;' 1k x - -. STEEL PiNG AIL.LC -NCPCk ULUo (IN rp J 5 7 10+9 A/REINFOR- 3 / 0 THRUST WALL N TEEI - CLR / I PER 1 0 IL DET Of I-L fl I CII NOTE BASLD ON SOIL BLARING CAIA( I ) OF 1500LBS/SF. SPECIAL DESIGN ')fOUO "A"Si. REQUIRED IF SOIL BEARNC IS 0 I 2 00 1 p r c PROFILE 0 \o THAN 1SOOLBS/SF PLACE CONOPO • ER LINE SE ACA!NST UNDISTURBED GROUND !N PflT1nM AND SIDES. cD AG361-6 0 TRENCH ELEVATION +49.00 END 0' —J PVC WATERLINE 1 CONSTRUCT 12 END CAP,. T.B. AND 2MAR 0 U_i 0 iPECH 0 0 WIETH 4' Lli I . 0 0 1-INISCEt) IJ FIR \< :><>< NJ H.I 0 01 I 1T /\ H11 IjI Lli H H cif CD EACH I 4 FACH FACE & . FACED Ln #6 © 12" OC EACH FACE EACH FACE & Of LLJ 0- TRENCH SECTION N N DETAIL 1 i/COO .. :'(:1.A' .'njcr or NC. L\/HL/:N.I N.,'- RI x 1 A=9000'00" 35.00' 54.98' 6" TYPE "G_" CURB & GUTTER 2 N6710'38"W — 226.14' 6" TYPE "C" CURB & GUTTER 3 A=06 32'5 6 232.00' 26.52' 6 TYPE C CURB & CUTTER 4 A=-06'32'56" 168.00' 19.20' 6" TYPE "G" CURB & GUTTER 5 N67'1O'38"W 0 226.14 6" TYPE "C' CURB & GUTTER 6 A=90'00'00" - 35.00' 54.98' 6" TYPE "C" CURB & GUTTER 7 A=18OOOO" 2.00' 6.28' 6" TYPE B-i CURB 8 N67'1O'38"W — 215.82' 6" TYPE B-1 CURB 9 MEDIAN TAPER PER GS-11 6" TYPE B-i CURB 10 MEDIAN TAPER PER CS-If 6" TYPE B-i CURB 11 MEDIAN TAPER PER GS-11 6" TYPE B-1 CURB 12 MEDIAN TAPER PER GS-11 6" TYPE _B-i CURB 13 N67'1O'38"W I -iir5'' I ,.Hr B—i_CURB SEWER (PUBLIC) — — NI. A2 BLARNU i N :r INGO RI 0[F ''MWfl PPOIEFT 97_4('I 108+30.46 END 12" PVC WATERLINE -11+00 - 12+00 - -- 13+00 CONSTRUCT 12" BLIND [[C 1 co fl STORM DRAIN (PUBLIC) /i - 12X12"Xi2"FLGD ILL 411B z (1) I I - - - - - -, 0. / 1 12" FLGXPJ GV Cl) () NO. A/BERINo 0 LLHOIH PLMPK 0 / 1- 8 FLGXPJ CV f 1 N43 22'41"W t 110808' R.C.P. 1350-D PIPE / ' l.G FLGXPJ XFLG VBEND ui 2 N67'1 0'38"W - L 63.52'L" R.C.P. 1350-D_GASKETEDPIPE / 1- HIGH DEFLECTION COUPLING AS NEEDED I'I S3 ' 3 N67'1O'38"W 1 71.39' 30"R.C.P. 1350-D_GASKETED / 2- 2" BO I fl jft H0 w > 4 A/r06'32'56" 225.00' 25.72' 30" R.C.P. i350D_GASKETED 0 / 1 1' MAR '- 1'"X "F REDUCER rN 14 • Lfl'UI oa LIJIF. LU ._ C w LiJ . 00 5 - N7640'53"W - 15.48' _000 18" R.C.P. GASKETED )PE 1350-DGASKED / 2 2 LG EDUCE I LX) I 9 i - j -JO 6 ______ N221038W - 8143__36__RCP - 1350-DGASKETED / / 0 0, \ Z< 0- O') C 00 ty . ." Cfl >(f) 0 D C)0 01: < < (X)h LI) L1)3 Z LI) — 01C) CO LI) — 0 z N- + ITh C NS 0- 6 .- —J 0LU - z o / LI - .f F— , 0 \j / L / 12+ 75.00 HE ON /MEDIAN TRANSITION [j -' I Ar 01 61.2b 6'RT.PAIN' SUNNY//CREEK ROAD 4 t7_ HCL 320 + LLJ 0 z c EL m MANITOU ENGINEERING COMPANY I PLANNING CONSULTING ENGINEERING .lIIRCFi/Ji] bULf Ok ____: 'F.I - • -4 , ,. \\ \ / L 1 7) ),XI- - ."' - 0 AH#1 \I \. G) ' + 0 . I •0 / i-fl °- SEWER DATA . -1 I "OQ "n I v1L / 0 —J ON SHT 7 0 1/7. 1/ 01< < / 0 Z 1 1 +85 0 0 / / V LL)__________/ i15 \ \ . INEPECOIR DATE FA 0 — monT) F— C/I TYP B-i C.I. OCR I 11 0 \\ - 0 --— + 0 ___ ___ SIFt' H CITY 01 CARI1SHADl CHEF IS 1) fl ' -I 0 -- [ H ENGINEERING DLPAR IV[ NEcr -2 24 J - ROVEMFNT PLANS FOR 0- ui IB/IUTHJ SUNNY CREEK ROAD cn SEE SHEET NO. 7 ___ ___________________ ___ 0 C.T. 96-02 - I)1.\1II I 4F \ ' II Ni ' I' r /I I—'hX) .4 't 1) . ci-cL CENTERLINE WELL MONGMLNT -- LLOYD HUBBSL 38EXPIRLS_12/31/01 LATE STATION 397+04 EL CAM/NO REAL 1.45 MILES - —_-- NORT/-/ or INTERSECTION W/PALOMAR AIRPORT RD. -- 0 _______ ______ 0 DWN BY: . ____ PROJE CT NO. L361- NG NO. DATE INITIAL DATE INITIAL DATE NII1AL COUNTY OF SAN DIEGO ______ - LUMNU BY: — 90.20 ''N.C.V.D. 29 ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL RVWD 0 ____0 - flL1\AIfl 8-50 1 : • • • : • : • : : fYPA4 13wO O St RD 10 I t t873ELCL _ _ _____ 4. Ln Co _ _H I a H 8 P C AT[R ;NFLO PV = 955 w Csq iLLJ t ccl~ ;5t, -4 I ILL Rq LLj ro 41 :0) 4. 75 I IIitt _ It •H ft _ 1JHH HL HLt HL 114Hw I I H • 4: Vf: I I I f IDENTICAL POINTS I I PROFILE SCALE • EiAL: 1" - t t TI t It 00 t CID H Hi HiH HCO 0 LH 1 4 0 I C LI 8O t t cj I rH4H t • ___ • I Hi H I H: I ____ ______ _____ ____ ___ _____ --- 13+00 14+00 PUBLIC I 15+00 16+00 PRIVATE IMPROVEMENTS WATER DATA (PUBLIC) - • NO. /B EAR INC RADiUS LLNT kLMAK SEE. SHEET NO. 19 • DIMENSIONS VARY SEE DETAIL SHEET 21 1 A6056'19" 196.00' 2046' / S t • 7'00 - 9.01' " n. DEFLECTION SEE WATER NOTE 1 Lo ,// / L CURB DATA (PUBLIC/PRIVATE) / NO A/( •. • . lf~q / / / • / 1 IA=154816 23200 63.99 6 YPE CURB &GUT-TER 2 FA=1458 55 23200 6066 6 TYPE C CURB & CUTTER (PRIVATE / / 3 A=0346 36 22000 1450 6 [PE C CURB & GUTTER (PRIVATE ; / 7 4 N16 57 on [ 29.20' 6 TYPE C CURB & GUTTER (PRIVATE cr tj / __ 8 A 33 44'4 2 168.00' 98.95' 6 PE C CURB & (,UTTER 4652 AH#11 / 9 A=1250 27 20400 45.72 6 PE B-i CURB - 20 LT \ / / 10 A 1,90'00'00" 2.00' 6_2 8 6 TYPE B-i CURB 0 - \ / L 11 i\ 12 0 27 208.00' 46.62' 6 PE "B--T' CURB \ \ / 1 ) NOTE MFnAN TO PF PAINTF,n YFJ I OW - :T-MARKER PAINT \pQAD(pUBC) H : / 1 MErnAN NOSE YELlOW 100000 ACCESS RD 1) I 'I ' I 1 I fl LP kill / [0' 'PI 'I I c HGL 1 32 ..' . / 0 . -• ..._L_ - . \o 0 / cn r)4 / // )/ R / CENTERLINE DATA CID / 1 DLLIAOR Cn LJ yy 2 1 20 (46 I / N I - I (111Y OF' C \RLSI3 \f) F C 5 I I NCINrENG DL - 2 SEWER (PUBLIC) / < & Ickw ____ ___ ______________________ ___ ___ -__ __--- IMPROVEMEN'T' PLANS FOR. RD SEE CMWD PROJECT 92-406 & BADGER LN. ____ 2 * SUNNY CRE EK N 1 64 1 '2 9 "Vv STORM DRAIN (PUBLIC/PRIVATE) 'b I rl N 7 OO —79 3W I PC cp 35 N II \( II \1\II _____ _____ __________ - -______ _____ ____ - PPRO i A=13 42 39 22500 28 3 00, 0 R C P - 1350-D GASKETED JOINTS I - 1' 225-00' 12 30" R. C. P. 1350-D GASKETED JOINIS CLNTL~~LINI_ ~Vtti MONUMLNI 400 5WZ_A~. Z5 LLOYD HUBBS PL C'2386 EXPIRES 121,31101 D~TE MANITOU ENGINEERING COMPANY NORTH OF INTERSECTION WIPALOMAH AIRPORT 10/20 MEC --/I\ REVISED SENER AND WATER LATERALS (_2 InWN By: PPO,jF(-T ~,jr) F)PAWING .1 NI 1*41'43"W 4 7,1 7' 30" R.C-P. 1350- D GASKETFD JOINTS (PRIVATE) DATF INITIAt DATE INITIAL DATE INITIAL - COUNTY OV SAN DIEGO -_ I - - CHKD By: auz 361 —6B I o ANNNI I• ONSIII uN'. N.IN PINI. i Ni 1'42'12"W - - 3.367' 18" R.C.P. 1350-D GASKETED JOINTS (PRIVATE) • 9().20 • c vo 2Q ENGINEER Or WORKI Hf vIHUN IA )E,III I OTHER APR0VAI CITY APPROVAL RVWD . -- • C. T . - H CM Wfl 98-501 0 I NJ I IL 4-7 L/4 r I -I i --- --h1 t bAcQle • : :.. . : - - - 1— - IT .ROFLL 1 LEFT CURS RETURN H t - 14 T 4 t . + LL Ii I I fj f __)• L464'I 1 I/4ip2!. L cL I 4 - . - • . .,kfl -.--.-. H I 4 1-4 11 + L H tH- H*LH -- Hi tf - T1-H Hi cn IN 4- cO I : • I I . : --. I I I - I -- . - I : I I : • - II I -t 3. \N0 4 L 44 iiH i 4' + - In IN, i 1DRp MA' G CTUSJHfi—KN ON' I I I I .- ... ... - U 4' ILHRILE, Ii PICI-1T ICIIP PT1IPM I f)fI I I I L $CAiL: Iu:J Y2O VEI-d 1" 4 - - H-IH-- ---I - HfH±±H -f-H - I NHHL ft. - L 1 I -i----------- HH1 t - Tt iti1.itIILtTIE1 _ W ThI ft 4 L4tL tt J.H ç o ::: ThJJ tH _ i- 1±1 H 114 tj. 1-••- --' rITM±r Li Ll L I1I irrrrrt' - - H 4 J POflL SP NOTE ROAD & STORM DRAIN ARE PRIVATE SEWER & WATER ARE PUBLIC HHftT 1 { - -+ -4- ---4- . .- - - - - •:.,,.., 4 1 \,/ 't(r\I 4 1 LEI C CL = 18+00 9+00 17+00 1 10 I LLJ F (ND I tr zo UJI Ld i c . - (1) 0 t 1• Ln LLi LLJ H I: ND Pn (O 20+00 SEE SHEET NO. 9 iIf 1 45 J C'~ ~'O'R 7 + 00 \\\ wy 44 I h--- -- - 1 NOT ON5T,4'JCTED 17+43.31 FOXTA?L LOOP - t r=20+ 07.O1 BADGER LANE . 17-f35 H I STA 17+30.0 _ ~1T56 - H 1 21.5D 43 'H-I \ H FI ,/1L3 \ \ DOUBLE STREEI ~AIVIE SIGN 4 Z'- SEE SHEET NO. 9 CURB • DATA I (PRIVATE) - 332.9 1' 6" TYPE "G" CURB & GUTTER 30.00' 47./8H 46.47' 6" TYPE "C" CURB 6"TYPE"C"CURB&GUTTER & GUTTER 30.00' - 339.09' 6" TYPE "C" CURB & GUTTER L N O. 1 N1657'OO"E 2 A=9115'00" 3 A=8845'OO" 4 N1 67'OG"E SEWER (PUBLIC) NO. _s/BEARING -• -• ., -. - -- MARKS - 1 N1657'OO"E - 1 75.00' 8" P.V.C. SDR35 2 N1657'OO"E I - - 20701' 8" P. V. C. SDR35 - - ) 0 WATER DATA (PUBLIC) [1 _N165700__F _- 8 PVC iO 1' 44 CENTERLINE DATA DLLA )K BEARING C INTERLINE WELL MONUMI/\ TAION 9/+04 El rAM/Nn / v4J NORTH OF INTERSECTION W/E-ALOMAR AIRPORT OUNTY OF SAN DIEGO 1 ti - ' •. •1. ('1A''AlAJ 98-501 iI.L.fl HIII:1j. ......HH TI_4 H. HH t bc[ H,f JL4H1H 1 ROAD & STORM DRAIN ARE PRIVATE I t I I I I I I It t I cA/P ,Rr AIATP APP PH PI Ifl I_I I I_LI I I ° -IIt 9+00 10+00 11+00 ' . CURB DATA (PRIVATE) L STORM DRAIN (PRIVATE) . . ' . NO. A1'U LAP II. NO L LLv K 1 N13 33 00 L - bU b8 30 R.C.P. 150-D CASKEDJOINT 1 N19'2 5 00__E - 48_23 h PE C CURB & GUTTER 2 A08 05 53 - 40000 T 56 53 30 P CP 1350-DGASKETED JOINT - 2 A=28 11 46 10000 49_21 6 TYPE C CURB & GUTTER : p -- .3 N47 056'46'E - 50.00' 6"lYPE"C" CURB & CUTTER 2 '1 8 4 A=208 ii 45 38 00 13808 6 TYPE C CURB & CUTTER 5 N192500 F 157.50 6 TYPE C CURB & CUTTER 60- 4 f5 \ SEWER (PUBLIC) 8+00 T4L) 4 JO A/BEAHLNG ___-- -900 SEE SHEET 04 7EFLEcT/0NccL Au N 00 I 17 LLJ 16 CD 22 N I I WATER DATA (PUBLIC) o T 6 XTL NO.A/HLAPiNL1 " H.. 1/ 5 Typ INI /7 \ N192500E - 16500 - 8 PVC CL 150 UJ I - H WY TA 00 1 I 2 N64 25 00 E - 42.98' 8 P V C CL 150 00 CL Xb L (IL) ILL A ' * 3 A 08'51'45" 394.00' 60.94' 8 P V C CL 150 - / • FH ASSEMBLY " N 1 3'33'00"E '1-8"FICXPJCV ') LU L ( ,\ % 0 1- 2 MAR ' LJ Z I _EIOXJAIL LOOP C çç 2 '' LiJ '16- .. ' LiJ CENTERLINE DATA I I._• _J I ' ' U z GJ z m I rKv b L t I i I A , Lc) 14 II: 1 N1q2500 r 1750 1 - I ' 26 2 5 '. 77If .i ._ ________ - ________________ I IUfAIL LO(C ,. MANITOU ENGINEERING COMPANY PLANNIN, CONSULTING [NGINLL PING DIGALERT : ON L• WAY OR EA HI \ II \1 \LI\ A ON j9,/Q4 L AMN NEAL, N 4 NORTH OF INTERSECTION W/PALOMAR A/F?PORI OUNTY OF SAN DIEGO (11 I Ut' ENCINEEPiNC LAFRARIMENT 23 IMPROVEMFNT PLANS FOR FOXTAIL LOOP (PRIVATE) STA.10+00.00 TO ST .11+57.50 C.T. 96-92 ait D -HuBBS E C23889 XPIRL5 H U DATL REV 5EW L4T ER /25 OWN BY: PROJECT NO, DRAWING NO. DATE INITIAL DATE INITIAL CA fF1 NI CHKD BY ENGINEER Of WORk H vHON OF ..HN lION OTHER APPROVAL (CTYAPPROAi RVWD R'' I C.T. 9602 361-6B I' I iA 5 01 C VVJ — _ LtWHHLH YVC L47 33 1 + 391 ¶/1 51. 78 L/ Tri oof cc i.11' I r 105 Lr- - 1 : •0, —1——--- I 4-1PROFII...EtNSD KNU KLE L C1LE OF = 2C .ILRtL4 . ; rn 11 1 I I H tCZ t.1)I -3fL. I cn oi I If) 0 + Z Lj ± IiJ 4 +—if.I• * : I . : V. +4:N' Li f w ZI - -- 85— °— 1 i 4/241525 4 Vibo=12 + PROF ILE00 00 SCALE L NT P'' 1 - I . -'-irAL i"_:4 Ir): IO I I oc-4 . . : 12+00 13+00 LULH —105 H I z I I I c_I Li - L t00VC I t P.LV.(. Lt101.b0 OJ @ lAl Lfl 61 ! I(f)W —-I-- I ----.---H ----H*---j - - —1O5 -- _______ • 1: I I • : tt I t • I ...........• i.r: :*I(__,: j_.._.....-.—'' : : : 1 I I 4 -1TI I 1 1 —4 LU — CF) f;: it -0\4 0 L - 0 Ii I III 'I 4 1111 C I H LIIW4 H1 itim tt LrA - - 4t I i T HUH. CD 0: $ I I ViH f IHL : S S IV LHHr I - —85 I - Q Tio T. 63 cf $ t (I \y Q 9 ps t Lr I $ LLI 1-- '- I TQR4 DRAIN iPROFILE I i4 l J' LE I VRT I I I I $ I : . -, • --4 4ILL I 1 4 4. j i f 0 -40.47 i_• • I I —$0. .: I . H —95 ________ F16 16 1 l ilT I (i +— - 43 HF- Qq PROFILE OUTIDiE KNUCKLE J S S . T I H C)S I -i 1 r-; : : cs CD PROFIF $CAEF: HOR17A-=~O' CL 'P 0! 5%: 14+00 15+00 STORM DRAIN PROFILE STORM DRAIN PROFILE I CENTERLINE DATA .1ARKb BLARING A =0520'00" .- 500' 29.09' N1605'OO"E 25074' '418'00"W 92,67' — SEE SHEET NO. 9 -, STA.15+30.00 MATCH LINE I H I i873 21 .5'DWY. cr:17•9 f 0 - "-- [ \ ••-- LH3 LU? C'J.:'" •. •.' ., . STORM DRAIN (PRIVATE) SEWER (PUBLIC) J. H,. BLARING • HA)U: LLNLG N' NO. H1 HN:I: HtLj. L A=032000 48700 2833 Z,4 R.C.P.1350-D 1 N21-1 7'23 F - 2201 8 PC DR 35 - — 2 N160500__F 9433 74 RCP 1350-D 2 N160500F - 25784 8PVC SDR .3 N0605'00"E -. 43.73' 24" R.C.P. - 1350-D I 3 N7418'00' - 10.3 74' . 8" PV.0 SOP 4 N2605'OO"E -- - . 43.73' 24" R.C.P. 1350-D ,,3 9 I - 6 N741800W - - 7958 18RCP1350DGASKETED JOINTS WATER DATA (PUBLIC) - 7 N57'04'00"E - 68.75' 18" R.C.P. 1350-D GASKFTFD JOINTS •. 0 5-.,. 0 •, H I 8 N32 5926 W - - - 6045 18 R.C.P. 1350 D GASKF TED JOINTS * A03 2000 511 00 2973 8PVC - CL 15 — 9 N61 4729 E - 4602 18 R.C.P. 1350-r> GASKETED JOINTS N16 0500 E 1- 261 82 R r 10 N19 2500W 7.2,5'18 R.C.P.1350-D_GASKETED JOINTS N/4 1800W - 10374 - 48 *' Id U C6 0 If) N 10 z< H- LU LU lU V)Z -J LU LLJ -T- '-"U H- Io$7740 :' ,21•4 'q '0( CAL j BA CURB DATA (PRIVATE) rNo. A/BLARiL ".i ..H .......'• A=03-20'00- 4 82. 00 2804 6 0 ouPb& GUTTER 14+69 2 N16'05'OO"E - 202.42' 6" TYPE "0" CURB & GUTTER '38 I .3 A=9023'00" 30.00' - 47.32' 6" TYPE "C" CURB & GUTTER 4 N7418'OO"W - . 44.34' 6" TYP[ "C" CURB & GUTTER O ' 5 N7418'OO"W - 7.30' 6" TYPE "G" CURB & GUTTER 6 A2905'44 60.00' 30.47' 6" TYPE "C" CURB & GUTTER 7 A- 148'.36'04" 60.00' 155.61' 6" TYPE "C" CURB & GUTTER 8 A=2907'2 0 6000 30,50' 6' TYPE "C CURB & GUTTER 9 N 1 605'00"E 1 65 -z 1' " pP "C" CURB & CUTTER H) r03'20'00" 518.00' ...... . 5 0 DIGALERT . ur L)I00/N UP LX'I.. 0 RIGHT OF 'AY 0 P ['. • '. C-' i1I'I'\(II \I \Ii1\ STATION 397+04 LL CAM/N NORTH OF INTERSECT/ON W/PALOMAR AIRPOR COUNTY OF SAN DIEGO 90.20 . • N. V.!.).. 0.) HLjILT' AID' C35W ({ -_-I,Aw-- -- -r 00 L 5k. UrSlEb &I1I4& A4 ELF, 44" SEE 1E-rc-m 11. MANITOU ENGINEERING COMPAN PI ANN!NG (UNSLI TIN 1- NJ ~, I N Nin PP 1. - II + - -. , • :' - CITY OF CARLSHAD 1FSEEc, 8 E NC/NI ERINC I \ IMENT 24 [IIPROVFiMENT PLANS FOR: FOXTAIL LOOP (PRIVATE) -- STA. 11+57.50 TO STA.15+30.00 C.T. 96-02 -- llk - ..---* ' ______ .. .____ ___ . • __ Z1oJI. -BLtLT MA'b4oLE 4 ,..( LOG: GULlS FE CL LxPRES 12/31 01 DATE REV SWR LATE? wrR 5ER VICES flWN B PR - 44 DRAv'vINI r j( DAft INIJIAL S DATE INDIA) DATE IN! H': ENGINEER 01 WORK1 F I(2; OTHER APPRO!Ai CITY APPRO.;, C.T. 96-02 II 361 —6B .1 98501 DIGALERT .....- IF WAY OR EA. - It I t _ H -hip H ILH _ lii4H ,i,W H L - -4 - I 4 - - - - + _ 00 v.p. CE50 TAli5QH H C) 1-25 N ç 1 25— - - - H -It LJJ 00 "Aw U~j CD 4 4cD: LLI CD J_ 00 Ki CD t tf 41 T 07 .:-.. : . . . WI '--• . . ,.• . .-.- . . 1/ -zw- LLJ ............... : S : I : : -i- : I . : : . . (.1) Z - 4 Z = - w 0 (J').J..... S. . . . (nn;:..88:cf : I . . . - . . . . . - (_) 1OO-17 iS 4: -i '2 INN' -4 t-L 1 5+00 16+00 - C I .4. * I + r I +1 ? .... w _e_T_. _T:_i:Ti till, NOTE PR FILE SCALE j/T41 1C - CL ROAD & STORM DRAIN ARE PRIVATE RTIAt 1 I SEWER & WATER ARE PUBLIC 17+00 18+00 19+00 SEE SHEET NO. 6 A T I •LL.V :.--' . . . I 1T I tf T L C) Ln _ 4i.41! 1RCP 4 1 6 18RCP' - T9RM DRAIN PRQFI - --f STORM DRI PROflL ;c-'-.'. I . v{H. I'4 : T_ I t + I I ,T * I 20+00 LOT 99 0 0 + o'- F— F—U) LU LU ILU Cr)Z Ld LU U)' U F— STORM DRAIN (PRIVATE) NO. I DELTA OR BEARING L N7418'OC"W 2 CENTERLINE DATA 800.00' 51.66' 2 3 5 6 8 N74'18'00"W - 133.06' 18"R.C.P. 1350-0 N74'18'00"W - 90.69' 18' R.C.P. 1350-D - N84'1 8'00"W — 43.75' 18" R.C.P. 1350-D - N6418'OO"W 43.75' 18" R.C.P. 1350-0 - N74'18'00"W - 21.81' 18" R.C.P. 1350-0 A03 42'0 0 787.00' 50.82' 18" R.C.P. 1350-D N/800'OO"W - 43.4'1' 18" R.C.P. 1350-D N7800 00"W - 78.64' 18" R.C.P. 1350- D N23'42'47"W - 41.86' 18" R.C.P. 1350-D MANITOU ENGINEERING COMPANY ANNING ON?' P[ TIN? FN INF PIN? 1 RyE WATER DATA (PUBLIC) f NO.[/BEAR. . .-,.- •. .. • .. '1 ... i fT418'oo"W I - I .20.07' 8" P.V.C. CL. 150 __N74'1 8_'OO W - ' 1.73' P.V.C. CL. 150 -- * A03'42'00" 811.0 22.37 8" P.V.C. CL. 150 N/800'OO"W j -_J122.0P' * 2 DEFLECTION SEE WATER NOTE 1: IL CURB DATA (PRIVATE) O. -A/UL.AH1m - HADUS_j LN2 1 N7418'OO"W - 1 164.35 b TYPE "C" GURU & GUtTER - - 7 N7418'OO"W - 67.42' 6" TYPE "C" CURB & GUTTER 3 =03'42'00" 782.00' 50.50' 6" TYPE "C" CURB & GUIIER 4 N7800'00"W . -ì 122.68' 6" TYPE "C" CURB & GUTTER 5 - N7800'OO"W -- j 122.08 - 6" TYPE "C" CURB & CUTTER 6 A=0Y42'OO" 818.00f 52.82' 6" TYPE "C" CURB & GUTTEP 7 N7'i'1 '0O"W -- 331.80 6" TYPE "C" CURB & CUT.- SEWER (PUBLIC) ro. • A/BLAN( . I. MARKb 1 N74'18'00"W - 213.3 u." P.v.G. Dk 35 2 N /7'.1"\4. - • - . 222 flL .: . +.. . .4 LOT 50 ",.'-1 HuLY' I I'. \ ( 11 \1 \111k ft C35343 STATION 397+04 El (AM/t' A (( Y[ NORTH NORTH or INTERSECTION w/PAI OMAR A/POOR * COUNTY 00 SAN DIEGO / 5 v'iL .... B 9020 NGVD29 L " ___ - ..'tI •, CITY OF CARLSB1\1) H 9 'I PNCNE FRINC CE PARTMFNT H 24 IMPROVEMENT PLANS FOR; FOXTAIL LOOP (PRIVATE) STA.15+30.00 TO STA.20+35.54 C.T. 96-02 -6 '1 2131101 D.-+TL - -- -- REvswRLAJ1/rRERv/cEs WN BY 1 DRAWINC DATE INITIAL DATE INII'Al. .- .-.,- ENGINEER O WORK H .3 SIO D SC I I T OJ OTHER APPO CITY APPRO 2 A .' - - CT 96-02 I 361 -6 B 14 C1vVD -98-501 U 0 145- 13 5 -t ui 130— 1 .1W 14 125— H :1 L LJIII -H H tt 20+50 - I : • S S 65 165— -- LJ LLJ I L..i,..I _ I ,, H f I T -J - -L -. -. - -• ___ -c-'H 4 14t ii —CT) F - .; —•- I i—___• - , 00 -- !_ —i •.- i2.'D Ic-w--160 160± -4 - — —455 4100 6 H- _______ I 17t j T T LZ 1fTj f H :; ljHi 14 100 _____TiS9ffJ0P HLi 44 - PROFILE SCALE fl71A;1'. Pb' 1 I T tf ERT t- _H WT R tIC =CLI s 0 I t r - • z CD - I 21+00 22+00 23+00 24+00 SEE SHT. Q.18 LYNX o WAY 46 PCR U 92 0 I U n — z 0 z m I 14 TTt'T7TffiI PROFILE CAL E i I — 4' . 4 5 I I DRAIN ARE PRIVATE LIIIIH_LL LHT ARE PUBLIC -- 25+00 - - - SEWER (PUBLIC) - N o. /HLAHN RADIUS L NH F REMARKS T 1 N7627'48"W -- T 527 8"P.v.C. SDR35 2 N701641"W .98.42' 8" P.V.C. SDR35 N 7Pt'flfl"V P .•1 ' c" p p ( :pp z-, H- WATER DATA (PUBL:C) S . ' L1 .1, . _,- •- t••-,, S * if A= 10'42'00" - 579.00T108.13't 8" P.V.C. CL 150 0çr1 4N671800W - - t100868 PVC L150 =0938'00 61 1.00' 102.73' 8" P.C. - CL. 150 4 N76'56'00"W - T 30.52 8" P.V.C. CL. 150 102.()'' S • • S - * • 'JCTQELY. -- ',- RE z DIGALERT S ama •ftVANCE OF DIGUINU OR LXCAVATN 17 •'- ju I:1\ II \1 \11 LQ T 56 cr- 54 U-' CL C CENTERLINE DATA NO. DLLIA OR - . ' RE MARKS BFARING 1=10420C 59000J 110 18 - -- 7 I N6/'18'00"W 10086 -- I A_'w'" I i p% Rl ALL,. MjNM: 5- STATION 397#04 EL CAM/NC) REAL, 45 Mi F NORTH Or INTERSECTION IPALOMAR AIRPORT COUNTY or SAN DIEGO in. / / . . t\f (. . I STORM DRAIN (PRIVATE) NO. A/BEAR' . S 1 A=104200 6°3°'I 112.61 18" R.C.P. 1350-D - 2 N6718'00"W - J 17.99' 18" R C.P 1.350-0 3 A=4914'55" 9060' 1 79.36' 18" R. C. P. 1350-0 - - - 4 2233'36" 90.00' 39.44' 18' R.C.P. 1350-0 5 N66-56'00 "W - 44.64' 18" R.CZP. 1350-D - - 6 N76'56'00"W - 13.48' 1 8" R.C.P. 1.350-D 7 nr'r, "\ - r:fl PP.' " p n fl 1 fl fl flAVi TM, IOJNT = U _)o U U 4j N7656'00'A CURB DATA (PRIVATE) NO. A/REARiN KS — 1 ft 4 00 60800 113 54 1 6 TYPE U CURB & GUTTER 2 N67'1800"W - 1100.86' 6" TYPE "C" CURB & GUTTER 3 09'1 552 582.00'J 9411' 6" TYPE "C" CURB & GUTTER - 4 N76'56'00"W - I 59.97' j 6" TYPE "C" CURB & GUTTER 5 N7656'00"W - 152.54' 6" TYPE "C" CURB & GUTTER 6 =09'38'00" 618.00j 103.9j 6" TYPE "C" CURB & GUTTER -- 7 N6T18'OO"W T 1 100.86' 1 6" TYPE "C" CURB & GUTTER -- 8 /' (>-1'" -?5fl • "P' PHPP - -ii ,•t\; - 5-'. - H I I T T I I T I I I G) HU±T —i1— LHIII II±III IL I IIIi - IIIIII_ j _ __ 1ioqv 3.W ~g IT i I t I j1+i:3Lr : : I - -+--- ----r—- —f —+— I IN Ln It CD CN CD t _ f 170 1 I __________ t I .-- ;. : : : f 0 + Lo - - W jo I : 1-4-1 H CD C3 -04 Z ___ - + - A I CD Dlool (=5I46 cfs CD PRQFIL NT!h97O TLt Ii H L H - - \tERCA T. t4 - t 41 C L Er oz 25+00 26+00 - - 27+00 28+00 29+00 91 :.AJERALS ON HEET 10 NOTE ROAD & STORM DRAIN ARE PRIVATE SEWER Ri WATER ARE PuRl IC ui z —J 0I .- 0< UJ U 77 0• (no 0 LU1ç) (n 0 (1') Ll LLJ IQ10o 331 Icts I !1+yj —60 ih Iri - _( I I - —470 -----L-----+ - PA ti Hi H __ 1953 STORM [RA1N_ PRO FJLE I H7NJA: : T'Ni E'CL 1 1 ALL 4 _ __Lt Li -_iiiI± I PI/CURI .- . • : : I ; : . REDLEINC FSTA1 - —L - :180.:::: - t WATER: LINE PROFILE STA, +9,2 00 - 4 G OZo 1A 20 1 VEPT CA11: 1 I CURB DATA (PRIVATE) NO. . /H LA i/ I N C'7 A100 L LNU HI MOH 1 N7656'00"W - 135.98' 6" TYPE "G" CURB & GUTTER i 2 A =1F45'OO" 518.00' 106.23' 6" TYPE "0" CURB & CUTTER I N65'1 l 'OO"W - 10.3.1/' - 6" TYPE "0" CURB & CUTTER 4 A =05-1 3'00" 482.00' 43.88' 6" TYPE "0" CURB & GUTTER - 5 N70'24'00"W - 12.18' 6"TYPE "G" CURB & GUTTER ""—- -- p'. p, 6 N702400'W - 12.18 / b ITVL U UUt & UUI tJ SHEET 12 7 .3. =0513'00" 518.00' 4711: 6T TYPE G" CURB & GUTTER PRESSURE REDUCING STA. 3 EMERGENCY OVERFLOW INLET B SLE 8 9 N65'l 1 OO"W A 1 1-45'00" CUTTER -10.3. 482.00' / 98.8 - 6" 6 TYPE TYPE 'G1 "C" CURB CURB & & GUTTER SHEET + 4 4 I 3Z9U Li OP PETAl: z I _5t_i II [1 H I INAl MAP C\J - I Li c U o Lli LJ LLO 0 I AlL LO PLC '(I. , p.- - )VANCE OF DIGGING OR EXCAVAI'INC ON 14i 7" Rl fl, -r -A--. r'. LOT 59 L,ATERALS ON )FF FT T 5- / 1 65 CENTERLINE DATA A 0,1 OluO NE' ' ..: BEARING 1 N7656'00"W 135.9' - 2 f-. =114500 500.00' 102.54 3 N65'll'OO"W 103.77' 4 3--, =513'00" 500.00' 45.52' N71Y74'00"W I 1218' STORM DRAIN (PRIVATE) 1 N76'56'00"W — 135.98' 18" R.C.P. 1350—D 2 N8S48'08"W - 46.32' 18" R.C.P. 1350—D .3 N3436'59"W 68.92' 18" R.C.P. 1350D 4 N58.37'1 7"W - 40.77' 18" R.C.P. 1350—D 5 =O21402" 513.00' 20.00' - 18 R.C.P. 1350—D 6 N6511'OO"W - 93.11' 18" R.C.P. 1350—D — 4 I SEWER (PUBLIC) NO. /BEARING ..:, .H ' 'LMARKS 1 N7656'OOW - 187.43' 8"P.V.C. SDR35 2 N67'23'49"W J - 212.52'l 8" P.V.C. 0900 WATER DATA (PUBLIC) NO. /BEARING . N76'56'00"W - — + 135,98 10" P.V.C. CL 150 * • A=11'45'OO" - 489.00' 100.28 10" P.V.C. C.L. 150 - 3 N6511'OO"W — 103.77' 10" P.V.C. CL 150 - 4 A =05'13'00" 511.00' 46.52' -- 10" P.v.c. CL 150 5 N7024'00"W — - 12.18 10" P.V.C. CL 150 R N1926'OO"E -- 32.00' 10" P.V.C. -CL 150 -- - RI—A('11 \1 \Il - -- CENTERLINE V/LLL MC)ijOML\ . 5 - STATION 397+04 EL CAM/NO REAL, 745 Mill:- -. NORTH or /NTrRSFTCTION W/PALOMAR AIRPORT 0:) COUNTY OF SAN DIEGO 90.20 -. •- - CMWD I if -- •f- LJL__HclH4 f H 00 c I O vic A_1is Tt i 1 f - — _t I 1 i EL 160 fjo L421 _~~i J +2. Cc t L/413 - - L/45 - L/1131 H + _ I t H (N Cc I . ..... MI cn . __ 0 + __ 0 MIN CGVE DPRS N ____ • : riw:C/ -- : : . •-. • t : : : + - tf:.: : : - 490 CQ co Ln '9T - -:i LLJ LCII, 00 ' LLJ .LL4i ..PROFILE .SCALE I I I TC - ( {A =b' SE $HLET NO 20 QE _SAC V'ERTGAL I = -1-- L 1 CLR FOR CONTINUATION F WATERLINE PA I I I ti 849 1O"V AN SEWRLINE VLT I I I H LHH4 - WA C : ....H. .... ••+• .. _________ - I • • 4 ---I-I----- - •.1UVVt. . •:: •.1LJ.PVL • . :.L: . . : ..... - •- . ..- . . . . • . • • , . . . • • . t . + . . . 275Rf . rt\427R _17 WALL t • •... - . . . . . .......... . . - . . ..• • • L/1 .64 . I • fi L/0-13.2! .. • I • •. L/14.64 .. __ 14 VRTICAL PNE - L2927 137:19 L227 6 CD 00 ht- nj TA 184 10 + I PRQFILE 0 U., T S D E K NU %C LE: L - - g -____ E ___ - r±J±+J LU _ TH H I I'- _________ I1IIi+ LLitL tL: ti J - - 19 LINE. t 29 30 31 32 SEE SHEET NO. 17 . WATER DATA (PUBLIC) rL. CURB DATA (PRIVATE) FOR STORM DRAIN DESIGN •,,....•, •,,• ____ H...:____ ____ •l'. _______ _____________________________ i nr D\/r rl I in H [7nnn\A/ t - 4 rvr r iipp r rii z G) z CD m TO 4s . /AIN E.ASLMLNT + I .J .JL) LJ+J I.... ___________ 1,JZ...L/'J4 I'..) I .V.L,. ¼.,i_. .JL/ + _4_ , , LI _T VT _____4_ - •.1.J._1f LI + + I... J ¼JL+LJ LA. .JL/+ LII DOC ________ 2 N7024 00 W - I 100.83 10" P.V.C. CL. 150 2 A=75'06'00" 30.00' 39.32' 6" TYPE "C" CURB & CUTTER £1; K1C\' / . 14r5€t EXI3 REC 3 N34 3000 E - 11 16 L 10 PVC ____ CL 150 - 3 - N34 3000 F - 29511 6 TYPEC CURB & CUTTER Aq• .5 ELF, 24 4 A=934 10 3500 9053> 10 PVC CL 150 4 A=2811 46 )000 4921 T 6 11 TYPE "G" CURB & CUTJLR -r .E 6IT - - j - - 5_N051814 F - 500016 TYPE C CURB & GUTTER _-'J'J__;..--___\ \- / p 1 .1(0/ / 6 A=208fl 145" 38.00' 138.08' I 6" TYPE "G" CURB & GUTTER ±L LJ 7 - N34 3000 E I - 9790 1 6 TYPE C CURB & GUTTER H> ( II . 8JA=2T57'10"I> 6(0O' 29.27T 6" TYPE "C" CURB & GUTTER I(D cjI // / I . 1 ___ ______ I A=13100'21" 60.00' 137.19'T 6" TYPE C" CURB & GUTTER '-um / /4.i // NO A/BEARING MARKS - 10A=2757 10 6000 2927J 6 TYPE C CURB & GUTTER N6723 49 W - 96 40 8 PVC SDR 35 11 N 71) 4 nIl - I 4Q F fl TIE P 2 N2902'27"E - 199.6 8" P.V.C. SDR 35 - SA _ \11 / - - - . 5 56 ... . • . , -'+ ,\. . 2 •5'D'w' - 49 + - ~l 3 40 CD — . — - : - ('7 8 U CENTERLINE DATA NO. I DELTA OR ;•: ' -- .IARKS BEARING if N7024'00"W -- 96.27' 7'. 5 — CPA +62.06 21. Th 4ISEb EXts A4 *16 $4ELF, 30" BAILS RO9IO'3TL NTh SEE t)ETA1L5T1415 54T. L Uri RflH DK,CNL+ tA, Av U< flR LX,AvANN.. - I I MEN -• Q., •\ ... tI-f : E p cE 'Tc ,1 R ELF,n'fi cc E FiYrn+ rim+ -. T t( '4 :- .4) / \\ 76 I \ 6 , 00 5 ••1 . Ill' \( If \1 \II\ SEE SHEET NO. 20 i/li 397+04 1/CAM/N • 14 '2 FOR STORM DRAIN, NCRTH 0F INTERSECTION VV/PALOMAR Aii7POP WATERLINE, & SEWERLINE DESIGN . -- ETh,A 'vVD 98-501 11 12 = LE&RT _ H trI I EIHT + I _ 112+46-y- VfOL~ERI R t o 001 wvIrhj L Aj 00 CD .100 _ I H 1 _ __ -kr CD _ L L' ___ _ 4D A LE 4—: 1 i - 4 1---- - --- ~ _41 W TER PROR I - t L _________ ________ CN !CD t cn CD VTTI~AL:' CD UD V CD In PRO FIE t___L H IHH II I _T L t 4 J 110 _ WT ,RT cn URN ; CO.Ln Al L _ IDENIlrAL POINT nt 14 ff ; * L11k H -f I 1 00 I! __ H H _ __ _ I H H__ Cn Ill: 1 3-0O -- ou I t - H q i + co PQILE I H 4 - NOTE 4- — IGHT CU R B: J RETURN F4 ROAD & STORM DRAIN ARE PRIVATE CL I SEE SHEETO 19 HL1t44 1 1 I I I__-i - VFR "Al 1L4 SEWER & WATER ARE PUBLIC 10+00 11 +00 1 2+00 11+14.22 WELDED RING W/THRUST WALL — 1 4+00 1 5 PER CMWD W-18 TYPE 2 t1 11+04.22 22.5 & 11.25 BENDS (PRIVATE) -- (PUBLIC) W/THRUST BLOCK ON SHEET 14 STORM DRAIN SEWER CENTERLINE DATA 11+24.22FLGXPJ TRANSITION C0UPLIN J/HL\kIHL DULLNU* H M NO__HE__/HIN kRtJIU3 LLNU I H MAkK NO ARINC r KS I r 1 N87 5600 F - 242 55 I PC C-900 -1 1 72 1 71 2 1500 50000 106 8 PVC C1 i N87 5600 F 248 78 - -- 15 PROPOSED UTILITY I "9'49"00"W - 68.54_I 8 P. V. C900 ____- j 2 A= 1 2* 500.00 106.90 rNT PER FINAL MAP CURB DATA (PRIVATE) ** flTNT 4*A* pr H'RI[ PA' Q* 3 N79'49'00"W 6854 EASLML I - I WATER DATA (PUBLIC) u / z &-83_21 44 30.00' 43.65'_6__TYPE G CURB & GUTTER rN '+jU 'Lt N I H NI Cl 00 1f1 2 N87*56'00"E 21 5. 73' 1 N87*56'00"E (3-TI b =O95938 48200 8407 6TYPF C:CuRB& GUff II oo 8 CML& C STEEL CL ** -- i<0 \\\\\ 3,2 II ur) 4-IJ\, I ,'*" f. - O l 0 I V, 151 152 A r I I - I I I \\ — \4 _71 \ E 5 0 7Yt rp DAT L :X-8.. X8" FLC TEE AT F_ / I I LLJ / 0 k 4 29 2 5 S I CD L'\ TFRAO H III f/,/ //c\ ---- SHEEF 15 P m CITY 012 CAfL1SBAI) DDT I - - - I NCINFFRING DFPARTMFNT IMPRO VE MENT PLANS FOR: 23 SEE SHEET M o 5+8262 \ / ___ ____________________ - WOLVERINE TERRACE (PRIVATE) 6 . - I TA QQ7 Rfl Tr)TA iAcn nn MANITOU ENGINEERING COMPANY 4- IANNNIT, CONS*.J1 TIN', FN.NE F 1\i- *Rvr iN r : - M * \ M AT/0N 397-i-04 EL CAMI1'- D ---=- •- y RTH OF fNTERSECTiO V - ;MAR A/RPOR7 UN1Y OF SAN DIEGO 20 V fT. 2 _______ - _________- ____________ _______ I I # I s I . '_I S. I S..' •_ i i- • i -r s_i '.J • 'sj '.1 L C.T. 96-02 'I 1 HI =_ DA CHKDR lZr PPOJCT NO DPAINC v:R NO C.T. 96-02 361-6B INiT1Ai i DATE INITIAL DATE 4 -- cm Vv D 98-501 -- 0 I DIc4LERT S__S / I Qu LF ' 'DvNCE OF DIGINC OR: EXCAVATING ON A P-UBLi }GHtF OF WA'i Of ESEMENT. SOC_Jt.22_133 H I I _ CLI SEWER & WATER ARE PUBLIC 15+00 16+00 17+00 18+00 <C - SEWER (PUBLIC) - - S /\/ HL;HINC r)I I_1 _N7949'00"W -- 228.01 8"P.V.C. C900 L2 . A19-21')4" 1385. 8" P.V.C. 5DR35 ] I C CENTERLINE DATA S NO. A/BLAHHC . S LMAH S N79 4 00W 246.1 0 2 A322 127" 200.00''- - . S iHIL Nt). A/BLAINU iADIu LLN(J HLM/\I. N7949'00"W - 246.70' TYPE "G"CURB & GUTTER .) A=3221'27" 00 218.' 123.11' _6" TYPE "C" CURB & GUTTER A=18913'12" 300 8.' - 125.50' _6" TYPE "G" CURB & GUTTER 1 N.3814'21"W 50.00' TYPE "C" CURB & GUTTER A Y =434'39" 100.00' 72.57' - 214.05' _6" _6" 6" TYPE "C" CURB & GUTTER S N7049'OO"W 6" TYPE "G"CURB & GUTTER WATER DATA '- S -- (PUBLIC) NO. S ' 3 -t --- 2.62' 8" P.V.C. CL. 150 _ A/BEARING N79'49'00 "W * .\=22'50'56" 374.00' 1149 .762 : A / ch C5 'N FILTER CLOtH -- ~ 61 0 ~69 1+29.33S.D. C/I TYPE "A SEE GRADING PLAN DWG. 361-GA SHT. 16 FORREVISED PRIVATE DRAIN AND S DSG.& E. CO. EASEMENT I 4 11 -4 4 1 - k"', t L/4125C' _ H I 1 L /1 H H -105 in 1 co CD Li ti Ln La _ I Qp DOPSFHRAE_ C L~cl ~ L~ll 00 _ -1 1 : :° -mo r - ON FIJER CLTH W/UFF tj CD 12.0p, j24 ROP zi u tc) :PROFILE: SCALE NOTE PñAfl A q TnRKA flRAIN ARE PRIVATE 4+00 CURB DATA (PRIVATE) S., H- 17 5, REC. AREA I INOL IJIJ UL) STORM DRAIN (PRIVATE) RADIUS LE ND I H RLMIRKS - 129.33' 24"R.C.P. 1 350—D - j 00' 24" RC.P. 1350—D -. 000000 — i1I( II \l.\II \5 \ t .N AT/ON 397--04 EL CAM/NC 'Al 04 .NORTH OF INTERSECT/ON W/PALOMAR AIRPORT 0/). -LJNTY OF SAN DIEGO - 20 .. 4E-12 CM WD -----98-501 - j : I I - . - - : : : : I : - : : : : : : ~ - — - - _ . - - -_ I - 1. - -_ - - - - -_ I I - - - , 8 - I r I -1 ' I t C . I t I : dr,N$T`R~CT: A'S 5' :VERTIC* - URVE I __ t i _ _4 : : j I 4 __ 1tL L f : : __ , Lt 1 J+ I k.6 t I tt tt t 1± 1 PV 1O35 t j / + 125 __ __ ___ - __ - ----rl~c"Ic-1 / 1 1H I I - : f.-)': . . :rIq:i: . :..": : t': 1 _____ f t -H -H—L4 - - . . . L4_4, . - 1 . . . -: 04 f . \_ A'_ . T. . I . . . . • '-• i .I I I • S • S . . - ~:~! - _____ I . .5 . c.ç/ •\'i-k Cj .._-' • . . I ; I I . : + + i : I : I ; : ~-- - 7 _ r - : ; : __.~_ - . , . : . : . . 1 -4-1. 1 . . . I . . . . - - _T 1,74 * I_ - 0 . . - . I ~ - i , "; ~ X,,i. ~, ~~n - - 0 ; Q-lbo -~-ll + 0 I : EFT R B: R ET+ : . : , - - f~~ ~ NN~ - I I : : I . : (X) _~ . ~ : . . -- ~ ) . . I I 7 : I , :=1:99 ,f s ,N~l . . r".) : ; : v 1~0 _-1.8 f ps : : PROP . . : ; . : : . I . . : : il ~(30 I : _r - I I I ; : --- DQ t . I - I 1 I I L l Q f ____ 1 I + V - -I ---- - - I ?-y c"i - .i /ç) 0 t : : . : : ~ : ___l I I . : ~ I I : ± . I • .( . , . + • +. t. + / . . . ; . . . S 1 I S S 1 0 S - —: . : : . : : : • . : : S S 4 _ ____ CD __ ___ : ___ : : •0Ln • . ; : I ____ : : . : : . • • .-: . : : : (j) • . : . : : . 1O— i 11O—-- -kr: 4 , 11 I - - I\ I _._ . , 1 . 1 . 4. S S S . . I . S • . . S • • • Lu Li_I L •256qL.7 Pap z . ~ ~cl i- "I I + I 1 1 8 5 x - fl - 4 - — - I ' RC . P. .— : : : : p ,j-: : : . : : : : : : :S --: : : : . : . . : . •co :->: : • . • :r: ; __j -1 : : : - : - : : ilp . - -i - I_ , / 11 i ; , ..-- - 'p. I , : - : I W-ph. I -.4 : : 1 : : : i I i j : . . : : : : : : . I ; ~ : : : ! . - I : : : . : : : . ~ . . . . 1 6,16.1", ! ; ; I ! - - I I : i ~ lool 1 T 1 : i : : : . : : . I : ~ : . I - 1 : - _; - , I . . : : I- : 4 ~ - 1 I - I . L_ - - -I - .,- - - ~ 4 ! . . . : . I . I : i : - : : : - : ! . + . .~ - I __ ! t t 1 I . I - I . . I . . . . i I I I I I . . . . : : : : : : : ! . : : . I : I -_ - I . . ~ . 11 t tj -f ! -4 - : ' 1 IQI Q I 4 1 4 O0 - '4 -4 _______ ______ ____ -- ____ L ____L -----1 1- IX) ___ ____ t ___ I I I I I I I _•• i I I I _~ I i i - . . . : I . . - - ~ I ! . ~ --t. : : . . . . ~ .,64 0 I ; ~ : : . . ' I - - - --- t : . - - - - - - - - - : - H_ ; I ~ - . --- 1 . : : : : . - . : . - - - I I ~__ c~ _~; ~ _~ - I-- L_ ____- , i I ~~_2Y' 1 b- -- - - --- -_ PROFIL~, S,IlAi ~-: HDRI. 1:" 20! : . ; ~_ 4 __ t— t : ___ I rn - . _; t : : ~J *l : — : : :_ ~ 4 1 : - " 4 . - - . : i _::[_~~ . 11 __ . w . - - : : ~ : I : - - - - . . - - . . . clo~ - - I — : -- .- I I - ~ - -H— - I .,~ I I- A - -_ — i- . I ~ ., -_ 0 0 ; ~] I . ~ .- I I : i - - ; : -, I : . . i . ~ i ; : .-.I.- : 7 . . : : - I . I: _ __ _~ . ; : ; I I t.vf_ . ! : : : : ! - . ; . : : + , L : i I I I . - I - —i : : : I : . ! I . ~ . . c ; , : C q I i * ;/ '! 1 - j: - : rl I ~ I _T t ~ * ~- ~ . : : : ; . + i : . - - ~ t I I - -1 - I- I . ~ I . . ! -- ___— - - + -__ - — - -T-H - 1297 -C)l I 110 HItI MVC L/3i3 b9' — I IX) . . i I : -\:I I __:_ I____ fLQfj_ sc:AIE i : i r I [/v l : : : : 46 1 4:o Ii OD: I 0%L- 1 t1 zJ __ HOON1L '-2O' 1 - 4' i - I I - 1 - 1 PQFL I I ' 175 i Ili 4 IT ___ i5 - I ____ I 1 t HfH - 1 - 1 SIDE ftLCKLE -I- -'-120 C'4_ - - lii Ii - ___ ____ — 5 ' F ------ I- - j' I . . . . . . : . _~ -,--" - . --1H - PRPFLLE S - NOTE T I I I ± RoI:iLEI _______ f• IvEIT "' : : I I : I - - ~~ I 1 ] - ; I - - I ~ ; 4 : I __ I - - t I ! ! , - : I . I - f I ---T ! PTORLE t*CALE: HCfp*IZ.:: 1 *'~-20: : I - , : , IT ~ v RTi ~ ____ i SEWER & WATER ARE PUBLIC : IT—; I . : ! : : . I I , : 1~1, I ~ 4;' : : 1 - - : : I I I . i ( ~ ~ I . 10+00 11+00 12+00 13+00 14+00 + I I : . : . I I ~ : : : : : . : : : . : : . . i .4 t 1 1 ~ ERf. ; 1 I ; ; I ! i ; I 1 i CURB DATA (PRIVATE) S - ,.14r- fl STORM DRAIN (PRIVATE) . 25 LA TrA, -- z 0 z CD P1 Ii 55 5 NO. ii [A/BEARING RAD'US LENGtH 46.89' 6" TYPE REMARKS "G" CURB & S GUTTER A=8933'22" 30.00' 2 LNoo38'oc"E - 44.60' 6" TYPE "C" CURB & CUTTER 3 f A=05'59'00" 418.00' 43.65' 6" TYPE "G" CURB & GUTTER 4N0637'00"E - 79.95' I I 6" 11 TYPE "G" 11 11 CUTTER CURB & 4 •I+-.k • ' /4 350-D GASKETED PIPE • 1 24" RPS 1350-[) GASKETED PIPE v ,• r -' , I 7rCs r rAc5 ,rrrrm r,r1r " / / / - / r.I 'uu-u ,-r'L'Lu /J / <'o 9o/ LI ~64~~ 5 A=775300 30.00 40./ 6 TYPE U(..UI-<b & GUTTER I 24" R.C.PS 1350-D - •/ 555•5 7 N71'16'O0"W -• - 109.95' 6" TYPE _t" CURB & GUTTER 24" R.C.P. - 1350-D GASKETED PIPE S S. 7 FN71'16'oo"W - - 69.87' 6" TYPE "C" CURB & GUTTER 18 R.C.P.1350-D If 4 49VQ 8 A=275710 6000 2927 6 IGId1URB & GUTTER - 18" RC.PS 1350-D GASKETED PIPE - j 9Th=133'4/'71" 60.00' 140.10' 6" TYPE "C" CURB & GUTTER L-C/ I 1 L,4, 6' 1OA=275710 6000 2927 6 TYPE C CURB &GUTTER / , S \ \I 17 5. 5 11 N0637'OO"I - 39.87' 6" TYPE "C" CURB & GUTTER - k, "I / (o ?_,l 75 (C / 12 AO559 OC 38206 3989 6 TYPE C CURB & CURER S / - 13 NOO 38 00 F - 40.42 6 TYPE C CURB & CUTTER " ! I# 1 ; r\~, )t - 1, I , S, ",// _l\/ '.. ,~, ~"51 J, 0 COYOTE CU / 1 7 , - / lo li , - __ I . ~4 Q) A/B1AHIN WATER DATA (PUBLIC) r . - - 1~_ - Q) __ I I /_ , Cv . , , NO. / // / (I I /. 0 / / II I -' / ' I s E T No /73 '"'I"I'll / /S/7 0 .,? JO. I/ t AV IN() 1-,•'_, s,. // 13 S '5 5' 5 S ,5•S - _ NH' Ii Ti N0038'OO"E - - 104.37' 2 A=0559'OO" 413.00' 43.13' 3 N0637'00"E - - 108.24' 4 N/116'OO"W - - /9.95' 5 N71'16'00"W - - 58.29' 6 N8516'15"W - - 25.69' 7 N1844'OO"[ - 33.25' /) r' I I __ __ _ _ I I/ S >., v . J / / 1 / / /. oH / . Oj A I*\/ / t',(/ NN V / / •7 / ( .5 5 / 5 — S-S Z / IS / OO / / - S C00 S S+ (I ,. r",'5 I I /2 / A k./ S - S %? : Q :~t I U I i\ 1 N0038'OO"E - 79.21' 8" P.V.C. CL 150 -- 7 - 5 ..- * 2 AO5'59'0O" - 389.00' 40.62' -8 " P.V.C. - CL 150--- 3 N0637'OO"E - J 127.63' 8" P.V.C. — CL 150 — 4 N7116'00"W -i57.63' - 8" P.V.C. - CL 150 - * (Th' rrr rcfl(1N l [ ,AA1I Ii NflT / 7 7j I 1, I - / I ~(_,/UQ , I , , ~,~y .I 11, A-(~' " / : T - I S •1 .15115.1 44 . I • <f H I/ ,~-, rN I ),ç / / 5' /-'R / 'S Si -5' I I 1 4~~\ll 1 1 /I ~l 11 11 ~- ~ .2- ~_o * . ~ t ~ -.0.1- r 7 (__4jo l / / lf) - w ~~ o 0 -~,,_\, F MANITOU ENGINEERING COMPANY L • PiANNING CONSULTING ENGINEERING • SURVEYING - - __ I I I SEWER (PUBLIC) ___ "AS BUILL' ~ll / NO. A/BEARING 1l, 1 N003800E L - .:U''1 REMARKS t 74 8 PVC SDR35 I jJ / J / 2 A=0559'OO" 400.00' 3 N0637'00"F L •- ______ 41.77_______ 8" P.V. SDR35 ____- 118.75' 8" P. V. SDR35 ___ I EXU. .' -- J 15 • DATE PI VIE'E BY / /5 '-7 -7:' '' . .—" ' -' I. - INSPECTOR DATE U f '1)I"1 I I I' . / /I I Q I 0 -_____ I PSH[ET1 CITY OF CARLSBAD1 SHF FTS1 L _1 5 I ENGINEERING DEPARTMLNI_____ [ 23 ____ IMPROVEMENT PLANS FOR: COYOTE COURT (PRIVATE) ______________________________________ _____ STA.10+00.00 TO STA.14+00.00 ________________________ ____ ____ _ - - C.T. 96-02 -- APPROVED - r4 [DWN BY: PROJECT NO. IDRAWING NO. S : C.T. 96-O2j_361-6B — -_ Moo. CL 4iVO/T/5T4 /3-'4L7/ __ — VON DF SCRI1TFON ____ _____ _____ _____ -____ INITIAl DATE I NGINFFR LLOYD HUBB5-" PE C239 EXPIRES 12/31/01 DTL -i - INITIAL DATE INIlIAL DATE CITY APPROAI OF WORK OTHER APPROVAL ~A 1 " a: S 4) ~~ ~ 1 1 6 Ip 5~1 .S O CENTERLINE DATA u// \N I ''•' / I DELTA OR 5 5 5 . - ./ US5SRKS BEARING 1 N0038'OO"E - • 90.74' ______ 2 A=05'59'00" 400.00' 4177' - - .3 N0637'00"E - 118.75' • - - - - - I1I."\( II \I \II ;f tTLPiiPL VVLLL MONUMLNT STATION 397-iO4 FL ('Av1'NC) RCA!, 1 45 MIFS NORTH OF /NTERSFCT(1.\ 711 fl/ S111,,4/J? / f 1nGR1 COUNTY OF SAN DIE2' 0 (),''' U. v •. Mi .+ - " DAfA 1 4 U I . 45 5 AL • 4 U 1 CMWD - 98-501 H. 4 CD LI - PROFI:LE SCALE I4-lfl I fld i I Llj Li t+t 4,0 _ _ _ H —H V) Ljj 44 oo LLI - - I ( EL38TA15 : k Ld _ LLI Lo NN 14 H t v tL N 0o if 7 - _____ _____ -- - UT 37 p _ tt z F 128L0 8 4 ' RCP: 6 18% 4 4 -_____ - ___ __ - - H — 1-1-H- - —H__ - - —H —1—H-1— - --H- - --H- -1- -H- - C- LJ.l ! - I : •: Af —J--. •_-..•:; .. Lid 120 —0 (_) - 14+00 15+00 NOTE ROAD & STORM DRAIN ARE PRIVATE SEWER & WATER ARE PUBLIC <H SEWER (PUBLIC) NO. /HLARiN( MARKS 1 01'16'00"WH 205.EC 8" P.V.C. SDR35 2 N82 4350 W - 21797 J 8 P.V.C. SDR35 - c\rLr. f\ Ci8 COYOTL COUk'I "Ny WAY I \ \o . . . . . . . I L . . --+ri Ln I -_ it 1—I-- - ¶ If -10 A~ HH 4 I : I-I 7j' ma - 1 92 cfs 1-30 - PROFILE STORM DRAIN H1 L)a f cn L I I- L4 H —H—tH—Hi t 4QP 1_4 - / 52-2-7'1& RCP O5 19+00 PROFILE STORM DRAIN STORM DRAIN (PRIVATE) • [. . -, • , .••. , • P1 -.•.••. • ,• . 4 N71'16'0O"W - 161.79' f 24" R.C.P. 1350-D - 2F8116'00"W - 48.68'T 24" R.C.P. 1350-0 3N6556'31"W 38.84' 118"R.C.P.1350D GASKETED PIP[ 4 A=03'29'46" 412.00' • 25.14' [18" R.C.P. • 1350-D _GASKETED PIPI 5JN84O7'00"W - • 100.77' 18" R.C.P. 1350-D_ GASKETED PftF 6A=1224'00" -438.00' 94.79i8" R.C.P. 1350-D GASKETED PIP[ - 7 N3525'20"W - 43.9ji8" R.C.P. 1350-D GASKETED PIPI -, 'A • 7' • '- I.' fl 1 •() 1•,ANkJ I' PIt Li d ii I !i I— IN < I IN 1 121 H I CURB DATA (PRIVATE) z ci z ED m 1 J 3 -4 5 J 7 8 NO.j_A/OLAPINU 6JN8407'0N.. N7Y1 COO "W -- A-1251'OO" 1 N84'07'00"W A= 1224'OO" A -1224') A=0Y49< -H N 7 1 fl6'OO"W H/\DIU I I NH N 181.45 91.28' 100.77 95.87' 88.08' U 6" 6" 6" 6" 6" 6" - 6" F'PE TYPE TYPE TYPE TYPE TYPE TYPE TYPE "C" "G" "G" "C" "C" "G" 'C" "C" H MAkKN CURB & CURB & CURB & CURB &GUTTER CURB &GUTTER CURB &_GUTTER CURB&CUTTER CURB & CULTER - GUTTER GUTTER C; - -- - 407.00' - 443.00' 407.00' . - 443.00' - 100.77' _29.51' 159.88' '-. / -.-.-.•''•' 1'•-' \o \,/ iD If I I )•AJ. II LYNX WAY SEE SHEET NO-18 ( .•- CENTERLINE DATA NO. /BLAH INC -• -- 1 _N7116'OO"Al 181.45' 2 _A-1251'00" 425.00' 95.31' 3 N8407'00"W 100./7' -' ' :'.'-1 'nfl" I 'I. r-(-\ • -T) WATER DATA (PUBLIC) H) -. L1 iL •, 1 N7116'00 -f181A5' 8" P.V.C. CL 150 * 2 A=0Y47'4" 436.00'j 13.66' 8" P.V.C. CL 150 * =1103i 436.00' 84.11' 8" P.V.C. CL 150 4 . N8407'0C'.' - 100.77 8" P.V.C. CL 150 * . t\12*24(: 414.00' 89.60' 8" L'•C. H nrrt 1i- N -- WATJ N0I // II \1 \11\ HAT/ON 397+04 EL CAM/NC) \IOPTH OF INTERSECTION W/FALOMAR AIRPORT 'OUN7Y OF SAN DIEGO i0.2() • 'V 14 - - HN- /1' - . - •,.. ,. •- '.1 • H ' CM -,E I O—DUI F 4 19oCD —41 t H II _t co TH ' iT! IH1 WT /h H' I iL = HJI ----- _ it 2 I /rY /1 91 I C I / i4 2 I 140 — i I — ____ io8D t -180 LLJ NATERUNIF PROFI~ -j VERTIOAL c~ 11f11 __ ml CD 'till, -d +cj 0 cr) Ln - CD CDT L , ZD 1 c~ *l) - --f / I - ,- Kt-- I I 61 w LO 2 _H I ILo-u cc i PROFILE ____ ___L LtJL!_I_t_ 45 (f) I ~Ak I '_ Z + CUL D E — $ Ac CO Y OT ,C TT1- _______ c I I PROLE CAE HQR —20 -t — + © VRT 1 4 z 3 fs f_ c CLIJ'a I L I I f 2 I . I I I __________ I - I - -t — i. __NOTE III_...I jLj...i ifiiii_ 2 'B PROFILE SgALE I 04.41 ROAD & STORM DRAIN ARE PRIVATE HORI SEWER & WATER ARE PUBLIC 19+00 20+00 I: z 0 z oJ m JJ CENTERLINE DATA NO. A/BEARING N ' 1 N7143'00"W 1 117.421 I ( Li STORM DRAIN (PRIVATE) 78 77 A/BFRH S t4It ( / /76 1 N71'43'00"W — 123.64' 18" R.C.P. 1350—D GASKETED PIF 2 N4134'00"W P - 1 88.47 18" R.C.P. 1350—DGASKLTED PiP ) / 3 N41 '34'00"W I — 84.96 18" R.C.P. 1350_D* 4 N41 -34'00"W — 91.23 18" R.C.P. 1350—DCAS 'N fl' P 'I P I[ NI -5- 9 No 57740 Iip/Zs. 31c'J7*JJ ri Iw. 0 ! \' 80 DIGALERT ANCE OF DIGGINU OH LXLAVAIIN 5, H RIC,.IT CE WA OR FASEMFN 75 - 7 71 Or 5\ \ \\ 74 1 — _uit----\------- \\ r 1—\ \J r A I I I f t r _ I / / 'V PROPOSLD 20' PRIVATE STORM DRAIN ( \ LASEMENT DOC — RI ( kAj © (I I REC. AREA I - 1±U Al-i# 1 b - 10:884 I(2+0075CQN.T 'C LOT 176 M41( )NRY 0 N WA I /55\ 'C WATER DATA (PUBLIC) / N NOA/BEARINC 4 - - _.1 \ 1 N7 1'43'00"W — L 130.64' 8"RV.C. CL. 150 2 N1817'OO"E I — f 59.00' 8" P.V.0 150 E. CURB DATA (PRIVATE) NO. A/ULARINu rADIUS I LLNCH -• - + 1 N71'43 , 00 ,, W —_1 8.15, ,, 6 TYPE C CURB &GUTTER 2 A=?8'11'46" 1 1 00.00'T 49.21' 6" TYPE "C" CURB & GUTTER 5•55 55 3 N80'05'1 4"E 1 — 50.00' 6" TYPE "G" CURB & GUTTER - 4 A=208'08'45" 38.00' 138.08' 6" TYPE "0"CURB &CUTTER - \' 5 N71'4.3'OO"W — 117.47' F " ""PF "C" CURB & GUTTER SEWER (PUBLIC) NO. L\/ it I lI) L H, H RLMAkK 1 N7143'00 "W 12049' 8" PVC. ;[)P-3r)35 ,i 4 ~'j H \ . 9flflI 5. 1 53 40. 2' —Fl -' \ • y S_> .I ( C)0 S .5 \\\ I .5 AlA .1 I SEE SHEET SEE SHEET FOR STORM NO. 12 DRAIN NO. 20 AS BULJ I' / P.E77'j EYP. I 1J -S DATE RF VIE ''F D Y: DATE DATE ENGINEER - - - ___ SUrE1 PITY OF' CARLSHAI) F To 17 ENGINEERIN: DEPARTMENT 24] rIMPRoVEMENT PLANS FOR: - - COYOTE COURT (PRIVATE) STA.18+69.51 TO STA.19+86.93 C.T. 96-02 -- APPROVED LLOYD HUBBPE C289 LAPIRLS 12/31/01DAT - DWN BY: RROJLCT NO 0. . 'DRAWING N CHKD BY: RVWDBY: CT 96-- 361 —6B _____ TR REV 5W.L4T?W.EV/CES kF'vI IO N D SCPIPTION INITIAL DATE INITIAL DATE INITIAL OF WORK OTHER APPROVAL CITY APPROVAL II;\( II \t \I1 MANITOU ENGINEERING COMPANY PLANNING CONSULTING ENGINEERING SURVEYING fl: , %MI ' Mt \ STATION J97+04 EL CAM/NO 'N. '.4 MILL NORTH OF INTERSECTION W/PALOMAR AIRPORT 10 COUNTY OF SAN DIEGO 41420 \.G.V.D. N. . CMWD 98-501 H U~i -- 14-1114L1--i HL L4581 LL _ -; hip 15j- ttL —H---- : I F H PROFILE I t L FT CURB RETURN f f SCALE FJOR 4 VrRT 1 = 4 1 H - m v L/4 63'H 1216 H : -tt Lo i cc Ln -4 —f— -- + - U I: 11 00 v. 1 CDILf)rJAI.C.1382 @ STAT+OP O 01) f(D - : T : L: : H : . I : - 4 4 ): : _ Ln - I -1- A 1H —Lr--:4fH:.', J' lt--±f ILI_ -T5t ttijii rN "T LLJ LO L 110 k "t --- (A 4- __ :(.C) S I 4= I 3 - 14 5IN( 135 I97 c!s 90 c 00 125 ILE I CD Zo PROFILC RIGHT CURB RETURN NOTE AL[HOIZti -20 14 1 - ROAD & STORM DRAIN ARE PRIVATE -44--- SEWER & WATER ARE PUBLIC - - - - ------------------ - 10+00 11+00 SEE SHEET NO. 1 LOT 93 LATERALS ON SHEET 1O c-a 9 3 P - - -, \1\1 Ir' I o 46 0 I - cn 56 + ~< o cy I 3 I S : T HGL 10 89.55 FOXTAIL LOOP I : : OO LYNX WAY L I (:) 5 7 0 '1 1 N: 24+40.0 .4 PCR El I / jot 24±423 9 2 LOT 92 LATERALS 6 B c/L - - ON SHEET 10 SEE SHEET NO. 10 12+00 13+00 LOT 124 LATERALS SEE SHEET NO. 1 6 ON SHEET 16 1 24 1 J 1 45 41— 15 J [ 11 u1_144 _____ I I rn C 12i96 LYNX VVAY - 5 I I 76fO5.58 COYOTE CO 25 __ - I b4101 1 _'-4---__ 04 X - 5EWffRNorcaA/srRuCrEo '+11.20 JL P CURB (PRIVATE) NO./ULARiN- DATA i A87_2908 30 581 L TYPE G CURB & GUTTER 5"5i0O"E f -187.30' J6" TYPE "G" CURB & GUTTER 87 1300 j3O 00 45 67 j6 TYPE C CURB & L 92' GUTTh 83'45'04" 43.85' J 6" TYPE "0" CURB & GUTTER N1557OO"E L - 183.68' J ç TYPE 'G" CURB &GUTTER CHUER WATER DATA (PUBLIC) NO- 1 Ni 557'OO"r 479.98' 8" P.V CL1 50 - 1 \\ 04 43 \\ \ II -- - // \\ A •-cl) -4.. 4 0 I: CENTERLINE DATA //_5LA1U LJIU LFN L-0 4 7 iiD ' L 4F .. S BUN I LOT 125 LATERALS SEE SHEET o. 16 ON SHEET 16 . . - - - / . , - STORM DRAIN (PRIVATE) NO. /BEAkIH 1 N15'57'OO"F - - - - 197.14 18 RCP SEWER (PUBLIC) MANITOU ENGINEERING COMPANY ANNING CONSULTING ENGINEERING C II \I \I , Al , AiiOt\J 39/ 04 L UAM'NC) h'LAL, 1.4:, M L NORTH OG INTERSECTION Vv/PALOMAR AIRPORT '7(JNTY O SAN DIEGO ', RFYH3ION DFSCRIPTION 'L''' -/ 1 L -E [J B HA E CITY OF CARIJSHAI)8 ENGINLERINCDLPAP IMEN 24 !MPROVF:MENT PLANS FOR. LYNX WAY STA.10+00.00 TO STA.12+79.36 0.1.9602 PROVED LLOYDHUBREC239EPRLS 12/31/01 5ATE DATE _INI TI D[ _INITIAL WN BY: PRoJrCT NO. rDRAWNC N OTHER APPROVAt CITY APPROVAL LR B __C.T.96-02 _361-6B MWD 98-501 I 1I! 1 1 ii: .G.0VER ---..----- ' 1 ' r CD - _ L-3.7O El I -1 —92J, 1Jt \/C J t - . HOH LEFT CURB RETURN : IA TI :PRQF I LE -- * Hi Li I T 30' vUN C VEF 35 *L)W G/ . -. P.v - - co -" 1?\'L - I R iL ft -H- I I >->-- ZZ ui cr : J D:r ;o.; _...4..._.' . ...2:....,....... _.... I ++ (i:, fti .0. 8800 © TA, .0: .L C 864 .© TAIl 1 00 col tn - ('S.4 1fl H 00 : 00 0 ;;;L I ' TAQ OVIR J -4- Lf, CD Lf 00 92 Oc 90 I : 86 vc IX) L- -H - - W4 PROFILE R GHT : CURB RETURN I - 10+00 H 't.___1 J I Jr.l....1-+ 11+00 12+00 13+00 14+00 2" MAR 14 0 \ A EN[) RUBLE - RIGHT OF w: -gj o~ G POLL- 2 & '\ - WELL SITE PUBLIC UTILITY EASEMENT PER (ABANDONED) r-) 01 11. \\ -. L :Liiti •-- -H _ t t I/Lu LJ 3 MIN.0 _ ojo -t CML C STEEL WAI ERJNEt -'fflt 'tNHTLv t UP0 q4 0 PROFILE ' SCALE 4 vH?iCAL 1 4' CURB DATA (PRIVATE) r NO. InlBLARiN. '.' ' KS A=7200'18" .30.00' 31.70 6" TYPE "U" CURB & GUTTER P I A-55'32'56" 57.00' 55.26' 6" TYPE "C" CURB & GUTTER N62'l1'OO"W - 53.06' 6" TYPE "0" CURB & GUTTER 4 A=3626'04" 88.00 55.96' 6" TYPE 'C" CURB & GUTTER 5 N8123'OO"E - 67.42 6" TYPE "C" CURB & GUTTER 6 A=1714'OO" 188.00' 56.55' 6" TYPE "C" CURB & GUTTER 7 N6409'061 66.65' 6" TYPE "C" CURB & GUTTER 8 N6409'00"E - 66.65 6" TYPE "C' CURB & GUTTER A=1T14'OO" 212.00' 63.76' 6" TYPE "C" CURB & CUTTER 0 N81'23'00"E - 67.42' 6" TYPE "G" CURB & GUTTER 1 A=.362604" 112.00' 71.22' 6" TYPE "C" CURB & GUTTER 1 2 N6211'OO"W - 35.93 6" TYPE "G" CURB & GUTTER 13 A141'30'11 30.00' 74,09' 6" TYPE "C" CURB & GUTTER H CENTERLINE DATA A,'ULAHINU PAL:U:- LNUTbi RLMAPKS N5315'35"E . 45.16 A=6433'25" 50.70' 45.00' N621 1'06"W — 53.06' A3626'00" 100.00' 63.59' N81'23'OO"E — 67.42' A- 17* 14'00" 200.00' 60.16' N6409'OO"F - 1 26.27' I - /1 I v:ThN v. / 419 SIGN 12 - ° /PEP -3 CURB OUTLET 1 PER D-27 .:. -. SEE RETAINING WAIl PlAN c! I[ 1T c 23 THROUGH 27 LJTURE RECREATION AREA NSTIL DRAWING 61-6A H +Al GRADING PLAN LO / H SEWER (PUBLIC) U, 6' L:.', -. ' '- LMAHK * T SLL C MVvD PROJECT 92-406 * SEE CMWU PROJECT 92-406 ' ______ . SEE CMWD PROJECT 92-406 PER CMW 106 AS BUILT" NOTE ROAD & STORM DRAIN ARE PRIVATE SEWER & WATER ARE PUBLIC f I / \* ' SEE SHEET 1 ft..' I j / * WATERLINE DATA NO. z/BEARING ' . '. ' . ' MARKS 1 N5Y15'35"E 95.58' 8' PVC CLASS 150 2 N80'08'48'W 163.26' 8" PVC CLASS 150 3 N67 33 48 L 131.78' 8 PVC CLASS 150 4 N2915'OO"W 69.22 8" CML & C STEEL CLASS 150 * I . 5 N2915'00"W 35.00 8" PVC CLASS 150 E r ('fl 7 '1 Q 0 C ' / T 1Z4 ! 7_r'0 EXP. Il 3'- DATE L?E VIEWEDOeB Y:_ NU RI C OR DATE CITY OF CARIISRAD 19 ENGINEERING DEPARTMENT L..24 IMPROVRMFNT PLANS FOR: ACCESS ROAD TO LOT 173 (PRIVATE) THE TERRACES AT SUNNYCREEK I H LLO__i)HOBBS 023889 [ PtPF DWN BY: AL ATE _NftAL CHKDBC DRAW NC NO. A, APPR vA! .~PV*D E1 ' C. T. 96-02 . 361-6B MD cma i ..LNTE RI IN!' kli MONUMENT STATION .3974 04 EL CAMINO REAL, 1.45 MILES NORTH OF INTERSECTION W/PALOMAR AIRPORI RI). COUNTY OF SAN DIEGO 98-501 co U-j (104 Ln 777 \ / 7 AH#10 \\ () 31+95.02 FOXTAIL LOOP 10+00 SEWER STA. \ uJ cn 11 12 ui H 04 cQ• —. 'rn u~ ! i 220 ---- --I---- _ I - *NOTE: ( - - USE CUTOFF WALL' (SDRSD S-10) FOR WATERLINE t - - AND CUTOfT WAU4 (SpRSD -9) FOR EWR - OR APPROVED DEIGN BY DEPUTY CITY ENGINEER. . : af - - rIELb CONDITIONS MAY RIQUIRE MObIHCATIONS _. - 'I ui 1OR MODIFICATION DUIN CONSTRUCTION._- - 's ç*iC Li - j • •.I • . • . . - - / Lo 0-4 PROPOSED cND:@SEwR • PROPOSEDRND@ATER • 4 : : - - -2OO- I Lij FRO$DOS[D GRND © SEWER 2 0 Li LLJ L'1 I CD ! ____ ___ • •--i--f — • — . _________________ . • .....- . • • • : : . - : . . . - :-: t • : • r VE cr I S • . • U) Ci • • I f . 1 4_. • : . 44 . . . • Q.t : CN : •_ ._--- --i . S • : : • S 3 ' AIN I COVER C • CA . CAO —J - '/2 2920 74% 12 00 co t . 84.73 8 PVC C-900 ON 200 VERTICAL RADIUS -.SSSSS-- s ----- c '- -\ -10"GVFLGXPJ -- . r" BO N1I -S I \ 0 9+92.21 \ I ' \ CLTYPL\ 1 (Xi) A4CO \ \ 31+55.58 25.62' LT \ FOXTAIL I ------ I ñCID I _- - —I L\J'JU S__)_ - 1 7 --' S A-400 s \ I uJ F- Z Z10) OH ( LLJZ> —J CiLLJO 06 0 Ci _j (0 0 +z CO U LAJ I \:-H\ j • -- • \ • 'S . 5 • H I/ L 1 I I • I 7 CD Lo! IN Z 'HL H I I ii 1--- I- iI• -• /5 it .- S - • 1- SEE SHEET 12 f 12 1-0_LL PLAN —FOXTAILLOOP SCALE 1 20 • ¶ : : z GD z CID m va - -j___J 4 I II LI H L --I 2OO - LLH - -1 LJJI 1JH Ii •i. - i_1--i--i:1 I :PROPOSED GRND © STORM DRAIN / f * NOTE USE CUTOFF WALL (SD*SD S9) FOR STORM DRAIN ,190gj ii - L PROFILESCALES HORIZONTAL 1 "=20' VERT. - 0 I: NOTE ROAD & STORM DRAIN ARE PRIVATE SEWER & WATER ARE PUBLIC \ : :+ 1 OR /J't<VVLL) L)SRN UT DEPUTY: UI III ENGINEER. -I :- QD I 13579' " RCP:* .0 1 4 _36fpS co 12 [I —i-..t • • ____ • _____________________ BUILT" STORM DRAIN PROFILE I 1 ~/P. E 5-22 —Yt EXP __I -Of DATE S. ------------ 11 REV!EED ,BY: - -- WATER DATA (PUBLIC) 1 N7019'12"W - - 95.00' 2 • N7019'1 2"W - 116.21' 10" cv GA. STL. HRIp PA wr'n SEWER DATA (PUBLIC) 1 N70'19'12"W - 213.93' 8" PVC C_900* R IT i 353 AI MEr? WAY FWrR rxjr YJflfl Q STORM DRAIN (PRIVATE) I çCW )—DGASKETED JOINTS GASKETED JOINTS 1 - 18" RCP 135C 2 _N12'42'16"W N5833'00"W _-_46.13' - 135.79' 18" RCP 135 N58'33'00"W - -- 87.36' - 18" RCP 1351 / '? L 2 /12/0 MEC REPLACESSHEET20ORIGINALLYSIGNED10/4/2000 - DATE INITIAL PPVISJON DFSCRIPTflN DATE INH '1(IM1) •'r CENTERLINE WELL MOUMENT STATION 397+04 EL CAMINO REAL, 1.45 MILES NORTH OF INTERSECTION W/PALOMAR AIRPORT RD. COUNTY OF SAN DIEGO 90.20 N.G.V.D. 5-, • / _ -._ • ____ ____________ I ___ • DATE CITY OF' C \RIHI3 \j) III 20 niI 7 24 IMPROVEMENT PLANS FOR: - SEWER - WATER - STORM DRAIN FOXTAIL LOOP TO BOUNDARY C.T.96-02 - -t 'HPO .-f • - • _________________________________ ______ _________-- • .E3 I-7 E C289 F xPIR5 DWN BY 1 r r •n U 79pA5'vrj15 . • ATE INITIAL i,çz. • •96-• • j I' '71 VI)v A[ CITY APPROVA: P'9Wfl U- C. T. 02 H 361-6B MESVFO1\DAIA\1 46Y\AUI0CAD\IP\0NSITL\1469IP20 98-501 r = . . ,. . .. . . . . Z. L I t 11± J _ H h 11 I _ 13 1 15 17 U 1 I flIrI fi--i Li ct i vc EX WATER uj -- I>— c52.........__ Of q 24 0 4_J 240 - — Lj I I (1) -1-- -- t_4 I - O _ 7~1 ___ __ __ __ CL 230 __ • -__ : .:, __ __ 1--- + - 44 Lj La: GO - Z - -- __ ___ _____ 22 ____ ch : : . . : •.S•. . . N.:: •© : : . 04 1 _I -.-- •jj :O o T L 1_— 4 37.2 LF 8" PVC © 26% / wi Ld W CL t + / 1 _ _ 1L4 H__ 1 LLI 2O- t--F-ftH- trH iH ± ±t± -1+ - + v '+ H 'r -it —H —_ +1 cj I CAUTION!!! THE SOILS ENGINEER SHALL BE ON SITE DURING TRENCHING OF FACILITIES PROPOSED ON THIS SHEET. THE SOILS ENGINEER SHALL PROVIDE SPECIFIC RECOMMENDATIONS ON HOW TO OBTAIN A COMPETENT BASE FOR THE TRENCH IF UNDOCUMENTED FILLS ARE EXPOSED. THE SOILS ENGINEER SHALL ALSO PROVIDE SPECIFIC RECOMMENDATIONS ON HOW TO MAINTAIN STABILITY OF THE EXISTING RETAINING WALL PARALLELING THE TRENCH. IN EVENT STABILITY OF THE WALL CANNOT BE MAINTAINED, DEVELOPER WILL BE RESPONSIBLE TO REPAIR DAMAGE TO WALL CAUSED BY CONSTRUCTION PRIOR TO ANY PIPE BEING LAID IN TRENCH, SOILS ENGINEER SHALL CERTIFY THAT THE PIPE BEDDING MEETS MINIMUM BACKFILL REQUIREMENTS OF 90% COMPACTION. IF NOT, THE SOILS ENGINEER SHALL PROVIDE MEASURES TO ACHIEVE A STABLE PIPE BEDDING FOR THE EXISTING CONDITIONS. 1 I i•• I - I - ••- 0 I: NOTE CONTRACTOR SHALL MEET WITH PROPERTY OWNERS TWO WEEKS PRIOR TO BEGINNING CONSTRUCTION. ISSUES CONCERNING LIVESTOCK, FENCING REMOVAL AND REPLACEMENT, SCHEDULING OF CONSTRUCTION, AND SEWER LATERAL LOCATIONS SHALL BE RESOLVED IN CONSIDERATION OF THE OWNER'S REQUEST. 'T'' fliiJlilllj.ijf 12 13 14 15 16 17 18 Ui N 8 c SI I I CD \ ,% CD 13 CDI 74 , z 5 JJ m .5- N CONNECT TO 8" VCP 00 / STUBOUT © EX AH APPROVED COUPLING RU I, / ><H LLJ I .- •GUY WIRE z N , O 8 I GUY WIRE METAL GUARD RAIL CD w - ui R 1 0 OW. NI, ()LIJ cJz < I - i zrm + 5 (N (3 AIR VAC 50 PALMER ED 5 5 . -f z Lij - X SEWER S EX 12" Ac WATR - WAY S - 80> 1 E GVS ROW PORTABLE BLDG iAC R CONN TO EX 12" ACP ON\ REMOVE 2 BLOWOFF AND ADD EXIST 8'± HIGH \ 7 -• 5.59' 12 11 " X 10" FLG REDUCER W\ RET WALL 2 C. i IN TO BE PROTECTED ( - - w I I—JU IL A I-'J II-(AN5IIION ULVL & 1-11.25 PJ BEND W/TB PLACE I EXIST 00 z 'o CONC 8 _o(_n I ° 'I cy— SLAB F-rn CJ N V) Z I Z ZZU '— I I I 1ONOTE \ Z W o4 NI I EXISTING COUGAR PUMP STATION ()UJ -<0 I '- I N TO BE TAKEN OUT OF SERVICE OW ZNWD BY CMWD FORCES I -------5 ---- -, ----5 --5 LD I / 0 NOTE: NO WORK ON THIS SHEET CAN BEGIN UNTIL EASEMENT DOCUMENTS HAVE BEEN ACQUIRED AND RECORDING INFORMATION FILLED IN. va QUANTITIES NOT INCLUDED ON SHT 2 4> SEWER DATA NO. /.H , REMARKS 1 N7019'12"W - 8.2 " PVC (SDR 35) 2 A =28'51 28" 400.00 201.40 ' PVC (SDR 35, * 3 N41'27'44"W - 290.00' 8" PVC (SDR 351 4 N8805'1 7"W I - 37.28' 8" PVC (CERTAL)P -- - NOTE: EXACT LOCATION & DEPTH OF ALL EXISTING * CIP ITEM # 359 PALMER WAY SEWER EXT LNION UTILITIES IS UNKNOWN. CONTRACTOR TO FIELD VERIFY S EXACT LOCATION & DEPTH OF ALL EXISTING UTILITIES QUANTITIES NOT INCLUDED ON SHT 2 PRIOR TO CONSTRUCTION. - - S WATER DATA I NI/ UiU LLNLH LMAkK NOTE: TREES DESIGNATED "TO BE REMOVED" ARE IN CONFLICT WITH TRENCHING OR FACILITIES AND TREES 1 A=2851'28" 389.00' 190.92:10" PVC* DESIGNATED TO REMAIN DO NOT APPEAR TO CONFLICT 2 N4127'44"W - 295.60 10" PVCt WITH TRENCHING OR THE PROPOSED FACILITIES, BUT MAY 3 N79'43'14"W - 29.32' 10" PVCt BE SUBJECT TO IMPACTS THAT ARE NOT CURRENTLY S 5 4RELATED SIBLE. (I.E. POSSIBLE ROOT DAMAGE OR UNFORESEEN NOTE: ALL STEEL WATER LINE JOINTS TO BE DOUBLE PASS LAP WELDED ACTIVITIES) * USE CERTA-LOCK C-900 10" RESTRAINED JOINT PVC PIPE AND OR APPROVED EQUIVALENT // ?- .51 S B U I L 1 S LN:R.N: A.. V 1IA. S STAJION .592+04 EL GAMING REAL, 1.45 MILLS i-fl.o NORTH OF INTERSECTION W/PALOMAR AIRPORT RD. \ • - ,. c:OJNTY OF SAN DIEGO - S 90.20 • RE VJE ¼ (AW pp DATE -EET1 CI'1Y OF1 CARLSH1\1) II 21 - NoNrrRlN( Dl AR1M N - 24 IMPROVEMENT PLANS FOR: _____ ____ ____________________________ ____ — - • SEVER & WATER—BOUNDARY TO COUGAR DR STATIONS 12+12± TO 17+25± C.T.96-02 — H - APPROVED ;'?I' + . OYD HURS 01 L289 FxHRLS 2,5iO . 2/12/01 MEC - PLLACES SHEET 21 ORIGINALLY SIGNED 10/4/2000 rw\l' -- I - ROJFCT NO 1[DR4WING NO DATE INITIAL DATE IN I1, SATE INITIAL HKD . S N I P.lflN nLSCiRTfl.,j •flflflA j . C. T. 96-02 : 361-68 .5.5..,. .5 .5 .5,. C NI ' p 98-501 16 78 / \, 8.O0 2.70 9.00RI. ' MEDIAN NOS[') TO BE PAINTED YELLOW 0 MEDIAN NOSE TO BE PAINTED YEH Ow CURB DATA 2 0. k1 4 ) ¶ 69.11 bo \o ------ \ IRA 'ji 151 CRAPIC SCALL I NC. a/BEARING P' 2.00' S - 584' 6" TYPE B-i REMARKS MEDIAN CURB PER 0-6 1 A=109'55'01 2 A=02'54'20" 55.00' 2.79 6" TYPE B- 1 MLD!AN CURB PER G-6 3 200 278 6 TYPE B-i MEDIAN CURB PER G-6 /\=793512 4 A=0220'24" 192.00' 7.84' 6" TYPE B-1 MEDIAN CURB PER G-6 5 6" TYPE B-iMEDIAN CURB PER G-6 A=109'47'12" 2.00' 3.83' 6 A=1039'28" 6" TYPE B-i MEDIAN CURB PER 0-6 1500' 2.42' 7 A=50'37'04" 2.00' 1.77' 6" TYPE B-i MEDIAN CURB PER 0-6 8 N25.38'09"W - 7.46' 6" TYPE B-i MEDIAN CURB PER G-6 9 A82'O7'29" 2.00' 2.87' 6" TYPE B-iMEDIAN CURB PER 0-6 10 A=03'54'51" 55.00' 3.76' 6"TYPE B-i MEDIAN CURB PER 0-6 ii A=lii'13'32" 2.00' 6" TYPE B-i MEDIAN CURB PER G-6- 3.88' 12 A=41'32'18 13.00' 9.43' 6" TYPE B 1 MEDIAN CURB PER 0-6 13 L= 130'42'00" 2.00' 4.56 6" TYPE B-i MEDIAN CURB PER 0-6 14 A=0140'27" 206.00' 6.02' 6" TYPE B-1 MEDIAN CURB PER 0-6 15 A=9000'00" 1.00' 1.57' 6" TYPE B-i MEDIAN CURB PER 0-6 16 N7i51'29"f - 0.47' 6" TYPE B-1 MEDIAN CURB PER 0-6 17 A=97'52'1 7" 1.00' 6" TYPE B-iMEDIAN CURB PER 0-6 1.71' 18 11.38' 6" TYPE B-i MEDIAN CURB PER 0-6 A=0523'44" 192.00' 19 A=173'0032 -6" TYPE B-i MEDIAN CURB PER G-6 .50'-- 1.51' 20 A=04 1 6.33" 150.50' 11 .23' - 6" TYPE B-i MEDIAN CURB PER 0-6 1 A=73'Oi'22" 2.00' 2.55' 6" TYPE B-i MEDIAN CURB PER 0-6 22 A=07'39'25" -. 30.00' 4.01 6" TYPE B-i MEDIAN CURB PER 0-6 23 A=114 1326 - 200 399 6 TYPE B 1 MEDIAN CURB PER 0-6 24 A=0234'04" 214.00' 9.59' 6" TYPE B --1 MEDIAN CURB PER 0-6 25 A=18000'OO" 4.00' 12.57' 6" TYPE B-i MEDIAN CURB PER 0-6 26 A0209'27" 206.00' 7.76' 6" TYPE B-i MEDIAN CURB PER C -S ci I: CI?2904 0 I: OFSSIou". c 15+4/.16 L. A D C 6 L A N L +9+q7.O WO VPR!NF TPRR',H 1FE'\(I1 \I \JI\ CENTERLINE WELL MONUMENT STATION 397+04 EL CAM/NO REAL, 1.45 MILES NORTH OF INTERSECTION W/ PALOMAR AIRPORT RD. COUNTY OF SAN DIEGO 90.20 ... NC. UD. 29 .. ______INSPECTOR - RE'. p T, DATE REVIEWED Y: / / -- DATE S//El HC ITY OF CARLSBAD 22 L ENGINEERING DEPARTMENT IMPROVEMENT PLANS FOR: THE TERRACES AT SUNNY CREEK C. T. 96 02 ENTRANCE MEDIAN DETAILS BADGER_LANE( _PRIVATE) APPROVED CITY ENGINEER PE EXPIRES DATE - DATE INITIAL DWN BY: _____ - BY: PROJECT NO. ____96-02- __ 366B [NUNE[ROI WORKRVtSION DLCPIPT}ON DATE INITIAL DRAWING NO. F c) CHKD DATE INITIAL C APPROV L OTHER APPROVAL CMWD RETAININ SEE SHEE' 18" RCP DRAIN, 18" RCP DRAIN BACK OF SIDE AND RIGHT-OF PRESSURE REDUCING STATION PLAN AJ + ,AJ + cc cc 0 (N (N C) < H H (3J0) (I) SCALE: 1/2" = 1'-O" MATERIALS LIST MATERIALS LIST CON'T NO. QTY. NO. QTY. 1 1 EA. 8" PRESSURE REDUCING AND PRESSURE SUSTAINING 17 -- 1/2" COPPER TUBING TYPE K (HARD) WITH PROTECTIVE VALVE, CLA VAL MODEL 92-G-01 BCKC, DI. BODY, S. S. WRAPPING TRIM, CLASS 150 FLANGES, EPDXY COATED INTERIOR AND EXTERIOR, WITH X-117C VALVE POSITION TRANSMITTER, 18 3 EA. 4" FLANGE X VICTAULIC STEEL SPOOL, 10 GA., MORTAR CRD 30-300 SPRING RANGE, CRL 20-200 RANGE. LINED, CLASS D FLANGES, WITH VICTAULIC COUPLING 2 EA iID 2 E 2 1 EA STYLE NO. 77. 4" PRESSURE RELIEF DISCHARGE LINE, FABRICATED, 10 GA. STEEL MORTAR LINED AND PORTION MORTAR COATED, TO DISCHARGE BASIN. 4"X 6" FLANGED REDUCER, CLASS D FLANGES, 10 GA. STEEL WITH MORTAR LINING. 6" STEEL SPOOL, 10 CA., MORTAR LINED, CLASS D FLANGE. 0 70 3"X 3/8" STEEL ANCHOR PLATE WELDED TO OUTSIDE OF PIPE. 1 EA 2 EA SLIP ON/WELD ON FLANGE, CLASS D, SIZE PER DRAWING. 4" GATE VALVE, CLASS 150 FLANGES, WITH HAND WHEEL 4 E 1 EA 1 EA BILCO LADDER-UP SAFETY POST. FANTECH MODEL FR150 PLASTIC CENTRIFUGAL IN-LINE DUCT FAN, CRAINCER PART NO. 5C517. CONTRACTOR TO PROVIDE MOUNTING BRACKETS AND SUPPORTS AS NEEDED. 2" BLOW-OFF. SALDA NO. 460-2. 100 W LAMP HOLDER, WALL MOUNTED. 1 EA BLOWER TIMER. 1 [A SWITCH. DUPLEX OUTLETS. EI) 1 EA 8 EA 2" AUTOMATIC AIR AND VACUUM VALVE. SUMP PUMP "LITTLE GIANT" 1/4 HP AUTOMATIC, MODEL 6-CIA. 10" FLANGE BY MECHANICAL JOINT ADAPTORS. 1 EA 6" PVC VENT PIPE AND 90 DEGREE BEND. 6" PVC X STEEL ADAPTORS. 8 " X 10" FLANGED REDUCER, CLASS D FLANGES, 10 GA STEEL WITH MORTAR LINING. a -- 10" GATE VALVES, CLASS 150 FLANGES, WITH HAND WHEEL. 2 EA. 6" FLANGED GATE VALVES, CLASS 150 FLANGES, WITH HAND WHEEL. 1 EA. 4" PRESSURE RELIEF VALVE, CLA VAL MODEL 50-A-01 BSKC, DI. BODY, S. S. TRIM, CLASS 150 FLANGES, EPDXY COATED INTERIOR AND EXTERIOR, CRL 20-200 PSI RANGE. IIIi 4 EA. 10" STEEL FLANGED SPOOL. CLASS D FLANGES, 10 GA. STEEL WITH MORTAR LINING. 23 4 EA. 8" FLANGE X VICTAULIC STEEL SPOOL, 10 GA. , MORTAR LINED, CLASS 150 FLANGES, WITH VICTAULIC COUPLING 24 1 EA. STYLE NO. 77. PRESSURE GAUGE - ASHCROFT - 3 1/2" - 1009A 1/4 1 EA. PER GAUGE DETAIL. 6" X 6" X 4" FABRICATED 10 GA. STEEL TEE MORTAR LINED WITH CLASS D FLANGES. 26 1 EA. 10"X 10" X 6" FABRICATED 10 GA, STEEL COMBINATION .TEE, BEND, AND SPOOLS, WITH THRUST COLLARS PER DRAWING, WELDED JOINTS, CEMENT MORTAR 27 1 EA. LINED AND COATED. COATING SHALL EXTEND INTO THE VAULT UP TO THE WELD-ON FLANGES. 28 2EA. GALVANIZED STEEL LADDER (ALHAMBRA MODEL NO. A- 3400). 29 lEA. PRECAST CONCRETE VAULT WITH INTEGRAL SUMP. SLOPE VAULT FLOOR 2 PERCENT TOWARD SUMP. DESIGN FOR PARKWAY LOADING INCLUDING REINFORCED CONCRETE 30 1 EA. THRUST COLLAR WALLS (PER DRAWING). MASTIC JOINT SEALANT FOR PRECAST JOINTS SHALL BE IGAS BY SIKA 31 2 EA CHEMICAL CORP. OR EQUAL. 36" X 36" CHANNEL FRAME DOUBLE LEAF ALUMINUM HATCH 32 1 EA FOR PARKWAY LOADING, BILCO J-4AL OR EQUAL. RUN HATCH DRAIN TUBE TO SUMP. ADJUSTABLE GALVANIZED PIPE SUPPORT, FEE AND MASON, 1 EA. FIGURE 291, (SIZE AS REQUIRED). INSTALL FOUR PIPE SUPPORTS FOR EACH PIPE RUN. DRILL 1/4" WEEP HOLES 34 2 EA IN PIPE SUPPORTS TO DRAIN WATER MOISTURE. 4" CLA VAL PRESSURE REDUCING AND PRESSURE 2 EA. SUSTAINING VALVE MODEL 92-G-01 BCKC, D. I. BODY, S. S. TRIM, CLASS 150 FLANGES, EPDXY COATED INTERIOR AND EXTERIOR, WITH X117C VALVE POSITION 36 2 EA. TRANSMITTER, CRD 30-300 SPRING RANGE, CRL 20-200 RANGE. 37 1 1/2" ABS HATCH DRAIN, ROUTE TO SUMP AND SUPPORT 2EA. WITH WALL MOUNTED BRACKETS. 2 EA. 6"10 GA. STEEL VENT PIPE, PRIME AND PAINT ABOVE GROUND. 6" STEEL INTAKE AIR CAP AND PIPE, ALHAMBRA FOUNDRY, MODEL NO. A-2163, GALVANIZED CAP, PRIME AND PAINT. TThD (' UATC'U Tn MAT('LJ 36" DIAMETER PRE-CAST CONCRETE RINGS. r?Z94 PROVIDE AND INSTALL 3/4" CR DEPTH OF 4 INCHES, 4 FEET A PRESSURE REDUCING STATION I TO SIDEWALK OR ACCESS ROAD. WITHIN THIS AREA. 1 EA EI 1 EA ID GENERAL NOTES OH ALL WORK SHALL CONFORM TO THE PLANS AND SPECIFICATIONS OF THE CARLSBAD MUNICIPAL WATER DISTRICT ALL MATERIALS SHALL BE AS SHOWN OR DISTRICT APPROVED EQUALS. PIPING DIMENSIONS ARE NOMINAL. ALLOWANCES FOR END CAPS AND GASKETS SHALL BE MADE AS NECESSARY BY FABRICATOR, CONTRACTOR/FABRICATOR, SHALL SUBMIT SHOP DRAWINGS FOR APPROVAL OF ALL PIPING AND VAULTS PRIOR TO FABRICATION. ALL WORK SHALL BE EXECUTED IN CONFORMANCE WITH APPROVED SHOP DRAWINGS. VAULT FLOOR SLAB, WALLS, TOP SECTION, MANHOLE FRAME AND COVER SHALL BE DESIGNED IN CONFORMANCE WITH AASHTO STANDARDS FOR PARKWAY LOADING INCLUDING EFFECT OF RETAINING WALL SURCHARGE. VAULT SHALL BE OF A PRECAST TYPE DESIGN WITH ALL SHOP DRAWINGS AND DETAILED VAULT DESIGN BEING PROVIDED TO THE DISTRICT, BY THE CONTRACTOR, FOR APPROVAL. MASTIC JOINT SEALANT FOR ALL JOINTS IN PRECAST CONCRETE SHALL BE ICAS BY SIKA CHEMICAL CORP. OR EQUAL. ALL INTERIOR PIPING, VALVES AND FITTINGS SHALL BE SCALED, DECREASED AND PAINTED PER DISTRICT STANDARDS. ALL STEEL PIPE SHALL BE MORTAR LINED AND COATED PER DISTRICT STANDARDS UNLESS OTHERWISE NOTED. REINFORCING STEEL SHALL BE ON VAULT SIDE OF THRUST COLLARS. ALL ACCESSORY PIPING, TUBING, CONDUIT AND OTHER COMPONENTS SHALL BE PROVIDED WITH SUITABLE MOUNTING CLIPS OR BRACKETS WITH ANCHOR BOLTS OF A SUITABLE TYPE. CLOSE ALL PIPE CHASES IN VAULT WALLS WITH GROUT. ALL WALL SURFACES SHALL BE FINISHED SMOOTH AND EVEN. 36" DIAMETER GALVANIZED STEEL GRATE, ALHAMBRA FOUNDRY, MODEL NO. A-1558-36. O.C.Ei 7 '-0" EEL. - 183.65 (TYP. BO1 S IDES) 13 ' 6 0 E 1/2" BR) CHECK Vi CS3\\FS\DWG\647004\SCPRSM1 .DWC 03-21-00 16:47:13 CMWD 98-501 2 TIMES DIAMETER OF DISCHARGE PIPE TO OF GRATE= 189.9 —. I 12" ELECTRIC SERVICE SINGLE PHASE 120/240 VAC MYERS ME-UC 125 J SERVICE PEDESTAL TELCO JUNCTION BOX— WITH 100 AMP MAIN (8"x8"x6") ATTACH TO \ (CIRCUIT SCHEDULE SIDE OF PEDESTAL \ AS SHOWN) ASHCROFT 3 1/2" - 1009 A 1/4" PRESSURE GAUGE 0-200 PSI DOWNSTREAM 0-300 P.S.I. UPSTREAM 0 11 II' 6" 6" 3" 2" CONDUIT TO---II L TELCO SOURCE we 3,-0', = PUMP 2" ELECTRIC CONDUIT TO WATER VAULT 1/4" GAUGE COCK 1" X 1"/4" BRASS BUSHING 1" CL 3000 STEEL COUPLING 1" MIP X FIP BALL CORP (FORD FB 1700; JONES J-1931) 13' 2" PVC ELECTRIC' --- 2" TELCO CONDUIT CONDUIT WITH PULL ROPE TO SDG&E TRANS. TO WATER VAULT PIPING PER PLAN FROM PRESSURE RELIEF VALVE v 'd v v INVERT EL. 184.0 ', •1. - IN DISCHARGE BASIN - 9" NOTE: TYPICAL FOR EXHAUST VENT ALSO SERVICE PEDESTAL DETAIL NTS GAUGE DETAIL SUMP PUMP 8 - NTS AIR VENT PIPING SECTION SECTION SCALE: 1/2" = 1'-O" CIRCUIT SCHEDULE: CIRCUIT 1 20 AMP LIGHTS AND OUTLETS CIRCUIT 2 20 AMP TIME CLOCK AND FAN CIRCUIT 3 20 AMP SUMP PUMP CIRCUIT 4 20 AMP TELEMETRY EQUIPMENT DISCHARGE BASIN DETAIL SCALE: 1/2" = 1'-O" SCALE: 1/2" = 1'-O" ELECTRICAL AND CONTROL EQUIPMENT NOTES THE VAULT IS CLASSIFIED AS A WET, OUTDOOR LOCATION. INSTALLATION AND MATERIALS SHALL MEET NECA AND NEC STANDARDS AND CODES. CONTRACTOR SHALL SUBMIT CONTROL EQUIPMENT SCHEMATIC AND WIRING DIAGRAM FOR REVIEW BY CARLSBAD MUNICIPAL WATER DISTRICT BEFORE PURCHASE AND INSTALLATION OF ELECTRICAL AND TELEMETRY EQUIPMENT. PROVIDE THE FOLLOWING TELEMETRY EQUIPMENT INSTALLED AND TESTED. BEFORE ORDERING TELEMETRY EQUIPMENT, CONTRACTOR SHALL VERIFY EQUIPMENT MODEL AND SERIAL NUMBERS WITH CMWD OPERATIONS DEPARTMENT (TEL 760-438-2722). PRESSURE REDUCING STATION DATA TABLE UPSTREAM DOWNSTREAM MINIMUM CONTINUOUS MAXIMUM CONTINUOUS VALVE SIZE FLOW RATE, (PER FLOW RATE, (PER HGL PRESSURE HGL PRESSURE MANUFACTURER') GPM MANUFACTURER") GPM 8" MODEL 92-01 490 133 325 61 200 3,100 4 1 MODEL 92-01 490 133 325 61 50 800 4" RELIEF MODEL 50-01 330 64 - - - 800 r\f\I BLACK BOX CORP. P.O. BOX 12800 PITTSBURGH, PA 15241 PHONE (724) 746-5500 FAX (800) 312-0746 1 - MODEM 3400 STANDALONE, ITEM #MD880A 1 — MODEM 3400 RACKMOUNT, ITEM * MD880C REQUIRED SCADA I\O EQUIPMENT: CONSULT WITH CMWD OPERATIONS DEPARTMENT (TEL 760-438-2722) FOR CURRENTLY APPROVED HARDWARE. RPS INDUSTRIES 13235 ROSECRANS AVE SANTA FE SPRINGS, CA 90670 PHONE (526)921-7200 2 - PRESSURE TRANSMITTERS MODEL PMC 133-1N1F2B604S 0 I * MAXIMUM SURGE = 1,800 GPM CLA VAL SPECIAL ACCESSORIES 2 - X1117C VALVE POSITION TRANSMITTERS (SUPPLIED BY CLA VAL WITH PR VALVES) OR CONTACT ROCKWELL ELECTRIC, JIM HUDSON (760) 489-6767, FOR APPROVED EQUAL (TO BE INSTALLED ON PRy'S) HOFFMAN ENCLOSURE WITH PANEL (30"H X 24"W X 12"D) 1 - D-L3OH2412LPB ENCLOSURE 1 - A-30P24 PANEL (OR EQUAL) CONTRACTOR SHALL PROVIDE APPLICATION FOR SERVICE AND PAY ALL FEES AND COSTS FOR INSTALLATION OF ELECTRIC PEDESTAL AND DEDICATED LEASED COMMUNICATION LINE. PROVIDE 30"H X 12"W PANEL WITHIN TELEMETRY SECTION OF THE POWER/TEL. PEDESTAL FOR MOUNTING OF TELEMETRY EQUIPMENT. APPROVED BY: CARLSBAD MUNICIPAL WATER DISTRICT 4-12-pc DEPUTY CITY ENGINEER DATE "AS BUILT" j 3 DATE RCE _4/01'5-__ EXP. 3'3f/Q7 REVIEWED Y: INSPECTOR DATE SHE] CITY OF CARLSBAD ISHEETS 24 ENGINEERING DEPARTMENT 24 PLANS FOR THE IMPROVEMENT OF: 490/325 ZONE PRESSURE REDUCING STATION THE TERRACES AT SUNNY CREEK No. 411 * x. /31/03 * '- O c-1.'f APPROVED: LLOYD Br'R CE 889 EXP. 12/31/O1 DAfE DEXTER WILSON ENGINEERING, INC. CONSULTING ENGINEERS 703 PALOMAR AIRPORT ROAD, SUITE 300 CARLSBAD, CA 92009 (760) 438-4422 3 -ii- o ANDREW OVEN DATE CS3\\FS\DWG\647004\SCPRSM2DwG 0322-00 08:13:25 DWN BY: RLK I E PROJECT NO. DRAWING NO DATE INITIAL I I I I I AO OTHER APPROVAL CI APPROVAL RVWD BY: C.T. 96-02 GINEER OF WORK, REVISION DESCRIPTION DATE I INITIAL DATE INITIAL CHKD BY: ______ 3(01-68 CMWD 98-501 ! 'f ~,.;:·~ ., .... ~ ,,,,. -· ,~...r-111,1, '·' __.f,:Yi.i~r . .-~~ CA/i'LSBAD SANITAFIY DISTRICT. F"/Lf.O.fEB.13, 1930. I ENGINEER'S OFFICE. Appendix E Encina Wastewater Authority Special Use Discharge Permit Template ENCINA WASTEWATER AUTHORITY . . A Public Agency SERVING THE CITY OF VISTA, CITY OF CARLSBAD, BUENA SANITATION DISTRICT, VALLECITOS WATER DISTRICT, LEUCADIA WASTEWATER DISTRICT AND CITY OF ENCINITAS 6200 Avenida Encinas Carlsbad, CA 92011-1095 Telephone (760) 438-3941 FAX (760) 438-3861 (Plant) (760) 431-7493 (Admin) Thank you for contacting Encina Wastewater Authority to obtain information about the permitting process. This letter will help to facilitate the permit process on behalf of Encina Wastewater Authority. Once the documentation has been received, reviewed, and approved by EWA, a site inspection will be scheduled. Please note, prior to EWA’s issuance of the permit, the system must be demonstrated in the field and functional as per the specifications provided to EWA in the permit application. The standard turn-around time to issue a permit is approximately 4-6 weeks. 1. Provide a completed discharge permit application including all the supporting documentation listed below. 2. Liability Insurance. a. "Encina Wastewater Authority and Membership Agencies" named as Additionally Insured in the Certificate of Liability Insurance. b. Min $5,000,000 general liability AND $5,000,000 for all environmental impairment damages resulting from discharge; valid for the entire duration of the Permit. 3. Provide a sewer map that identifies all test pits, excavation pit locations, and names of each discharge point (Manhole) on the map. 4. Provide representative analytical sample results. 5. Provide a signed Indemnity Agreement from the participating agency Valid Entire Duration of the Permit. 6. Provide written plan approval from the participating agency for the proposed discharge flow rate, flow volume, discharge points, including any special condition requirements (wet weather discharge, Storm Water BMPs, manhole protection, etc.). 7. Provide a printout of Geotracker results with 1000’ search radius (map). 8. Provide details regarding the pretreatment system including the proposed maximum discharge flow rate and max hours pumped per day, the size of the hoses used, (model number of the pump and the max pumping rate, calculations for the retention time in the sedimentation tank, (baffles or no baffles in the tank), the model number and optimum flow ranges for the flow meter, documentation defining the length of straight pipe required before and after the meter for accurate measurements, flow restrictor information (if needed) and sample point details (Spigot). 9. Provide a Ground Water Discharge Sketch to include the details of excavation pump, high level shut off, sediment tank (baffles or not), discharge pump, high/low level shut off, treatment train, inverted U, straight pipe, flow meter, straight pipe, governor, sample point, etc. Please contact me directly with questions or concerns. Thank you, Robert Grigg Encina Wastewater Authority Environmental Compliance Source Control Manager rgrigg@encinajpa.com Office: 760-438-3941 ext: 3603 1 INDEMNITY AGREEMENT THIS AGREEMENT is made on , by and between the MEMBER AGENCY DISTRICT OR CITY AND THE ENCINA WASTEWATER AUTHORITY (hereinafter "Licensors"), and _________________________________(hereinafter "Licensee"); Licensors and Licensee shall sometimes hereinafter be referred to as the "Parties". R E C I T A L S A. Licensors are the owner/operator of the sewer treatment plant located at 6200 Avenida Encinas in Carlsbad, California (the "Property") and the associated collection system; B. Licensee now desires to discharge to the sanitary sewer system as described in the Special Use Discharge Application attached hereto and made a part hereof. NOW THEREFORE, in consideration of the granting of the foregoing, the mutual premises, covenants, conditions and agreements hereinafter set forth, and other good and valuable consideration, the receipt and adequacy of which are acknowledged, the Parties agree as follows: 1. Grant of License - Licensors hereby grant to Licensee, and its employees, representatives and contractors a non-exclusive license (hereinafter the "License") to discharge to the sanitary sewer system as described in Recitals Paragraph B above. This License shall commence on ______________, and shall end on , unless the parties agree in writing to extend the term of the License. Prior to the expiration of the License, Licensee shall, at its sole cost and expense, (a) permanently close the connection to the sanitary sewer system and (b) remove all debris resulting from operations. 2. Compliance with Laws - Licensee shall conduct all operations, which are the subject of this License in compliance with all federal, state, and municipal statutes and ordinances, and with all regulations, orders, and directives of appropriate governmental agencies, as such statutes, ordinances, regulations, orders and directives now exist or provide. 3. Permits - Licensee, at no cost or expense to Licensors, shall be responsible for obtaining any and all governmental permits and approvals, which may be necessary for it to conduct any work or activities under this License Agreement. 4. Liens and Claims - Licensee will not permit any mechanics', vendor’s, or similar liens or claims to stand against the Licensors for labor or material furnished in connection with any work performed by Licensee under this License Agreement. Upon reasonable and timely notice of any such lien or claim delivered to Licensee, Licensee may bond and contest the validity and the amount of such lien, but Licensee will immediately pay any judgment rendered, will pay all proper costs and charges, and will have the lien or claim released at its sole expense. 5. Cooperation - Licensee agrees to coordinate its activities with Licensors to minimize any impairment of access by customers or business invitees of Licensors to the Property. 6. Indemnification - Licensee agrees that it will indemnify and hold Licensors, their officers, directors, agents and employees, harmless from and against any claims, demands, liens, 2 actions, suits, judgments, losses, damages, attorney's fees, costs or expenses, and civil criminal or administrative penalties based upon or arising out of or claimed to have arisen out of alleged acts, errors or omissions of Licensee or its authorized contractors, employees and agents in conducting the activities under this License Agreement, including the activities authorized under the Wastewater Discharge Permit issued by the Encina Wastewater Authority (EWA). This indemnification is expressly conditioned on the following: (a) In the event Licensors identify any matter to which this indemnification may apply or receive a notice or claim from any third party of such matter, it shall immediately, and in every case within ninety (90) days of said notice or claim, notify Licensee in writing of such matter. (b) Licensors shall cooperate with Licensee by allowing Licensee, its agents, representatives, contractors and consultants, prompt and ready access to the sanitary sewer system for the purpose of investigating any matter to which this indemnity may apply. Licensors shall provide Licensee with copies of all investigative reports, data or other information in any form which Licensors, its consultants, agents or attorneys may have pertaining to any such matter, on request of Licensee. (c) Notwithstanding anything in this agreement to the contrary, in no event shall Licensee be liable for any special, indirect or consequential damages, including but not limited to claims for loss of use, rents, anticipated profit or business opportunity, or business interruption or mental or emotional distress or fear of injury or disease. (d) This indemnification shall survive termination of this Agreement and expiration of the Permit and shall be effective until the expiration of any applicable statutes of limitations. 7. Compliance with Wastewater Discharge Permit - Licensee agrees to comply with the EWA Pretreatment Ordinance and the terms of the Wastewater Discharge Permit issued by the EWA. Licensee shall not add to the sanitary sewer any material not authorized under the Permit. In the event Licensee adds any material to the sewer that causes a violation of EWA's NPDES Permits, as defined in the EWA Pretreatment Ordinance, Licensee shall indemnify Licensors in accordance with paragraph 6 above. 8. Severability - In case any one or more of the provisions contained in this Agreement shall be invalid, illegal or unenforceable in any respect, the validity, legality, and enforceability of the remaining provisions contained herein shall not in any way be affected or impaired thereby. 9. Notices - Any notice provided for herein or otherwise required to be given hereunder shall be deemed received when personally served or three (3) days after mailing by certified or registered United States mail, return receipt requested, postage prepaid, or by facsimile machine, with transmission and receipt confirmed, or by nationally recognized overnight delivery service, addressed as follows: To Licensors: Encina Wastewater Authority District or City 6200 Avenida Encinas Address Carlsbad, California 92011 3 To Licensee: With Copies to: The person and place to which notices are to be mailed may be changed by either party by providing written notice of same to the other. 10. Assignment Successors and Assigns - This Agreement may be assigned by either party and in and in such event shall be binding upon and inure to the benefit of the Parties' respective representatives, successors and assigns. 11. Entire Agreement - This License Agreement represents the full, complete and entire agreement between the parties with respect to the subject matter hereof, and the rights and remedies of the Parties shall be solely and exclusively those herein contained, and in lieu of any remedies otherwise available at law or in equity. 12. Governing Law - This Agreement shall be construed and interpreted and governed by and in accordance with the local law of the State of California without reference to any choice of law, rules or policies which may refer the resolution of any dispute arising hereunder to the laws of any other jurisdiction. 13. Counterparts - This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, and all of which, taken together, shall constitute one and the same Agreement. IN WITNESS WHEREOF, the Parties have executed this License Agreement by their duly authorized representative on the date first above written. LICENSORS: LICENSEE: DISTRICT OR CITY & ENCINA WASTEWATER AUTHORITY By: By: Name: Name: Title: Title: Date: Date: _ -12- Table 1 LOCAL DISCHARGE LIMITS Daily Maximum Limits Constituent Limits for Users in MWRF Service Area Limits for Users in EWPCF Service Area Arsenic, Total 1.5 mg/L 1.5 mg/L Boron, Total 7.4 mg/L - Cadmium, Total 0.77 mg/L 0.77 mg/L Chromium, Total 3.5 mg/L 3.5 mg/L Copper, Total 11 mg/L 11 mg/L Iron, Total 67 mg/L - Lead, Total 5.1 mg/L 5.1 mg/L Manganese, Total 1.7 mg/ L - Mercury, Total 0.27 mg/L 0.27 mg/L Molybdenum, Total 4.1 mg/L 4.1 mg/L Nickel, Total 15 mg/L 15 mg/L Selenium, Total 2.5 mg/L 2.5 mg/L Silver, Total 4.2 mg/L 4.2 mg/L Zinc, Total 29 mg/L 29 mg/L Oil and Grease 400 mg/L 400 mg/L Total Toxic Organics (TTO) 2.00 mg/L 2.00 mg/L Biochemical Oxygen Demand (BOD) 250 mg/L* 500 lbs/day Total Suspended Solids (TSS) 250 mg/L 500 lbs/day Instantaneous Limits Constituent Limit Limit pH 5.5 – 12.0 units 5.5 – 12.0 units Temperature 140° Fahrenheit 140° Fahrenheit *Permittees in the MWRF Service Area as of February 22, 2012 are grandfathered in at their existing pollutant loading for BOD. 2.13 BEST MANAGEMENT PRACTICES EWA may develop BMPs by ordinance or in individual Wastewater Discharge Permits to implement Local Limits and the requirements of Section 2.1. EPA APPROVED SAMPLING AND ANALYTICAL METHODS Parameter Analytical Method1 Container2 Preservation Method3 Maximum Holding  Time4 BOD or CBOD SM5210B*P, G, FP COOL, 0‐6°C 48 HOURS COD HACH 8000*; EPA 410.3 &  410.4 REV 2.0; SM5220C &  5220D P, G, FP COOL, 0‐6°C, H2SO4 TO pH <2 28 DAYS CN,  AMENABLE SM4500‐CN (G)P, G, FP COOL, 0‐6°C, NaOH TO pH >  12, 0.6g ASCORBIC ACIDŦ 14 DAYS CN, TOTAL EPA 335.4 REV 1.0; SM4500‐ CN (F) & 4500‐CN(G) & 4500‐ CN (E)P, G, FP COOL, 0‐6°C, NaOH TO pH >  12, 0.6g ASCORBIC ACIDŦ 14 DAYS METALS:  Cd,  Cr, Cu, Pb, Ni,  Ag SM3111B or C, 3113B,  3120B; EPA 200.9 Rev 2.2,  200.7 Rev 4.4*, 200.8 Rev  5.4 P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: Sb SM3111B, 3113B, 3120B;  EPA 200.9 Rev 2.2, 200.7 Rev  4.4*, 200.8 Rev 5.4 P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS SM3114B, 3113B, 3120B;  EPA 200.9 Rev 2.2, 200.7 Rev HNO3 TO pH < 2 OR HNO3 TO  METALS: As 4.4*, 200.8 Rev 5.4; SM3500‐ As (C or B)P, G, FP 3 p 3 pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: Be SM3111D, 3113B, 3120B;  EPA 200.9 Rev 2.2, 200.7 Rev  4.4*, 200.8 Rev 5.4; SM3500‐ Be (D)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: B SM4500‐B (B), 3120B; EPA  200.7 Rev 4.4*P, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: Cd  (optional) SM3500 Cd (D)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: Cr  (optional) SM3500 Cr (B or D)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: Cu  (optional) SM3500 Cu (B, C, D, or E)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS L:\SOURCE\Industry Handouts\EPA Approved Sampling and Analytical Methods_010312.xlsx EPA APPROVED SAMPLING AND ANALYTICAL METHODS Parameter Analytical Method1 Container2 Preservation Method3 Maximum Holding  Time4 METALS:  Fe SM3111B or C, 3113B,  3120B; EPA 200.9 Rev 2.2,  200.7 Rev 4.4*; SM3500‐Fe  (B or D) P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: Pb  (optional) SM3500 Pb (B or D)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS:  Hg SM3112B, EPA 245.1 Rev  3.0*, 245.2, 245.7 Rev 2.0,  1631E P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 28 DAYS METALS:  Mn SM3111B, 3113B, 3120B;  EPA 200.9 Rev 2.2, 200.7 Rev  4.4*, 200.8 Rev 5.4; SM3500‐ Mn (B or D)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS:Mo SM3111D, 3113B, 3120B;  EPA 200.7 Rev 4.4*, 200.8  Rev 54 P G FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHSMETALS:  Mo Rev 5.4 P, G, FP PRIOR TO ANALYSIS 6 MONTHS METALS: Ni  (optional) SM3500 Ni (D)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS:  Se SM3113B, 3120B, 3114B;  EPA 200.9 Rev 2.2, 200.7 Rev  4.4*, 200.8 Rev 5.4 P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS:  Tl SM3111B, 3120B; EPA 279.2,  200.9 Rev 2.2, 200.7 Rev  4.4*, 200.8 Rev 5.4 P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS METALS: Zn SM3111B or C, 3120B; EPA  289.2, 200.7 Rev 4.4*, 200.8  Rev 5.4; SM3500 Zn (B, E, or  F)P, G, FP HNO3 TO pH < 2 OR HNO3 TO  pH < 2 AT LEAST 24 HOURS  PRIOR TO ANALYSIS 6 MONTHS OIL & GREASE SM5520B; EPA 1664A G COOL, 0‐6°C, HCl OR H2SO4 TO  pH < 228 DAYS pH SM4500‐H+B*; EPA 150.2 P, G, FP NONE ANALYZE WITHIN 15  MIN TDS SM2540C*P, G, FP COOL, 0‐6°C7 DAYS TSS SM2540D*P, G, FP COOL, 0‐6°C7 DAYS TTO EPA 624 & 625; EPA 1624  &1625 G COOL, 0‐6°C, 624/1624 = HCl  TO pH < 2 624/1624 = 14 DAYS;  625/1625 = 7 DAYS L:\SOURCE\Industry Handouts\EPA Approved Sampling and Analytical Methods_010312.xlsx EPA APPROVED SAMPLING AND ANALYTICAL METHODS Parameter Analytical Method1 Container2 Preservation Method3 Maximum Holding  Time4 PHARM.  ORGANICS:   ACETONE EPA 524.2; ASTM D3695,  D4763 G COOL, 0‐6°C, 1666/524.2 =  HCl TO pH < 2 524.2 = 14 DAYS;  D3695 = 28 DAYS PHARM.  ORGANICS:   METHYLENE  CHLORIDE EPA 502.2, 524.2 G COOL, 0‐6°C, 1666/524.2 =  HCl TO pH < 2 502.2/524.2 = 14  DAYS PHARM.  ORGANICS:   ETHYL  ACETATE EPA 1666; ASTM D3695 G COOL, 0‐6°C, 1666/524.2 =  HCl TO pH < 2 1666 = 14 DAYS;  D3695 = 28 DAYS PHARM.  ORGANICS:  N‐ AMYL  ACETATE EPA 1666; ASTM D3695 G COOL, 0‐6°C, 1666/524.2 =  HCl TO pH < 2 1666 = 14 DAYS;  D3695 = 28 DAYS PHARM.  ORGANICS:   ISOPROPYL  ACETATE EPA 1666; ASTM D3695 G COOL, 0‐6°C, 1666/524.2 =  HCl TO pH < 2 1666 = 14 DAYS;  D3695 = 28 DAYS 1 Refer to 40 CFR Part 136 for complete list of approved test procedures Refer to 40 CFR Part 136 for complete list of approved test procedures.   2 "P" is Polyethylene; "G" is Glass; "FP" is Fluoropolymer, PTFE, or Teflon. 3 Confirm with EPA certified lab the preservation and holding times for each specific method. 4 Holding time starts at the end of the composite period. * Methods currently performed by the Encina Wastewater Authority (EWA). Ŧ Only added if residual chlorine is present L:\SOURCE\Industry Handouts\EPA Approved Sampling and Analytical Methods_010312.xlsx Appendix F CARB Fleet Compliance Certification City Attorney Approved Version 12/14/2023 DISCLOSURE & SUBMITTAL REQUIREMENT VEHICLE EMISSION DISCLOSURE & COMPLIANCE REQUIREMENT. This Project is subject to the following regulation(s) by the California Air Resources Board. In bidding this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all equipment and vehicle emission requirements under this Contract and applicable law in its Bid. ADVANCED CLEAN FLEETS. Vehicles with a Gross Vehicle Weight Rating (GVWR) greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean- fleets. Bidders utilizing subcontractors shall provide a signed certificate of reported compliance for each listed subcontractor in the space provided in the Proposed Subcontractors form. Bidders, and its subcontractors must be registered as compliant fleets at the time of bid submittal. In the event that a bidder, or its subcontractors, are exempt from this regulation, the bidder must submit a signed statement attesting to the fact, and to the reason(s) why it is not subject to the High Priority and Federal Fleets Regulation of Title 13, CCR Section 2015 through 2015.6 and the State and Local Government Fleets Regulation of Title 13, CCR Section 2013 through 2013.4. Failure to certify as a compliant fleet or provide an attestation to an exemption, may render the bid non-responsive. IN-USE OFF-ROAD DIESEL-FUELED FLEETS. Any contractor utilizing off highway vehicles or equipment may be subject to compliance with the In-Use Off-Road Diesel-Fueled Fleets Regulation. For more information, please visit the CARB In-Use Off-Road Diesel-Fueled Fleets Regulation webpage at: https://ww2.arb.ca.gov/our- work/programs/use-road-diesel-fueled-fleets-regulation. Bidders shall submit with its Bid a valid California Air Resources Board certificate of reported compliance. Bidders utilizing subcontractors shall submit the DOORS ID number for each listed subcontractor in the space provided in the Proposed Subcontractors form. Bidders are responsible for including a certificate of reported compliance for each identified subcontractor. Failure to submit valid certificates may render the bid non-responsive. GENERAL COMPLIANCE WITH LAWS. Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. City Attorney Approved Version 12/14/2023 Contractor is aware of the requirements of the emissions reduction regulations being mandated by the California Air Resources Board (“CARB”) and that it will comply with all applicable regulations before commencing the performance of the work and maintain compliance throughout the duration of this Agreement. CALIFORNIA AIR RESOURCES BOARD. The California Air Resources Board (“CARB”) implemented amendments to the In-Use Off-Road Diesel- Fueled Fleets Regulations (“Regulation”) which are effective on January 1, 2024, and apply broadly to all self-propelled off-road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. A copy of the Regulation is available at: https://ww2.arb.ca.gov/sites/default/files/barcu/regact/2022/off-roaddiesel/appa-1.pdf Bidders are required to comply with all CARB and Regulation requirements, including, without limitation, all applicable sections of the Regulation, as codified in Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. Bidders must provide, with their Bid, copies of Bidder’s and all listed subcontractors the most recent, valid Certificate of Reported Compliance (“CRC”) issued by CARB. Failure to provide valid CRCs as required herein may render the Bid non-responsive. The City of Carlsbad is a Public Works Awarding Body, as that term is defined under Title 13 California Code of Regulations section 2449(c)(46). Accordingly, Bidders must submit, with their Bids, valid Certificates of Reported Compliance (“CRC”) for the Bidder’s fleet, and for the fleets of any listed subcontractors (including any applicable leased equipment or vehicles). Bidders must complete and submit the Fleet Compliance Certification, on the form provided. Failure to provide a CRC for the Bidder, and for all listed subcontractors, or failure to complete the Fleet Compliance Certification, may render the Bid non-responsive. COMPLIANCE WITH CALIFORNIA AIR RESOURCES BOARD REGULATIONS. Contractor shall comply, and shall ensure all subcontractors comply, with all applicable requirements of the most current version of the California Air Resources Board (“CARB”) regulations including, without limitation, all applicable terms of Title 13, California Code of Regulations Division 3, Chapter 9 and all pending amendments (“Regulation”). Throughout the Project, and for three (3) years thereafter, Contractor shall make available for inspection and copying any and all documents or information associated with Contractor’s and subcontractors’ fleet including, without limitation, Certificates of Reported Compliance (“CRC”), fuel/refueling records, maintenance records, emissions records, and any other information the Contractor is required to produce, keep or maintain pursuant to the Regulation upon two (2) calendar days’ notice from the City of Carlsbad. Contractor shall be solely liable for any and all costs associated with complying with the Regulation as well as for any and all penalties, fines, damages, or costs associated with any and all violations, or failures to comply with the Regulation. Contractor shall defend, indemnify and hold harmless the City of Carlsbad, its officials (appointed and elected), officers, and employees from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the Regulation. City Attorney Approved Version 12/14/2023 FLEET COMPLIANCE CERTIFICATION. Bidder hereby acknowledges that they have reviewed the CARB’s policies, rules and regulations and are familiar with the requirements of Title 13, California Code of Regulations, Division 3, Chapter 9, effective on January 1, 2024 (the “Regulation”). Bidder hereby certifies, subject to the penalty of perjury, that the option checked below relating to the Bidder’s fleet, and/or that of their subcontractor(s) (“Fleet”) is true and correct: □ The Fleet is subject to the requirements of the Regulation, and the appropriate Certificate(s) of Reported Compliance have been attached hereto. □ The Fleet is exempt from the Regulation under Section 2449.1(f)(2), and a signed description of the subject vehicles, and reasoning for exemption has been attached hereto. □ Bidder and/or their subcontractor is unable to procure R99 or R100 renewable diesel fuel as defined in the Regulation pursuant to Section 2449.1(f)(3). Bidder shall keep detailed records describing the normal refueling methods, their attempts to procure renewable diesel fuel and proof that shows they were not able to procure renewable diesel (i.e., third party correspondence or vendor bids). □ The Fleet is exempt from the requirements of the Regulation pursuant to Section 2449(i)(4) because this Project has been deemed an “emergency”, as that term is defined in Section 2449(c)(18). Bidder shall only operate the exempted vehicles in the emergency situation and records of the exempted vehicles must be maintained, pursuant to Section 2449(i)(4). □ The Fleet does not fall under the Regulation or are otherwise exempt and a detailed reasoning is attached to this certification. Name of Bidder: Signature: Name: Title: Date: PROJECT SITE VICINITY MAP AVECOSTALA B L V D C A R L S B A D RD ALGA PALOMAR AIRPOR T RD EL CA M I N O RE A L RA N C H O SA N T A F E RD POINS E T T I A LANE AL I C A N T E RD EL FU E R T E OLIVENHAIN RD. M E L R O S E D R . FARADAY COLLEG E BL V D P A S E O DEL N O R T E AVE A V E N I D A E N C I N A S CANNON RD MO N R O E ST CARLS B A D VILLAGE D R MARRON TAMAR A C K AVE RD LAKE CALAVERABUEN A VIS T A LAGOO N AGUA HEDION D A LAGO O N BATIQUITOS LAGOON A V I A R A PKWY POINSET T I A LANE CONSTRUCTION PLANS FOR VALLEY STREET WATER MAIN REPLACEMENT CIP 3904-H Carlsbad Municipal Water District CARLSBAD, CALIFORNIA BOARD OF DIRECTORS KEITH BLACKBURN - MAYOR MELAINE BURKHOLDER - DISTRICT 1 CAROLYN LUNA - DISTRICT 2 PRIYA BHAT-PATEL - DISTRICT 3 TERESA ACOSTA - DISTRICT 4 SCOTT CHADWICK EXECUTIVE MANAGERSHEET INDEX REFERENCE DRAWINGS DECEMBER 2023 VALLEY STREET WATER MAIN REPLACEMENT PROJECT AND LOCATION MAP IMPROVEMENT PLAN FOR: TITLE SHEET, VICINITY MAP DP DZ ZT 31 PROJECT SITE 3904-H 542-2 LOCATION MAP BID SET - NOT FOR CONSTRUCTION DocuSign Envelope ID: EDEC8BA1-B2D3-4A4D-A499-A223D90718DE 12/4/2023 5" AC (E) 6" AB (E) VALLEY STREET WATER MAIN REPLACEMENT PROJECT IMPROVEMENT PLAN FOR: GENERAL NOTES, LEGEND AND DETAILS DP DZ ZT 32 LEGEND DESCRIPTION SYMBOL ABBREVIATIONS DESCRIPTION ABBREVIATION 3904-H 542-2 1 2 3 4 5 DWG. NO DETAIL A: WATER SERVICE REPLACEMENT SCALE: NTS DETAIL B: TYPICAL SECTION - VALLEY STREET STATION 0+00 TO 6+30 SCALE: NTS BID SET - NOT FOR CONSTRUCTION 6 DocuSign Envelope ID: EDEC8BA1-B2D3-4A4D-A499-A223D90718DE 12/4/2023 5 1 2 4 6 8 7 3 X X X X X X X X X X X XXX X X X XX X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X XXX X XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX X X X X X X X X X 175 180179178177176 181 182 182 1819 9 10 11 12 13 5' 9 8 8. 6 4 ' 170 175 180 185 0+00 1+00 2+00 3+00 4+00 5+00 6+00 ST A : 5 + 2 9 . 8 9 8" ( F L G X M J ) 8" G V ( F L G X P O ) 6" G V ( F L G X P O ) ST A : 3 + 1 4 . 4 8 CO N N E C T T O E X . 2" W A T E R S E R V I C E ST A : 3 + 3 2 . 4 6 CO N N E C T T O E X . 2" W A T E R S E R V I C E ST A : 0 + 1 4 . 4 3 CO N N E C T T O EX I S T I N G P V C ST A : 5 + 5 6 CO N N E C T T O EX . 8 " A C P (E)FINISH GRADE EL E V U N K N O W N EL E V U N K N O W N EL E V U N K N O W N ( 2 ) ST A : 0 + 2 3 . 0 3 BE G I N O F T R A N S I T I O N ST A : 1 + 2 3 . 0 3 EN D O F T R A N S I T I O N ST A : 0 + 3 8 . 4 0 EL E V : U K N O W N VALLEY STREET FIRE FLOW IMPROVEMENT PROJECT IMPROVEMENT PLAN FOR: IMPROVEMENT PLAN DP DZ ZT 33 1.ABANDON EXISTING 6" ACP FIRE SERVICE IN PLACE. PLUG ENDS PER SDRSD WP-03. REMOVE AND DISPOSE ASSOCIATED TEE THRUST BLOCK, GATE VALVE, AND MANUAL AIR RELEASE ASSEMBLY 2.REPLACE EXISTING POTABLE WATER SERVICES PER SHEET 2 DETAIL A 3.REPLACE CONCRETE SIDEWALK TO NEAREST JOINT PER SDRSD G 7-11. 4.REMOVE AND DISPOSE EXISTING 8" ACP WATER MAIN AND REPLACE IN PLACE WITH NEW 8" PVC C900 WATER MAIN. 5.INSTALL 8"X8"X6" DI TEE, 6" GATE VALVE (FLG X PO), CONSTRUCT THRUST BLOCK PER CMWD W-19 WITH 9 SQFT BEARING AREA 6.INSTALL 2" MANUAL AIR RELEASE PER CMWD W-10 7.INSTALL NEW 8" GATE VALVE (FLG X PO) 8.CONNECT TO EXISTING 8" PVC WATER MAIN 9.CONNECT TO EXISTING 8" ACP WATER MAIN TO NEAREST JOINT WITH TRANSITION COUPLING 10.CONSTRUCT 6" FIRE SERVICE ASSEMBLY PER CMWD W-9 11.REMOVE AND REPLACE TYPE G CURB AND GUTTER TO NEAREST JOINT PER SDRSD G-2 CONSTRUCTION NOTES 1.EXIST 1.5" GAS STEEL MAIN PER SDG&E 2.EXIST OVERHEAD ELECTRICITY PER SDG&E 3.PROPOSED DOULBE CHECK VALVE BACKFLOW ASSEMBLY BY CUSD. COORDINATE FIRE SERVICE STATIONING WITH DWG 542-9A 4.EXIST 0.5" GAS LATERAL PER SDG&E 5.EXIST 8" VCP SEWER MAIN PER DWG 134-2 6.EXIST 3" TELECOM CONDUIT PER SPECTRUM 7.EXIST 4" CONCRETE ENCASED TELECOM CONDUIT PER ATT 8.EXIST 4" CONCRETE ENCASED ELECTRICAL CONDUIT PER SDG&E 9.EXIST 4" SEWER LATERAL 10.EXIST TELECOM PER CHARTER 11.EXIST SECURITY FENCING, COORDINATE ACCESS WITH SCHOOL DISTRICT 12.DRY UTILITY JOINT TRENCH BY OTHERS 13.ABANDONED 6" STEEL WATER MAIN REFERENCE NOTES PLAN STA: 0+00 TO 6+00 PIPE SCHEDULE 3904-H 542-2 1 2 3 4 5 6 7 8 9 PROFILE STA: 0+00 TO 6+00 2 2 4 8 10 9 5 10 7867 1 2 3 4 5 6 7 8 9 10 Feet 0 10 20 BID SET - NOT FOR CONSTRUCTION 11 11 10 12 13 DocuSign Envelope ID: EDEC8BA1-B2D3-4A4D-A499-A223D90718DE 12/4/2023 AVECOSTALA B L V D C A R L S B A D RD ALGA PALOMAR AIRPORT RD EL CAMI N O RE A L RA N C H O SAN T A F E RD POINSE T T I A LANE AL I C A N T E RD EL FU E R T E OLIVENHAIN RD. M E L R O S E D R . FARADAY CARLS B A D COLLEGE BL V D P A S E O DEL N O R T E AVE A V E N I D A E N C I N A S CANNON RD MO N R O E ST LAGOO N VILLAGE D R MARRON TAMARACK AVE RD LAKECALAVERA BU E N A VIS T A AGUA HEDION D A LAGOO N BATIQUITOS A V I A R A PKWY VICINITY MAP CONSTRUCTION PLANS CITY OF CARLSBAD, UTILITIES DEPARTMENT CITY COUNCIL CARLSBAD, CALIFORNIA SCOTT CHADWICK PROJECT NO. 5503-25 SOUTH AGUA HEDIONDA INTERCEPTOR IMPROVEMENTS CITY MANAGER FOR POINSETTI A LAGOON LANE REACH T1D (FOXTAIL LOOP) DECEMBER 2023 KEITH BLACKBURN - MAYORMELANIE BURKHOLDER - DISTRICT 1CAROLYN LUNA - DISTRICT 2PRIYA BHAT-PATEL - DISTRICT 3TERESA ACOSTA - DISTRICT 4 LOCATION MAP SAHI REACH T1D (FOXTAIL) IMPROVEMENTS IMPROVEMENT PLAN FOR: TITLE SHEET DPDZMM 81 PAZ GOMEZDEPUTY CITY MANAGER, PUBLIC WORKS 545-35503-25 BID SET - NOT FOR CONSTRUCTION DocuSign Envelope ID: E0C0D941-0AF7-4698-8445-3E8DD4464B04 12/4/2023 SHEET 3 SHEET 4 SHEET 5 SHEET 6, 8 HOA GATED ENTRY MIN. WIDTH OPENING: 13-FEET IMPROVEMENT PLAN FOR: DPDZMM 82 ABBREVIATIONS DESCRIPTION ABBREVIATION SAHI REACH T1D (FOXTAIL) IMPROVEMENTS AREA MAP AND GENERAL NOTES 545-35503-25 LEGEND DESCRIPTION DWG NO.SYMBOL LEGEND DESCRIPTION DWG NO.SYMBOL (CONTINUED) BID SET - NOT FOR CONSTRUCTION DocuSign Envelope ID: E0C0D941-0AF7-4698-8445-3E8DD4464B04 12/4/2023 PR O F I L E A L O N G CL M A I N C H A N N E L (E) 8" PVCSEWER (E) 8" PVCSEWER (P) 8" PVC SEWERCONNECTION EL. B - 0.2' EL. B EL. AFILLET4 PLACES (TYP) 8" 8" (E) CHANNELBENCH EL. B - 0.1' EL. A - 0.1'(E) INVERT (E) MH 24A-43 AT FOXTAIL LOOPAND BADGER LANE (P) 8" PVC SDR-35 GRAVITY SEWER TO BADGER LANE (MAX FLOW 2.3 CFS) CONNECT NEW SEWER TO MH 24A-43PER DETAIL 3 SHEET 7. FL EL. 106.98' ADJUSTABLE FULL OPEN/CLOSEDFIBERGLASS STOP GATE. SEE DETAIL7 SHEET 7. GATEEL. 107.4' FL EL. 106.78'(E) 8" SDR-35 PVC TO FOXTAIL LOOP(MAX FLOW 2.27 CFS) IMPROVEMENT PLAN FOR: DPDZMM 83 SAHI REACH T1D (FOXTAIL) IMPROVEMENTS 545-35503-25 BID SET - NOT FOR CONSTRUCTION DESIGN CHANGE TO SHEET 6 : DWG 361-6B 1/2" 0 1" EXISTING IMPROVEMENTS PER DWG 361-6B AS-BUILT PROPOSED SEWER IMPROVEMENTS NO. / BEARING RADIUS LENGTH REMARKS(A) N16 57'00"E -50 '8" PVC SDR 35 CHANNEL MOD TO MH 24A-43 (STA 17+43) - PLAN AND PROFILE VIEW SCALE: N.T.S.1 CHANNEL GATE AT MH 24A-43 (STA 17+43) - PROFILE VIEW SCALE: N.T.S.2 DocuSign Envelope ID: E0C0D941-0AF7-4698-8445-3E8DD4464B04 12/4/2023 IMPROVEMENT PLAN FOR: SAHI REACH T1D (FOXTAIL) IMPROVEMENTS 545-35503-25 BID SET - NOT FOR CONSTRUCTION DESIGN CHANGE TO SHEET 11 : DWG 361-6B 1/2" 0 1" EXISTING IMPROVEMENTS PER DWG 361-6B AS-BUILT PROPOSED SEWER IMPROVEMENTS NO. / BEARING RADIUS LENGTH REMARKS(B) N67 23'49"W -316.0 '12" PVC SDR 35 EXISTING IMPROVEMENTS PER DWG 361-6B AS-BUILT 4 8 MMDZDP DocuSign Envelope ID: E0C0D941-0AF7-4698-8445-3E8DD4464B04 12/4/2023 IMPROVEMENT PLAN FOR: DPDZMM 85 SAHI REACH T1D (FOXTAIL) IMPROVEMENTS 545-35503-25 BID SET - NOT FOR CONSTRUCTION DESIGN CHANGE TO SHEET 12 : DWG 361-6B 1/2" 0 1" EXISTING IMPROVEMENTS PER DWG 361-6B AS-BUILT PROPOSED SEWER IMPROVEMENTS NO. / BEARING RADIUS LENGTH REMARKS(B) N67 23'49"W -316.0 '12" PVC SDR 35(C) N29 02'27"E -199.65 '15" PVC SDR 35 DocuSign Envelope ID: E0C0D941-0AF7-4698-8445-3E8DD4464B04 12/4/2023 IMPROVEMENT PLAN FOR: DPDZMM 86 SAHI REACH T1D (FOXTAIL) IMPROVEMENTS DESIGN CHANGE TO 545-35503-25 BID SET - NOT FOR CONSTRUCTION SHEET 20 : DWG 361-6B 1/2" 0 1" EXISTING IMPROVEMENTS PER DWG 361-6B AS-BUILT PROPOSED SEWER IMPROVEMENTS NO. / BEARING RADIUS LENGTH REMARKS(D) N70 19'12"W -55 '12" PVC SDR 35 DocuSign Envelope ID: E0C0D941-0AF7-4698-8445-3E8DD4464B04 12/4/2023 (E) CSD S-4 CAST IRON MH FRAME AND COVERREMOVE AND REPLACE EXISTING COVER, FRAMEAND CONCRETE COLLAR PER CSD S-1 AND S-3 (E) PAVEMENT4-INCH AC OVER4-INCH AB (E) CONCRETE COLLAR (E) CSD DWG. S-1 CIP BASE (P) WATER TIGHT MANHOLE ADAPTER WITH RUBBER GASKET. GROUT INTO PLACE (TYP) (P) 12" PVC MATCH EXISTINGCHANNEL IE REMOVE EXISTING PIPE AS NECESSARYTO CONSTRUCTIMPROVEMENTS APPLY EPOXY COATINGTO (E) BENCH ANDMANHOLE INTERIORPER STD. DWG. S-1A CORE DRILL NEWINLET/OUTLET FORPROPOSED PIPE 3-FT 5-FT (E) 8" CHANNEL INLET (E) 8" CHANNEL OUTLET (P) 12" CHANNEL INLET SEE DETAIL 2 THIS SHEET FOR CONNECTION DETAIL (E) MANHOLE BASE REFORM CHANNEL TO MATCH (P) 12" INLET TO (E) 8" OUTLET REMOVABLE FIBERGLASSGATE SECTION HOLD OPEN PINGUIDES (TYP) TOP OF FIBERGLASSGUIDE FRAME TOP OF CONCRETE CHELF BOTTOM OF CHANNEL PERMANENTFIBERGLASSGATE SECTION. GATE OPENING IS VARIABLE.SET ELEV. PER DETAIL 2SHEET 3 FIBERGLASS GATETHICKNESS 1" MIN. EDGE OF CHANNEL GATE OPENING IS VARIABLE ANDWILL BE FIELD SET BY CITYPERSONNEL. GUIDE FRAME DEPTHPER MANUFACTURER. HORIZONTAL AND VERTICAL FIBERGLASS GUIDE FRAME (E) MANHOLE BASE (P) 12" OR 15" PVCSEWER SEE DETAIL3 SHEET 7 FOR CONNECTION DETAIL REFORM CHANNEL TO MATCH (P) 12" and 15" SEWER. VARIES 2" - 3.5" EITHER SIDE OF EXISTING CHANNEL MH #24A-39: 12" IN, 15" OUT MH #24A-40: 15" IN, 12" OUT REFORM CHANNELS FOR NEWSIZED SEWER PIPE CONNECTION:REMOVE 2" EACH SIDE FOR 12" PIPE REMOVE 3.5" EACH SIDE FOR 15" PIPE #4 REBAR DOWELED INTO SHELF BASE (E) MANHOLE SHELF SLOPED AT 2% IMPROVEMENT PLAN FOR: DPDZMM 87 SAHI REACH T1D (FOXTAIL) IMPROVEMENTS TECHNICAL DETAILS 545-35503-25 TYP CONNECTION TO EXISTING MANHOLE DETAIL - PROFILE VIEW SCALE: N.T.S.3 NOTES: 1. SEE CSD DWG. S-1 FOR TYPICAL EXISTING MANHOLE DIMENSIONS.2. MANHOLE CONNECTION DETAIL SHOWN IS AT THE INLET. DETAIL APPLIES TO ALLEXISTING MANHOLE INLETS AND OUTLETS WHERE NEW CONNECTION IS PROPOSED TONEW PVC SEWER. CHANNEL MOD TO MH 24A-38 (STA 26+87) - PLAN VIEW SCALE: N.T.S.4 STOP GATE DETAIL SCALE: N.T.S.7 NOTES: 1. STOP GATES SHALL BE FABRICATED OF FIBERGLASS REINFORCED POLYESTER (FRP) TO A MINIMUM THICKNESS OF 1 INCH. THE 8" GATES SHALL BE PROVIDED WITH ONE 316 STAINLESS STEEL HANDLE MOUNTED ON THE TOP OFTHE GATE.2. STOP GATE FRAMES (GUIDES) SHALL BE MANUFACTURED BY THE PULTRUSION PROCESS AND BE MADE OF FRP. THE GUIDE FRAMES SHALL HAVE A MINIMUM 1-1/8" x 1-1/2" DEEP SLOT PER MANUFACTURER SPECIFICATIONS.3. THE FRP STOP GATES SHALL NOT BE INSTALLED, BUT FURNISHED TO THE CITY. 4. THE BOTTOM SECTION OF THE STOP GATE FRAME SHALL HAVE A PERMANENTLY EMBEDDED PORTION OF THE FIBERGLASS GATE THAT SHALL MATCH THE CHANNEL BOTTOM SHAPE AND SHALL PROVIDE A SEATING EDGE FOR THE REMOVABLE GATE SECTIONS. 5. THE STOP GATES AND FRAMES SHALL HAVE HOLES DRILLED IN THE FRAMES AT 12" CENTERS TO ALLOW FOR VERTICAL POSITIONING OF THE GATE. 316 STAINLESS STEEL HOLD-OPEN PINS SHALL BE PROVIDED TO HOLD THE GATE IN A PARTIALLY OPEN POSITION. 6. CONTRACTOR SHALL SUBMIT SHOP DRAWINGS FOR THE GATES AND FRAMES FOR REVIEW AND APPROVAL PRIOR TO FABRICATION. BID SET - NOT FOR CONSTRUCTION CHANNEL MOD TO MH #24A-39 & 40 - PLAN VIEW SCALE: N.T.S.5 CHANNEL MOD TO MH #24A-39 & 40 - PROFILE VIEW SCALE: N.T.S.6 NOTES: 1. DETAIL SHOWS CHANNEL MODIFICATION TO MH #24A-39. DETAIL ALSO APPLIES TO MH#24-40. NOTES: 1. DETAIL SHOWS CHANNEL MODIFICATION TO MH #24A-39. DETAIL ALSO APPLIES TO MH#24-40.2. EXISTING CHANNEL SHELF 38" DEEP MH #24-39 AND 32" DEEP MH #24-40. DocuSign Envelope ID: E0C0D941-0AF7-4698-8445-3E8DD4464B04 12/4/2023 IMPROVEMENT PLAN FOR: DPDZMM 88 SAHI REACH T1D (FOXTAIL) IMPROVEMENTS EXISTING SITE PHOTOS 545-35503-25 BID SET - NOT FOR CONSTRUCTION HOA ACCESS GATE - SUNNY CREEK ROAD SCALE: N.T.S.E (E) MH 24A-39 LOOKING UPSTREAM SCALE: N.T.S.A UPSTREAM TERMINUS PIPE UPSIZE LOOKING TOWARD (E) MH 24A-39 SCALE: N.T.S.B DRIVEWAY REPLACEMENT EXTENTS SCALE: N.T.S.C LANDSCAPING PROFILE AND BACKSIDE VIEW SCALE: N.T.S.D DocuSign Envelope ID: E0C0D941-0AF7-4698-8445-3E8DD4464B04 12/4/2023 IMPROVEMENT PLAN FOR: PALOMAR OAKS WAY SEWER EXTENSION 5503-22 545-2DP DZ ZT 31 AVECOSTALA B L V D C A R L S B A D RD ALGA PALOMAR AIRPOR T RD EL CA M I N O RE A L RA N C H O SA N T A F E RD POINS E T T I A LANE AL I C A N T E RD EL FU E R T E OLIVENHAIN RD. M E L R O S E D R . FARADAY CARLS B A D COLLEG E BL V D P A S E O DEL NO R T E AVE A V E N I D A E N C I N A S CANNON RD MO N R O E ST LAGOO N VILLAGE D R MARRON TAMAR A C K AVE RD LAKECALAVERA BU E N A VIS T A AGUA HEDIO N D A LAGO O N BATIQUITOS A V I A R A PKWY VICINITY MAP CONSTRUCTION PLANS CITY OF CARLSBAD, UTILITIES DEPARTMENT CITY COUNCIL CARLSBAD, CALIFORNIA SCOTT CHADWICK CIP 5503-22 SEWER LINE REPLACEMENT PROGRAM CITY MANAGER FOR POINSET T I A LAGOON LANE - PALOMAR OAKS WAY SEWER EXTENSION - DECEMBER 2023 KEITH BLACKBURN - MAYOR MELANIE BURKHOLDER - DISTRICT 1 CAROLYN LUNA - DISTRICT 2 PRIYA BHAT-PATEL - DISTRICT 3 TERESA ACOSTA - DISTRICT 4 LOCATION MAP PAZ GOMEZ DEPUTY CITY MANAGER, PUBLIC WORKS SHEET INDEX REFERENCE DRAWINGS BID SET - NOT FOR CONSTRUCTION AND LOCATION MAPTITLE SHEET, VICINITY MAP DocuSign Envelope ID: E13EED5C-D325-45A6-AD4D-A4D151C3A0E3 12/4/2023 REMOVE AND REPLACE EXISTING COVER, FRAME, AND CONCRETE COLLAR PER CSD S-1 & S-3 (E) PAVEMENT (P) 8-INCH PVC SEWER. CONSTRUCT NEW CHANNEL AND BENCH PER CSD S-1 PIP (E) 8-INCH VCP SEWER MATCH EXISTING FLOWLINE CORE DRILL NEW INLET APPLY EPOXY COATING TO REBUILT CHANNEL AND MANHOLE INTERIOR PER CSD S-1A 0.5756% 3' 5' (P)WATER TIGHT MANHOLE ADAPTER WITH RUBBER GASKET. GROUT IN PLACE (TYP). REMOVE AND REPLACE EXISTING COVER, FRAME, AND CONCRETE COLLAR PER CSD S-1 & S-3 (E) PAVEMENT PIP (E) 8-INCH PVC SEWER. (P) WATER TIGHT MANHOLE ADAPTER WITH RUBBER GASKET. GROUT INTO PLACE (TYP) (P) 8-INCH PVC SEWER ADAPT TO EXISTING CHANNEL FLOWLINE CORE DRILL NEW INLET APPLY EPOXY COATING TO MANHOLE INTERIOR PER CSD S-1A 0.5756% 3' 5' PLUG AND ABANDON (E) 8-INCH VCP SEWER PER SDRSD WP-03 PROPOSED CHANNEL PIP (E) 8-INCH VCP PLUG AND ABANDON (E) 8-INCH PER SDRSD WP-03 UPON COMPLETION OF NEW PIPE ALIGNMENT PROPOSED CONNECTION 8-INCH PVC SEWER EXISTING CHANNEL FILL, TYP. IMPROVEMENT PLAN FOR: 5503-22 545-2DP DZ ZT 32 ABBREVIATIONS DESCRIPTION ABBREVIATION LEGEND DESCRIPTION DWG. NO SYMBOL DETAIL 1: MANHOLE 36B-37 (STATION: 0+00) SCALE: NTS DETAIL 2: MANHOLE 36B-25 (STATION: 4+56.33) SCALE: NTS PALOMAR OAKS WAY SEWER EXTENSION BID SET - NOT FOR CONSTRUCTION GENERAL NOTES, LEGEND AND DETAILS 25 DocuSign Envelope ID: E13EED5C-D325-45A6-AD4D-A4D151C3A0E3 12/4/2023 2' 5'5' 6' 120 125 130 135 140 145 150 120 125 130 135 140 145 150 0+00 1+00 2+00 3+00 4+00 5+00 MH # 3 6 B - 3 7 ST A : 0 + 0 0 . 0 0 RI M : 1 3 9 . 3 9 ' (P ) F L i n : 1 2 7 . 7 3 ' (E ) F L o u t : 1 2 7 . 6 2 ' MH # 3 6 B - 2 5 ST A : 4 + 5 6 . 3 3 R I M : 1 3 9 . 5 9 ' (E ) F L i n : 1 3 0 . 4 1 ' (P ) F L o u t : 1 3 0 . 3 9 ' ST A : 0 + 4 5 . 0 0 IE : U N K N O W N ST A : 2 + 9 7 . 5 0 IE : 1 3 2 . 4 4 ST A : 4 + 0 3 . 8 7 IE : 1 3 1 . 3 5 ST A : 3 + 6 1 . 2 0 IE : U N K N O W N ST A : 0 + 5 9 . 3 4 IE : U N K N O W N (E)FINISH GRADE IMPROVEMENT PLAN FOR: 5503-24 545-2DP DZ ZT 33 PLAN STA: 0+00 TO 4+56 PROFILE STA: 0+00 TO 4+56 1.CONSTRUCT NEW 8-INCH SEWER MAIN PER CSD S-5 2.CONNECT TO EXISTING MANHOLE AND MODIFY PER REFERENCED DETAIL NUMBER 3.REPLACE 8" ACP WATER MAIN FROM GATE VALVE TO FIRE SERVICE TEE WITH PVC 4.INTERCEPT EXISTING 6-INCH PVC SEWER LATERAL AND CONNECT TO NEW SEWER PER CSD S-7 5.CONSTRUCT NEW 2-INCH IRRIGATION SERVICE PER CSD W-4 AND W-13. CONNECT TO EXISTING METER AND REPLACE METER BOX. 6.REMOVE EXISTING SEWER CLEANOUT BUILT PER S-6. PLUG AND ABANDON EXISTING 6-INCH LATERAL AND 8-INCH MAIN IN ITS ENTIRETY (50 LF) PER SDRSD WP-03. 7.REMOVE AND REPLACE CONCRETE TYPE G CURB AND GUTTER TO NEAREST JOINT PER SDRSD G-2 8.PLUG AND ABANDON EXISTING 8-INCH VCP SEWER IN ITS ENTIRETY (75 LF) PER SDRSD WP-03 9.REPLACE EXISTING SURVEY MONUMENT IN-KIND. FILE CORNER RECORD PRIOR TO DISTURBANCE AND WITHIN 30-DAYS AFTER MONUMENT REPLACEMENT 10.RESURFACE TRENCH SECTION PER CSD GS 27-28. SECTION SHALL CONSIST OF 7-INCHES OF ASPHALT OVER 6-INCHES CLASS II AGGREGATE BASE. 11.REPLACE WATER VALVE BOX ASSEMBLY AND ADJUST TO FINAL GRADE 12.REPLACE ALL TRAFFIC LEGENDS AND SYMBOLS IMPACTED BY CONSTRUCTION IN-KIND CONSTRUCTION NOTES SEWER DATA TABLE 2 1 1.(E) 16'" FAILSAFE PER VWD WO #232898-1 2.ABANDONED 16" FAILSAFE PER VWD WO #232898-1 3.(E) 18" VCP SEWER OUTFALL 4.(E) 8" VCP SEWER MAIN 5.(E) 6" SEWER LATERAL 6.(E) 16" ACP WATER MAIN 7.(E) 8" ACP WATER MAIN & 2" SERVICE AND METER 8.(E) 15" RCP SD 9.(E) 18" RCP SD 10.(E) TELEPHONE 11.(E) ELEC. CONDUIT 12.(E) ELEC. LATERAL 13.(E) GAS MAIN 14.GROUNDWATER PUMPS AND DESILT BASIN FOR SCHEMATIC ONLY. PROVIDE NECESSARY TRAFFIC CONTROLS FOR PLACEMENT WITHIN CITY ROW. REFERENCE NOTES N Feet 0 20 40 3 4 5 6 7 8 9 PALOMAR OAKS WAY SEWER EXTENSION BID SET - NOT FOR CONSTRUCTION IMPROVEMENT PLAN 10 11 12 DocuSign Envelope ID: E13EED5C-D325-45A6-AD4D-A4D151C3A0E3 12/4/2023 LOCATION MAP AVECOSTALA B L V D C A R L S B A D RD ALGA PALOMAR AIRPOR T RD EL CA M I N O RE A L RA N C H O SA N T A F E RD POINS E T T I A LANE AL I C A N T E RD EL FU E R T E OLIVENHAIN RD. M E L R O S E D R . FARADAY CARLS B A D COLLEG E BL V D P A S E O DEL N O R T E AVE A V E N I D A E N C I N A S CANNON RD MO N R O E ST LAGO O N VILLAGE D R MARRON TAMAR A C K AVE RD LAKE CALAVERA BU E N A VI S T A AGUA HEDIO N D A LAGO O N BATIQUITOS A V I A R A PKWY VICINITY MAP POINSET T I A LAGOON LANE CONSTRUCTION PLANS CITY OF CARLSBAD, UTILITIES DEPARTMENT CITY COUNCIL CARLSBAD, CALIFORNIA SCOTT CHADWICK CIP 5503-24 SEWER LINE REPLACEMENT PROGRAM CITY MANAGER FOR - TYLER ALLEY STREET SEWER REPLACEMENT - DECEMBER 2023 KEITH BLACKBURN - MAYOR MELANIE BURKHOLDER - DISTRICT 1 CAROLYN LUNA - DISTRICT 2 PRIYA BHAT-PATEL - DISTRICT 3 TERESA ACOSTA - DISTRICT 4 TYLER STREET ALLEY SEWER REPLACEMENT PROJECT AND LOCATION MAP IMPROVEMENT PLAN FOR: TITLE SHEET, VICINITY MAP 1 4 ZT DZ DP PAZ GOMEZ DEPUTY CITY MANAGER, PUBLIC WORKS 5503-24 541-8 BID SET - NOT FOR CONSTRUCTION SHEET INDEX REFERENCE DRAWINGS DocuSign Envelope ID: 0CB4EF66-6130-42A5-97A9-2AF4A2ED6E29 12/4/2023 4'1'1'3'3' PROTECTIVE STEEL WELL HEAD COVER & TRAFFIC RATED SECURITY VAULT PERFORATED SECTION FILTER PACK (NO. 2 SAND) 2" DIAMETER WELL CASING ANNULAR SEAL (BENTONITE, NEAT CEMENT OR SAND-CEMENT) SURFACE SEAL (CLASS A CONCRETE) 5-INCH ASPHALT/CONCRETE ROAD SECTION 6-INCH ROAD BASE 5' 20' 10' 8" 8" 12"3" 15' ABBREVIATIONS DESCRIPTION ABBREVIATION IMPROVEMENT PLAN FOR: GENERAL NOTES, LEGEND, AND DETAILS 2 4 ZT DZ DP TYLER STREET ALLEY SEWER REPLACEMENT PROJECT 5503-24 541-8 DETAIL 2: RIBBON GUTTER STATION 0+63 TO 1+63 SCALE: NTS DETAIL 1: MODIFICATIONS TO CSD S-5 SCALE: NTS LEGEND DESCRIPTION SYMBOLDWG. NO DETAIL 3: EXISTING GROUNDWATER MONITORING WELL ABANDONMENT SCALE: NTS BID SET - NOT FOR CONSTRUCTION DocuSign Envelope ID: 0CB4EF66-6130-42A5-97A9-2AF4A2ED6E29 12/4/2023 2 4 3 1 5 9 11 7 8 8 10 20' WIDE PUBLIC ACCESS ALLEY DATE 9/21/1926 6 12 12 13 14 29 30 35 40 45 29 30 35 40 45 0+001+002+003+003+31 280 LF (E)8" VCP SEWER 3 1 ST A : 3 + 0 6 . 9 6 EL E V : 3 1 . 2 9 (E)FINISH GRADE ST A : 0 + 2 7 . 3 2 EL E V : 3 0 . 4 8 ST A : 0 + 8 5 . 3 5 ST A : 0 + 8 7 . 9 6 ST A : 1 + 1 1 . 4 6 ST A : 1 + 1 6 . 6 6 ST A : 1 + 3 2 . 2 6 ST A : 1 + 3 4 . 6 6 ST A : 1 + 5 8 . 4 5 ST A : 1 + 5 5 . 9 5 ST A : 1 + 8 5 . 5 4 ST A : 1 + 8 8 . 0 5 ST A : 2 + 0 9 . 0 5 ST A : 2 + 2 2 . 8 5 ST A : 1 + 9 6 . 9 4 ST A : 2 + 1 1 . 2 5 ST A : 2 + 3 6 . 5 5 ST A : 2 + 4 0 . 8 6 ST A : 2 + 6 1 . 5 6 ST A : 2 + 6 6 . 0 6 4444444444444444 4 4 4 42 ST A : 2 + 9 6 . 9 5 ST A : 2 + 9 1 . 2 6 11.0'5.0' CONNECT TO EXISTING 8" VCP SEWER CONNECT TO EXISTING 8" PVC SEWER ST A : 0 + 6 3 . 0 8 EL E V : 3 9 . 0 0 ST A : 0 + 3 7 . 9 2 EL E V : 3 9 . 4 3 ST A : 0 + 5 0 . 3 8 EL E V : 4 1 . 0 0 ST A : 0 + 4 2 . 9 5 EL E V : 4 1 . 1 0 56 4 2 IMPROVEMENT PLAN FOR: SEWER IMPROVEMENT PLAN PLAN STA: 0+00 TO 3+31 PROFILE STA: 0+00 TO 3+31 TYLER STREET ALLEY SEWER REPLACEMENT PROJECT 3 4 1.REPLACE EXISTING 8" VCP SEWER MAIN WITH NEW 8" PVC SEWER MAIN PER CSD S-5 AND MODIFICATIONS DETAIL 1, SHEET 2 2.CONNECT TO EXISTING 8" VCP WITH TRANSITION COUPLING 3.CONNECT NEW 8" PVC TO EXISTING 8" PVC 4.RECONNECT EXISTING 6" SEWER LATERAL WITH NEW WYE PER CSD S-7. INSTALL TRANSITION COUPLING AT CONNECTION WITH EXISTING VCP LATERAL 5.ABANDON EXISTING GROUNDWATER MONITORING WELL PER DETAIL 3, SHEET 3 6.REPLACE EXISTING SURVEY MONUMENT IN-KIND. FILE CORNER RECORD PRIOR TO DISTURBANCE AND WITHIN 30-DAYS AFTER MONUMENT REPLACEMENT. CONSTRUCTION NOTES SEWER DATA TABLE 1.EXIST 1" STEEL GAS MAIN PER SDG&E 2.EXIST 2" STEEL GAS MAIN PER SDG&E 3.EXIST 1 DB 3" ELEC CONDUIT PER SDG&E 4.EXIST TELEPHONE LINE PER AT&T 5.EXIST 1" STREET LIGHT SERVICE 6.EXIST 1 2" PE GAS LATERAL PER SDG&E 7.EXIST ABANDONED SEWER MANHOLE PER DWG 457-4H 8.EXIST SEWER MANHOLE 9.EXIST TRAFFIC LOOP 10.EXIST 8" VCP SEWER 11.EXIST ATT/SPECTRUM TELECOMM LINE 12.EXIST CHARTER TELECOMM LINE 13.EXIST OVERHEAD ELECTRICAL (x6) 14.GROUNDWATER PUMPS AND DESILT BASIN FOR SCHEMATIC ONLY. PROVIDE NECESSARY TRAFFIC CONTROLS FOR PLACEMENT WITHIN CITY ROW. REFERENCE NOTES 3 2 1 5503-24 541-8 *MODIFIED PIPE BEDDING PER DETAIL 1, SHEET 2 4 Feet 0 10 20 5 6 BID SET - NOT FOR CONSTRUCTION 1 2 3 4 5 6 7 8 9 10 11 12 13 DP DZ ZT 14 DocuSign Envelope ID: 0CB4EF66-6130-42A5-97A9-2AF4A2ED6E29 12/4/2023 CL E A R KE E P 12 ' 15 ' IMPROVEMENT PLAN FOR: SURFACE IMPROVEMENTS 4 4 TYLER STREET ALLEY SEWER REPLACEMENT PROJECT 1.RESURFACE TRENCH PER GS 26. PAVEMENT SECTION SHALL CONSIST OF 5" AC OVER 6" AB THROUGHOUT. MATCH EXISTING SLOPE. 2.REPLACE EXISTING COMMERCIAL DRIVEWAY PER CSD GS-12 TO THE NEAREST JOINT WITH 6" AGGREGATE BASE. MATCH EXISTING SLOPE AND ELEVATIONS. PROVIDE 1' WIDE FULL DEPTH ADJACENT AC SLOT PATCH, ALONG LIP OF GUTTER. 3.REPLACE EXISTING RIBBON GUTTER PER DETAIL 1 SHEET 2. 4.REPLACE EXISTING SURVEY MONUMENT IN-KIND. FILE CORNER RECORD PRIOR TO DISTURBANCE AND WITHIN 30-DAYS AFTER MONUMENT REPLACEMENT CONSTRUCTION NOTES 1 1.SAW CUT ASPHALT AND CONCRETE SURFACES ALONG EXTENTS SCHEDULED FOR REMOVAL. 2.SURVEY MONUMENTS AND PROPERTY CORNERS TO BE RESTORED BY OTHERS. 3.REPLACE ALL DISTURBED STRIPING AND PAVEMENT MARKINGS IN KIND. 4.PROTECT ALL UTILITY COVERS IN PLACE. ADJUST TO FINAL GRADE. GENERAL NOTES 2 3 5503-24 541-8 1."KEEP CLEAR" PAVEMENT MARKING (WHITE) 2.8" EDGE STRIPING (WHITE) STRIPING REFERENCE NOTES Feet 1:20 201005 BID SET - NOT FOR CONSTRUCTION 4 DP DZ ZT STRIPING AND STRIPING NOTES DocuSign Envelope ID: 0CB4EF66-6130-42A5-97A9-2AF4A2ED6E29 12/4/2023