Loading...
HomeMy WebLinkAboutSEMA Construction Inc; 2024-06-03; PWS24-2372UTIL Revised 6/12/18 Contract No. 5048/5503 Page 1 of 158 CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR CONTRACT NO. 5048/5503 BID NO. PWS24-2372UTIL Signed: 2/1/2024 Revised 6/12/18 Contract No. 5048/5503 Page 2 of 158 TABLE OF CONTENTS Item Page Notice Inviting Bids ..................................................................................................................... 7 Contractor's Proposal ................................................................................................................ 14 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 No. 5048/5503 Page 3 of 158 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms .......................................................... ..................................................... 46 1-2 Definitions .................................................... ..................................................... 46 1-3 Abbreviations ............................................... ..................................................... 52 1-4 Units of Measure .......................................... ..................................................... 53 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 ..................................... ..................................................... 95 6-4 Default by Contractor ................................... ..................................................... 96 6-5 Termination of Contract................................ ..................................................... 96 6-6 Delays and Extensions of Time .................... ..................................................... 96 6-7 Time of Completion ...................................... ..................................................... 97 6-8 Completion, Acceptance, and Warranty ....... ..................................................... 98 6-9 Liquidated Damages .................................... ................................................... 100 Revised 6/12/18 Contract No. 5048/5503 Page 4 of 158 6-10 Use of Improvement During Construction .... ................................................... 100 Section 7 Responsibilities of the Contractor 7-1 Contractor’s Equipment and Facilities .......... ................................................... 102 7-2 Labor ........................................................... ................................................... 102 7-3 Liability Insurance ........................................ ................................................... 102 7-4 Workers' Compensation Insurance .............. ................................................... 102 7-5 Permits ........................................................ ................................................... 103 7-6 The Contractor’s Representative .................. ................................................... 105 7-7 Cooperation and Collateral Work ................. ................................................... 105 7-8 Project Site Maintenance ............................. ................................................... 106 7-9 Protection and Restoration of Existing Improvements ...................................... 108 7-10 Public Convenience and Safety ................... ................................................... 109 7-11 Patent Fees or Royalties .............................. ................................................... 117 7-12 Advertising ................................................... ................................................... 117 7-13 Laws to be Observed ................................... ................................................... 117 7-14 Antitrust Claims ............................................ ................................................... 117 Section 8 Facilities for Agency Personnel 8-1 General ........................................................ ................................................... 118 8-2 Field Office Facilities .................................... ................................................... 118 8-3 Field Laboratories ........................................ ................................................... 120 8-4 Bathhouse Facilities ..................................... ................................................... 120 8-5 Removal of Facilities .................................... ................................................... 120 8-6 Basis of Payment ......................................... ................................................... 120 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work ............................................... 122 9-2 Lump Sum Work .......................................... ................................................... 122 9-3 Payment ...................................................... ................................................... 122 9-4 Bid Items ...................................................... ................................................... 126 SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-2 Untreated Base Materials ............................. ................................................... 135 Section 201 Concrete, Mortar and Related Materials 201-1 Portland Cement Concrete .......................... ................................................... 136 201-3 Expansion Joint Filler and Joint Sealants ..... ................................................... 137 Section 203 Bituminous Materials 203-6 Asphalt Concrete ......................................... ................................................... 138 Section 213 Engineering Fabrics 213-5 Geotextiles and Geogrids ............................. ................................................... 139 Section 214 Pavement Markers 214-4 Paint for Striping and Markings .................... ................................................... 140 214-6 Pavement Markers ....................................... ................................................... 140 Revised 6/12/18 Contract No. 5048/5503 Page 5 of 158 Part 3 Construction Methods Section 300 Earthwork 300-2 Unclassified Excavation ................................................................................... 142 300-12 Storm Water Pollution Prevention Plan ............................................................ 142 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301-1 Subgrade Preparation ...................................................................................... 145 Section 302 Roadway Surfacing 302-5 Asphalt Concrete Pavement ............................................................................ 145 302-15 Public Convenience and Traffic Control ........................................................... 146 Section 303 Concrete and Masonry Construction. 303-1 Concrete Structures ......................................................................................... 147 303-5 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 ............................................................................................................. 149 306-13 Trench Resurfacing .......................................................................................... 149 Section 314 Traffic Striping, Curb and Pavement Markings, and Pavement Markers 314-4 Application of Traffic Striping and Curb and Pavement Markings ..................... 150 314-5 Measurement and Payment ............................................................................. 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 Section 402 Utilities ............................................................................................................. 153 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 TECHNICAL SPECIFICATIONS 02445 Pipe Ramming 02471 Geotechnical Instrumentation and Monitoring Revised 6/12/18 Contract No. 5048/5503 Page 6 of 158 02603 Manhole Inserts – Structural Polymer 02957 CIPP Lining 02959 Machine Spiral Wound PVC Lining 02960 Temporary Sewer Bypass Pumping Documents Incorporated by Reference: City of Carlsbad Engineering Standards, Volume 3, Standard Drawings and Specifications: https://www.carlsbadca.gov/home/showpublisheddocument/334/637980518271200000 City of Carlsbad Engineering Standards, Volume 2, Potable and Recycled Water Standards and Approved Materials List: https://www.carlsbadca.gov/home/showpublisheddocument/332/637980517690370000 APPENDICES Appendix A SWPPP Template Appendix B Utility Shutdown/Connection Request - E-28 Appendix C Geotechnical Investigation Report Appendix D Record Drawings Appendix E CARB Fleet Compliance Certification Appendix F Environmental Reference Documents Revised 6/12/18 Contract No. 5048/5503 Page 7 of 158 CARLSBAD MUNICIPAL WATER DISTRICT, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on March 25, 2024, the Carlsbad Municipal Water District 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: abandon approximately 5,790 lineal feet of 6-inch diameter asbestos cement pipe (ACP) potable water main, 400 lineal feet of 8-inch diameter ACP water main, and 350 lineal feet of 12-inch ACP water main and construct approximately 4,610 lineal feet of 12-inch PVC pipe water main (to include 105 lineal feet of construction via trenchless installation), 380 lineal feet of 8-inch PVC pipe water main, and 235 lineal feet of 6-inch PVC pipe water main. Sewer related work includes the removal of approximately 635 lineal feet of 6-inch vitrified clay pipe (VCP) sewer main and replacement with 8-inch SDR-35 PVC pipe and the installation of approximately 925 lineal feet of 10-inch CIPP liner and rehabilitation of seven manholes consisting of four Polymer Concrete Manhole inserts and three Cured-in-Place Manhole liners. Incidental work includes, but is not limited to, surveying and construction staking, traffic control, utility potholing, storm water and non-storm water pollution prevention, excavation support systems, pipeline hydrostatic pressure testing and disinfection, site restoration and coordination with City of Carlsbad, Carlsbad Municipal Water District, North County Transportation District, San Diego Gas and Electric, Southern California Gas, San Diego County Water Authority, and other entities in the project area. CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR CONTRACT NO. 5048/5503 PWS24-2372UTIL 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. Revised 6/12/18 Contract No. 5048/5503 Page 8 of 158 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 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. Revised 6/12/18 Contract No. 5048/5503 Page 9 of 158 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. 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 Carlsbad Municipal Water District 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 District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District 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 Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water District 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 through 8, 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 Carlsbad Municipal Water District encourages the participation of minority and women-owned businesses. The Carlsbad Municipal Water District 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 Revised 6/12/18 Contract No. 5048/5503 Page 10 of 158 4. Designation of Subcontractor and Amount of Subcontractor’s Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addenda 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 10. CARB Fleet Compliance Certification (Appendix E) 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 $4,600,000. 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 District 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 District. 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. Revised 6/12/18 Contract No. 5048/5503 Page 11 of 158 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. 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 Carlsbad Municipal Water District except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the Carlsbad Municipal Water District 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 March 11, 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 March 15, 2024. REJECTION OF BIDS The Carlsbad Municipal Water District 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 District’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. Revised 6/12/18 Contract No. 5048/5503 Page 12 of 158 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. 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 E and visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. PRE BID MEETING A non-mandatory pre-bid meeting will be held on March 5, 2024, at 10 a.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 District 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 District may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 1 0 (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: 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 District 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 District 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 District 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 Board of Directors of the Carlsbad Municipal Water District, California, by Resolution No. 1728, adopted on the 13th day of February 2024. Februa[:t 14, 2024 /1/_~--=Q~-=:::------- Date '~n, Deputy Clerk ('\ •+;' Revised 6/12/18 Contract No. 5048/5503 Page 13 of 158 Item Unit Total No. Item Description Unit Quantity Price Amount A-12 Aggregate Base LS 1 17,200 17,200 A-13 Type II Slurry Seal LS 1 7,000 7,000 A-14 Demolish PCC Paving in Carlsbad Blvd. LF 3,000 for 12-lnch Water Main 8.50 25,500 A-15 Demolish PCC Paving in Carlsbad Blvd. LF 150 for 8-lnch or Smaller Water Main 18 2,700 A-16 Demolish PCC Paving in Carlsbad Blvd. LF 750 for 2-lnch or Smaller Water Service 18 13,500 A-17 Construct Portland Cement Concrete LS 1 Improvements 59,400 59,400 Total amount of bid (in figures) for Schedule "A": $_1_,5_4_8.;...,1_3_7._6_0 __________ _ Total amount of bid (in words) for Schedule "A": _______________ _ one million five hundred forty eight thousand one hundred thirty seven and sixty cents SCHEDULE "B" -Water Improvements Item No. Item Description B-1 Furnish and Install Temporary Highline B-2 Furnish and Install Trenchless 12-inch FPVC Water Main in 24-inch Steel Casing, STA 61+94 to STA 62+99 B-3 Furnish and Install Trenchless Launching Pit, STA 61+94 B-4 Furnish and Install Trenchless Receiving Pit, STA 62+99 B-5 Furnish and Install 12-inch FPVC Water Main in 24- inch Steel Casing, STA 50+10 to STA 50+60 B-6 Furnish and Install 12-inch PVC Water Main B-7 Furnish and Install 8-inch PVC Water Main B-8 Furnish and Install 6-inch PVC Water Main 8-9 Furnish and Install 4-inch PVC Water Main 8-10 Furnish and install 12-inch Gate Valve B-11 Furnish and install 8-inch Gate Valve Contract No. 5048-5503 -PWS24-2372UTIL Addendum No. 1 Unit Quantity LS 1 LF 105 LS 1 LS 1 LF 50 LF 4,610 LF 380 LF 27 LF 10 EA 22 EA z Unit Price 29,500 2,400 44,800 27,200 610 220 240 700 460 6,600 4,700 Total Amount 29,500 252,000 44,800 27,200 30,500 1,014,200 91 ,200 18,900 4,600 145,200 32,900 9 Item No. Item Description 8-12 Furnish and install 6-inch Gate Valve B-13 Furnish and Install 2-lnch Combination Air & Vacuum Valve Assembly B-14 Furnish and Install 2-inch Manual Air Release/Blow Off Assembly 8-15 Furnish and Install Fire Hydrant Assembly 8-16 Furnish and Install 1-inch Water Service Assembly and Reconnect Existing Service B-17 Furnish and Install 2-inch Water Service Assembly and Reconnect Existing Service (APN 210-010-40) B-18 Furnish and Install 8-inch Water Service Assembly and Reconnect Existing Service (STA 63+53) B-19 Site Restoration Allowance for Water Service B-20 Asbestos Cement Pipe Removal and Disposal B-21 Asbestos Cement Pipe Testing B-22 Abandon 12-inch Water Main B-23 Abandon 8-inch Water Main B-24 Abandon 6-inch Water Main B-25 Water Main Connection, STA 9+91 B-26 Water Main Connection, ST A 15+84 B-27 Water Main Connection, STA 23+87 8-28 Water Main Connection, STA 43+49 B-29 Water Main Connection, STA 60+71 8-30 Water Main Connection, STA 57+37 B-31 Water Main Connection, STA 63+53 8-32 Water Main Connection, STA 65+15 B-33 Furnish and Install Tee Valves PiQing for Water Service {APN 210-010-40} and Reconnect Existing Service. Detail 17A on Sheet C-17 Contract No. 5048-5503 -PWS24-2372UTIL Addendum No. 1 Unit EA EA EA EA EA EA EA EA LS EA LS LS LS LS LS LS LS LS LS LS LS LS Unit Total Quantity Price Amount Q 0 0 i 9,100 18,200 21 6,500 156,000 6 21 ,500 129,000 58 4,300 249,400 1 8,500 8,500 1 19,300 19,300 32 $3,000 96,000 1 5,100 5,100 J 430 1,290 1 30,700 30,700 1 28,600 28,600 1 22,300 22,300 1 25,900 25,900 1 19,600 19,600 1 19,600 19 600 1 13,300 13,300 1 16,600 16,600 1 18,000 18,000 1 14,700 14,700 1 16,600 16,600 1 28,400 28,400 10 Total amount of bid (in figures) for Schedule "B": $_2..._6_2_8,_0_90_._00'----------------- Total amount of bid (in words) for Schedule "B'': _______________ _ two million six hundred twenty eight thousand one hundred ninety dollars and zero cents SCHEDULE "C" -Sewer Improvements Item Unit Total No. Item Description I Unit Quantity Price Amount C-1 Furnish and Install Temporary Sewer Bypass LS 1 31,200 31,200 C-2 Furnish and Install Manhole Rehabilitation -EA 4 Polymer Concrete Insert 25,100 100,400 C-3 Furnish and Install Manhole Rehabilitation -EA 3 CIPM Liner 60,600 181 ,800 C-4 Furnish and Install 8-inch PVC Sewer Main LF 635 230 146,050 i- C-5 Sewer Cleaning and CCTV Inspections LS 1 27,400 27,400 C-6 Furnish and Install 10-inch CIPP Sewer Lining LF 925 94 86,950 C-7 Furnish and Install Sewer Lateral Connections EA 9 2,500 22,500 C-8 Furnish and Install Top Hat Sewer Lateral EA 3 Connections Post-Lining 3,700 11,100 Total amount of bid (in figures) for Schedule "C": $_6_07_,_40_0 ____________ _ Total amount of bid (in words) for Schedule "C": _______________ _ six hundred seven thousand four hundred dollars and zero cents Total amount of bid (in figures) for Schedules "A", "B", and "C": $_4..;..,7_5_5'-,2_27_.6_0 ______ _ Total amount of bid (in words) for Schedules "A", "B", and "C": ___________ _ four million seven hundred fifty five thousand two hundred twenty seven dollars and sixty cents Contract No. 5048-5503 -PWS24-2372UTIL Addendum No. 1 11 hereunder; that no representation, oral or in writing, of the Board of Directors, 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 __ b_id_d_e_r'_s_b_o_n_d _______ (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. Contract No. 5048-5503 -PWS24-2372UTIL Addendum No. 1 13 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 tiy a general partner) (3) Place of Business _________________________ _ (Street and Number) City and State _________________________ _ (4) Zip Code ________ Telephone No. _____________ _ (5) E-Mail __________________________ _ Contract No. 5048-5503 -PWS24-2372UTIL Addendum No. 1 14 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 District of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. l'\ •+;' Revised 6/12/18 Contract No. 5048/5503 Page 23 of 158 Determination of the subcontract amounts for purposes of award of the contract shall be determined by the Board of Directors in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the Board of Directors 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. l' •+;' Revised 6/12/1 8 Contract No. 5048/5503 Page 24 of 158 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR CONTRACT NO. 5048/5503 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 Amount of Phone No. DIR Subcontractor's Portion of Subcontractor Name and and Email Registration License No. and Work by Work Location of Business Subcontractor Address No. Classification* in Dollars* Cold Mill RAP Enqineerino, LLC AC& 503 E Mission Road 760-233-2980 1000002968 880956 $91 ,367 uvenay ::>an Marcos, l,;A ~:zuo~ rperez@rapenginc.com A Install r-~lden.State.Bociog..&..eipe..Jacking ,-Inc Trench less 17000 Merrill Ave Box 40 909-930-5811 1000005788 678500 !l:118 3fl0 ft-'VC vvater J..,nino, l,A ::n 11 u sommer@ooldenslateborlng com A CIPM Manhole ~<>nl""n T-• , .. lnr. Rehabilitation 5841 EnQineer Drive 714-891-2323 1000008879 774055 $129 675 LIi rt:r Huntington Beach, CA 92649 monique@sancon.com A, B, C10, C31 Replace C:1 ,norinr P-• -"M,:,rkinn<:. I1-'avemem 5312 Cvoress St -776306 $?fl QQt:; ,. . . 714-995-9100 1000001476 v' -Cypress, CA 90630 loten..011.1Pe~"'91Mnltl'IMb\gtOMI C31 , C32, C-61/038, C-61/042 & Markers Sewer Cleaning, Nt1I inP. T, " • -l Ir "•e••---' 1325 Pipeline Dr. 760-634-5153 1000003808 997520 $154 1 i:;n CIPP & PVC Sewer un1ngs, 1 op Hal Vista, CA 92081 marisa@nulinetech.net A Sewer Lateral -.. -· 1 .... ,.. Mnnitnrinn 11812 North Creek Parkwav ?flf;_,;su~-1 f;Q 1 1nnnn1~n4? 1021681 ct -:ii:; 1 f;(l Ste 104, Bothell, WA 98011 daniel.brescia@.sixensE -arouo.com C-61/D34 Page _1_ of _1_ 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.· l' •ff Revised 6/12/18 Contract No. 5048/5503 Page 25 of 158 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR CONTRACT NO. 5048/5503 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 potable water and sewer pipeline construction and shall demonstrate successful completion of at least three potable water and sewer projects with a value of $2,000,000 or greater and similar in scope 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 Name and Address Name and Phone Amount of Completed of the Employer No. of Person to Type of Work Contract Contract 2024 City of San Marcos Christy Villa water &Sewer $67M 1 L,IVIC L,emer ur. 858-922-4652 ~~n U~rt"nc: r.~ a?n"a 2023 City of Grand Prairie George Fanous water &Sewer $6.7M ,uo VV . 1.,r , vii vi. 972-237-8143 r,r;:inrl Pr::iiriP TX 7!i050 2021 Arapanoe 1.,oumy Jon William water line $13M '-~'t.i S Prinl"P ~t Littleton, Co 80120 303-790-4830 2020 DFWIA Lisa Arthurs water & sewer $6.9M 3003 South Service Rd. 972-973-17 48 ni=w A;,..,,..,1 TX 7i:;7i:;1 2019 City of Aurora PW Dennis Eden water & sewer $17M 15151 E. Alameda Pkwy, 3UJ-7J!:J-7JJ~ "'' C:7 /\/\ -~-·"" -- Aurora, CO 80012 l'\ •~ Revised 6/12/18 Contract No. 5048/5503 Page 26 of 158 Asbestos Cement Pipe Training Certificate of Completion This is to certify Tom Scanlan has successfully completed 2.0 Contact Hours Asbestos Cement Pipe Refresher Training This course meets or exceeds the requirements in 8 CCR 341.17 Approval of Asbestos Cement Pipe Training and Asbestos Cement Pipe Course Providers for the Purpose of Employer Exemption from Registration Requirements Course Date: November 13, 2023 Expiration Date: November 13, 2024 DOSH Approval #: CA-081•20 = ~oJ~fu Lance Picotte Instructor 1347 Oak View Way Escondido, CA Phone; (858) 334-5645 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR CONTRACT NO. 5048/5503 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 D 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 No. 5048/5503 Page 27 of 158 ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Additional Insured Person(s) or Orqanization(s): City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services PO Box 947 Murrieta CA 92564 Location s of Covered O erations: All projects with the City of Carlsbad, CA A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: The insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location(s) of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to these additional insureds, this insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services by any insured, including: (1) The preparing, approving or failure to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection or engineering services. 1173 Page 1 of 2 This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured. The insurance afforded herein only applies to the extent permitted by applicable state law, including statutes governing additional insured coverage in the construction industry. Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, provisions, agreements or limitations of the mentioned Policy, other than as above stated. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 04/15/2024 Policy Effective: 06/01/2023 Insured: SEMA Construction, Inc. Policy No.: GL23A00089 Insurance Company: American Contractors Insurance Company Risk Retention Group Endorsement No.: Premium$ Page 2 of 2 PRIMARY AND NONCONTRIBUTORY -OTHER INSURANCE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person(s) or Organization(s): City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services PO Box 947 Murrieta CA 92564 906 The following is added to Section IV -Commercial General Liability, 8. Other Insurance and supersedes any provision to the contrary: Primary and Noncontributory Insurance The insurance is primary to and will not seek contribution from any other insurance available to any person or organization shown in the Schedule provided that: (1) The person or organization shown in the Schedule is a Named Insured under such other insurance. Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, provisions, agreements or limitations of the mentioned Policy, other than as above stated. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 04/15/2024 Policy Effective: 06/01/2023 Insured: SEMA Construction, Inc. Policy No.: GL23A00089 Insurance Company: American Contractors Insurance Company Risk Retention Group Endorsement No.: Premium $ ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Additional Insured Person(sl or Ora anization(sl: City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services PO Box 947 Murrieta CA 92564 Location and Descri tion of Com leted O erations: All projects with the City of Carlsbad, CA Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". With respect to these additional insureds, this insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury• arising out of the rendering of or failure to render any professional services by any insured, including: 1172 (1) The preparing, approving or failure to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, drawings or specifications; or (2) Supervisory, inspection, architectural or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence• which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. The insurance afforded herein only applies to the extent permitted by applicable state law, including statutes governing additional insured coverage in the construction industry. This insurance provided to the additional insured shall not exceed the scope of coverage, including limits, of this policy and in no event shall the insurance provided to the additional insured exceed the scope of coverage, including minimum limits, minimum scope of coverage, and minimum duration of coverage required by the contract. Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, provisions, agreements or limitations of the mentioned Policy, other than as above stated. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 04/15/2024 Policy Effective: 06/01/2023 Insured: SEMA Construction, Inc. Policy No.: GL23A00089 Insurance Company: American Contractors Insurance Company Risk Retention Group Endorsement No.: Premium$ WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT WC 00 0313 (Ed. 4-84) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Whomever the named insured is required by written contract executed prior to loss to waive rights of recovery against . This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below Is required only when this endorsement Is Issued subsequent to preparation of the policy.) Policy No. WCA 0000283 23 Insured SEMA Construction, Inc. Insurance Company ACIG Insurance Company Countersigned by __________________ _ WC 00 0313 (Ed. 4-84) Copyright 1983 National Council on Compensation Insurance. Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT WC 00 0313 (Ed. 04-84) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Whomever the named insured is required by written contract executed prior to loss to waive rights of recovery against. This endorsement does not apply to policies in California, Kentucky, New Jersey, Texas or Utah. This endorsement does not apply to policies in Missouri where the employer is in the construction group of code classifications. This endorsement does not apply to policies in Kansas for private construction contracts unless the construction project involved is a consolidated or wrap-up program. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below is required only when this endorsement Is issued subsequent to preparation of the policy.) Endorsement Effective: Same as Policy Effective Date unless otherwise indicated above. Insured SEMA Construction, Inc. Carrier Name/Code: ACIG Insurance Company WC 00 0313 (Ed. 04-84) O 1983 National Council on Compensation Insurance. Policy No. WCA000028423 TEXAS WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT WC 99 03 04 Ed. 04-07 This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver. This waiver does not extend to the statutory right of reimbursement from a claimant who recovers any amount under Section 417.002 of the Texas Labor Code. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. 2. X Specific Waiver Name of person organization Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. This waiver does not extend to the statutory right of reimbursement under Section 417 .002 of the Texas Labor Code. Operations: CONSTRUCTION AND RELATED CONSTRUCTION RELATED WORK ALL TEXAS OPERATIONS 3. Premium: The premium charge of this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. 5. Minimum Premium: Advance Premium: $0 $0 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: Same as Policy Effective Date unless otherwise indicated above. Insured SEMA Construction, Inc. Carrier Name/Code: ACIG Insurance Company WC 99 03 04 (Ed. 04-07) Policy No. WCA0 00028 423 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR CONTRACT NO. 5048/5503 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X 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 party debarred agency agency period of debarment period of debarment BY CONTRACTOR: SEMA Construction, Inc. ~-e=:\'".:tor) By: __ ~-=C--"'-,,___,,,.....:;.... _______ _ (sign here) Eric Stepien, Sr. Vice President (print name/title) Page _1 _ of _1_ pages of this Re Debarment form l'. •~ Revised 6/12/18 Contract No. 5048/5503 Page 28 of 158 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR CONTRACT NO. 5048/5503 The undersigned declares: I am the _S_r._V_.P_. ___ of SEMA Construction. Inc. 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 _M_ar_ch_2_7_th ________ _ 20.1L at San Diego [city]. CA [state]. <@sl)~ Signature of Bidder {'\ •ff Revised 6/12/18 Contract No. 5048/5503 Page 31 of 158 .. CONTRACT PUBLIC WORKS This agreement is made this :)'(""~ day of ~ vl 'J\....e..-, 2024, by and between the Carlsbad Municipal Water District of the City of Carlsbad, California, a municipal corporation, (hereinafter called "District"), and SEMA Construction, Inc., whose principal place of business is 7353 South Eagle Street, Centennial, Colorado 80112 (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR CONTRACT NO. 5048/5503 (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 District will be the interpreter of the intent of the Contract Documents, and the District'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, District 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 District 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 ,, •+r' Revised 6/12/18 Contract No. 5048/5503 Page 32 of 158 conditions. Any information that may have been furnished to Contractor by District about underground conditions or other job conditions is for Contractor's convenience only, and District 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 District. 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 District, 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 Ill 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. District 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 District 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 No. 5048/5503 Page 33 of 158 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District, 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 District. 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 District against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. Contractor shall also defend and indemnify the District 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 District. Defense costs include the cost of separate counsel for District, if District 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 $5,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate lim it shall be twice the required occurrence limit. b. Business Automobile Liability Insurance: $5,000,000 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 District. (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 No. 5048/5503 Page 34 of 158 approved by the District and are to be received and approved by the District before the Contract is executed by the District. (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 District 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 District, 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 Carlsbad Municipal Water District 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 Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. l' •~ Revised 6/12/18 Contract No. 5048/5503 Page 36 of 158 (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above~ init ____ init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the District, 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 District by certified letter accompanying the return of this Contract. Contractor shall notify the District 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 District 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 District 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. 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. [signatures on the following page] l' •;;' Revised 6/12/18 Contract No. 5048/5503 Page 37 of 158 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of~ P/0ricla. County of Orange on April 25, 2024 before me, Patricia D. Kinsella, Notary Public (insert name and title of the officer) personally appeared _S_t_e_v_e_n_C_._M_._1ll_s ____________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature~~- • PATAJCIAD. KINSBJ.A Notary Publlc State of Florida Comm# HH44761S Expires 11/'JP,/2(127 (Seal) K4183190A / 9452562 LABOR AND MATERIALS BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District located in the State of California has awarded to SEMA Construction, Inc. (hereinafter designated as the "Principal"), a Contract for: CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR CONTRACT NO. 5048/5503 in the City of Carlsbad, in strict confom,ity with the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District 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, SEMA Construction, Inc., as Principal, (hereinafter designated as the "Contractor''), and Federal Insurance Company/Fidelity and Deposit Company of Maryland as Surety, are held fim,ly bound unto the Carlsbad Municipal Water District in the sum of four million seven hundred fifty-five thousand two hundred twenty-seven dollars ($4,755,227.60), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the tem,s of the contract by the Carlsbad Municipal Water District, 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. l' • ., Revised 6/12/18 Contract No. 5048/5503 Page 39 of 158 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Geliferflie Florid.a._ County of Orange on April 25, 2024 before me, Patricia D. Kinsella, Notary Public (insert name and title of the officer) personally appeared _S_t_e_v_e_n_C_._M_ill_s ____________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. PATRICIAD, KINSELLA • NotaryPubllc State of Florida WITNESS my hand and official seal. Comm#HH4476U Expires 11/lB/'ll1l1 Signature~C(~ (Seal) K4183190A / 9452562 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District located in the State of California has awarded to SEMA Construction, Inc. (hereinafter designated as the "Principal"), a Contract for: CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR CONTRACT NO. 5048/5503 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 Secretary of the Carlsbad Municipal Water District, 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, SEMA Construction, Inc., as Principal, (hereinafter designated as the "Contractor''), and Federal Insurance Company and Fidelity and Deposit Company of Maryland as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of four million seven hundred fifty-five thousand two hundred twenty-seven dollars ($4,755,227.60), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, 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 Carlsbad Municipal Water District, 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 District 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. " •11' Revised 6/12/18 Contract No. 5048/5503 Page 41 of 158 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Gelifornia Florida._ County of Orange ) On April 25, 2024 before me, Patricia D. Kinsella, Notary Public (insert name and title of the officer) personally appeared _S_t_e_ve_n_C_. _M_i_lls ____________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies}, and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. PATRICIA o. lONSELLA • NotaryPubllc State of Ronda WITNESS my hand and official seal. Comm#HH447615 E,cplres 11/W2f/D Signature~C{,.~ (Seal) 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 District to the Escrow Agent that District consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The District 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 District of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the District. 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 District and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the District 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 District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District: Title ____ ..:....F.:.:..IN=A..:..:..N..:...:C=E=--=D=IR=E=C:;..;T;....;:O:;..;.R..;..._ ___ _ 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 No. 5048/5503 Page 44 of 158 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 District: Title PRESIDENT ------'---'--'=-=-'-=-="-''-'-------- Name _______________ _ Signature ______________ _ Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title ________________ _ Name ---------------- Signature ______________ _ Address ---------------- For Escrow Agent: Title ----------------- Name ---------------- Signature ______________ _ Address ---------------- ,, •ff Revised 6/12/18 Contract No. 5048/5503 Page 45 of 158 11/7/23, 10:37 AM DOORS - Compliance Snapshot https://ssl.arb.ca.gov/ssldoors/doors_reporting/perm/compliance_snapshot.php 1/2 DOORS Home Message Center Other Tools e-ROAR Hi Don, Log Out Owner Information Vehicle & Engine VDECS Compliance Snapshot Engine Repower Low-Use Agricultural Vehicle Funding Non Standard Engine Non Diesel Engine Long-Term Rental DOORS ID: 166720 Company Name: SEMA CONSTRUCTION Fleet Type: Off-Road Diesel -- DOORS Disclaimer -- Fleet Compliance Snapshot As of Today (November 7, 2023) Refresh Fleet Data Your fleet, as currently reported, has met the off-road regulation performance requirements through the January 1, 2028 compliance date. Please see the Compliance Summary table below for details. *This determination is based on the make up of your CURRENT fleet in DOORS, which includes age and horsepower of engines, retrofits (if any), vehicles sold (credits, if any), exempt vehicles suchas Low-Use (if any), subfleets (if any), and other credits (if any). Current Fleet Statistics Fleet Size: Small Number of Vehicles: In Fleet Average: 16 Low-Use: 0 Exempt Not Low-Use: 0 Vehicles in Funding Contracts: 0 Vehicles in Fleet: 16 Horsepower (in fleet average): 2,179 Total Fleet Horsepower: 2,179 First Compliance Date:January 1, 2019 *** Total family horsepower is the sum of the horsepower of any parent company, subsidiary, or other fleetrelated to the current fleet. Click the "Show Fleet Family" option button on the reporting home page for more information. Fleet Target and Average Emission Rates (g/bhp-hr) January 1, Year 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028 Target 6.1 5.9 5.4 4.8 4.3 3.7 3.1 2.5 1.9 1.5 Average 1.8 1.3 1.3 1.3 1.3 1.3 1.3 1.3 1.3 1.3 Beyond 2028, Fleet Target Rates will no longer decrease each year, but will still be recalculated using the final year target values to account for changes in fleet composition. Requirements Your Current Fleet Average:1.3 To be in compliance each year, the fleet average must be lower than or equal to the fleet target, OR the fleet must meet the required BACT amount. For more information, please see the FAQs on Fleet Average and BACT. Compliance Summary Compliance Date Begin Credit Credit Use/Expired End Credit In Compliance?Compliance Method BACT Requirement 2019-01-01 0 0 0 yes met fleet average na 2020-01-01 0 0 0 yes met fleet average na 2021-01-01 0 0 0 yes met fleet average na 2022-01-01 0 0 0 yes met fleet average na 2023-01-01 0 0 0 yes met fleet average na 2024-01-01 0 0 0 yes met fleet average na 2025-01-01 0 0 0 yes met fleet average na 2026-01-01 0 0 0 yes met fleet average na 2027-01-01 0 0 0 yes met fleet average na Calendars | A-Z IndexA | A | A 11/7/23, 10:37 AM DOORS - Compliance Snapshot https://ssl.arb.ca.gov/ssldoors/doors_reporting/perm/compliance_snapshot.php 2/2 Back to Top | All ARB Contacts | A-Z Index 2028-01-01*0 0 0 yes met fleet average na All existing BACT credits expire after the 1/1/2028 compliance date. Recent Year Fleet Size Year 2018 2019 2020 2021 2022 2023 Fleet Size Small Small Small Small Small Small - View Snapshot Calculation Detail - View Sold Vehicles With No Credit - The Early Credit FAQ provides an explanation of the early credits (which are credits 2449.1(b)13 – 18), and shows example calculations. If you have questions about this page, please contact ARB at doors@arb.ca.gov or call 1(877) 59-DOORS. Public Works Contract Administration 1635 Faraday Avenue  Carlsbad, CA 92008  760-602-4677 t March 15, 2024 ADDENDUM NO. 1 RE: CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMAR BID NO. PWS24-2372UTIL Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in date for the above-mentioned bid. New date for bid opening is: March 27, 2024 Time remains the same: 2 p.m. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. GRAHAM JORDAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 __________________________________ Bidder's Signature Contract No. 5048-5503 - PWS24-2372UTIL 1 Addendum No. 1 CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR Contract No. 5048/5503 Bid No. PWS24-2372UTIL Addendum No. 1 From: Graham Jordan, Contract Administrator Phone: 442-339-2462 graham.jordan@carlsbadca.gov No. of Pages: 57 pages Date: March 15, 2024 Bid Opening Date: March 27, 2024 - 2 p.m. (changed) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications and/or Plans. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. Please note change in bid opening date for the above-mentioned bid. New date and time for bid opening is: Wednesday, March 27, 2024, 2 p.m. MODIFICATIONS, DELETIONS, AND ADDITIONS TO THE NOTICE INVITING BIDS ITEM NO. 1: DUE DATE Change the due date wherever it is referenced in the Request for Bids to March 27, 2024, at 2 p.m. ITEM NO. 2: NOTICE INVITING BIDS The following item has been added to the Notice Inviting Bids: Contract No. 5048-5503 - PWS24-2372UTIL 2 Addendum No. 1 EXTENDED WARRANTIES In addition to the standard warranty provisions (General Provisions Section 6-8) additional warranty durations are required as noted in applicable Technical Specification sections. Cured-in-Place Manhole Liner (Technical Specification Section 02613) material warranty shall be 20 years commencing after “Notice of Completion”. MODIFICATIONS, DELETIONS, AND/OR ADDITIONS TO SPECIFICATIONS ITEM NO. 3: GENERAL PROVISIONS To the Table of Contents, add the following: Section 02613 Cured in Place Manhole Liner. Appendix G – Construction Staging Maps ITEM NO. 4: CONTRACTOR’S PROPOSAL Replace the Contractor’s Proposal with the revised proposal in Attachment A. ITEM NO. 5: GENERAL PROVISIONS, 1-2 DEFINITIONS Add the following definition: Moratorium – A period of time during the contract time in which no construction activity is allowed and such period of time is not included in the contract time as a working day. ITEM NO. 6: GENERAL PROVISIONS, 6-2 PROSECUTION OF WORK Replace section 6-2 through 6-2.2 in its entirety with Attachment B. ITEM NO. 7: GENERAL PROVISIONS, 9-4 BID ITEMS Revise the following bid item description as shown below: Furnish and Install Water Service Assembly and Reconnect Existing Service The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and install new water service assemblies of the size specified and per CMWD Standard Drawings and reconnect existing water service and in accordance with the Contract Documents. This bid item shall include all saw-cutting, demolition and disposal of asphalt concrete pavement; excavation; removal of existing or to be abandoned conduits or structures; dewatering and any required water disposal; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; service saddle; corporation stop; copper tubing; pipe; gate valves; couplings; fittings; utility warning tape; angle meter valve; sacrificial anodes; meter box, site restoration and all incidental work. New water meters, where needed, will be furnished and installed by CMWD. This bid item does not include pavement structural section restoration which is measured and paid for under a separate bid item. Contract No. 5048-5503 - PWS24-2372UTIL 3 Addendum No. 1 ITEM NO. 8: TECHNICAL SPECIFICATIONS, SECTION 02603 MANHOLE INSERTS – STRUCTURAL POLYMER Delete Section 02603 in its entirety and replace with Attachment C. ITEM NO. 9: TECHNICAL SPECIFICATIONS, SECTION 02613 CURED-IN-PLACE MANHOLE LINER Add Section 02613 Cured-in-Place Manole Liner (Attachment D). ITEM NO. 10: APPENDIX G – Construction Staging Maps Add Appendix G, Construction Staging Maps (Attachment E). MODIFICATIONS, DELETIONS, AND/OR ADDITIONS TO THE PLANS ITEM NO. 11: REVISED DRAWING SHEETS Replace drawing sheets C-01, C-02, C-12, C-13, C-16, C-17, C-18 and C-19 provided in Attachment F. QUESTIONS AND ANSWERS Questions relating to the project must go directly to the City’s Public Works Contract Administration Division. The City is not responsible for any information obtained through other means. 1. Is the City providing Staging Area for Contractors Equipment and Materials? A1: The contractor shall make all arrangements and assume all responsibility for securing construction staging areas in accordance with the Contract Documents. At the Contractor’s option, a limited portion of a CMWD yard may be used for construction staging in accordance with conditions outlined in the General Provisions’ Section 2-8. As a second option, the Contractor may use a limited portion on Manzano Dr. and a limited portion on Avenida Encinas, as shown on the attached addendum maps and in accordance with the General Provisions. The Contractor is responsible to incorporate any staging areas into the stormwater BMP plans and traffic control plans, and to obtain approvals prior to mobilization, in accordance with the Contract Documents. 2. Is there a DBE goal for this project? A2: No. 3. On the Fusible PVC pipe inside casing. What is the DR for FPVC 2-On Sheet C-01 of Plans. There is a Special Note: Replacement off Tee and 10-inch line is part of this Contract see Detail 17A Sheet C-17. NO Detail Shown? A3: Use DR18 for FPVC, matching the DR rating for PVC pipe on the project. Refer to the addendum for the special note on sheet C-01 ‘replacement of tee and 10-inch line’, which is a part of this contract. Contract No. 5048-5503 - PWS24-2372UTIL 4 Addendum No. 1 4. Does the city have a prequalification package that requires approval prior to bidding as a PRIME Contractor on this project? Or just the Contractor's Proposal Form submission is sufficient. A4: There is no pre-qualification process for this solicitation. Simply submit the required documents including the Contractor’s Proposal. 5. Would the City of Carlsbad accept the trenchless installation of 12-inch integral bell restrained joint C900 Certa-Lok PVC pipe as an acceptable alternative to the 12-inch FPVC? A5: No. A jointless carrier pipe is the requirement for pipe installed in the casing. 6. What is the anticipated NTP date? A6: NTP is anticipated to be in June. The Contractor is responsible to complete and obtain approval of the Baseline Construction Schedule prior to NTP in accordance with the General Provisions, Section 6-1.1.1. 7. Can a quantity be provided for item A-13, Type II Slurry Seal? A7: The limits and dimensions are shown on sheet C-07. 8. Please clarify location of the temp. FM on sheet 16. A8: Disregard this note. The temporary FM is located on Carlsbad Boulevard and will not be impacted. 9. ACP Testing does not specify amount of test to be taken. Please provide a quantity. A9: Assume 3. See revised bid schedule for quantity. 10. Can the bid date be extended beyond Monday to possibly mid-week? A10: The bid date will be extended to Wednesday 3/27. 11. After review of the contract documents provided, it does not specifically state if Builders Risk coverage is required or not. Please ask Carlsbad Municipal Water District to confirm if you are required to carry Builders Risk (including Flood and/or Earthquake). A11: Builders Risk coverage is not required. 12. On Page C-01, a special note is referenced with a Detail 17A. No such detail is provided. Please confirm that the work referenced on this special note is not a part of this contract. A12: Refer to the revised plan for the special note on sheet C-01 ‘replacement of tee and 10-inch line’, which is indeed a part of this contract. 13. Project schedule sequencing indicates that the project has a duration of 280 working days to complete the work. We are required to shut down and not perform work during certain periods including the summer months. Please confirm that project is not based on consecutive working days and that working days will be charged when we are available to perform the work. A13: Working days are based on consecutive working days. The Contractor will be expected to run more than one crew, if required, to meet the contract duration. Refer to the General Provisions, Section 6-2 and Section 6-7.2 with respect to special events, holidays, or construction moratoriums that will not be counted against the working days. The summer months are not considered a moratorium, as there is other work that can be done during that time. Contract No. 5048-5503 - PWS24-2372UTIL 5 Addendum No. 1 14. Will contract time be suspended during no work period? (June - August) A14: No. The Contractor will be expected to complete all preconstruction activities during this time such as shop drawings and submittals, obtaining permits, utility potholing and locating. 15. Please confirm that a High Line will not be required on the North end of the project from Tierra del Oro to Cannon Road. A15: No highline is anticipated here. There are no services on this segment. 16. The project plans reference a specification Section 02900 for the Jack and Bore portion of the work. We were not provided any such section. Please advise. A16: Sheet C-10 references Technical Specification Section 02445 – Pipe Ramming for the trenchless installation at the railroad crossing. There is no Section 02900 as stated in the question. In general, become familiar with the City of Carlsbad’s Engineering Standards, Volume 3. Refer to page 6, at the end of the Table of Contents, for links to these documents on the City’s website. 17. Will the contractor have to pay for NCTD to perform submittal review and approvals? A17: Yes. 18. Will a long term lane closure be allowed for the Jack and Bore work at Cannon Road? A18: A minimum of one lane in each direction must be kept open at all times. Trenchless equipment will be allowed to stage in the center of the road, only during the trenchless operation, and as approved by NCTD and in accordance with the Right-of-Way Permit to be issued by the City. Traffic control plans must be prepared by the Contractor for City review. 19. How many Railroad Flagmen will be required for this project by NCTD? This information is not accessible on their website and can vary by location as determined by NCTD. A19: NCTD estimates (2) flaggers will be required for the duration of the project whenever the work is within NCTD Right-Of-Way or, when outside the ROW, when there is potential to foul the tracks. Depending on the Contractor’s work plan, the number of flaggers may differ from the estimate. The Contractor is expected to anticipate what will be required by NCTD based on the Contractor’s means and methods to perform the work safely and efficiently. Please refer to NCTD’s webpage for ROW Support Services, Flagging Protection, Signal Support, and Track Protection, or contact NCTD for more information. 20. The permit cost provided on NCTD's website says quote "actual cost". Please provide a baseline to determine the "actual cost" of this permit. A20: The actual cost will depend on the quality and completeness of the Contractors submittal to NCTD, the number of review iterations by NCTD, and the efficiency of the Contractor’s operations to complete the work subject to NCTD jurisdiction. CMWD will pay for the Incidental Use Fee for the License Agreement Set-up and the annually recurring Administration Fee only. 21. The information provided by NCTD is extremely general with little to no clarification, with the exception of the railroad protection training. The purpose of submitting an estimate for this project is to not guess at what is required. Please provide the required parameters that NCTD will require for the project. A21: Please refer to NCTD’s webpage, as stated in the General Provisions’ Section 7-5 Permits for more information on the NCTD permit. At the link referenced, information can be found regarding Property Access Requests and Submittal Requirements, ROW Support Services, Flagging Protection, Signal Support, and Track Protection. Contract No. 5048-5503 - PWS24-2372UTIL 6 Addendum No. 1 22. Per keynote no. 23, Contractor is to install 24” steel casing per specification Sections 15065 and 02445, respectively. Note, Contractor is unable to locate referenced Section 15065, please clarity [sic]. A22: Please review the City of Carlsbad’s Engineering Standards, Volume 3, which includes Section 15065. Refer to page 6, at end of the Table of Contents, for links to these documents on the City’s website. 23. Please clarify whether 2 - new manual air release valves are to be installed as shown on sheet C-01 or whether a one manual air release valve and one blow off assembly is to be installed as shown on detail 4/C-18. A23: Two (2) new manual air release valves are to be installed as shown on sheet C-01. Detail 4/C-18 is incorrect, refer to sheet C-01. Also, Shore Dr (Detail 5/C-18) and Manzano Dr (Detail 6/C-19) is incorrect and shall not have blow offs. Refer to plan sheets C-02, C-03, and C-07, which show manual air release valves shall be installed, instead of blow-off assemblies. 24. Please confirm that if the cost to restore the sites per bid item B-19 exceed the $3,000 each allowance, that the work will be paid as extra work at force account. A24: The allowance in bid item B-19 is the maximum amount to be paid for each site listed in the General Provisions, Section 9-4. The Bidder shall include any costs anticipated to exceed this amount in bid item B-16 “Furnish and Install 1-inch Water Service Assembly and Reconnect Existing Service.” No separate or additional payment will be made beyond the contract prices for bid items B-16 and B-19. 25. Key Note #13 on Sheet C-15 (Sheet 18 of 24) of the plans references Specification Section 15043 for reconnecting and testing of the existing sewer service laterals. There is not a Section 15043 in the Specifications within the bid documents. Please provide clarification as to the reference to this specification. A25: Please review the City of Carlsbad’s Engineering Standards, Volume 3, which includes Section 15043. Refer to page 6, at end of the Table of Contents, for links to these documents on the City’s website. 26. Please provide a detail for extending the sewer laterals (primarily the laterals located above the manhole shelf) through the new polymer inserts. There is no detail on how to connect a short pup section of pipe to the existing lateral stub at the existing manhole shaft. A26: Refer to revised Specification Section 02603. 27. On Sheet C-17 it shows the existing Carlsbad Blvd Pavement Section as detail 17 with 10” of AC over 6” of PCC. The Geotechnical Investigation has 4 bore logs on Carlsbad Blvd.: B-36, B-1, B-2 & B-3, each showing 6 Inches to 7” of AC over 6” to 7” of Class 2 Base. Is detail 17 correct or is the Geotechnical Investigation correct? A27: Both are correct. Sheet C-17 depicts the estimated pavement section within 15 feet each side of the street centerline, which covers most of the new water main trench and portions of the new water services and appurtenance piping. The geotechnical investigation borings were conducted near the pavement shoulder where the concrete paving does not exist beneath the AC paving. The pavement restoration requirement is described in Section 9-4, Bid Item Descriptions. Contract No. 5048-5503 - PWS24-2372UTIL 7 Addendum No. 1 ATTACHMENT A CONTRACTOR’S PROPOSAL CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR CONTRACT NO. 5048/5503 CONTRACTOR'S PROPOSAL Board of Directors Carlsbad Municipal Water District 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 No. 5048/5503 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): SCHEDULE “A” – General Item No.Item Description Unit Quantity Unit Price Total Amount A-1 Mobilization and Preparatory Work (limited to 5% of the Total Bid Price for all Schedules) LS 1 A-2 Temporary Traffic Control LS 1 A-3 Excavation Support System LS 1 A-4 Stormwater Pollution Prevention Plan LS 1 A-5 Utility Potholing and Locating LS 1 A-6 Surveying LS 1 A-7 Preconstruction Video and Photographs AL 1 $2,000 A-8 Replace Pavement Striping, Markings and Markers LS 1 A-9 Replace Survey Monument LS 1 A-10 Over-excavation and Backfill CY 150 A-11 AC Paving LS 1 Contract No. 5048-5503 - PWS24-2372UTIL 8 Addendum No. 1 Item No. Item Description Unit Quantity Unit Price Total Amount A-12 Aggregate Base LS 1 A-13 Type II Slurry Seal LS 1 A-14 Demolish PCC Paving in Carlsbad Blvd. for 12-Inch Water Main LF 3,000 A-15 Demolish PCC Paving in Carlsbad Blvd. for 8-Inch or Smaller Water Main LF 150 A-16 Demolish PCC Paving in Carlsbad Blvd. for 2-Inch or Smaller Water Service LF 750 A-17 Construct Portland Cement Concrete Improvements LS 1 Total amount of bid (in figures) for Schedule “A”: $ Total amount of bid (in words) for Schedule “A”: SCHEDULE “B” – Water Improvements Item No.Item Description Unit Quantity Unit Price Total Amount B-1 Furnish and Install Temporary Highline LS 1 B-2 Furnish and Install Trenchless 12-inch FPVC Water Main in 24-inch Steel Casing, STA 61+94 to STA 62+99 LF 105 B-3 Furnish and Install Trenchless Launching Pit, STA 61+94 LS 1 B-4 Furnish and Install Trenchless Receiving Pit, STA 62+99 LS 1 B-5 Furnish and Install 12-inch FPVC Water Main in 24-inch Steel Casing, STA 50+10 to STA 50+60 LF 50 B-6 Furnish and Install 12-inch PVC Water Main LF 4,610 B-7 Furnish and Install 8-inch PVC Water Main LF 380 B-8 Furnish and Install 6-inch PVC Water Main LF 27 B-9 Furnish and Install 4-inch PVC Water Main LF 10 B-10 Furnish and install 12-inch Gate Valve EA 22 B-11 Furnish and install 8-inch Gate Valve EA 7 Contract No. 5048-5503 - PWS24-2372UTIL 9Addendum No. 1 Item No. Item Description Unit Quantity Unit Price Total Amount B-12 Furnish and install 6-inch Gate Valve EA 0 B-13 Furnish and Install 2-Inch Combination Air & Vacuum Valve Assembly EA 2 B-14 Furnish and Install 2-inch Manual Air Release/Blow Off Assembly EA 24 B-15 Furnish and Install Fire Hydrant Assembly EA 6 B-16 Furnish and Install 1-inch Water Service Assembly and Reconnect Existing Service EA 58 B-17 Furnish and Install 2-inch Water Service Assembly and Reconnect Existing Service (APN 210-010-40) EA 1 B-18 Furnish and Install 8-inch Water Service Assembly and Reconnect Existing Service (STA 63+53) EA 1 B-19 Site Restoration Allowance for Water Service EA 32 $3,000 B-20 Asbestos Cement Pipe Removal and Disposal LS 1 B-21 Asbestos Cement Pipe Testing EA 3 B-22 Abandon 12-inch Water Main LS 1 B-23 Abandon 8-inch Water Main LS 1 B-24 Abandon 6-inch Water Main LS 1 B-25 Water Main Connection, STA 9+91 LS 1 B-26 Water Main Connection, STA 15+84 LS 1 B-27 Water Main Connection, STA 23+87 LS 1 B-28 Water Main Connection, STA 43+49 LS 1 B-29 Water Main Connection, STA 60+71 LS 1 B-30 Water Main Connection, STA 57+37 LS 1 B-31 Water Main Connection, STA 63+53 LS 1 B-32 Water Main Connection, STA 65+15 LS 1 B-33 Furnish and Install Tee, Valves, Piping for Water Service (APN 210-010-40) and Reconnect Existing Service, Detail 17A on Sheet C-17 LS 1 Contract No. 5048-5503 - PWS24-2372UTIL 10 Addendum No. 1 Total amount of bid (in figures) for Schedule “B”: $ Total amount of bid (in words) for Schedule “B”: SCHEDULE “C” – Sewer Improvements Item No.Item Description Unit Quantity Unit Price Total Amount C-1 Furnish and Install Temporary Sewer Bypass LS 1 C-2 Furnish and Install Manhole Rehabilitation – Polymer Concrete Insert EA 4 C-3 Furnish and Install Manhole Rehabilitation – CIPM Liner EA 3 C-4 Furnish and Install 8-inch PVC Sewer Main LF 635 C-5 Sewer Cleaning and CCTV Inspections LS 1 C-6 Furnish and Install 10-inch CIPP Sewer Lining LF 925 C-7 Furnish and Install Sewer Lateral Connections EA 9 C-8 Furnish and Install Top Hat Sewer Lateral Connections Post-Lining EA 3 Total amount of bid (in figures) for Schedule “C”: $ Total amount of bid (in words) for Schedule “C”: Total amount of bid (in figures) for Schedules “A”, “B”, and “C”: $ Total amount of bid (in words) for Schedules “A”, “B”, and “C”: Contract No. 5048-5503 - PWS24-2372UTIL 11 Addendum No. 1 SCHEDULE “D” – Alternate Bid Items Item No.Item Description Unit Quantity Unit Price Total Amount D-1 Install 10-inch spiral wound PVC sewer liner LF 925 Total amount of bid (in figures) for Schedule “D”: $ Total amount of bid (in words) for Schedule “D”: Carlsbad Municipal Water District shall determine the low bid based on the sum of Schedules “A”, “B” and “C”. After the low Bid has been determined, CMWD may, at its sole discretion, award the Contract using the bid price of the Alternate Bid Item chosen by the District for inclusion in the Contract Award. 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 District 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 Board of Directors of the Carlsbad Municipal Water District, the District 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 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 District 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 District § 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 Board member, officer agent, or employee of the City of Carlsbad is personallyinterested, directly or indirectly, in this Contract, or the compensation to be paid Contract No. 5048-5503 - PWS24-2372UTIL 12Addendum No. 1 hereunder; that no representation, oral or in writing, of the Board of Directors, 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. Contract No. 5048-5503 - PWS24-2372UTIL 13 Addendum No. 1 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 ___________________________________________________________________ Contract No. 5048-5503 - PWS24-2372UTIL 14 Addendum No. 1 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: ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ Contract No. 5048-5503 - PWS24-2372UTIL 15 Addendum No. 1 ATTACHMENT B GENERAL PROVISIONS, 6-2 PROSECUTION OF WORK Revised 6/12/18 Contract No. 5048/5503 Page 90 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 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. 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. Revised 6/12/18 Contract No. 5048/5503 Page 91 of 159 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, special events or restricted work hours or dates 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 scheduling constraints. Constraints include, but are not limited to, the following: • No pipeline construction or paving work during the peak tourist season between Memorial Day (May 27, 2024) and Labor Day (September 2, 2024). • No work during the Carlsbad Marathon (January 19, 2025). • No work during the Carlsbad 5000 (April 6, 2025). • No work during the Peace Officers’ Memorial Run (May 17, 2025). • No work during the Special Olympics’ Law Enforcement Torch Run (May 28, 2025). • No work during the MS Bike Tour (October 19-20, 2024). • No work during the MS 3-Day Challenge Walk (November 8-10, 2024). • No work during Thanksgiving Week, November 18-22, 2024. • No work during Christmas week through New Year, December 23, 2024 to January 3, 2025. • Public parking and access to the beach west of the Project site shall be maintained at all times and pedestrian detours, as may be necessary, shall be shown on the traffic control plans. • Equipment and materials must be staged outside of Carlsbad Boulevard and Cannon Road, and as approved by the Agency. • Equipment and materials will be demobilized and the site cleaned at the end of each work day. • All work within City of Carlsbad right-of-way will require approved traffic control plans. • All work within and adjacent to North County Transit District right-of-way at Cannon Road shall be coordinated through and in accordance with NCTD permits. • Southern California Gas will require monitoring during excavations within 10-feet of existing gas lines. The Contractor shall coordinate monitoring with So Cal Gas. • San Diego Gas and Electric (SDG&E) will require monitoring of excavations within 10-feet of existing gas lines. The Contractor shall coordinate monitoring with SDG&E. • SDG&E North Coast District Facility (APN 210-010-40) – The maximum duration of the service interruption for the water service replacement shall not exceed 8 hours (2-inch service on Cannon Road; 10-inch service on Carlsbad Blvd). This work must be performed at night or on the weekend or the water service must be temporarily supplied via a highline installed by the Contractor. • NRG Service Shutdown – The maximum duration of the service interruption for fire service replacement shall not exceed 8 hours (Cannon Road, Station 63+53). • San Diego County Water Authority (SDCWA) owns and operates the 54-inch Desalinated Water Conveyance pipeline in Cannon Road. Provide at least two (2) weeks Revised 6/12/18 Contract No. 5048/5503 Page 92 of 159 notice to SDCWA prior to performing work in Cannon Road across or parallel to this pipeline. 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 and shop drawings and secure necessary permits and approvals in accordance with the Contract Documents. Develop and submit a Work Plan identifying staging areas and haul routes and describing the materials, equipment and procedures for each phase of the Work and submit the Work Plan in accordance with Section 2-5.3. 2. At least ten days, but no more than 30 days prior to start of construction, coordinate with the City and its qualified environmental consultant for preconstruction activities and monitoring requirements (the Agency will conduct monitoring if required). 3. Secure laydown/staging areas including any off-site staging area(s) if necessary. The Contractor shall submit the location of the temporary staging area(s) three weeks prior to the start of construction activity. The staging area shall be in previously disturbed or developed areas. No staging areas shall be allowed to be within sensitive biological habitats and must adhere to the constraints listed in Section 6-2. 4. Submit a temporary sewer bypass plan. 5. Complete the Application for Water Meter Permit (Form E-27) to obtain a construction water meter from the City for any temporary water usage throughout the duration of construction. 6. Conduct surveying and staking of areas to be graded, pipeline alignments and proposed improvements and appurtenances, limits of right-of-way or easements. Conduct Underground Service Alert (DigAlert) notification and utility mark-out after completion of surveying and staking. Conduct pre-construction video and photographs of haul routes and work areas showing construction stakes and/or alignment stationing. 7. Mobilize labor force, materials and equipment for subsequent phases of Work and install temporary facilities and BMPs, traffic control and excavation safety measures. The installation of temporary construction BMPs shall precede ground disturbing activities. 8. 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. 9. Submit a pipeline highlining plan for all domestic water or fire services to be highlined during the Work as noted or required by the Contract Documents. Temporary water meter shall be secured by the Contractor. The water source location shall be as approved by CMWD and the Contractor shall pay all fees for the temporary meter. 10. Submit a Utility Shutdown/Connection Request (Form E-28, Appendix “B”) with two weeks advance notice and all required information. CMWD forces will isolate the existing water mains for each construction heading on the date so approved. The Contractor shall dewater the pipeline and excavations. 11. Remove existing pipelines or appurtenances specified for removal or that are abandoned (or to be abandoned) and in conflict with the work as specified or required. Revised 6/12/18 Contract No. 5048/5503 Page 93 of 159 Salvage existing equipment to the District where specified. Construct the new pipelines, isolation valves, appurtenances (e.g., air valve and blow-off assemblies) and utility services. Install thrust restraint systems and backfill all excavations. 12. Conduct hydrostatic pressure testing and disinfection of new pipe systems in accordance with Carlsbad Engineering Standards. 13. Complete the connections to the existing water mains, place and compact backfill, aggregate base, and restore finished surfaces to original or better condition, including but not limited to, pavement restoration and existing landscape and irrigation repairs in areas disturbed by construction. 6-2.2 Construction Phasing. The following construction phase guidelines 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 work of any single phase shall be completed prior to beginning the work of a subsequent phase unless otherwise specified or approved by the Engineer. The phasing guidelines 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. Any modification of the phasing described below shall be submitted in accordance with 2-5.3 and approved by the Engineer. Sewer Improvement Phases: 1. Carlsbad Blvd. (from Shore Dr. North to Cannon Rd.) and Cannon Rd. (from Carlsbad Blvd. to El Arbol Dr.): Establish a temporary sewer bypass from MH 27B-32 to MH 27B-66 and include provisions for bypassing the three sewer laterals for 5080 Carlsbad Blvd, 5070 Carlsbad Blvd, and 101 Cannon Rd. Clean and prepare the pipe for CIPP lining. Install 10-inch CIPP lining, Top Hat sewer lateral connections and perform inspection of the completed lining system. Rehabilitate the manholes. Reinstate the sewer main to service. 2. Carlsbad Blvd. from Shore Dr. South to Cerezo Dr. Establish a temporary sewer bypass from MH 27B-62 to MH 27D-15 and include provisions for bypassing nine sewer laterals for 5290, 5300, 5310, 5320, 5340, 5360, 5370, 5380 and 5390 Carlsbad Blvd. Excavate and remove the existing 6-inch VCP sewer pipe, construct new 8-inch PVC sewer pipe, and perform testing and inspection of the new sewer pipe. Rehabilitate the manholes. Reinstate the sewer main to service. Water Improvement Phases: 1. Carlsbad Blvd between Manzano Dr. and Cannon Rd.: Construct the new 12-inch PVC water main in Carlsbad Blvd between STA 43+35 (south of Manzano Dr.) and STA 13+90 (at Cannon Rd.), together with all appurtenances, water service assemblies, and branching water mains at STA 39+78 (Manzano Dr.), STA 23+87 (Shore Dr. South), and STA 15+84 (Shore Dr. North). Do not connect the new branching water mains to the existing water mains at Shore Dr. North, Shore Dr. South and Manzano Dr. Conduct hydrostatic pressure testing and disinfection of the new PVC pipe and branching water mains. Revised 6/12/18 Contract No. 5048/5503 Page 94 of 159 2. NRG Energy Water Service, El Arbol Dr., Los Robles Dr., Carlsbad Blvd.: During this phase, multiple connections to existing pipelines will occur during the same water distribution system shutdown. The maximum shut-down duration for this phase is 8 hours and must occur at night or during the weekend. Install the new 3-valve assembly and 8-inch water service serving NRG Energy at STA 63+53 Cannon Rd. At El Arbol Dr., install the 3-valve assembly at STA 57+37 and the new pipeline in El Arbol Dr. Connect the new valve assembly to the existing 12-inch AC water main west of STA 57+37 and the new 8-inch water main to the existing 6-inch water main in El Arbol Dr. Install the new hydrant in El Arbol Dr. at the completion of this phase. At Los Robles Dr., remove a segment of the existing 6” AC water main north of the existing hydrant and cap each of the exposed water mains. On Carlsbad Blvd. south of Manzano Dr., connect the new pipeline to the existing water main at STA 43+49. Install a temporary end cap on the existing 6-inch AC water main north of STA 43+49 (west side of Carlsbad Blvd) to maintain service to the existing water services to the north. The maximum shut down duration for this phase is 8 hours, exclusive of the work to install the new hydrant in El Arbol Dr. 3. Carlsbad Blvd.: With the new 12-inch water main in service between STA 43+49 and STA 13+90, connect the new water service assemblies along Carlsbad Blvd to the existing private water services. Diligently proceed to restore private improvements damaged during construction (pavements, fencing, landscaping, etc.) after connection of the private water services. Connect the new branching water main to the existing water main at STA 23+87 (Shore Dr. South). Remove and salvage existing valves at Shore Dr. South and deliver to CMWD. Do not connect the new branching water mains to the existing water mains at Shore Dr. North and Manzano Dr. The work of Phase 4 and Phase 5 may be performed concurrently with Phase 3. 4. NCTD Railway Crossing: Excavate the launching and receiving pits and set up the pipe ramming system. Install the 24-inch casing via the pipe ram method. 5. Cannon Rd. between El Arbol Dr. and STA 63+53: Remove the existing 12-inch AC water main and construct the new 12-inch PVC water main and appurtenances from El Arbol Dr., through the steel casing at the NCTD railway crossing, and continuing to STA 63+53 (NRG Energy water service). Conduct hydrostatic pressure testing and disinfection of the new PVC water main. Connect the new water main to the new valve assembly at El Arbol Dr. and to the new valve assembly at STA 63+53. Connect the new water service assemblies (Terramar Lift Station and Sta 61+55) to the existing water service. Revised 6/12/18 Contract No. 5048/5503 Page 95 of 159 6. Cannon Rd. Highline: Install a temporary highline for the existing water services between Carlsbad Blvd and El Arbol Dr.: SDG&E North Coast Facility, 101 Cannon Rd, 5050 Los Robles Dr, and 5081 El Arbol Dr. Water supply from the existing hydrant in Los Robles Dr. will feed the highline. 7. Tierra del Oro: Construct the new 8-inch PVC water main and appurtenances between STA 20+00 and STA 21+00. Conduct hydrostatic pressure testing and disinfection of the new PVC pipe. 8. Cannon Rd, Tierra del Oro, and Manzano Dr.: During this phase, multiple connections to existing pipelines will occur during the same water distribution system shutdown. The maximum shut-down duration for this phase is 8 hours and must occur at night or during the weekend. At Tierra del Oro, install the new valve assembly at STA 20+00 in Carlsbad Blvd and connect to the existing 12-inch AC water main north of STA 20+00. Do not connect to the existing 12-inch AC water main south of STA 20+00. Connect the new 8-inch water main to the existing 8-inch water main at STA 21+00. Remove and salvage existing valve at Tierra del Oro and deliver to CMWD. North of Tierra del Oro, install the new tee and valve assembly for the existing SDG&E water service. At Manzano Dr., connect the new branching water main at STA 39+78 installed in Water Improvement Phase 1 to the existing water main in Manzano Dr. 9. Shore Dr. North: Connect the new branching water main installed at STA 15+84 in Water Improvement Phase 1 to the existing water main at Shore Dr. North. Remove and salvage existing valves at Shore Dr. North and deliver to CMWD. 10. Cannon Rd (between Carlsbad Blvd to El Arbol Dr.) and Carlsbad Blvd (between Tierra del Oro St. and Cannon Rd.): In Cannon Rd., remove the existing 10-inch AC water main and construct the new 12-inch PVC water main, water service assemblies, and appurtenances from Carlsbad Blvd to El Arbol Dr., including the 3-valve assemblies at STA 13+79 (Carlsbad Blvd.) and at STA 53+32 (Los Robles Dr.). In Carlsbad Blvd, remove the existing 12-inch AC water main and construct the new 12-inch PVC water main with all appurtenances between STA 9+91 (Tierra del Oro St.) and STA 13+79 (Cannon Rd). Conduct hydrostatic pressure testing and disinfection of the new PVC water mains installed during this phase in Cannon Rd. and in Carlsbad Dr. Connect the new water main to the new valve assembly at STA 9+91 (Carlsbad Blvd), to the new pipeline at STA 13+90 installed in Water Improvement Phase 1, and to the new valve assembly at STA 57+37 (El Arbol Dr.). With the new 12-inch water main along Cannon Rd in service between Carlsbad Blvd. and El Arbol Dr., connect the new water service assemblies along Cannon Rd to the existing private water services and remove the temporary highline. Revised 6/12/18 Contract No. 5048/5503 Page 96 of 159 11. Los Robles Dr.: Construct the new 8-inch PVC water main and appurtenances in Los Robles Dr. and connect the new 8-inch water main to the new 3-valve assembly at STA 53+32 and to the existing 6-inch water main in Los Robles Dr. 12. Cannon Rd. between STA 63+53 (NRG Energy water service) and STA 65+18 (Avenida Encinas): Remove the existing 12-inch AC water main and construct the new 12-inch PVC water main with all appurtenances between STA 63+53 and STA 65+18. Conduct hydrostatic pressure testing and disinfection of the new water main. Connect the new water main to the new valve assembly at STA 63+53 and the existing valve at STA 65+18. 13. Water Main Abandonment: Abandon the existing AC pipe water mains on the east and west shoulders of Carlsbad Blvd. and at all other abandonment locations. 14. Construct final paving and restore pavement striping, markings and markers. 15. Conduct any remaining site restoration to the condition existing prior to the start of Work and in accordance with the Contract Documents. 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 comply with the scheduling constraints identified in these specifications or as determined by CMWD during review of the Contractor’s Work Plan. 2. Utility Shutdown/Connection Request (Form E-28) must be submitted at least two weeks prior to the desired date for a water main shutdown. The Agency will isolate all pipelines. The Contractor shall conduct all dewatering and water disposal. 3. Existing water mains may require a cut and plug and thrust block to achieve the specified phasing or to limit the duration of water service interruption. Cut and plug locations shall be submitted in accordance with 2-5.3. 4. When domestic water or fire service interruptions are necessary, no customer shall be without water for longer than 8 hours unless otherwise specified or approved. If the planned water service shutdown duration exceeds the duration specified, the Contractor shall submit a highline plan for approval and provide all highlining prior to the shutdown. 5. Each excavation for pipeline connections or dewatering points shall be lined with plastic sheeting and a layer of ¾” rock with a sump and pump for dewatering. Existing isolation valves may not provide drip-tight shut off and the Contractor shall implement all means and methods necessary to handle water leakage during pipeline connection work. 6. At least 2 working days prior to the shutdown: a. All underground utilities and pipe diameters shall be verified in the presence of the Inspector. b. All dewatering shall be functioning and demonstrated to the Inspector. 7. Excavations must be backfilled or securely shored and plated if unattended by the Contractor’s personnel and at the end of each work day. 8. Excavations shall be backfilled and the base course of paving placed within 3 working days of energizing the respective pipeline segment. 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 ATTACHMENT C SPECIFICATION SECTION 02603 MANHOLE INSERTS – STRUCTURAL POLYMER SECTION 02603 – MANHOLE INSERTS - STRUCTURAL POLYMER CONTRACT NO. 5503 MANHOLE INSERTS – STRUCTURAL POLYMER Page 1 of 6 PART 1 GENERAL 1.01 SUMMARY A. Section includes: Providing a structural resin aggregate manhole insert system such that manholes become structurally sound, impervious to ground water, soil, and debris, and are resistant to hydrogen sulfide (sulfuric acid) corrosion. 1.02 REFERENCES A. American Concrete Institute (ACI): 1. 440.R - Report on Fiber-Reinforced Polymer (FRP) Reinforcement for Concrete Structures. B. ASTM International (ASTM): 1. A48 – Standard Specification for Gray Iron Castings. 2. C33 – Standard Specification for Concrete Aggregates. 3. C478 - Standard Specification for Circular Precast Reinforced Concrete Manholes Sections. 4. C497 - Standard Test Methods for Concrete Pipe, Concrete Box Sections, Manhole Sections, or Tile. 5. C857 - Standard Practice for Minimum Structural Design Loading for Underground Precast Utility Structures. 6. C923 – Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals. 7. D648 - Standard Test Method for Deflection Temperature of Plastics Under Flexural Load in the Edgewise Position. 8. D2584 - Standard Test Method for Ignition Loss of Cured Reinforced Resins. 9. D6783 - Standard Specification for Polymer Concrete Pipe. C. American Association of State Highway and Transportation Officials (AASHTO): 1. Standard Specifications for Highway Bridges. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Polymer manhole inserts, cones, and flat top sections: 1. One of the following or equal: a. Armorock. b. U.S. Composite Pipe. B. Manhole frames and covers: 1. One of the following or equal: a. EJ Composites. b. Alhambra Foundry Co. c. South Bay Foundry Co. SECTION 02603 – MANHOLE INSERTS - STRUCTURAL POLYMER CONTRACT NO. 5503 MANHOLE INSERTS – STRUCTURAL POLYMER Page 2 of 6 2.02 DESIGN AND PERFORMANCE CRITERIA A. Manhole rehabilitation insert riser sections: constructed of supplier-certified isophthalic polyester resin, sand, and aggregate. B. Manhole cone sections or flat tops: constructed of supplier-certified isophthalic polyester resin, sand, and aggregate. C. Manhole rehabilitation pieces shall be provided by a single manufacturer, unless approved by the Engineer. D. Manhole frames and covers shall be provided by a single manufacturer, unless approved by the Engineer. E. The Contractor is cautioned that sewage will continue to flow through the manholes and bypassing of flows may be required. F. The Contractor is cautioned that the Work must be performed under permit required for confined space entry conditions. 2.03 BASIS OF DESIGN A. Design in accordance with local jurisdiction requirements, including but not limited to the following: 1. Manhole frame and covers. 2. Manhole backfill. B. Structural design calculations: 1. Load rating of manhole: a. Design to support an AASHTO Standard Specifications for Highway Bridges, H-20 vehicle loading. b. Insert system shall contain sufficient structural strength to carry all live, dead, and hydrostatic loads for the installation. The original manhole that is being rehabilitated shall not be relied upon for structural support after completion of the work. c. Live and dead loads shall be per ASTM C857. d. Required wall thickness for all pieces will be a minimum of 2-inches. 2. Resist buoyancy: a. Design with sufficient bottom anchorage to resist buoyancy. b. Groundwater depths will be as indicated on the Drawings. c. Refer to the geotechnical report for soil conditions and groundwater information. 3. ASTM C478: Structural intent only. Polymer products require compositional and dimensional differences from the manufacturing and material standards. C. Riser sections and eccentric cones shall be provided with flush edge configurations assembled with the appropriate alignment guides gaskets and/or butyl mastic to make a continuous and uniform structure. D. Polymer manhole riser and cone sections shall be provided in various lengths in combination to provide correct height with the fewest joints. SECTION 02603 – MANHOLE INSERTS - STRUCTURAL POLYMER CONTRACT NO. 5503 MANHOLE INSERTS – STRUCTURAL POLYMER Page 3 of 6 E. Surfacing shell material for invert benches shall be an epoxy approved by the Owner and polymer manufacturer. F. Each manhole component shall be free of all defects, including indentations, cracks, foreign inclusions, and resin starved areas that, due to their nature and degree or extent, detrimentally affect the strength and serviceability of the component part. Variations in height of two opposite sides of risers and conical tops shall not be more than 5/8 inch. The under run in height of a riser or conical top shall not be more than 1/4 inch per foot of height with a maximum of 1/2 inch in any one section. G. Invert channels are to provide smooth flow transition waterway with no disruption of flow at pipe-manhole connections. Invert slope through manhole is as indicated on the Drawings. Provide curves for side inlets and smooth invert fillets for flow transition between pipe inverts. Unexposed support areas for enclosed invert and bench areas may be constructed of fill material and coated with a covering that will interlink with wall resins to prevent fill material corrosion. 2.04 IDENTIFICATION MARKINGS A. Identification marks shall be placed on the exterior of manhole rehabilitation components, including risers, cones, tops, grade rings, and frames, and include the following information: 1. Manufacturers name or trademark. 2. Production date. 3. Number of the manhole as indicated on the Drawings. 2.05 CERTIFICATION/WARRANTY/INSPECTION A. The installing contractor shall appoint a Quality Assurance Manager to take full responsibility for the quality of work. The Quality Assurance Manager will, at a minimum, have experience and qualifications for installing manhole inserts on similar sewer projects, and will coordinate with polymer concrete manufacture on appropriate procedures. A Manufacturer’s Field Representative can be made available to the Contractor at an additional cost. 2.06 MATERIALS A. Manhole frames and covers: 1. In accordance with ASTM A48. 2. Provide bolted covers as specified and as indicated on the Drawings. 3. Provide concrete collars as specified and as indicated on the Drawings. B. Manhole risers, transition slabs, conical tops, grade rings, and manhole base sections in accordance with ASTM C478 and ASTM C857 as modified to accept polymer construction in lieu of concrete as follows: 1. Polymer mixture: a. Ingredients: Consist solely of thermosetting resin, sand, and aggregate. 1) No cementitious materials shall be allowed. b. Show required wall thickness for members in shop drawings. c. Design to resist hydrostatic pressures with a minimum safety factor of 2.0 for full depth conditions from grade to riser connection point. SECTION 02603 – MANHOLE INSERTS - STRUCTURAL POLYMER CONTRACT NO. 5503 MANHOLE INSERTS – STRUCTURAL POLYMER Page 4 of 6 d. Minimum wall thickness: 1) 2-inches. 2) Diameters greater than 72-inches may require additional thickness. e. Minimum unconfined compressive strength in accordance with ASTM C497: 9,000 pounds per square inch. 2. Provide riser sections joined with bell and spigot or ship-lap design seamed with butyl mastic or elastomeric gasket so that on assembly, manhole base, riser and top section make a continuous and uniform manhole. 3. Construct riser sections for polymer concrete manholes from standard polymer concrete manhole sections of the diameter as indicated on the Drawings. 4. Use various lengths of manhole sections in combination to provide correct height with the fewest joints. 5. Design wall sections in accordance with ASTM C478, design to support an AASHTO Standard Specifications for Highway Bridges, H-20 vehicle loading and manufacturer’s recommendations. 6. Provide eccentric transition cone sections to transition to a 36-inch diameter frame and cover. C. Thermosetting resin: 1. Minimum of deflection temperature when tested at 264 pounds per square inch in accordance with Test Method ASTM D648: 158 degrees Fahrenheit. 2. Minimum resin content tested in accordance with test method ASTM D2584: 7 percent of the weight of the sample. 3. Material: Polyester or vinyl ester suitable for applications in the corrosive conditions to which the structures will be exposed. 4. Resin additives such as curing agents, pigments, dyes, fillers, and thixotropic agents, cannot be detrimental to the manhole. D. Filler: 1. Materials: a. Aggregate, sand, and quartz powder. b. In accordance with ASTM C33, where applicable. E. Resilient pipe connectors: 1. Unless otherwise indicated on the Drawings or specified, provide a flexible compression type connector between manhole and pipes entering and leaving the manhole in accordance with ASTM C923. 2. Resilient pipe connectors: a. Manufacturers: The following or equal. 1) A-LOK Premium. F. Threaded lifting inserts. G. Drop manholes: 1. Drop manholes will be located as indicated on the Drawings. 2. For drop manhole locations, polymer riser sections can be cored to accommodate the appropriate inverts at each manhole. 3. Core locations shall not be within six inches of a joint. H. Extension of an existing sewer lateral or sewer main. 1. Submit a shop drawing for each manhole that will receive an insert. SECTION 02603 – MANHOLE INSERTS - STRUCTURAL POLYMER CONTRACT NO. 5503 MANHOLE INSERTS – STRUCTURAL POLYMER Page 5 of 6 a. If the incoming pipe enters at the manhole base, form a custom channel using epoxy grout. b. If the incoming pipe is above the manhole bench, chip away the existing pipe at the pipe-to-manhole penetration, extend the lateral using PVC pipe through a cored hole in the manhole insert, and grout the connection with an epoxy grout. 2. In both cases, make these connections before filling the annular space between the existing manhole wall and the new manhole insert with slurry. Alternative methods recommended by the polymer concrete insert manufacturer will be considered. PART 3 EXECUTION 3.01 INSTALLATION A. Manhole installation should strictly follow the manufacturer's recommended installation procedures. In general, the existing manhole cones will be removed, insert sections will be placed in the manholes, and a new cone, frame, and cover will be installed. B. Install manhole inserts as indicated on the Drawings. C. Excavation and backfill as specified in City Standards and as indicated on the Drawings. D. Inspect the existing bench and channel areas of the manhole and make any repairs necessary to receive the inserts. Benches much be level and prepared as indicated on the Drawings, prior to placement of the inserts. E. Complete pavement prior to setting new frames and covers to final grade, unless otherwise approved by the Engineer. 1. Install reinforced manhole collars as indicated on the Drawings. 2. Protect openings in manholes from construction loads, debris, and unauthorized entry. F. Restore area disturbed by manhole insert installation including slope protection, re-vegetation, and/or road restoration. G. Lay grade rings per manufactures instructions. 1. Maximum total height of grade rings shall not exceed to limits as indicated on the Drawings. H. Set frame and cover in accordance with Owner requirements, manufacturer instructions, and as indicated on the Drawings. SECTION 02603 – MANHOLE INSERTS - STRUCTURAL POLYMER CONTRACT NO. 5503 MANHOLE INSERTS – STRUCTURAL POLYMER Page 6 of 6 3.02 CLEANING A. After completing each manhole, remove debris, construction materials, and equipment from the site of the work, grade, and smooth over the surface and leave the entre right of way and/or easement width in a clean, neat, and serviceable condition. B. After completing each manhole, remove construction debris from inside the manhole. 3.03 INSPECTION A. The polymer riser and cone sections shall be subject to inspection and approval by the Owner or the Owner's engineer representative. At the time of inspection all material will be examined for specification compliance and approved drawings. Any sections damaged after delivery and not deemed repairable by the manufacturer’s representative and Owner's representative will be removed and replaced at Contractor’s expense. END OF SECTION ATTACHMENT D SPECIFICATION SECTION 02613 CURED-IN-PLACE MANHOLE LINER SECTION 02613 – CURED-IN-PLACE MANHOLE LINER CONTRACT NO. 5048 CURED-IN-PLACE MANHOLE LINER Page 1 of 13 PART 1 GENERAL 1.01 SUMMARY A. Section includes: 1. Sanitary sewer manhole rehabilitation using step removal, wall patching, and installing cured-in-place manhole (CIPM) liner. 1.02 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO): 1. T132 - Standard Method of Test for Tensile Strength of Hydraulic Cement Mortars. B. ASTM International (ASTM): 1. C109 - Standard Test Method for Compressive Strength of Hydraulic Cement Mortars. 2. C191 - Standard Test Methods for Time of Setting of Hydraulic Cement by Vicat Needle. 3. C882 - Standard Test Methods for Bond Strength of Epoxy-Resin Systems Used With Concrete by Slant Shear. 4. D543 - Standard Test Methods for Evaluating the Resistance of Plastics to Chemical Reagents. 5. D638 - Standard Test Methods for Tensile Properties of Plastic. 6. D695 - Standard Test Methods for Compressive Properties of Rigid Plastic. 7. D790 - Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 8. D2240 - Standard Test Methods for Rubber Property--Durometer Hardness. 9. D3567 - Standard Practice for Determining Dimensions of “Fiberglass” (Glass- Fiber-Reinforced Thermosetting Resin Pipe and Fittings. 10. D4541 - Standard Test Methods for Pull-Off Strength of Coatings Using Portable Adhesion Testers. 11. D5813 - Standard Test Methods for Cured In Place Thermosetting Resin Sewer Piping Systems. C. International Organization of Standardization (ISO): 1. 9001 - Quality Management Systems. 1.03 SUBMITTALS A. Submit as specified in Section 3-8 B. Manufacturer’s Certification of installer. C. Manufacturer’s written warranty. D. Manufacturer’s certification program training course outline: 1. Certification program must include an annual renewal. SECTION 02613 – CURED-IN-PLACE MANHOLE LINER CONTRACT NO. 5048 CURED-IN-PLACE MANHOLE LINER Page 2 of 13 E. Product data: 1. Submit shop drawings which detail short and long-term properties (provide supporting test data) of component materials and construction and recommendations for material storage and temperature control, CIPM liner handling, insertion, curing, trimming and finishing. 2. Instructions written and published by the manufacturer for purpose of giving complete instruction for use and installation of proposed lining for conditions for which the lining is specified in this Section including the following information: a. Surface preparation (including repairs and re-profiling). b. Curing times. c. Curing methods. d. Special equipment. e. Lining composite cured thickness. f. Liner repair methods to be performed subsequent to CIPM liner sample removal. g. Limitation, exceptions, precautions, and requirements that may adversely affect the performance of the lining. h. Temperature limitations for minimum and maximum ambient and cure conditions. 3. Submit liner thickness calculations, with respect to external hydrostatic pressure, stamped by a third party Registered Engineer in the State of California. 4. Submit product test results. 5. Name of third-party testing facility for CIPM liner test samples. 6. If manufacturer's requirements differ from requirements in this Section, clearly state the deviations. F. CIPP qualifications: 1. A copy of the Contractor’s experience qualification listing a minimum of 100 manholes that have been lined with their own crews. The list shall include the agency, contact and contact information. G. Contractor Certification Letter. H. A copy of the liner manufacturers third party independent test lab report that documents the cured liners minimum physical properties on factory manufactured test samples tested per ASTM F 790 exceeding 1,000,000 psi. I. Shop drawings. J. Materials schedule. K. Lining System Installation Plan. L. Manufacturer shall provide a certificate of compliance to these specifications referencing project name and location. Manufacturer shall provide ISO 9001 certificate by a third party confirming that all the ASTM test reports are valid and up to date at the time of the bid and during construction period. SECTION 02613 – CURED-IN-PLACE MANHOLE LINER CONTRACT NO. 5048 CURED-IN-PLACE MANHOLE LINER Page 3 of 13 1.04 LINING SYSTEM INSTALLATION PLAN A. Quality assurance procedures: 1. Detailed duties of the Installer's Quality Control Manager. 2. Detailed duties of the Superintendent. 3. Training program to qualify personnel in the correct storage and handling of lining materials, and the necessary safety requirements. 4. List of installation and testing equipment to be used, including inspections confirming satisfactory condition of equipment. B. Clean manhole prior to installation of CIPM liner, as specified herein. C. Criteria for acceptance of the preparation of manhole surfaces. D. Traffic control, as specified in Section 601 E. Temporary bypass pumping and flow control, as specified in Section 02960 - Temporary Bypass Pumping. F. Method and material for sealing active leaks. G. Detailed plan of surface preparation, including repair and reprofiling. H. Details of liner installation, including wet-out procedure, required curing times, and end seal procedure. I. Methods to ensure custom fit liner to manhole to protect concrete and brick surfaces from sewer gases and control wrinkling. J. Detailed environmental provisions, such as shading from the sun. K. Detailed scheduling provisions for environmental considerations, such as working at night. L. Testing procedures: 1. Dye test. 2. Visual inspection. 1.05 QUALIFICATION AND CERTIFICATION A. Installer: 1. Provide manufacturer’s certification that lining system installer is trained and qualified to install the lining system, as specified in this Section. Provide evidence of CIPM liner installer experience as specified in Section 1.03.F. a. Provide certification and qualifications for testing for holidays and other discontinuities. B. Superintendent: 1. Qualification requirements: SECTION 02613 – CURED-IN-PLACE MANHOLE LINER CONTRACT NO. 5048 CURED-IN-PLACE MANHOLE LINER Page 4 of 13 a. Must have experience in CIPM lining manholes of a similar diameter and depth as the proposed project. b. Must have a minimum of 5 years CIPM lining supervisory field experience on at least 3 projects of at least equal scoping and complexity. c. Provide evidence of CIPM liner superintendent experience as specified in Section 1.03.F d. At least 1 of the qualified, named superintendents must be present at the jobsite during CIPM construction activities. e. Takes full responsibility for Work quality. C. Submit certifications before any materials are delivered to the job site. 1.06 DELIVERY, STORAGE, AND HANDLING A. As specified in Section 4 – Control of Materials B. Exercise care during transportation, handling, and installation to ensure the CIPM material is not torn, cut, or otherwise damaged: 1. If any part or parts of CIPM material becomes torn, cut, or otherwise damaged before or during insertion, repair or replace at no additional cost to Owner in accordance with the manufacturer's recommendations and approval by Engineer before proceeding further. 1.07 WARRANTIES AND BONDS A. As specified in the General Conditions. B. Special bonded warranty: 1. Provide a 20-year Renewable Maintenance Bond covering both the material costs and the labor costs associated with installing the approved lining. a. The bond shall also be unconditional in nature covering any type of failure in the lining and agreeing to repair or replace it at no cost to Owner at any point during the 20-year period. b. Renewed yearly for a period of not less than 20 years from the date of final acceptance of the project. 2. Provide written warranty from Manufacturer to cover workmanship and materials for each manhole coated with an approved corrosion protective coating. a. Submit warranty to Engineer prior to and as a condition of Project final acceptance. b. Warranty also applies to repair materials, primers, or other products used in the application. c. Lining failure is defined as blistering, cracking, embrittlement, or softening, or failure to adhere to the substrate. d. Testing performed by Contractor during construction (e.g., adhesion testing, dye testing, spark testing, and/or other testing) does not in any way modify the warranty, nor relieve Contractor’s responsibility for responding and correcting defects during the warranty period. SECTION 02613 – CURED-IN-PLACE MANHOLE LINER CONTRACT NO. 5048 CURED-IN-PLACE MANHOLE LINER Page 5 of 13 PART 2 PRODUCTS 2.01 CIPM LINER SYSTEM A. Manufacturers: The following or equal: 1. Multiplexx Liner System, PVCP-F. 2. Polytriplex. 3. Alternative Lining Technologies, Altliner B. General manhole guide for the liner products: 1. Not intended to limit manufacturer's and authorized installer's judgment to use a heavier liner in determining appropriate thickness and type of liners for individual structures based upon the specific conditions encountered in each structure, as authorized by Engineer. 2. Warranty requirements still apply when liner thickness varies due to judgment of the manufacturer or authorized installer. 3. Minimum allowable multi-layered composite system: Described in Table 1 below. a. Incorporate layer(s) of structural fiberglass and felt (per design), impregnated with modified epoxy resins and bonded to existing substructure and a layer of non-porous PVC or membrane of special synthetic materials bonded together to protect the manhole from corrosion. Table 1 - Test Property Values ASTM D695 Compressive Strength = 8,000 psi Compressive Modulus = 800,000 psi ASTM D2240 Hardness = 79-82 shore D b. Minimum manhole depth limit: None. c. Maximum manhole depth limit: None. 4. Determine liner thickness: a. Assume external hydrostatic pressure on manholes of 10 feet or the depth from manhole invert to finished grade, whichever is less. b. Liner thickness shall be the greater of 200 mils or the thickness determined by a custom design and site-specific criteria. C. Liner performance requirements: 1. Flexible and have an elongation sufficient to bridge the following conditions: a. Up to a 1/4-inch settling crack, without damage to the lining. b. Expansion cracks that may occur during its warranted life. 2. Impervious and without holes that will allow hidden corrosion on the concrete behind the liner, which can cause the eventual failure of the liner and the manhole. 3. Liner shall be of the type that allows rehabilitation of a concentric, eccentric or flat top manhole without removing the manhole ring and top section or corbel. 4. The lining of the manhole shall result in a structure to the shape and contour of the existing manhole. The liner shall be installed and substantially bond to the interior manhole substrate and be watertight, free of any joints or openings other than pipe inlets, outlets and the cover frame opening. SECTION 02613 – CURED-IN-PLACE MANHOLE LINER CONTRACT NO. 5048 CURED-IN-PLACE MANHOLE LINER Page 6 of 13 5. The manhole lining shall be designed with independent structural hoop strength for full height hydrostatic pressure as if the liner were a secondary vessel inside the existing manhole. The manufacturer shall design adequate liner thickness into the system with or without additional fiberglass layers. D. Liner properties: Manufactured and installed in compliance with the listed minimum values of the following applicable ASTM testing requirements. 1. ASTM C109. 2. ASTM C191. 3. ASTM C882. 4. ASTM D543. 5. ASTM D638. 6. ASTM D695. 7. ASTM D790. 8. ASTM D2240. 9. ASTM D4541. 10. ASTM D5813. E. CIPM end seal: 1. Use epoxy sealant compatible with liner for end seal. Coat all concrete or brick surfaces. 2. CIPP end and connection sealing: a. Manufacturers: The following or equal: 1) Neopoxy. 2) Warren Environmental S-301. F. CIPM liner labeling: 1. Manufacturer label on each liner tube shall be in 1-inch letters, minimum, and include the following information: a. Date of manufacture of the liner. b. Name or trademark of the manufacturer. c. Name of project. d. Number of the manhole as indicated on the Drawings. e. Liner diameter. f. Liner thickness. g. Liner length. 2.02 MANHOLE PATCHING MATERIAL A. Manufacturers: The following or equal: 1. IPA Systems, Octocrete. 2. Fosroc PRECO Patch. 3. Stop active hydrostatic infiltration using Speed plug as manufactured by Euclid Chemical or approved equal. Water infiltration can also be stopped using expansion type grouts such as Avanti or Seal Guard II. B. Premixed, nonshrink, cement-based patching material consisting of hydraulic cement and graded silica aggregates, with special plasticizing and accelerating agents. C. In compliance with listed minimum values of the following applicable requirements: 1. ASTM C191. SECTION 02613 – CURED-IN-PLACE MANHOLE LINER CONTRACT NO. 5048 CURED-IN-PLACE MANHOLE LINER Page 7 of 13 2. AASHTO T132. 3. ASTM C882. D. Suitable for vertical or overhead use. E. The premixed material shall not contain chlorides, gypsums, plasters, iron particles, aluminum power, or gas-forming agents. F. Shall not promote corrosion of steel. G. Product test data requirements: 1. Maximum set time, in accordance with ASTM C191: 30 minutes. 2. Minimum 1-hour compressive strength: 2,000 pounds per square inch. 3. Minimum ultimate strength, in accordance with ASTM C109: 5,000 pounds per square inch. 4. Minimum bond strengths, in accordance with ASTM C882, modified: 1,700 pounds per square inch. 2.03 ENVIRONMENTAL CONDITIONS A. Install products furnished specified in this Section in sanitary sewer manholes. B. Products will be exposed to extremes in temperatures and humidity. C. Products will be exposed to corrosive, abrasive and reactive liquids and gasses associated with wastewater conveyance and treatment. D. Products will be immersed or intermittently immersed in wastewater. E. Product surfaces are subject to splashing wastewater. 2.04 LINER PRODUCT TESTING A. Submit results of third-party testing to Engineer. B. Chemical resistance testing in accordance with ASTM D543. 1. Minimum exposure time period for each of the following fluids at 73.4 degrees Fahrenheit: 1 month. Chemical Solution Concentration Percent Weight Tap Water (pH 6-9) 100 Nitric Acid 5 Phosphoric Acid 10 Sulfuric Acid 10 Sodium Hydroxide 10 Gasoline 100 Vegetable Oil 100 SECTION 02613 – CURED-IN-PLACE MANHOLE LINER CONTRACT NO. 5048 CURED-IN-PLACE MANHOLE LINER Page 8 of 13 Detergent 0.1 Soap 0.1 C. During this period, the CIPP test specimens should lose no more than 20 percent of their initial flexural strength and flexural modulus when tested in accordance with ASTM D5813. D. Contractor shall be responsible for all costs associated with the chemical resistance tests. PART 3 EXECUTION 3.01 GENERAL A. Contractor shall verify measurements and dimensions prior to ordering materials and manufacturing the CIPM liner. 3.02 PREPARATORY PROCEDURES A. Sewer bypassing: Contractor shall meet the requirements for bypassing and flow diversion as specified in Section 02960 - Temporary Bypass Pumping. B. Water lines for CIPM Work: Water lines used for installation of CIPM shall meet the same requirements as bypass pipes as specified in Section 02960 - Temporary Bypass Pumping. 3.03 CIPM LINER INSTALLATION A. Install CIPM liner only in manholes designated for CIPM rehabilitation as indicated on the Drawings. 1. CIPM rehabilitation will not begin until completion of mainline rehabilitation with CIPP or CIPP sectional liners, where shown on the plans. B. Remove existing manhole steps. 1. Remove step’s metal portion to 1/2-inch below the manhole wall surface. 2. Patch holes flush prior to applying the CIPM rehabilitation system. C. Surface preparation: 1. Sewer Cleaning. Prior to CIPM liner installation, Contractor shall clean the existing manhole. Cleaning with high pressure water of the manhole walls and base prior to the installation of the liner shall comply with GREENBOOK Standard Specifications for Public Works Construction section 502-3 Cleaning. 2. Clear the existing manhole of obstructions such as solids or collapsed pipe or intrusions that will prevent or hinder CIPM liner installation. See Attachment A for sample photos of existing manholes. 3. Remove and dispose of loose and deteriorated material. 4. Mechanical removal of hard calcium deposits that cannot be removed with high pressure water blasting shall be removed with pneumatic chisels, jack hammers or other approved mechanical means as directed by the Engineer. SECTION 02613 – CURED-IN-PLACE MANHOLE LINER CONTRACT NO. 5048 CURED-IN-PLACE MANHOLE LINER Page 9 of 13 5. Repair bench areas, as approved by Engineer: a. Prepare shelf surface to be smooth and sloped to allow bench areas to drain to pipe invert. 6. Repair manhole wall and shelf include plugging, and/or patching as necessary, with specified grout, plugging, or patching compounds. a. Water tightness, all active structure infiltration must be eliminated completely prior to liner application. All grouting shall be completed in accordance with NASSCO Specifications (Refer to 8th edition, January 1994 NASSCO Specification, page 130-Section 3a, Manhole Sealing) as directed by the Engineer. Remove cracked or disintegrated material from patch area exposing sound substrate. b. Repair or refinish as appropriate using chemical grout, hydraulic cement, or Portland Type V cement. c. Allow patches to cure according to the manufacturer's specifications before continuing with CIPM manhole rehabilitation process. 7. Trim and grout incoming laterals and sewer main line openings with hydraulic or Portland Type V cement forming a radius fillet (not less than a 6-inch radius) between structure wall and each pipe. a. Extend grout a minimum of 4 inches from outlet onto wall area making a smooth transition for liner connection to pipe openings. 8. Internal inspection. The interior of the manhole shall be carefully inspected to determine any conditions that may prevent proper installation of CIPM liner. D. Install CIPM liner system. 1. In accordance with the manufacturer's written instructions. 2. Plywood and protective plastic shall be used around the maintenance hole to isolate the street surface from the resin. Good housekeeping measures shall be employed and any spilled resin shall be cleaned up at the Contractor’s expense. 3. The wet out liner shall be installed per the manufacturer’s standards. The wet out liner shall be inflated, heat cured with steam, and cooled with air per the liner manufacturer’s standards. 4. Re-grout inlet and outlet lines and benches, as needed, including preparation, installation, curing, and finish operations for complete rehabilitation process. a. Complete curing process within 4 hours of bypass pumping or inlet line plugging start time. b. Reopen inlet and outlet lines within 1 hour after completion of curing process. E. Line shelf areas and floors with the CIPM Liner System materials saturated with the epoxy resin and placed in the bottom to extend approximately three inches up the wall section, so as to overlap with the liner wall section. 1. Make CIPM Liner longer than the structure to overlap and reinforce the bench transition area. F. Line the structure with CIPM lining producing a monolithic structure, bonded to the contours of the existing manhole structure. 1. Provide liner bonded to interior structure surface and completely watertight from the ring and cover area to transition area where the shelf and invert channel connects, including completely sealing manhole wall and shelf areas to inlet and outlet pipes. SECTION 02613 – CURED-IN-PLACE MANHOLE LINER CONTRACT NO. 5048 CURED-IN-PLACE MANHOLE LINER Page 10 of 13 2. Provide CIPM liner that completely seals the manhole, shelf, pipe inlet and outlets, and the lid ring frame in a monolithic method, as required, or as indicated on the Drawings. a. Seal liner holes, cracks, or seams to prevent gases or fluids from flowing behind the CIPM liner. b. Use end seal at CIPM liner termination(s) and lateral connections. G. Manholes that are used in the inversion process and tail for the mainline CIPP rehabilitation work will have exposed concrete in the invert channel. H. The exposed edges at the top and bottom of the liner shall be sealed with sika dur 31 epoxy or approved equal per CIPM liner manufacturer’s recommendation. I. Design and install CIPM liner to protect interior surfaces including the walls, shelves, pipe junctions, riser, and lid ring frame of concrete, brick and other manhole surfaces from corrosion, to stop infiltration, root intrusion, and further deterioration in the manhole. 1. Custom fabricate liner material and components to fit the specific configuration of each structure prior to the commencement of the liner installation. 2. Rehabilitate concentric, eccentric, or flat top manholes without removing manhole ring, top section, flattop, or corbel. 3.04 FIELD QUALITY CONTROL A. Cleaning, inspection, testing and repair of installed liner shall per GREENBOOK section 502-6. A spark test shall be performed on each installation. The minimum voltage shall be set at 15,000 volts. No destructive testing of the installed liner that will void the warranty shall be allowed. B. Quality of materials, the process of manufacture, and the finished sections are subject to inspection for compliance with the requirements specified in this Section and approval by Engineer. C. Provide lining installations field inspections. D. Witness and verify, in writing, that applicator followed the approved Lining System Application plan, as specified in this Section. 3.05 QUALITY ASSURANCE AND TESTING A. Dye testing and visual inspection: 1. Engineer reserves the right to perform dye testing as needed and introduce water around the outside of manhole to ensure that manhole rehabilitation products are properly bonded and providing a seal at all product terminations. 2. Visual inspection accomplished by inspector entering each manhole periodically to ensure that the rehabilitation products meet the final acceptance criteria as specified in this Section. a. Inspector will impact lining areas with a hammer and possibly perform destructive and nondestructive testing in order to ensure adequate bonding and thickness of lining. SECTION 02613 – CURED-IN-PLACE MANHOLE LINER CONTRACT NO. 5048 CURED-IN-PLACE MANHOLE LINER Page 11 of 13 b. Inspector will take digital images of manhole surfaces using a high-resolution remote camera. 3. Repair defective area at no additional cost to Owner. B. CIPM liner samples: 1. Contractor shall provide coupon samples for up to 5 percent of the structures lined with CIPM at Engineer’s request from any structure lined by CIPM liner and at any depth. 2. Repair coupon removal location to the satisfaction of Engineer at no additional cost to Owner. 3. Provide samples large enough to perform thickness tests in accordance with ASTM D3567 and ASTM D5813. 4. Test samples of installed CIPM liner in accordance with applicable procedures in ASTM D5813. 5. Remove and replace rejected CIPM liners at no additional cost to Owner. a. Rejected liners due to failed core samples will result in additional core samples being taken on additional manholes as directed by Engineer and at no additional cost to Owner. 3.06 ACCEPTANCE A. Before the removal of the diversion of sewage flow, internal inspection of the CIPM-lined manhole, after all liner end and connection sealing is completed, as specified in this Section, will be reviewed by Engineer for CIPM lining acceptance. B. Defects such as foreign inclusions, dry spots, pinholes, delamination, lifts, seam separation, and wrinkling beyond the specification allowances, determined by Engineer as affecting the integrity or strength of the CIPM liner, shall be repaired or replaced at the Contractor’s expense. Method of repair shall be proposed by Contractor and submitted to Engineer for review and approval. C. Wrinkles in the finished CIPM that reduce the structural integrity of the CIPM liner are unacceptable and shall be removed or repaired by Contractor at no additional cost to Owner. 1. If a void between the wrinkle and the pipe exists, Contractor shall repair or replace that section of the pipe at no additional cost to Owner. 2. Methods of repair shall be proposed by Contractor and submitted to Engineer for review and approval. 3.07 SAFETY REQUIREMENTS A. Requirements for safety and ventilation shall be in accordance with all applicable federal, state, and local regulations. 3.08 CLEANUP A. Remove surplus materials, protective coverings, and accumulated rubbish. B. Thoroughly clean surfaces and repair overspray, splashes, splatters, or other lining- related damage. SECTION 02613 – CURED-IN-PLACE MANHOLE LINER CONTRACT NO. 5048 CURED-IN-PLACE MANHOLE LINER Page 12 of 13 C. Clean, repair, and refinish surfaces damaged by Contractors activities to the original or required condition. END OF SECTION ATTACHMENT A – SAMPLE PHOTOS OF EXISTING MANHOLES SECTION 02613 – CURED-IN-PLACE MANHOLE LINER CONTRACT NO. 5048 CURED-IN-PLACE MANHOLE LINER Page 13 of 13 PHOTO IMAGE BELOW - EXISTING MH 27B-60 PHOTO IMAGE BELOW – EXISTING MH 27B-59 ATTACHMENT E APPENDIX G – CONSTRUCTION STAGING MAPS APPROX. (30'X40') 1,200 SF TEMPORARY CONSTRUCTION STAGING AREA INSTALL TEMPORARY FENCE AND ACCESS GATE SEE NOTES 2 & 3. MANZANO DR. CONSTRUCTION STAGING (OPTIONAL) (EXHIBIT 1) NOTES: 1. BARRICADE REMOVAL/REPLACEMENT SHALL BE CONSIDERED INCIDENTAL TO THE BID ITEM FOR MOBILIZATION AND OTHER ITEMS OF WORK IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. 2. NO PUBLIC VEHICLES ARE ALLOWED FROM CARLSBAD BLVD TO MANZANO DRIVE. TEMP FENCE AND GATE SHALL PROHIBIT PUBLIC VEHICLES FROM ENTERING MANZANO DRIVE FROM CB AT ALL TIMES. 3. NO STOCKPILING OF MATERIALS WILL BE ALLOWED. REMOVE AND REPLACE EXISTING BARRICADE AS NEEDED, IN KIND. SEE NOTE 1. MANZ A N O D R . C A R L S B A D B L V D . APPROX. (12'X200') 2,400 SF TEMPORARY CONSTRUCTION STAGING AREA (SEE NOTE 1.) AVENIDA ENCINAS CONSTRUCTION STAGING (OPTIONAL) (EXHIBIT 2) NOTES: 1. CONTRACTOR MAY USE THIS AREA UNTIL THE END OF APRIL 2025. 2. TRAFFIC CONTROL STAGING AND ALL REQUIRED ITEMS FOR STAGING SHALL BE CONSIDERED INCIDENTAL TO OTHER BID ITEMS OF WORK IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. 3. STAGING AREA SHALL BE IN PARKING SPACES AND ON AC PAVEMENT. MAINTAIN MINIMUM 16' TRAVEL WAY IN SOUTHBOUND DIRECTION. ADHERE TO REQUIREMENTS AS APPROVED BY THE CITY RIGHT OF WAY PERMIT, INCLUDING TRAFFIC CONTROL PLANS. INSTALL TRAFFIC CONTROL AS REQUIRED. SEE NOTES 2 & 3 APPROX. 4,500 SF TEMPORARY CONSTRUCTION STAGING AREA (SEE NOTE 1.) CMWD LA COSTA LOW SITE CONSTRUCTION STAGING (OPTIONAL) (EXHIBIT 3) NOTES: 1. CONTRACTOR WILL BE ALLOWED TO STAGE AT THIS SITE IN ACCORDANCE WITH GENERAL PROVISIONS SECTION 2-8. ANTICIPATE SHARING THIS SITE AND COORDINATING WITH CMWD OPERATIONS STAFF AND OTHER CONTRACTORS. ATTACHMENT F REVISED DRAWING SHEETS PH2A PH2B PH1 PH7 s s s s s s s s s s V V V V V V V Vsss s X X X ◊◊◊◊◊◊◊◊◊ ◊ ◊◊◊ ◊ ◊ ◊ ◊ ◊ ◊◊◊◊◊◊◊◊◊ ◊◊◊◊◊◊◊◊◊◊ ◊◊◊◊◊ ◊◊◊◊ ◊ ◊ ◊ ◊ ◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊ ◊ ◊ ◊ ◊ X X X X X X X X X XXXX X XXXXXXX X X ◊◊◊◊◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ X X X X X X X X X X X X X X X X X X X X 4545 4545 45 45 5 0 55 FOR WATER IMPROVEMENTS, SEE SHEET C-08 6 6 SS SS SS SS 45° BENDSTA=12+90.00 N=1993627.33 E=6229364.27 45° BENDSTA=13+45.23N=1993574.06E=6229349.68 12" x 12" TEE STA=13+79.45CARLSBAD BLVD =STA=50+00.00CANNON RDN=1993544.35E=6229366.68 12" GV (3) 22.5° BEND STA=14+05.01 N=1993522.16 E=6229379.35 22.5° BENDSTA=14+52.44N=1993494.69E=6229418.01 6 6 6 W W W W W W W W W W W 10+00 11+00 12+00 13 + 0 0 14+00 15+00 W20+00 21 + 0 0 TIE INTO EXIST 8" PVC WATER STA=21+00.37 N=1993841.76 E=6229124.85 L3 L4 L2 L1 4 11.25° BEND STA=20+45.64N=1993862.97E=6229175.31 STA=9+91.40CARLSBAD BLVD= STA=20+00.00 TIERRA DEL ORO N=1993885.84 E=6229214.81 TIE INTO EXIST 12" AC WATER 8 STA=9+89.37 24.96' RTCARLSBAD BLVD= STA=26+19.45 CARLSBAD BLVD CLN=1993875.10E=6229192.18 EQUATION MAR STA=20+05.00 N=1993883.33 E=6229210.48 27 4 C-18 3 C-18 L5 6 MAR STA=9+96.39 N=1993881.51 E=6229217.31 27 MARSTA=13+74.95N=1993548.26E=6229364.43 MAR STA=13+83.95 N=1993540.44 E=6229368.90 27 27 STA=50+12.02 -20.01' LT CANNON RD= STA=100+00.00 CANNON RD CL N=1993567.43 E=6229370.18 EQUATION 28 32 36 40 44 48 52 56 28 32 36 40 44 48 52 56 9+80 10+00 11+00 12+00 13+00 14+00 15+00 ST A = 9 + 9 1 . 4 0 12 " x 8 " T E E CL E L E V = 4 1 . 1 5 ' ST A = 1 3 + 4 5 . 2 3 12 " 4 5 ° B E N D CL E L E V = 4 3 . 2 9 ' ST A = 1 3 + 7 9 . 4 5 CA R L S B A D B L V D L I N E EQ U A L S ST A = 5 0 + 0 0 . 0 0 CA N N O N R D L I N E 12 " T E E CL E L E V = 4 3 . 5 4 ' ST A = 1 4 + 0 5 . 0 1 12 " 2 2 . 5 ° B E N D CL E L E V = 4 3 . 6 0 ' ST A = 1 2 + 9 0 . 0 0 12 " 4 5 ° B E N D CL E L E V = 4 2 . 6 3 ' ST A = 9 + 8 4 . 4 0 12 " T R A N S I T I O N C L P G CL E L E V = 4 1 . 1 5 ' ST A = 1 4 + 5 2 . 4 4 12 " 2 2 . 5 ° B E N D CL E L E V = 4 4 . 0 0 ' EXIST GRADE AT PIPE CL EX I S T CO M IN V = U N K EX I S T CO M IN V = U N K EX I S T EIN V = U N K ST A = 9 + 9 4 . 3 9 12 " G V CL E L E V = 4 1 . 1 5 ' ST A = 9 + 8 8 . 3 8 12 " G V CL E L E V = 4 1 . 1 5 ' CONSTRUCT 516 LF 12" PVC C900 S = 0.0082 S = 0.0050 3. 5 ' M I N (T Y P ) S = 0.0119 S = 0.0017 S = 0.0081 ST A = 1 3 + 8 1 . 9 5 12 " G V CL E L E V = 4 3 . 5 6 ' ST A = 1 3 + 7 6 . 9 5 12 " G V CL E L E V = 4 3 . 5 4 ' 18 " R C P S D (F U T U R E B Y O T H E R S ) IN V = 3 5 . 0 ± S = 0.0003 EX I S T 3 / 4 " G IN V = 4 6 . 0 ± RESTRAIN ALL JOINTS SEE DETAIL 11/C-21 S = 0.0066 1' C L R (M I N ) 1' C L R (M I N ) ST A 9 + 9 6 . 3 9 MA R EX I S T 3 0 " S D IN V = 3 5 . 1 ± ST A 1 3 + 7 4 . 9 5 MA R ST A 1 3 + 8 3 . 9 5 MA R EX I S T E IN V = 4 1 . 1 ± ST A = 1 4 + 9 5 . 0 0 HI G H D E F L E C T I O N C P L G CL E L E V = 4 4 . 2 9 ' Δ= 3 . 2 4 ° 1' C L R (M I N ) RESTRAIN ALL JOINTS SEE DETAIL 11/C-21 ST A 9 + 8 8 ST A 1 1 + 0 6 ST A 1 2 + 6 1 1'CLR (MIN) PIPE DATA TABLE SEGMENT L1 L2 L3 L4 L5 LENGTH 298.60' 55.23' 59.79' 47.43' 2539.54' BEARING S30° 02' 07"E S15° 18' 34"W S29° 44' 42"E S54° 36' 51"E S30° 03' 09"E POTHOLE TABLE NAME PH1 PH2A PH2B PH7 DESCRIPTION MAG NAIL T-4.20 12IN AC WATER T-0.44 B-1.50 COM ELEC T-1.61 B-5.02 COM ELEC T-2.69 B-2.88 2IN HP GAS MAG NAIL ELEVATION 0.00 48.15 47.96 47.88 NORTHING 1993885.84 1993514.32 1993516.50 1993582.13 EASTING 6229214.82 6229367.84 6229366.84 6229409.06 KEY MAP MANZA N O D R A V E N I D A E N C I N A S CANNO N R D C A R L S B A D B L V D KEY MAPNORTH MA T C H L I N E S T A 1 5 + 0 0 S E E D W G C - 0 2 1 THIS SHEET CARLSBAD BLVD TI E R R A D E OR O S T CA N N O N RD (HORIZ) 8'4'0 2' SCALE: 1" = 4' 40'20'0 10' SCALE: 1" = 20' Know what's below.Callbefore you dig. PLAN PROFILE KEY NOTES: 4. INSTALL NEW GATE VALVE PER CMWD STD. DWG. NO. W-21. SIZE AND QTY PER PLAN. 1. CONSTRUCT NEW 12-INCH DR18 C900 PVC WATERLINE WITH LOCATING WIRE AND WARNING TAPE. TRENCH AND PIPEZONE PER CMWD STD. DWG. NO. W-2. REPAIR AC PAVEMENTPER CITY OF CARLSBAD STD DRAWING GS-26 (MODIFIED). SEE DETAIL 13 SHEET 24. 6. INSTALL NEW FITTING. SIZE AND TYPE PER PLAN. 8. INSTALL THRUST BLOCK PER CMWD STD. DWG. NO. W-19,SEE DETAIL 12/C-21 FOR THRUST BLOCK BEARING AREAS. # 16. ALL EXISTING UTILITY PIPE SIZES TO BE ABANDONED SHALLBE ENTIRELY FILLED BY PRESSURE GROUTING PERSPECIFICATION 15000. 2. CONSTRUCT NEW 8-INCH DR18 C900 PVC WATERLINE WITH LOCATING WIRE AND WARNING TAPE. TRENCH AND PIPE ZONE PER CMWD STD. DWG. NO. W-2. REPAIR AC PAVEMENTPER CITY OF CARLSBAD STD DRAWING GS-26 (MODIFIED).SEE DETAIL 13 SHEET 24. 22. REMOVE EXISTING 12-INCH ACP WATERLINE PERSPECIFICATIONS SECTIONS 02060 AND 02262. 27. INSTALL NEW MANUAL AIR RELEASE VALVE PER CMWD STD.DWG. NO. W-10. GENERAL NOTES: 1. SEGMENT LENGTHS SHOWN INDICATE HORIZONTAL DISTANCES BETWEEN BENDS AND MAY EXTEND ONTO MULTIPLE PAGES. 2. RESTORE ALL PAVEMENT STRIPING TO ORIGINALCONDITIONS. SEE SIGNING AND STRIPING NOTES ON SHEETG-02. 3. CONTRACTOR MAY USE RESTRAINED JOINTS PER DETAIL 11/C-21 IN LIEU OF THRUST BLOCKS. 4. RESTORE ALL DISTURBED SURFACE IMPROVEMENTSWITHIN THE RIGHT-OF-WAY TO EXISTING CONDITIONS PERTHE SAN DIEGO REGIONAL STANDARD DRAWINGS AND THECITY OF CARLSBAD ENGINEERING STANDARDS. 5. RESTORE ALL DISTURBED SURFACE IMPROVEMENTS ON PRIVATE PROPERTY TO EXISTING CONDITIONS. 6. MAINTAIN DRIVEWAY ACCESS AND KEEP STREETS OPEN ATALL TIMES DURING CONSTRUCTION. PROVIDE FLAGGERSFOR VEHICLE ACCESS AS NEEDED, AND IN ACCORDANCE WITH APPROVED RIGHT OF WAY PERMIT AND TRAFFIC CONTROL PLANS. 7. THE LOCATIONS OF THE SEWER LATERALS CALLED OUT ONTHESE PLANS ARE APPROXIMATE ONLY. CONTRACTORSHALL VERIFY LOCATIONS IN THE FIELD FOR THE PURPOSEOF COMPLETING THE NECESSARY WORK INCLUDED IN THIS PROJECT. RECONNECT ALL SEWER LATERALS AND INSTALL TOP HATS. 8. FOR BIDDING PURPOSES, ALL TRENCH REPAIR SECTIONS FOR MAIN AND SERVICE PIPING WITHIN CARLSBADBOULEVARD SHALL BE ASSUMED TO BE A MINIMUM OF10-INCH AC OVER 6-INCH CONCRETE. ACTUAL SECTIONSARE KNOWN TO VARY ALONG THE ALIGNMENT AND SHOULD BE REPLACED IN KIND PER CITY OF CARLSBAD STANDARD DRAWING GS-26 (MODIFIED). SEE DETAIL 13 SHEET 24. 36. CONTRACTOR SHALL RESTRIPE WHITE TRAFFICSTRIPES/ARROWS/CROSSWALKS IN KIND TO THESATISFACTION OF THE ENGINEER. 37. CONTRACTOR SHALL RESTRIPE YELLOW/DOUBLE YELLOW IN KIND TO THE SATISFACTION OF THE ENGINEER. 41. PROTECT IN PLACE EUG. MAINTAIN 12-INCHES MINIMUM VERTICAL SEPARATION FROM PROPOSED WATER PIPE. 42. PROTECT IN PLACE GAS SVC. MAINTAIN 12-INCHES MINIMUM VERTICAL SEPARATION FROM PROPOSED WATER PIPE FOR GAS SVC 2-INCHES AND SMALLER. KEY NOTES (CONT'D):# 1 5' 24 . 9 5 ' ± 16 16 2 FUTURE ROADWAY IMPROVEMENTS BY OTHERS 1 10 0 ' RO W FOR SEWER IMPROVEMENTS, SEE SHEET C-12 (VERT) SCALE: 1" = 20' HORIZ SCALE: 1" = 20'VERT SCALE: 1" = 4' SEE SHEET C-11 FOR PROFILE 16 10' 34 . 5 9 ' EXISTING CURB FACEFUTURE CURB FACE BY OTHERS EXISTING EOP FUTURE CURB FACE BY OTHERS 22 16 14 . 4 2 ' 1 EXISTING 8"PVC WATER EXISTING 12"AC WATER FUTURE 18" RCP SD IMPROVEMENTS BY OTHERS COASTAL JURISDICTION CITY JURISDICTION 36 36 37 36 36 36 37 36 424141 41 W WARNING!!EXISTING HIGH PRESSUREGAS LINE TO REMAIN INPLACE. ANY WORK IN GASEASEMENT SHALL BE PER SDG&ENOTES IN GENERAL NOTES CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR IMPROVEMENT PLAN FOR: CIP 5048 AND 5503540-1 24 KEY MAP MANZA N O D R A V E N I D A E N C I N A S CANNO N R D C A R L S B A D B L V D KEY MAPNORTH FI N A L S U B M I T T A L - B I D S E T GD JMAF C-01 4 CIVILCARLSBAD BLVD WATERLINESTA 10+00 TO STA 15+00 SPECIAL NOTE!REPLACEMENT OF TEE AND10-INCH LINE IS A PART OFTHIS CONTRACT. SEEDETAIL 17A SHEET C-17 3/13/24 AJF ADDENDUM 01 1 V V s s s s 502 2 48.9 2 X XXXXX X X X X X X X X X XXXX X ◊◊ ◊◊◊ ◊ ◊ ◊ ◊ ◊ ◊◊◊◊◊◊◊◊ ◊ ◊ ◊◊◊◊◊◊◊◊ ◊ ◊ ◊◊◊◊◊◊◊◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊◊◊◊◊◊ ◊ ◊ ◊◊◊ ◊ ◊ ◊◊◊ ◊ ◊ ◊ ◊◊ ◊ ◊◊ ◊ ◊ ◊ X X X X XXX X X X X X X X X X X X X X X X X X X X X X ◊◊◊◊◊◊ ◊ ◊ ◊ 55 50 50 50 50 55 5050 50 50 55 50 55 50 45 50 55 1'1' 7' 10 0 ' RO W 15+00 16+00 17+00 18+00 19+00 20+00 SS SS 15+00 16+00 17+00 18+00 19+00 20+00 W W W W W W30+00 STA=30+30.14 N=1993365.77 E=6229457.80 W W STA=15+84.01 CARLSBAD BLVD= STA=30+00.00SHORE DR NORTHN=1993380.81E=6229483.92 TIE INTO EXIST 8" PVC WATER MARSTA=15+79.61N=1993384.62E=6229481.70 27 STA=15+83.98 5.17' RT CARLSBAD BLVD= STA=31+93.36 CARLSBAD BLVD CL N=1993378.24 E=6229479.41 EQUATION W W 5 C-18 MMMMMM MM M M M M M M M M MARSTA=15+88.41N=1993377.00E=6229486.11 27 MARSTA=30+04.00N=1993378.83E=6229480.44 27 W 32 36 40 44 48 52 56 60 32 36 40 44 48 52 56 60 15+00 16+00 17+00 18+00 19+00 20+00 ST A = 1 5 + 8 4 . 0 1 CA R L S B A D B L V D = ST A = 3 0 + 0 0 . 0 0 SH O R E D R N O R T H 12 " x 8 " T E E CL E L E V = 4 6 . 3 0 ' EXIST GRADE AT PIPE CLEX I S T 3 / 4 " G IN V = 4 7 . 7 ± CONSTRUCT 500 LF 12" PVC C900 ST A = 1 5 + 8 1 . 6 1 12 " G V CL E L E V = 4 6 . 3 0 ' ST A = 1 5 + 8 6 . 4 1 12 " G V CL E L E V = 4 6 . 3 0 ' S = 0.0006 3. 5 ' M I N (T Y P ) S = 0.0163 EX 10" VCP SEWER CROSSING NOT SHOWN AT INV ELEV = 26.90 EX I S T 3/ 4 " G IN V = U N K ST A 1 5 + 7 9 . 6 1 MA R 1' C L R (M I N ) S = 0.0042 1' C L R (M I N ) 1' C L R (M I N ) ST A 1 5 + 8 8 . 4 1 MA R 18 " R C P S D (F U T U R E B Y O T H E R S ) IN V = 3 6 . 8 ± EX I S T 1 / 2 " G IN V = 4 7 . 7 ± ST A = 1 5 + 1 0 . 0 0 HI G H D E F L E C T I O N C P L G CL E L E V = 4 5 . 2 5 ' Δ= 2 . 7 6 ° S = 0.0147 ST A = 1 6 + 8 3 . 3 3 HI G H D E F L E C T I O N C P L G CL E L E V = 4 5 . 9 0 ' Δ= 0 . 2 7 ° ST A = 1 9 + 0 9 . 8 6 HI G H D E F L E C T I O N C P L G CL E L E V = 4 6 . 0 3 ' Δ= 0 . 9 1 ° ST A 1 7 + 0 2 RESTRAIN ALL JOINTS SEE DETAIL 11/C-21 ST A 1 5 + 4 6 . 1 5 ± EX . W A T E R S V C ST A 1 5 + 9 5 . 0 9 ± EX . W A T E R S V C ST A 1 6 + 1 7 . 2 3 ± EX . W A T E R S V C ST A 1 6 + 5 9 . 0 3 ± EX . W A T E R S V C ST A 1 7 + 0 7 . 3 3 ± EX . W A T E R S V C ST A 1 6 + 9 5 . 4 2 ± EX . W A T E R S V C ST A 1 7 + 4 6 . 5 4 ± EX . W A T E R S V C ST A 1 7 + 8 1 . 2 4 ± EX . W A T E R S V C ST A 1 8 + 3 3 . 1 1 ± EX . W A T E R S V C ST A 1 8 + 4 7 . 8 5 ± EX . W A T E R S V C ST A 1 8 + 6 0 . 5 1 ± EX . W A T E R S V C ST A 1 9 + 0 2 . 7 6 ± EX . W A T E R S V C ST A 1 9 + 5 0 . 9 3 ± EX . W A T E R S V C ST A 1 9 + 6 1 . 4 5 ± EX . W A T E R S V C ST A 1 9 + 9 7 . 8 5 ± EX . W A T E R S V C ST A 1 8 + 8 5 RESTRAIN ALL JOINTS SEE DETAIL 11/C-21 PIPE DATA TABLE SEGMENT L5 LENGTH 2539.54' BEARING S30° 03' 09"E KEY MAP MANZA N O D R A V E N I D A E N C I N A S CANNO N R D C A R L S B A D B L V D KEY MAPNORTH (HORIZ) 8'4'0 2' SCALE: 1" = 4' 40'20'0 10' SCALE: 1" = 20' (VERT) PLAN PROFILE MA T C H L I N E S T A 2 0 + 0 0 S E E D W G C - 0 3 THIS SHEET CARLSBAD BLVD MA T C H L I N E S T A 1 5 + 0 0 S E E D W G C - 0 1 SH O R E D R NO R T H KEY NOTES:# 1. CONSTRUCT NEW 12-INCH DR18 C900 PVC WATERLINE WITHLOCATING WIRE AND WARNING TAPE. TRENCH AND PIPEZONE PER CMWD STD. DWG. NO. W-2. REPAIR AC PAVEMENTPER CITY OF CARLSBAD STD DRAWING GS-26 (MODIFIED). SEE DETAIL 13 SHEET 24. 6. INSTALL NEW FITTING. SIZE AND TYPE PER PLAN. 8. INSTALL THRUST BLOCK PER CMWD STD. DWG. NO. W-19, SEE DETAIL 12/C-21 FOR THRUST BLOCK BEARING AREAS. 16. ALL EXISTING UTILITY PIPE SIZES TO BE ABANDONED SHALLBE ENTIRELY FILLED BY PRESSURE GROUTING PERSPECIFICATION 15000. 9. CONSTRUCT NEW 1" COPPER TUBING WATER SERVICELATERAL PER CMWD STD. DWG. NO. W-3 AND CITY OFCARLSBAD STD DWG. NO. GS-25. PROVIDE NEW WATERMETER BOX AS SHOWN BEHIND FUTURE BACK OF WALK, OUT OF DW. FURNISH AND INSTALL ALL PRIVATE SERVICE PIPING AND APPURTENANCES TO FIELD ROUTE FROM NEW METER TO EXISTING METER CONNECTION. CONTRACTOR TO FIELD VERIFY BUILDINGS WITH EXISTING FIRE SPRINKLERS. REPLACE WITH BACKFLOW PER CMWD DWG. NO. W-5, AS NEEDED, FOR SERVICES WITH FIRE SPRINKLERSYSTEM. 2. CONSTRUCT NEW 8-INCH DR18 C900 PVC WATERLINE WITH LOCATING WIRE AND WARNING TAPE. TRENCH AND PIPE ZONE PER CMWD STD. DWG. NO. W-2. REPAIR AC PAVEMENTPER CITY OF CARLSBAD STD DRAWING GS-26 (MODIFIED).SEE DETAIL 13 SHEET 24. 27. INSTALL NEW MANUAL AIR RELEASE VALVE PER CMWD STD.DWG. NO. W-10. GENERAL NOTES: 1. SEGMENT LENGTHS SHOWN INDICATE HORIZONTAL DISTANCES BETWEEN BENDS AND MAY EXTEND ONTO MULTIPLE PAGES. 2. RESTORE ALL PAVEMENT STRIPING TO ORIGINALCONDITIONS. SEE SIGNING AND STRIPING NOTES ON SHEETG-02. 3. CONTRACTOR MAY USE RESTRAINED JOINTS PER DETAIL 11/C-21 IN LIEU OF THRUST BLOCKS. 4. RESTORE ALL DISTURBED SURFACE IMPROVEMENTSWITHIN THE RIGHT-OF-WAY TO EXISTING CONDITIONS PERTHE SAN DIEGO REGIONAL STANDARD DRAWINGS AND THECITY OF CARLSBAD ENGINEERING STANDARDS. 5. RESTORE ALL DISTURBED SURFACE IMPROVEMENTS ON PRIVATE PROPERTY TO EXISTING CONDITIONS. 6. MAINTAIN DRIVEWAY ACCESS AND KEEP STREETS OPEN ATALL TIMES DURING CONSTRUCTION. PROVIDE FLAGGERSFOR VEHICLE ACCESS AS NEEDED, AND IN ACCORDANCE WITH APPROVED RIGHT OF WAY PERMIT AND TRAFFIC CONTROL PLANS. 7. THE LOCATIONS OF THE SEWER LATERALS CALLED OUT ONTHESE PLANS ARE APPROXIMATE ONLY. CONTRACTORSHALL VERIFY LOCATIONS IN THE FIELD FOR THE PURPOSEOF COMPLETING THE NECESSARY WORK INCLUDED IN THIS PROJECT. RECONNECT ALL SEWER LATERALS AND INSTALL TOP HATS. 8. FOR BIDDING PURPOSES, ALL TRENCH REPAIR SECTIONS FOR MAIN AND SERVICE PIPING WITHIN CARLSBADBOULEVARD SHALL BE ASSUMED TO BE A MINIMUM OF10-INCH AC OVER 6-INCH CONCRETE. ACTUAL SECTIONSARE KNOWN TO VARY ALONG THE ALIGNMENT AND SHOULD BE REPLACED IN KIND PER CITY OF CARLSBAD STANDARD DRAWING GS-26 (MODIFIED). SEE DETAIL 13 SHEET 24. 36. CONTRACTOR SHALL RESTRIPE WHITE TRAFFIC STRIPES/ARROWS/CROSSWALKS IN KIND TO THESATISFACTION OF THE ENGINEER. 37. CONTRACTOR SHALL RESTRIPE YELLOW/DOUBLE YELLOWIN KIND TO THE SATISFACTION OF THE ENGINEER. 42. PROTECT IN PLACE GAS SVC. MAINTAIN 12-INCHES MINIMUM VERTICAL SEPARATION FROM PROPOSED WATER PIPE FOR GAS SVC 2-INCHES AND SMALLER. 44. PROTECT IN PLACE GAS SVC. MAINTAIN 12-INCHES MINIMUM RADIAL SEPARATION FROM PROPOSED WATER METER. 45. PROTECT IN PLACE EUG. MAINTAIN 12-INCHES MINIMUM RADIAL SEPARATION FROM PROPOSED WATER METER. KEY NOTES (CONT'D):#KEY NOTES (CONT'D):# 1 5' 16 16 2 FUTURE CURB FACE BY OTHERS FOR SEWERIMPROVEMENTS, SEESHEET C-12 9 5.83' SCALE: 1" = 20' HORIZ SCALE: 1" = 20'VERT SCALE: 1" = 4' EXISTING CURB FACE FUTURE CURB FACE BY OTHERS EXISTING EOP EXISTING EOP 16 . 2 1 ' 18 . 4 5 ' FUTURE ROADWAYIMPROVEMENTS BY OTHERS SEE SHEET C-11 FOR PROFILE 9 L5 161 10.84' EXIST 8" PVC WATER EXIST 6" AC WATER (ABANDONED) 9 9 9 9 9 9 9 9 9 9 9 36 37 36 36 36 36 36 36 36 36 36 36 37 37 37 37 37 37 37 37 37 37 37 3636363636 3636 45 9 45 45 42 44 44 44 Know what's below.Callbefore you dig. 42 42 9 36 37 44 9 CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR IMPROVEMENT PLAN FOR: CIP 5048 AND 5503540-1 24 KEY MAP MANZA N O D R A V E N I D A E N C I N A S CANNO N R D C A R L S B A D B L V D KEY MAPNORTH FI N A L S U B M I T T A L - B I D S E T GD JMAF C-02 5 CIVILCARLSBAD BLVD WATERLINESTA 15+00 TO STA 20+00 44 44 44 4545 13/13/24 AJF ADDENDUM 01 1 20 24 28 32 36 40 44 48 52 56 60 20 24 28 32 36 40 44 48 52 56 60 19+80 20+00 21+00 22+00 23+00 24+00 25+00 EX MH 27B-32RIM=49.8610" INV IN=26.82 (SW)6" INV IN=43.13 (SE) 10" INV OUT=26.82 (NW) EX MH 27B-59RIM=48.6010" INV IN=26.31 (SE) 10" INV OUT=26.00 (NE) CONSTRUCT 194 LF 10" CIPP LINER CONSTRUCT 286 LF 10" CIPP LINER CONSTRUCT 20 LF 10" CIPP LINER EXIST GRADE AT PIPE CL EX MH 27B-31RIM=57.2810" INV IN=25.32 (SW) 6" INV IN=47.00 (SE) 10" INV OUT=25.24 (E) EX I S T 3/ 4 " G IN V = U N K EX I S T 18 " S D IN V = U N K EX I S T CO M IN V = U N K EX I S T EIN V = U N K EX I S T 2 " G IN V = 4 5 . 0 ± EX I S T 1/ 2 " G IN V = U N K EX I S T 1 1 / 2 " G IN V = 5 4 . 4 ± S = 0.22% PR O P O S E D 1 2 " W A T E R W/ 2 0 " S T E E L C A S I N G CL E L V = 4 3 . 3 2 S = 0.24% V V V V V s s s ◊ ◊ ◊ ◊ ◊ ◊◊◊◊◊◊◊ ◊ ◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊ ◊ ◊ ◊ ◊ ◊◊◊◊◊◊ ◊ ◊ ◊ ◊ ◊◊◊◊◊◊◊◊ ◊ ◊◊◊◊◊◊ ◊ ◊ ◊◊◊ ◊ ◊◊◊◊◊◊◊ ◊◊◊◊◊ ◊ ◊ ◊ X X X X X ◊ ◊ ◊ ◊ ◊◊◊◊◊◊◊◊◊◊◊◊◊◊ 5 5 5 0 60 Ground Obs c u r e d Ground Obs c u r e d 6' 79 ' RO W 23+00 24+00 25+00 SSSSSSSSSSSS STA=24+80.80N=1993676.76E=6229658.14 EX MH 27B-31 W 50 WWW WW PH8 PH9 V V V V V V V V V V ss s s 502 2 48.9 2 X X X X X X X X ◊◊ ◊◊◊ ◊ ◊ ◊ ◊ ◊◊◊◊◊◊◊◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊◊◊◊◊◊ ◊ ◊ ◊◊◊◊ ◊◊◊ ◊ ◊ ◊◊◊ ◊ ◊ ◊ ◊ ◊◊◊◊◊◊◊◊ X X X X X X X X X X X X ◊ ◊ XXXXXXXXXX 4545 45 5 05550 50 50 50 55 7'7' 20+00 21+00 22 + 0 0 SS SSSSSSSSSS STA=20+00.00N=1993397.63E=6229491.79 EX MH 27B-32 STA=21+94.38N=1993565.69E=6229394.13 EX MH 27B-59 20 50 PH2A PH2B PH7 POTHOLE TABLE NAME PH2A PH2B PH7 PH8 PH9 DESCRIPTION T-0.44 B-1.50 COM ELEC T-1.61 B-5.02 COM ELEC T-2.69 B-2.88 2IN HP GAS MAG NAIL T-1.08 ELEC MAG NAIL T-4.87 SDGE DB MAG NAIL ELEVATION 48.15 47.96 47.88 54.36 56.90 NORTHING 1993514.32 1993516.50 1993582.13 1993613.07 1993665.87 EASTING 6229367.84 6229366.84 6229409.06 6229549.83 6229682.33 KEY MAP MANZA N O D R A V E N I D A E N C I N A S CANNO N R D C A R L S B A D B L V D KEY MAPNORTH THIS SHEET 8'4'0 2' SCALE: 1" = 4' 40'20'0 10' SCALE: 1" = 20' Know what's below.Callbefore you dig. MA T C H L I N E S T A 2 5 + 0 0 S E E D W G C - 1 3 CANNON RD MA T C H L I N E S E E L E F T MATCH LINE SEE R I G H T CARLSBAD BLVD KEY NOTES:# 12. INSTALL 10-INCH CIPP LINER (CIPP OR SPIRAL WOUND LINING PER 500-5.13 AND PER TECHNICAL SPECIFICATIONS). 20. REHABILITATE EXISTING MANHOLE WITH POLYMER CONCRETE INSERT PER DETAIL 1/C-16. 15. INSTALL TOP HAT SEWER LATERAL CONNECTION PERGREENBOOK SPECIFICATION SECTION 500-8. GENERAL NOTES: 1. SEGMENT LENGTHS SHOWN INDICATE HORIZONTAL DISTANCES BETWEEN BENDS AND MAY EXTEND ONTO MULTIPLE PAGES. 2. RESTORE ALL PAVEMENT STRIPING TO ORIGINALCONDITIONS. SEE SIGNING AND STRIPING NOTES ON SHEETG-02. 3. CONTRACTOR MAY USE RESTRAINED JOINTS PER DETAIL 11/C-21 IN LIEU OF THRUST BLOCKS. 4. RESTORE ALL DISTURBED SURFACE IMPROVEMENTSWITHIN THE RIGHT-OF-WAY TO EXISTING CONDITIONS PERTHE SAN DIEGO REGIONAL STANDARD DRAWINGS AND THECITY OF CARLSBAD ENGINEERING STANDARDS. 5. RESTORE ALL DISTURBED SURFACE IMPROVEMENTS ON PRIVATE PROPERTY TO EXISTING CONDITIONS. 6. MAINTAIN DRIVEWAY ACCESS AND KEEP STREETS OPEN ATALL TIMES DURING CONSTRUCTION. PROVIDE FLAGGERSFOR VEHICLE ACCESS AS NEEDED, AND IN ACCORDANCE WITH APPROVED RIGHT OF WAY PERMIT AND TRAFFIC CONTROL PLANS. 7. THE LOCATIONS OF THE SEWER LATERALS CALLED OUT ON THESE PLANS ARE APPROXIMATE ONLY. CONTRACTOR SHALL VERIFY LOCATIONS IN THE FIELD FOR THE PURPOSEOF COMPLETING THE NECESSARY WORK INCLUDED IN THISPROJECT. RECONNECT ALL SEWER LATERALS AND INSTALLTOP HATS. 36. CONTRACTOR SHALL RESTRIPE WHITE TRAFFIC STRIPES/ARROWS/CROSSWALKS IN KIND TO THESATISFACTION OF THE ENGINEER. 37. CONTRACTOR SHALL RESTRIPE YELLOW/DOUBLE YELLOW IN KIND TO THE SATISFACTION OF THE ENGINEER. 30. CONTRACTOR TO REPLACE ALL LOOP DETECTOR SYSTEM INKIND TO THE SATISFACTION OF THE ENGINEER. 50. REHABILITATE EXISTING MANHOLE WITH CURED IN PLACE MANHOLE LINER PER DETAIL 1A/C-16. PLAN PROFILE PLAN 12 FOR WATER IMPROVEMENTS, SEE SHEET C-08 FOR WATERIMPROVEMENTS, SEE SHEET C-01 FOR WATERIMPROVEMENTS,SEE SHEET C-01 FUTURE CURB FACE BY OTHERS FUTURE ROADWAYIMPROVEMENTS BY OTHERS CA N N O N R D L O S R O B L E S D R SCALE: 1" = 20' HORIZ SCALE: 1" = 20'VERT SCALE: 1" = 4' SCALE: 1" = 20' FUTURE CURBFACE BY OTHERS EXISTING CURB FACE EXISTING CURB FACE FUTURE CURB FACE BY OTHERS EXISTING CURB FACE EXISTING EOP FUTURE ROADWAY IMPROVEMENTS BY OTHERS FUTURE ROADWAY IMPROVEMENTS BY OTHERS FUTURE ROADWAYIMPROVEMENTS BY OTHERS 9. 6 3 ' 20 . 1 1 ' 15 SH O R E D R NO R T H FUTURE CURB FACE BY OTHERS COASTAL JURISDICTION CITY JURISDICTION CITY JURISDICTION COASTAL JURISDICTION 36 3737 36 30 12 36 W W W151215 W W W CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR IMPROVEMENT PLAN FOR: CIP 5048 AND 5503540-1 24 KEY MAP MANZA N O D R A V E N I D A E N C I N A S CANNO N R D C A R L S B A D B L V D KEY MAPNORTH FI N A L S U B M I T T A L - B I D S E T GD JMAF C-12 15 CIVILCANNON RD SEWER LINESTA 20+00 TO STA 25+00(HORIZ) (VERT) 1 13/13/24 AJF ADDENDUM 01 1 1 20 24 28 32 36 40 44 48 52 56 60 20 24 28 32 36 40 44 48 52 56 60 25+00 26+00 27+00 28+00 29+00 30+00 EXIST GRADE AT PIPE CL CONSTRUCT 391 LF 10" CIPP LINER 28 LF 10" CIPP LINER EX I S T 2 " E N C E IN V = 5 4 . 0 ± EX MH 27B-66RIM=41.8710" INV IN=23.86 (SW) 10" INV OUT=23.66 (N) EX I S T E IN V = 5 3 . 5 ± EX I S T C O M IN V = 5 2 . 4 ± EX I S T E IN V = U N K EX I S T U N K W IN V = U N K EX I S T 1 / 2 " G IN V = U N K EX MH 27B-60RIM=42.4310" INV IN=24.35 (W) 8" INV IN=30.53 (E) 8" INV IN=30.53 (S) 10" INV OUT=24.29 (NE) EX I S T E N C C A T V IN V = 5 3 . 7 ± EX I S T 2 " G IN V = 4 2 . 4 ± EX I S T C O M M IN V = U N K EX I S T 1 1 / 2 " G IN V = 3 6 . 8 ± EX I S T 3 / 4 " C A T V IN V = U N K EX I S T 8 " W IN V = 3 6 . 7 ± EX I S T 2 " E N C E IN V = 5 4 . 0 ± EX I S T E N C E IN V = 4 4 . 9 ± EX I S T 2 " E IN V = 5 1 . 6 ± S = 0.22% S = 1.48% s FH V V V V V V V V V V FH s s V ◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊ ◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊ ◊ ◊ ◊◊◊◊◊◊◊◊◊◊◊◊ ◊ ◊◊◊◊ ◊◊◊◊◊◊◊◊◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊ ◊◊◊◊◊◊ ◊◊◊◊◊ ◊ ◊ ◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊ ◊◊◊ ◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊◊ X X X X X X X X X X X X X X X X X X ◊◊◊◊◊◊◊◊◊◊◊◊◊ ◊ ◊ ◊◊ ◊ ◊ ◊◊ ◊ ◊ ◊◊ ◊ ◊◊◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊ ◊◊◊◊◊◊◊◊◊◊◊ 35 4045 5050 45 5 0 5 5 55 55 60 79 ' RO W VA R I E S RO W 39 . 5 ' 42 ' PH10 PH11 PH12 PH13 PH14 29+19. 8 9 25+00 26+00 27+00 28+00 29+00 SSSSSSSSSSSSSSSSSSSS STA=28+91.02N=1993832.76E=6230037.54 EX MH 27B-60 STA=29+19.89N=1993854.31E=6230056.67 EX MH 27B-66 W W W 50 W STA=60+65.50N=1993619.37E=6229711.11 WWWW W M M POTHOLE TABLE NAME PH10 PH11 PH12 PH13 PH14 DESCRIPTION B-5.66 DRY HOLE TOP ASPH MAG NAIL T-1.24 ELEC ENCASEMENT MAG NAI T-1.06 ELEC ENCASEMENT MAG NAIL 10IN AC WAT T-3.48 MAG NAIL T-4.20 8IN AC WAT ELEVATION 56.98 55.50 47.93 42.18 41.88 NORTHING 1993625.75 1993720.12 1993780.03 1993811.06 1993772.86 EASTING 6229703.67 6229790.40 6229939.49 6230025.02 6230058.39 KEY MAP MANZA N O D R A V E N I D A E N C I N A S CANNO N R D C A R L S B A D B L V D KEY MAPNORTH (HORIZ) 8'4'0 2' SCALE: 1" = 4' 40'20'0 10' SCALE: 1" = 20' Know what's below.Callbefore you dig. CANNON RD MA T C H L I N E S T A 2 5 + 0 0 S E E D W G C - 1 2 THIS SHEET L O S R O B L E S D R # 12. INSTALL 10-INCH CIPP LINER (CIPP OR SPIRAL WOUND LINING PER 500-5.13 AND PER TECHNICAL SPECIFICATIONS). 20. REHABILITATE EXISTING MANHOLE WITH POLYMER CONCRETE INSERT PER DETAIL 1/C-16. KEY NOTES: GENERAL NOTES: 1. SEGMENT LENGTHS SHOWN INDICATE HORIZONTAL DISTANCES BETWEEN BENDS AND MAY EXTEND ONTO MULTIPLE PAGES. 2. RESTORE ALL PAVEMENT STRIPING TO ORIGINALCONDITIONS. SEE SIGNING AND STRIPING NOTES ON SHEETG-02. 3. CONTRACTOR MAY USE RESTRAINED JOINTS PER DETAIL 11/C-21 IN LIEU OF THRUST BLOCKS. 4. RESTORE ALL DISTURBED SURFACE IMPROVEMENTSWITHIN THE RIGHT-OF-WAY TO EXISTING CONDITIONS PERTHE SAN DIEGO REGIONAL STANDARD DRAWINGS AND THECITY OF CARLSBAD ENGINEERING STANDARDS. 5. RESTORE ALL DISTURBED SURFACE IMPROVEMENTS ON PRIVATE PROPERTY TO EXISTING CONDITIONS. 6. MAINTAIN DRIVEWAY ACCESS AND KEEP STREETS OPEN ATALL TIMES DURING CONSTRUCTION. PROVIDE FLAGGERSFOR VEHICLE ACCESS AS NEEDED, AND IN ACCORDANCE WITH APPROVED RIGHT OF WAY PERMIT AND TRAFFIC CONTROL PLANS. 7. THE LOCATIONS OF THE SEWER LATERALS CALLED OUT ON THESE PLANS ARE APPROXIMATE ONLY. CONTRACTOR SHALL VERIFY LOCATIONS IN THE FIELD FOR THE PURPOSEOF COMPLETING THE NECESSARY WORK INCLUDED IN THISPROJECT. RECONNECT ALL SEWER LATERALS AND INSTALLTOP HATS. 36. CONTRACTOR SHALL RESTRIPE WHITE TRAFFICSTRIPES/ARROWS/CROSSWALKS IN KIND TO THESATISFACTION OF THE ENGINEER. 37. CONTRACTOR SHALL RESTRIPE YELLOW/DOUBLE YELLOWIN KIND TO THE SATISFACTION OF THE ENGINEER. 50. REHABILITATE EXISTING MANHOLE WITH CURED IN PLACE MANHOLE LINER PER DETAIL 1A/C-16. PLAN PROFILE 12 FUTURE CURB FACE BY OTHERS FUTURE ROADWAYIMPROVEMENTS BY OTHERS FUTURE ROADWAY IMPROVEMENTS BY OTHERS EL A R B O L D R (VERT) SCALE: 1" = 20' HORIZ SCALE: 1" = 20'VERT SCALE: 1" = 4' EXISTING CURB FACE EXISTING CURB FACE 9. 0 6 ' FOR WATER IMPROVEMENTS,SEE SHEET C-09 12 FUTURE ROADWAY IMPROVEMENTS BY OTHERS COASTAL JURISDICTION CITY JURISDICTION 36 37 37 37 36 CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR IMPROVEMENT PLAN FOR: CIP 5048 AND 5503540-1 24 KEY MAP MANZA N O D R A V E N I D A E N C I N A S CANNO N R D C A R L S B A D B L V D KEY MAPNORTH FI N A L S U B M I T T A L - B I D S E T GD JMAF C-13 16 CIVILCANNON RD SEWER LINESTA 25+00 TO STA 29+20 CONTRACTOR SHALL COORDINATE WITH CMWD TO VERIFY THELOCATION OF TEMPORARY FM FOR FS NO 7 PRIOR TO STARTING WORK 1 13/13/24 AJF ADDENDUM 01 1 Know what's below.Callbefore you dig. 2 - 45" 41" 1 1 / 2 " G A P SCALE: DETAIL SCALE: DETAIL GENERAL NOTES: 1. DRAWING IS FOR REFERENCE ONLY. THE CONTRACTORSHALL FIELD VERIFY LOCATION, DEPTH, AND WIDTH OF EXISTING MANHOLES TO BE REHABILITATED PRIOR TO ORDERING ANY MATERIALS AND ANY WORK BEING PERFORMED. 2. THE CONTRACTOR SHALL FOLLOW CONFINED SPACEPROCEDURES AT ALL TIMES. SAWCUT AND REMOVE EXISTING ASPHALT REPLACE ASPHALTINSTALL CAST IRON MANHOLE FRAMEAND COVER PERCMWD STD DWG S-4 REMOVE AND DISPOSE OF EXISTING MANHOLE RING AND COVER EXISTING CONE EXISTING RISER CONTRACTOR SHALL PROTECTIN PLACE OR REMOVE AND REPLACE IN KIND ANY UTILITIES WITHIN THE EXCAVATION AREA EXISTING RISER REMOVE DIRT TO EXPOSE EXISTING MANHOLE CONE REMOVEEXISTING MANHOLE CONE EXISTING PIPE REPAIR EXISTING BENCH, CHANNEL AND PIPE TO RECEIVE NEW POLYMER CONCRETE MANHOLE BASE RISER EXISTING BASE FILL ANNULARSPACEBETWEEN THE EXISTING AND NEW MANHOLE STRUCTURE WITH ONE SACK SLURRY INSTALL NEW POLYMERCONCRETE MANHOLEBASE RISER AS PER MANUFACTURER'S SPECIFICATIONS. CORE DRILLING/CUTTING AND LEVEL AS REQUIRED EPOXY MORTAR COAT THE BENCH AND CHANNEL OF THE EXISTING MANHOLE. EPOXY SHALL OVERLAPTHE FIRST RISER SECTIONBY 4-INCHES MINIMUM.EPOXY SHALL BE PROVIDED BY POLYMER CONCRETE MANUFACTURER EXISTING PIPE EXISTING MANHOLE NEW POLYMER MANHOLE RISER INSERT EPDM GASKETOR MASTIC OUTSIDE FACE OF POLMER CONCRETE RISER INSERT RISER ALIGNMENTGUIDE DOUBLE SIDED MASTIC SEAL EXISTING MANHOLE SECTION MANHOLE INSERT SECTION 36" NE W P O L Y M E R C O N C R E T E M A N H O L E R E H A B I L I T A T I O N S T R U C T U R E DE P T H P E R P L A N . S E E N O T E 1 . 12" WIDE X 6" THICK CONCRETE COLLAR, CLASS 560-C-3250 WITH 3" ASPHALT CONCRETE OVERLAY INSTALL POLYMERGRADE RINGS ASREQUIRED BACKFILL AND RECOMPACT INSTALL POLYMER CONCRETE CONE USING THE PROPER ALIGNMENT GUIDES AS REQUIRED BY MANUFACTURER'SINSTRUCTIONS 48" EXTERNAL JOINT WRAP TOP VIEW (TYP) THRU C-15 FILL ANNULAR SPACE BETWEEN THE EXISTING AND NEW MANHOLESTRUCTURE WITH ONE SACKSLURRY CORE DRILL EX MH 27B-32 6" INV IN = 43.13 CONTRACTOR TO FIELD VERIFY GROUT ALL PIPE CONNECTIONS USING PATCH KIT FROM MANUFACTURER 1 C-12 NO SCALE MANHOLE POLYMER CONCRETE INSERT AND REHABILITATION 2 -NO SCALE JOINT DETAIL CARRIER PIPE SIZE 8-12" SPACER WIDTH MIN THICKNESS 12"* CASING / CARRIER PIPE 0.375" CASING ID ** CASING WALL THICKNESS TO BE VERIFIED BY CONTRACTOR'S ENGINEER (LICENSED IN THE STATE WHERE PROJECT IS LOCATED) FOR MAXIMUM JACKING LOADS AND PIPE BENDING. 24" NOTES: 1. STEEL CASING PIPE SHALL CONFORM TO THE REQUIREMENTS OF ASTM A283, GRADE B, C, OR D. ALL JOINTS SHALL BE WELDED. INTERIOR JOINTS SHALL BE GROUND TO SMOOTH FINISH. ALL WELDING SHALL BE PERFORMED IN ACCORDANCE WITH AWWA C206, "AWWA STANDARD FOR FIELD WELDING OF STEEL WATER PIPE." COATINGS FOR STEEL CASING ARE NOT REQUIRED. 2. CASING PIPE SHALL BE TRUE TO LINE AND GRADE THE FULL LENGTH OF THE CASING. 3. ADVANCE PRODUCTS AND SYSTEMS, INC., OR EQUAL, CASING SPACERS AND END SEALS SHALLBE INSTALLED PER MANUFACTURER'S SPECIFICATIONS. 4. ALL PIPE JOINTS WITHIN THE CASING ARE TO BE FUSED. 5. ANNULAR SPACE BETWEEN CARRIER PIPE AND CASING TO BE FILLED WITH CELLULAR GROUT PER THE SPECIFICATIONS. 6. CASINGS SHALL BE INSTALLED TO THE GRADE SHOWN ON THE DRAWINGS, WITH A MAXIMUMVERTICAL DEVIATION OF +0" AND -2", AND A MAXIMUM HORIZONTAL DEVIATION OF ±2". POTHOLEALL UTILITIES PRIOR TO CASING INSTALLATION 7. CONTRACTOR TO PROVIDE LOCATION OF INTAKE AND DISCHARGE AIR VENTS. BLOCK TO PREVENTFLOTATION OF PIPE THICKNESS FILL ANNULAR ON THE DRAWINGS. CASING PIPE WITH CARRIER PIPE. PIPE SIZEAND TYPE AS INDICATED FUSED PVC CARRIER PIPE ONE PIECE RUBBER SEAL 2'-0" 2'-0" STAINLESS STEEL CLAMP BANDS CASING SPACERS AT 5' MIN. SPACING O.C. SPACE WITH CELLULAR GROUT CASING SPACER 0.375" MINIMUM WALL MINIMUM 24" STEEL STEEL CASING PIPE LUBRICATEBOTTOM OF CASING 2" AIR VENT W/ THREAD CONNECTION OR CLAMP ON (TYP) (SEE NOTE 7) SCALE: DETAIL14 -NO SCALE AUGER BORE OR PIPE RAMMING STEEL CASING NEW PIPE WILL REQUIRE CORE DRILLING A LARGER HOLE 6" TO 8" PIPE. INSTALL SANDED MANHOLE ADAPTER,GPK OR APPROVED EQUAL. GD JMAF C-16 19 CIVILDETAILS 1 CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR IMPROVEMENT PLAN FOR: CIP 5048 AND 5503540-1 24 FI N A L S U B M I T T A L - B I D S E T REMOVE AND DISPOSE OF EXISTING MANHOLE RING AND COVER.REPLACE WITH NEW FRAME ANDCOVER PER CMWD STD DWG S-4 EXISTING CONE CONTRACTOR SHALL PROTECT IN PLACE THE AREA AROUND THE MANHOLE EXISTING RISER EXISTING PIPE REPAIR EXISTING BENCH, CHANNEL AND PIPE TO RECEIVE NEWCIPM LINER EXISTING BASE EXISTING MANHOLE SECTION 48" X SE E T A B L E MANHOLE DEPTH SHOWN IS RIM TO TOP OF CONE 27B-31* MANHOLE DEPTHS DEPTH TO CONE (X) 78-INCHES 27B-32 27B-59* 27B-60* 27B-62 27D-15 27D-16 29-INCHES 147-INCHES 92-INCHES 45-INCHES 33-INCHES 9-INCHESSCALE: DETAIL THRU C-15 1A C-12 NO SCALE CIPM MANHOLE REHABILITATION 1 13/13/24 AJF ADDENDUM 01 INSTALL NEW CIPM LINER PER TECHNICAL SPECIFICATION 02613 CORE DRILLEX MH 27B-60 8" INV IN = 30.32 (E)8" INV IN = 30.55 (S) EX MH 27B-31 8" INV IN = 47.00 (S) CONTRACTOR TO FIELD VERIFY GROUT ALL PIPE CONNECTIONS USING PATCH KIT FROM MANUFACTURER * CIPM REHABILITATION MANHOLE. SPECIAL NOTE: MH 27B-31 AND 27B-60 ARE DROP MANHOLES AND MAY REQUIRE REMOVAL OF PIPE BEFORE REHABILITATION. CONTRACTOR TO CONFIRMAND INCLUDE REESTABLISHMENT OF DROP MHAFTER REHABILITATION. s s s s s V 454545 45 W W W W W W PH16A PH17 PH18 10 . 1 2 ' 5. 9 8 ' 10 ' 10 ' 10 ' 10 '15.36' s 46 . 2 45 . 2 45 . 5 CANNON RD Know what's below.Callbefore you dig. 100' NCTD ROW JACKING PIT RECEIVING PIT EX D/W EX D/W CAUTION:HIGH PRESSURE GAS.REFER TO SO CALGAS REQUIREMENTS WARNING!!EXISTING HIGH PRESSUREGAS LINE TO REMAIN INPLACE. ANY WORK IN GASEASEMENT SHALL BE PER SDG&ENOTES IN GENERAL NOTES SCALE: SETTLEMENT MONITORING DETAIL16 C-10 1" = 10' 33' 27.24' LEGEND: SETTLEMENT MONITORING LOCATION EXISTING CARLSBAD BLVD PAVEMENT SECTION17 C-21 NO SCALE NATIVE MATERIAL GD JMAF C-17 20 CIVILDETAILS 2 CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR IMPROVEMENT PLAN FOR: CIP 5048 AND 5503540-1 24 FI N A L S U B M I T T A L - B I D S E T PROPOSED 12-IN WATER 6-INCH PCC 10-INCH AC 15'15' 12X10 TEE REPLACEMENT AT CARLSBAD BLVD17A C-01 1" = 10' NEW 12"X10" TEE NEW 10" GV REPLACE EX 12" PIPE WITH NEW 12-INCH PVC TONEAREST JOINT ANDCONNECT TO EX 12" AC FUTURE CURB LINEREPLACE EX 10" ACWITH NEW 10-INCH PVCPIPE TO NEAREST JOINT CARLSBAD BLVD 1 13/13/24 AJF ADDENDUM 01 5' MIN.5' MIN. NEW 12" GV 15 ' M I N EXISTING 10-INCH SDG&E WATER SERVICE 10-INCH TRANSITIONCOUPLING (PVC TO ACP) 12-INCH TRANSITIONCOUPLING (PVC TO ACP)TYP BOTH SIDES Know what's below.Callbefore you dig. SCALE: CONNECTION DETAIL3 C-01 NO SCALE CARLSBAD BLVD SCALE: CONNECTION DETAIL5 C-02 NO SCALE KEY NOTES:# 1. CONSTRUCT NEW 12-INCH DR18 C900 PVC WATERLINE WITHLOCATING WIRE AND WARNING TAPE. TRENCH AND PIPE ZONE PER CMWD STD. DWG. NO. W-2. REPAIR AC PAVEMENT PER CITY OF CARLSBAD STD DRAWING GS-26 (MODIFIED). SEE DETAIL 13 SHEET 24. 2. CONSTRUCT NEW 8-INCH DR18 C900 PVC WATERLINE WITH LOCATING WIRE AND WARNING TAPE. TRENCH AND PIPE ZONE PER CMWD STD. DWG. NO. W-2. REPAIR AC PAVEMENT PER CITY OF CARLSBAD STD DRAWING GS-26 (MODIFIED). SEE DETAIL 13 SHEET 24. 4. INSTALL NEW GATE VALVE PER CMWD STD. DWG. NO.W-21. SIZE AND QTY PER PLAN. 16. ALL EXISTING UTILITY PIPE SIZES TO BE ABANDONED SHALLBE ENTIRELY FILLED BY PRESSURE GROUTING PERSPECIFICATION 15000. 6. INSTALL NEW FITTING. SIZE AND TYPE PER PLAN. GENERAL NOTES: 1. RESTRAIN ALL JOINTS WITHIN CONNECTION DETAILS, EXCEPT PVC TO AC TRANSITION COUPLINGS. 28. INSTALL NEW 2-INCH BLOW OFF ASSEMBLY PER CMWD STD.DWG. NO. W-10. 27. INSTALL NEW MANUAL AIR RELEASE VALVE PER CMWD STD. DWG. NO. W-10. 39. LOCATION OF NEW MAR IS SHOWN HERE FOR SHORE DRIVENORTH ONLY. SHORE DRIVE SOUTH SHALL HAVE AN ARV. 1 2 2 1 1 4 4 4 4 16 EXISTING 8" PVC WATER LINE REMOVE AND SALVAGE EXISTING VALVE 6 6 EXISTING 12" ACP WATER, FORCONTINUATION SEE SHEET C-01 FOR CONTINUATION SEE SHEET C-01 TIERRA DEL ORO ST CARLSBAD BLVDSHORE DR NORTH / SOUTH FOR CONTINUATION SEE SHEETS C-02 AND C-03 FOR CONTINUATION SEE SHEETS C-02 AND C03 C-03 EXISTING 8" AC WATER LINE (ABANDONED) 8" PVC REMOVE EXISTING REDUCER REMOVE EXISTING 8" PVC REMOVE EXISTING 45° BEND 4 7' (M I N ) SCALE: CONNECTION DETAIL4 C-01 NO SCALE 2 8" GV (FLG x MJ) 12" x 8" TEE (FLG) 12" GV (FLG x MJ) 12" GV (FLG x MJ) 1 REMOVE EXISTING AC PIPE TO NEAREST JOINT 12" GV (FLG x MJ) 12" GV (FLG x MJ) 8" GV (FLG x MJ)4 EXISTING 8" PVCWATER LINE REMOVE AND SALVAGEEXISTING VALVE REMOVE EXISTING REDUCERAND RESTRAINED FLANGEDCOUPLING ADAPTER REMOVE EXISTING TEE AND THRUST BLOCK EXISTING 6" AC WATER LINE (ABANDONED) 8" DUCTILE IRONTRANSITION COUPLING 16 12" x 8" TEE (FLG) 6 REMOVE EXISTING SPOOL 8" DUCTILE IRON TRANSITION COUPLING 6 12" DUCTILE IRON TRANSITION COUPLING 6 27 27 27 27 27 GD JMAF C-18 21 CIVILCONNECTION DETAILS 1 CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR IMPROVEMENT PLAN FOR: CIP 5048 AND 5503540-1 24 FI N A L S U B M I T T A L - B I D S E T STA 15+84.01 (CARLSBAD BLVD) STA 30+00.00 (SHORE DR. N) STA 40+00.00 (SHORE DR. S) STA 9+91.40 (CARLSBAD BLVD) 1 13/13/24 AJF ADDENDUM 01 1 39 1 1 1 Know what's below.Callbefore you dig. SCALE: CONNECTION DETAIL6 C-07 NO SCALE CARLSBAD BLVD SCALE: CONNECTION DETAIL8 C-08 NO SCALE KEY NOTES:# 1. CONSTRUCT NEW 12-INCH DR18 C900 PVC WATERLINE WITHLOCATING WIRE AND WARNING TAPE. TRENCH AND PIPE ZONE PER CMWD STD. DWG. NO. W-2. REPAIR AC PAVEMENT PER CITY OF CARLSBAD STD DRAWING GS-26 (MODIFIED). SEE DETAIL 13 SHEET 24. 2. CONSTRUCT NEW 8-INCH DR18 C900 PVC WATERLINE WITHLOCATING WIRE AND WARNING TAPE. TRENCH AND PIPEZONE PER CMWD STD. DWG. NO. W-2. REPAIR AC PAVEMENTPER CITY OF CARLSBAD STD DRAWING GS-26 (MODIFIED). SEE DETAIL 13 SHEET 24. 4. INSTALL NEW GATE VALVE PER CMWD STD. DWG. NO. W-21. SIZE AND QTY PER PLAN. 16. ALL EXISTING UTILITY PIPE SIZES TO BE ABANDONED SHALLBE ENTIRELY FILLED BY PRESSURE GROUTING PERSPECIFICATION 15000. 3. CONSTRUCT NEW 6-INCH DR18 C900 PVC WATERLINE WITH LOCATING WIRE AND WARNING TAPE. TRENCH AND PIPE ZONE PER CMWD STD. DWG. NO. W-2. REPAIR AC PAVEMENTPER CITY OF CARLSBAD STD DRAWING GS-26 (MODIFIED).SEE DETAIL 13 SHEET 24. 6. INSTALL NEW FITTING. SIZE AND TYPE PER PLAN. GENERAL NOTES: 1. RESTRAIN ALL JOINTS WITHIN CONNECTION DETAILS, EXCEPT PVC TO AC TRANSITION COUPLINGS. 17. CONSTRUCT NEW 4-INCH DR18 C900 PVC WATERLINE WITH LOCATING WIRE AND WARNING TAPE. TRENCH AND PIPE ZONE PER CMWD STD. DWG. NO. W-2. 28. INSTALL NEW 2-INCH BLOW OFF ASSEMBLY PER CMWD STD. DWG. NO. W-10. 27. INSTALL NEW MANUAL AIR RELEASE VALVE PER CMWD STD. DWG. NO. W-10. 25. CONSTRUCT AIR VACUUM ASSEMBLY PER CMWD DWG W-11. 2 1 6 6 6 1 4 4 4 2 (TO FH, FOR CONTINUATIONSEE SHEET C-07) MANZANO DR EXISTING 4" ACPWATER LINE 4 4 6 6 6 6 CANNON RD LOS ROBLES DR 16 FOR CONTINUATIONSEE SHEET C-07 FOR CONTINUATION SEE SHEET C-07 FOR CONTINUATIONSEE SHEET C-08 12" x 8" TEE (FLG) 1 12" GV(FLG x MJ) 8" GV(FLG x MJ) 6 12" x 8" REDUCER (FLG) 3 6" GV (FLG x MJ) 8" x 6" TEE (FLG) 8" x 4" REDUCER (FLG) 4" TRANSITION COUPLING, REMOVE EXISTING AC PIPE TO NEAREST JOINT 7' (MIN) SCALE: CONNECTION DETAIL7 C-07 NO SCALE 5' (MIN) EXISTING 6" ACP WATER LINE 6 6" 22.5° BEND(MJ x MJ) 8" x 6" REDUCER (MJ x MJ) 22.5° BEND (FLG x MJ) 8" x 6" TEE (FLG) 6 8" 11.25° BEND (MJ x MJ) 8" GV (FLG x MJ) 12" x 8" TEE (FLG) 1FOR CONTINUATION SEE SHEET C-07 12" GV (FLG x MJ) 8" RESTRAINED FLANGED COUPLINGADAPTER 46" GV (FLG x MJ) EXISTING 6" AC WATER LINE 6" TRANSITION COUPLING, REMOVE EXISTING AC PIPE TO NEAREST JOINT 9' (MIN) 6" WIDE RANGE RESTRAINED FLANGED COUPLING ADAPTER, ROMAC ALPHA FC OR APPROVED EQUAL EXISTING 6" AC WATER LINE, REMOVE AS REQUIRED (JOINT TO JOINT)AND PLUG 16 6 6 45° BEND (MJ x MJ) NOTE: CONTRACTOR TO POTHOLE AND VERIFY EXISTING PIPE CONNECTION LOCATION. TIE IN LOCATION SHOWN TO EXISTING 6" AC PIPE IS APPROXIMATE ONLY. 3 4 12" GV(FLG x MJ) 3 6CARLSBAD BLVD STA 43+35.59 6 17 6 4" FLANGEDCOUPLING ADAPTER 1 FOR CONTINUATIONSEE SHEET C-08 6" TRANSITION COUPLING, REMOVE EXISTING AC PIPE TO NEAREST JOINT 4 12" GV(FLG x MJ) 27 27 27 25 12" 45° BEND (FLG x MJ) 612" x 6" REDUCER (FLG) EXISTING 6" AC WATER LINE, REMOVE AS REQUIRED (JOINT TO JOINT) AND PLUG 16 CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR IMPROVEMENT PLAN FOR: CIP 5048 AND 5503540-1 24 FI N A L S U B M I T T A L - B I D S E T GD JMAF C-19 22 CIVILCONNECTION DETAILS 2 CARLSBAD BLVD STA 39+78.69 CARLSBAD BLVD STA 53+25.73 CANNON RD STA 53+25.7 3 CANNON RD 13/13/24 AJF ADDENDUM 01 1 Public Works Contract Administration 1635 Faraday Avenue  Carlsbad, CA 92008  760-602-4677 t March 22, 2024 ADDENDUM NO. 2 RE: CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMAR BID NO. PWS24-2372UTIL Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. GRAHAM JORDAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 __________________________________ Bidder's Signature Contract No. 5048-5503 - PWS24-2372UTIL 1 Addendum No. 2 CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR Contract No. 5048/5503 Bid No. PWS24-2372UTIL Addendum No. 2 From: Graham Jordan, Contract Administrator Phone: 442-339-2462 graham.jordan@carlsbadca.gov No. of Pages: 2 pages Date: March 22, 2024 Bid Opening Date: March 27, 2024 - 2 p.m. (changed in Addendum No. 1) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications and/or Plans. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. MODIFICATIONS, DELETIONS, AND/OR ADDITIONS TO SPECIFICATIONS ITEM NO. 1: TECHNICAL SPECIFICATIONS, SECTION 02613 CURED-IN-PLACE MANHOLE LINER Delete subsection 1.07 WARRANTIES AND BONDS and replace with the following: 1.07 WARRANTY A. As specified in the General Conditions. B. Standard 20-year warranty: 1. Provide manufacturer’s written warranty to cover material defects in the liner for a period of twenty (20) years. a. Submit proposed warranty with product submittal in accordance with General Provisions, Section 2-5.3to Engineer. Submit the final warranty prior to installation and as a condition of Project final acceptance. Contract No. 5048-5503 - PWS24-2372UTIL 2 Addendum No. 2 b. Lining failure is defined as blistering, cracking, embrittlement, or softening, or failure to adhere to the substrate. c. Testing performed by Contractor during construction (e.g., adhesion testing, dye testing, spark testing, and/or other testing) does not in any way modify the warranty under this Specification Section, nor relieve Manufacturer's or Contractor’s responsibility for correcting defects under any warranty furnished under the Contract. during the warranty period. Revised 6/12/18 Contract No. 5048/5503 Page 46 of 158 GENERAL PROVISIONS FOR CARLSBAD BLVD WATER AND SEWER IMPROVEMENTS AT TERRAMAR CONTRACT NO. 5048/5503 CARLSBAD MUNICIPAL WATER DISTRICT 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. 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Revised 6/12/18 Contract No. 5048/5503 Page 47 of 158 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 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, 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. Contract – The written agreement between the Agency and the Contractor covering the Work. Revised 6/12/18 Contract No. 5048/5503 Page 48 of 158 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 or Executive 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. Electrolier – Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Revised 6/12/18 Contract No. 5048/5503 Page 49 of 158 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 or the Carlsbad Municipal Water District. 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 6/12/18 Contract No. 5048/5503 Page 50 of 158 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. Sewer – Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Revised 6/12/18 Contract No. 5048/5503 Page 51 of 158 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. Supplemental Agreement – A written amendment of the Contract Documents signed by both parties. Revised 6/12/18 Contract No. 5048/5503 Page 52 of 158 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 CF ................................................................ Cubic foot C&G .................................................... Curb and gutter CFR ................................ Code of Federal Regulations CFS ......................................... Cubic Feet per Second Revised 6/12/18 Contract No. 5048/5503 Page 53 of 158 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 MOD ................................................... Modified, modify MON ............................................................ Monument MSL .. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine Revised 6/12/18 Contract No. 5048/5503 Page 54 of 158 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 1-3.3 Institutions. Abbreviation Word or Words AASHTO ............................. American Association of State Highway and Transportation Officials ACI .................................................................................................... American Concrete Institute Revised 6/12/18 Contract No. 5048/5503 Page 55 of 158 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. 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) Revised 6/12/18 Contract No. 5048/5503 Page 56 of 158 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 6/12/18 Contract No. 5048/5503 Page 57 of 158 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 6/12/18 Contract No. 5048/5503 Page 58 of 158 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 6/12/18 Contract No. 5048/5503 Page 59 of 158 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 6/12/18 Contract No. 5048/5503 Page 60 of 158 2021 edition as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended and excepting Part 1 thereof. The Plans shall consist of the construction drawings, Drawing No. 540-1 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. Technical Specifications. 7. Carlsbad Engineering Standards (including City of Carlsbad and Carlsbad Municipal Water District Specifications, Standard Drawings and modifications to the San Diego Area Regional Standard Drawings). 8. Plans. 9. Standards Plans. a. San Diego Area Regional Standard Drawings. b. Traffic Signal Design Guidelines and Standards. Revised 6/12/18 Contract No. 5048/5503 Page 61 of 158 c. State of California Department of Transportation Standard Plans. d. 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. 5. Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6. Description of the contents of the submittal. Revised 6/12/18 Contract No. 5048/5503 Page 62 of 158 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 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: 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 Revised 6/12/18 Contract No. 5048/5503 Page 63 of 158 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 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. Revised 6/12/18 Contract No. 5048/5503 Page 64 of 158 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 analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. A geotechnical investigation report prepared for the project is included by reference in Appendix “C”. 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. At the Contractor’s option and in accordance with the following conditions, the Contractor may use a limited portion of CMWD property at the La Costa Low Reservoir yard located on Alga Road, south of Corte Casitas and north of Paseo Candelero, for construction staging at no cost to the Contractor. Use of the property for staging is conditioned upon the Contractor’s strict adherence to the conditions listed below. Non-compliance will result in the revocation of use of the property for staging, requiring the Contractor to immediately vacate and restore it to its original condition. Revised 6/12/18 Contract No. 5048/5503 Page 65 of 158 1. All provisions of the contract apply to the staging area. The Contractor’s attention is directed to Section 7 RESPONSIBILITIES OF THE CONTRACTOR with specific reference to Section 7-8 PROJECT SITE MAINTENANCE as it applies to water pollution control. Contractor shall install and maintain BMPs at the staging area at all times. 2. Use of the staging area is strictly limited to normal work hours specified for this Contract. The Contractor may not enter the staging area, park vehicles and/or create a queue along the driveway entrance before or after normal work hours unless prior, written authorization is provided by the City Inspector. 3. Prior to use of the staging area, the Contractor shall inspect the site with the City Inspector to confirm the use boundaries and shall include the property in the preconstruction survey per Section 7-9.1 prior to mobilization. 4. The Contactor shall secure and lock the gate upon leaving the yard. 5. All excavated material shall be hauled off-site. Materials, including excavation spoils, aggregate base, sand, rock, etc., shall be covered daily and secured with appropriate erosion and sediment control BMPs. All materials shall be removed from the storage area upon completion of the Project (i.e., no spreading/dispersing of material). 6. No concrete crushing or demolition activities are allowed at the yard. 7. The Contractor shall install temporary fencing around the staging area. At a minimum, the Contractor shall install orange snow fence and silt fence around the perimeter of the staging area. 8. Upon completion of the work, the Contractor shall demobilize and remove all materials and equipment from the staging area and restore the staging area to its pre-use condition as documented in the Contractor’s preconstruction survey. 9. If project construction activity is inactive for a period of 60 days, the Contractor shall remove all equipment and materials and restore the yard to the original condition within 15 days of receipt of notice to vacate by the Engineer. 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. 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 Revised 6/12/18 Contract No. 5048/5503 Page 66 of 158 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. 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 bid item for “Replace Survey Monument.” If no such bid item is listed in the bid schedule, payment shall be considered incidental to the work necessitating the disturbance of said monuments and no separate or 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 Revised 6/12/18 Contract No. 5048/5503 Page 67 of 158 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. 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 6/12/18 Contract No. 5048/5503 Page 68 of 158 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 6/12/18 Contract No. 5048/5503 Page 69 of 158 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 6/12/18 Contract No. 5048/5503 Page 70 of 158 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 6/12/18 Contract No. 5048/5503 Page 71 of 158 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 6/12/18 Contract No. 5048/5503 Page 72 of 158 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 District 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 6/12/18 Contract No. 5048/5503 Page 73 of 158 “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. Executive Manager, Carlsbad Municipal Water District 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 District 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 District 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 Executive 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 Executive Manager. Actual approval of the claim is subject to the change order provisions in the contract. Revised 6/12/18 Contract No. 5048/5503 Page 74 of 158 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 6/12/18 Contract No. 5048/5503 Page 75 of 158 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 6/12/18 Contract No. 5048/5503 Page 76 of 158 (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 6/12/18 Contract No. 5048/5503 Page 77 of 158 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 6/12/18 Contract No. 5048/5503 Page 78 of 158 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 6/12/18 Contract No. 5048/5503 Page 79 of 158 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 6/12/18 Contract No. 5048/5503 Page 80 of 158 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 6/12/18 Contract No. 5048/5503 Page 81 of 158 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 6/12/18 Contract No. 5048/5503 Page 82 of 158 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 6/12/18 Contract No. 5048/5503 Page 83 of 158 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 6/12/18 Contract No. 5048/5503 Page 84 of 158 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 (diameter and wall thickness), type of pipe, joint 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 pay 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 6/12/18 Contract No. 5048/5503 Page 85 of 158 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. All 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 Revised 6/12/18 Contract No. 5048/5503 Page 86 of 158 disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. 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. Close cooperation with CMWD Operations staff will be required prior to water utility shutdowns, construction, testing, and project completion. Revised 6/12/18 Contract No. 5048/5503 Page 87 of 158 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 6/12/18 Contract No. 5048/5503 Page 88 of 158 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 twenty (20) 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 20 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 6/12/18 Contract No. 5048/5503 Page 89 of 158 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 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. 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. Revised 6/12/18 Contract No. 5048/5503 Page 90 of 158 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, special events or restricted work hours or dates 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 scheduling constraints. Constraints include, but are not limited to, the following: • No pipeline construction or paving work during the peak tourist season between Memorial Day (May 27, 2024) and Labor Day (September 2, 2024). • No work during the Carlsbad Marathon (usually scheduled for the second Sunday in January 2025). • No work during Thanksgiving Week, November 18-22, 2024. • No work during Christmas week through New Year, December 23, 2024 to January 3, 2025. • Public access to the beach west of the Project site shall be maintained at all times and pedestrian detours, as may be necessary, shall be shown on the traffic control plans. • Equipment and materials must be staged outside of Carlsbad Boulevard and Cannon Road, and as approved by the Agency. • Equipment and materials will be demobilized and the site cleaned at the end of each work day. • All work within City of Carlsbad right-of-way will require approved traffic control plans. • All work within and adjacent to North County Transit District right-of-way at Cannon Road shall be coordinated through and in accordance with NCTD permits. • Southern California Gas will require monitoring during excavations within 10-feet of existing gas lines. The Contractor shall coordinate monitoring with So Cal Gas. • San Diego Gas and Electric (SDG&E) will require monitoring of excavations within 10-feet of existing gas lines. The Contractor shall coordinate monitoring with SDG&E. • SDG&E North Coast District Facility (APN 210-010-40) – The maximum duration of the service interruption for the water service replacement shall not exceed 8 hours (Cannon Road). This work must be performed at night or on the weekend or the water service must be temporarily supplied via a highline installed by the Contractor. • NRG Service Shutdown – The maximum duration of the service interruption for fire service replacement shall not exceed 8 hours (Cannon Road, Station 63+53). • San Diego County Water Authority (SDCWA) owns and operates the 54-inch Desalinated Water Conveyance pipeline in Cannon Road. Provide at least two (2) weeks notice to SDCWA prior to performing work in Cannon Road across or parallel to this pipeline. 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 Revised 6/12/18 Contract No. 5048/5503 Page 91 of 158 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 and shop drawings and secure necessary permits and approvals in accordance with the Contract Documents. Develop and submit a Work Plan identifying staging areas and haul routes and describing the materials, equipment and procedures for each phase of the Work and submit the Work Plan in accordance with Section 2-5.3. 2. At least ten days, but no more than 30 days prior to start of construction, coordinate with the City and its qualified environmental consultant for preconstruction activities and monitoring requirements (the Agency will conduct monitoring if required). 3. Secure laydown/staging areas including any off-site staging area(s) if necessary. The Contractor shall submit the location of the temporary staging area(s) three weeks prior to the start of construction activity. The staging area shall be in previously disturbed or developed areas. No staging areas shall be allowed to be within sensitive biological habitats and must adhere to the constraints listed in Section 6-2. 4. Submit a temporary sewer bypass plan. 5. Complete the Application for Water Meter Permit (Form E-27) to obtain a construction water meter from the City for any temporary water usage throughout the duration of construction. 6. Conduct surveying and staking of areas to be graded, pipeline alignments and proposed improvements and appurtenances, limits of right-of-way or easements. Conduct Underground Service Alert (DigAlert) notification and utility mark-out after completion of surveying and staking. Conduct pre-construction video and photographs of haul routes and work areas showing construction stakes and/or alignment stationing. 7. Mobilize labor force, materials and equipment for subsequent phases of Work and install temporary facilities and BMPs, traffic control and excavation safety measures. The installation of temporary construction BMPs shall precede ground disturbing activities. 8. 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. 9. Submit a pipeline highlining plan for all domestic water or fire services to be highlined during the Work as noted or required by the Contract Documents. Temporary water meter shall be secured by the Contractor. The water source location shall be as approved by CMWD and the Contractor shall pay all fees for the temporary meter. 10. Submit a Utility Shutdown/Connection Request (Form E-28, Appendix “B”) with two weeks advance notice and all required information. CMWD forces will isolate the existing water mains for each construction heading on the date so approved. The Contractor shall dewater the pipeline and excavations. 11. Remove existing pipelines or appurtenances specified for removal or that are abandoned (or to be abandoned) and in conflict with the work as specified or required. Salvage existing equipment to the District where specified. Construct the new pipelines, isolation valves, appurtenances (e.g., air valve and blow-off assemblies) and utility services. Install thrust restraint systems and backfill all excavations. 12. Conduct hydrostatic pressure testing and disinfection of new pipe systems in accordance with Carlsbad Engineering Standards. 13. Complete the connections to the existing water mains, place and compact backfill, aggregate base, and restore finished surfaces to original or better condition, including Revised 6/12/18 Contract No. 5048/5503 Page 92 of 158 but not limited to, pavement restoration and existing landscape and irrigation repairs in areas disturbed by construction. 6-2.2 Construction Phasing. The following construction phase guidelines 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 work of any single phase shall be completed prior to beginning the work of a subsequent phase unless otherwise specified or approved by the Engineer. The phasing guidelines 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. Any modification of the phasing described below shall be submitted in accordance with 2-5.3 and approved by the Engineer. Sewer Improvement Phases: 1. Carlsbad Blvd. (from Shore Dr. North to Cannon Rd.) and Cannon Rd. (from Carlsbad Blvd. to El Arbol Dr.): Establish a temporary sewer bypass from MH 27B-32 to MH 27B-66 and include provisions for bypassing the three sewer laterals for 5080 Carlsbad Blvd, 5070 Carlsbad Blvd, and 101 Cannon Rd. Clean and prepare the pipe for CIPP lining. Install 10-inch CIPP lining, Top Hat sewer lateral connections and perform inspection of the completed lining system. Rehabilitate the manholes. Reinstate the sewer main to service. 2. Carlsbad Blvd. from Shore Dr. South to Cerezo Dr. Establish a temporary sewer bypass from MH 27B-62 to MH 27D-15 and include provisions for bypassing nine sewer laterals for 5290, 5300, 5310, 5320, 5340, 5360, 5370, 5380 and 5390 Carlsbad Blvd. Excavate and remove the existing 6-inch VCP sewer pipe, construct new 8-inch PVC sewer pipe, and perform testing and inspection of the new sewer pipe. Rehabilitate the manholes. Reinstate the sewer main to service. Water Improvement Phases: 1. Carlsbad Blvd between Manzano Dr. and Cannon Rd.: Construct the new 12-inch PVC water main in Carlsbad Blvd between STA 43+35 (south of Manzano Dr.) and STA 13+90 (at Cannon Rd.), together with all appurtenances, water service assemblies, and branching water mains at STA 39+78 (Manzano Dr.), STA 23+87 (Shore Dr. South), and STA 15+84 (Shore Dr. North). Do not connect the new branching water mains to the existing water mains at Shore Dr. North, Shore Dr. South and Manzano Dr. Conduct hydrostatic pressure testing and disinfection of the new PVC pipe and branching water mains. Connect the new pipeline to the existing water main at STA 43+49, south of Manzano Dr. Cut and install a temporary end cap on the existing 6-inch AC water main, north of STA 43+49 (west side of Carlsbad Blvd), to keep the existing water services to the north active. With the new 12-inch water main in service between STA 43+49 and STA 13+90, connect the new water service assemblies along Carlsbad Blvd to the existing private Revised 6/12/18 Contract No. 5048/5503 Page 93 of 158 water services. Diligently proceed to restore private improvements damaged during construction (pavements, fencing, landscaping, etc.) after connection of the private water services. Connect the new branching water main to the existing water main at STA 23+87 (Shore Dr. South). Remove and salvage existing valves at Shore Dr. South and deliver to CMWD. Do not connect the new branching water mains to the existing water mains at Shore Dr. North and Manzano Dr. 2. NRG Energy Water Service: Install the new 3-valve assembly and 8-inch water service serving NRG Energy at STA 63+53 Cannon Rd. The maximum shut down duration is 8 hours. 3. Cannon Rd. Highline: Install a temporary highline for the existing water services between Carlsbad Blvd and El Arbol Dr.: SDG&E North Coast Facility, 101 Cannon Rd, 5050 Los Robles Dr, and 5081 El Arbol Dr. Water supply from the existing hydrant in Los Robles Dr. will feed the highline. 4. Tierra del Oro: Construct the new 8-inch PVC water main and appurtenances between STA 20+00 and STA 21+00. Conduct hydrostatic pressure testing and disinfection of the new PVC pipe. 5. Cannon Rd, Tierra del Oro, Los Robles Dr, El Arbol Dr., and Manzano Dr.: During this phase, multiple connections to existing pipelines will occur during the same pipeline shutdown. The maximum shut-down duration for this phase is 8 hours and must occur during nights or weekends. At El Arbol Dr., install the 3-valve assembly at STA 57+37, the new pipeline in El Arbol Dr., and the new hydrant in El Arbol Dr. Connect the new valve assembly to the existing 12-inch AC water main east of STA 57+37 and connect the new 8-inch water main to the existing 6-inch water main in El Arbol Dr. At Los Robles Dr., cut and install temporary end cap on the existing 6-inch AC water main in Los Robles Dr. at Cannon Rd. Water supply to the existing hydrant in Los Robles Dr. that feeds the highline installed in Phase 3 shall be reinstated at the end of this phase. At Tierra del Oro, install the new valve assembly at STA 20+00 in Carlsbad Blvd and connect to the existing 12-inch AC water main north of STA 20+00. Do not connect to the existing 12-inch AC water main south of STA 20+00. Connect the new 8-inch water main to the existing 8-inch water main at STA 21+00. Remove and salvage existing valve at Tierra del Oro and deliver to CMWD. At Manzano Dr., connect the new branching water main at STA 39+78 installed in Water Improvement Phase 1 to the existing water main in Manzano Dr. 6. Shore Dr. North: Connect the new branching water main installed at STA 15+84 in Water Improvement Phase 1 to the existing water main at Shore Dr. North. Remove and salvage existing valves at Shore Dr. North and deliver to CMWD. Revised 6/12/18 Contract No. 5048/5503 Page 94 of 158 7. Cannon Rd (between Carlsbad Blvd to El Arbol Dr.) and Carlsbad Blvd (between Tierra del Oro St. and Cannon Rd.): In Cannon Rd., remove the existing 10-inch AC water main and construct the new 12-inch PVC water main, water service assemblies, and appurtenances from Carlsbad Blvd to El Arbol Dr., including the 3-valve assemblies at STA 13+79 (Carlsbad Blvd.) and at STA 53+32 (Los Robles Dr.). In Carlsbad Blvd, remove the existing 12-inch AC water main and construct the new 12-inch PVC water main with all appurtenances between STA 9+91 (Tierra del Oro St.) and STA 13+79 (Cannon Rd). Conduct hydrostatic pressure testing and disinfection of the new PVC water mains installed during this phase in Cannon Rd. and in Carlsbad Dr. Connect the new water main to the new valve assembly at STA 9+91 (Carlsbad Blvd), to the new pipeline at STA 13+90 installed in Water Improvement Phase 1, and to the new valve assembly at STA 57+37 (El Arbol Dr.). With the new 12-inch water main along Cannon Rd in service between Carlsbad Blvd. and El Arbol Dr., connect the new water service assemblies along Cannon Rd to the existing private water services and remove the temporary highline. 8. Los Robles Dr.: Construct the new 8-inch PVC water main and appurtenances in Los Robles Dr. and conduct hydrostatic pressure testing and disinfection of the new PVC pipe. Connect the new 8-inch water main to the new 3-valve assembly at STA 53+32 and to the existing 6-inch water main in Los Robles Dr. 9. NCTD Railway Crossing: Excavate the launching and receiving pits and set up the pipe ramming system. Install the 24-inch casing via the pipe ram method. 10. Cannon Rd. between El Arbol Dr. and STA 63+53: Remove the existing 12-inch AC water main and construct the new 12-inch PVC water main and appurtenances from El Arbol Dr., through the steel casing at the NCTD railway crossing, and continuing to STA 63+53 (NRG Energy water service). Conduct hydrostatic pressure testing and disinfection of the new PVC water main. Connect the new water main to the new valve assembly at El Arbol Dr. and to the new valve assembly at STA 63+53. Connect the new water service assembly at the Terramar Lift Station to the existing water service. 11. Cannon Rd. between STA 63+53 (NRG Energy water service) and STA 65+18 (Avenida Encinas): Remove the existing 12-inch AC water main and construct the new 12-inch PVC water main with all appurtenances between STA 63+53 and STA 65+18. Conduct hydrostatic pressure testing and disinfection of the new water main. Connect the new water main to the new valve assembly at STA 63+53 and the existing valve at STA 65+18. The work in this phase may follow Phase 8. 12. Water Main Abandonment: Abandon the existing AC pipe water mains on the east and west shoulders of Carlsbad Blvd. and all other abandonment locations. 13. Construct final paving and restore pavement striping, markings and markers. Revised 6/12/18 Contract No. 5048/5503 Page 95 of 158 14. Conduct any remaining site restoration to the condition existing prior to the start of Work and in accordance with the Contract Documents. 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 comply with the scheduling constraints identified in these specifications or as determined by CMWD during review of the Contractor’s Work Plan. 2. Utility Shutdown/Connection Request (Form E-28) must be submitted at least two weeks prior to the desired date for a water main shutdown. The Agency will isolate all pipelines. The Contractor shall conduct all dewatering and water disposal. 3. Existing water mains may require a cut and plug and thrust block to achieve the specified phasing or to limit the duration of water service interruption. Cut and plug locations shall be submitted in accordance with 2-5.3. 4. When domestic water or fire service interruptions are necessary, no customer shall be without water for longer than 8 hours unless otherwise specified or approved. If the planned water service shutdown duration exceeds the duration specified, the Contractor shall submit a highline plan for approval and provide all highlining prior to the shutdown. 5. Each excavation for pipeline connections or dewatering points shall be lined with plastic sheeting and a layer of ¾” rock with a sump and pump for dewatering. Existing isolation valves may not provide drip-tight shut off and the Contractor shall implement all means and methods necessary to handle water leakage during pipeline connection work. 6. At least 2 working days prior to the shutdown: a. All underground utilities and pipe diameters shall be verified in the presence of the Inspector. b. All dewatering shall be functioning and demonstrated to the Inspector. 7. Excavations must be backfilled or securely shored and plated if unattended by the Contractor’s personnel and at the end of each work day. 8. Excavations shall be backfilled and the base course of paving placed within 3 working days of energizing the respective pipeline segment. 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 include 15 working days for coordination with the Archaeological and Cultural Monitor in the construction schedule. Revised 6/12/18 Contract No. 5048/5503 Page 96 of 158 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 begin 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 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 Revised 6/12/18 Contract No. 5048/5503 Page 97 of 158 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 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. Revised 6/12/18 Contract No. 5048/5503 Page 98 of 158 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 calendar days. The Contractor shall diligently prosecute the work to completion within 280 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 or Sunday, 2. any day designated as a holiday by the Agency, 3. any day identified as a construction moratorium due to special events or holiday periods, 4. 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, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. 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 the day prior to Thanksgiving and between December 23 and January 1. Main line or service shutdowns will not be allowed on Mondays and Fridays. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:00 a.m. and 4:30 p.m. on Mondays through Fridays, excluding Agency holidays and other restricted days or times as specified in 6-2. 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, Revised 6/12/18 Contract No. 5048/5503 Page 99 of 158 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. 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. Revised 6/12/18 Contract No. 5048/5503 Page 100 of 158 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. 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 within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, 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 Revised 6/12/18 Contract No. 5048/5503 Page 101 of 158 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 6/12/18 Contract No. 5048/5503 Page 102 of 158 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 6/12/18 Contract No. 5048/5503 Page 103 of 158 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, overload, blasting, and demolition. North County Transit District Permit (NCTD) The Contractor shall procure a “Right-of-Entry” and Access Authorization (AA) Permit from NCTD. All persons entering into the railroad right-of-way will be required to attend a training course conducted by NCTD on Railroad Worker Protection (“RWP”) Safety rules and regulations. Further, the presence of equipment, materials, or workers within 25 feet of the centerline of any track will require the use of Railway Flaggers. The Contractor shall be responsible for all costs for training, flaggers, traffic control, and scheduling of flaggers with NCTD. 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. A For Construction submittal and Access Authorization (AA) permit are required prior to commencement of work. More information on the submittal process may be found at the following link: https://gonctd.com/about-nctd/accountability/working-around-the-rails/. 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 Volatile Organic Compound (VOC) content and requirements for recordkeeping and reporting. These materials and activities include, but are not limited to the following: Revised 6/12/18 Contract No. 5048/5503 Page 104 of 158 • 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 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 CARB and/or the SDAPCD 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 in accordance with 2-5.3 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 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 Revised 6/12/18 Contract No. 5048/5503 Page 105 of 158 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. 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 five 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 two projects specific to potable water distribution pipelines with contract values over $2,000,000. The Contractor shall be responsible for submitting verifiable experience records. 2. Completion of OSHA 30-hour Construction Training Course. Submit certification as proof. 3. Completion of Asbestos Cement Pipe workplace safety course as administered by regulatory citation CCR Title 8, Section 341.17. Submit certification as proof. CMWD reserves the right to disqualify bidders if the required technical ability and experience for the Contractor's Representative is not demonstrated. 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. Revised 6/12/18 Contract No. 5048/5503 Page 106 of 158 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 delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 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 Revised 6/12/18 Contract No. 5048/5503 Page 107 of 158 and dust control shall be considered incidental to the items of work that they are associated with, and no additional payment will be made therefor. 7-8.2 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. 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 limit the land disturbance area resulting from construction activities to less than 1 acre and comply with a City of Carlsbad Tier 2 Construction SWPPP. The Contractor shall comply with the City’s Construction Storm Water Pollution Prevention Plan (SWPPP) standards and requirements to ensure construction compliance with the City of Carlsbad Storm Water Ordinance and the Municipal Permit, as issued by the San Diego California Regional Water Quality Control Board (SDRWQCB) San Diego Region Order No. R9-2013-0001, as amended by Order Nos. R9-2015-0001 and R9-2015-0100; National Pollutant Discharge Elimination System (NPDES) No. CAS0109266 and Waste Discharge Requirements for Discharges from the Municipal Separate Storm Sewer Systems (MS4s) Draining the Watersheds within San Diego Region and any amendment, revision or re-issuance thereof. Revised 6/12/18 Contract No. 5048/5503 Page 108 of 158 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. 7-8.7 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. Noise mitigation requirements include limiting construction noise during the general breeding season (January 15 to September 15) that could affect the breeding of the coastal California gnatcatcher, migratory songbirds, and other bid species associated with adjacent undeveloped areas. Construction noise exceeding 60 dBA hourly average, adjusted for ambient noise levels at a nesting site, shall not occur within 500 feet of active nesting sites during the general breeding season (January 15 through September 15). The Agency will retain a qualified biologist to perform a preconstruction survey and monitoring for biological resources and monitor the construction activities that occur adjacent to undeveloped open space that potentially supports breeding birds. The Contractor shall be responsible for noise mitigation, if required. 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. 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. Revised 6/12/18 Contract No. 5048/5503 Page 109 of 158 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, proposed alignment, working areas, staging and storage areas. 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”. 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 copy of each “potential problem area” photograph (4-inch by 6-inch colored photos). c. Written summary of “potential problem areas” and the Contractor’s recommendations to address these problem 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 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. 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 Revised 6/12/18 Contract No. 5048/5503 Page 110 of 158 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 off-site 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 the agencies above. 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. Revised 6/12/18 Contract No. 5048/5503 Page 111 of 158 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 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 construction, a minimum of one, 12-foot wide paved traffic lane shall be open for use by public traffic in each direction of travel. Detours shall be subject to approval by the Engineer. 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. Revised 6/12/18 Contract No. 5048/5503 Page 112 of 158 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 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, Revised 6/12/18 Contract No. 5048/5503 Page 113 of 158 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. 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. Revised 6/12/18 Contract No. 5048/5503 Page 114 of 158 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 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 Revised 6/12/18 Contract No. 5048/5503 Page 115 of 158 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. 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. 5. The 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. The 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. Revised 6/12/18 Contract No. 5048/5503 Page 116 of 158 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: 1) 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 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. 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 bridge materials including, but not limited to steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be 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. Revised 6/12/18 Contract No. 5048/5503 Page 117 of 158 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 6/12/18 Contract No. 5048/5503 Page 118 of 158 SECTION 8 – FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. When specified in Section 9-4 under Mobilization and Preparatory Work, all facilities provided for Agency personnel shall be provided at suitable locations approved by the Engineer. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. A Class “A” Field Office in accordance with Section 8-2.1 shall be provided at any offsite plant facility furnishing pipe subject to Agency inspection during manufacture. A Field Laboratory in accordance with Section 8-3.1 shall be provided at any offsite or project site plant facility furnishing Portland cement concrete or asphalt paving material. Any other facilities for Agency personnel shall be provided only when required by the Specifications. Offices and laboratories at plants may be used concurrently by inspection personnel of other agencies provided such use does not seriously conflict with Agency use. When facilities are shared in this manner, at least one locker provided with a hasp for a padlock must be available for the exclusive use of Agency inspectors. Otherwise, any facilities furnished are for the exclusive use of Agency personnel. All facilities shall conform to the applicable codes, ordinances, and regulations of the local jurisdiction and of the State of California and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. The Contractor shall provide janitorial and other maintenance services in all types of facilities provided. Such services shall include the supply of the appropriate paper products and dispensers. Trash receptacles shall be provided and emptied by the Contractor at weekly intervals or sooner as required. The trash shall be removed from the project site. All costs to furnish, maintain, service, and remove the specified facilities at the project site shall be included in the price bid for such facilities. If no bid item is provided in the proposal, costs shall be included in other items for which bids are entered. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. 8-2.1 Class “A” Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals that the Engineer may designate. The field office shall be a separate structure from any other office facility. The Contractor shall maintain the field office with supplies throughout the entire duration of the contract unless the Engineer approves otherwise. This office shall have a minimum floor space of 440 square feet. All doors and windows shall be provided with screens. Furniture shall be provided as follows, subject to Engineer approval: • one plan table • one standard 5-foot long double-pedestal desk with a drawer suitable for holding files • two chairs • one drafting stool • one plan rack Revised 6/12/18 Contract No. 5048/5503 Page 119 of 158 Additionally, the "Class A" Field Office shall be provided with: • one additional standard 5’ double pedestal desk with two chairs • one electrostatic copier • one refrigerator, 4.5 cubic feet minimum • one microwave oven • one additional plan rack • one water cooler with hot and chilled water • integral sanitary facilities with a toilet and wash basin with hot and cold potable water Electric power shall be provided to include a minimum of four duplex convenience outlets. The office shall be illuminated at the tables and desk. An outdoor lighting fixture with a 300-watt bulb shall be installed. Heating and air conditioning of sufficient capacity shall be provided at no expense to the Agency. The field office shall be located within or immediately adjacent to the limits of work, as approved by the Engineer, with access and three parking spaces for the exclusive use of the Engineer and his/her designees. The field office shall have a 24" by 36" sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Engineer. CITY OF CARLSBAD ENGINEERING INSPECTION 8-2.2 Class “B” Field Office. This office shall be the same as class “A” except that integrated sanitary facilities and air conditioning are not required. A separate, chemical toilet facility shall be provided adjacent to the office per Section 7-8.4. 8-2.3 Class “C” Field Office. The office shall have a minimum floor space of 160 square feet. It shall be equipped with one 3 by 5-foot table, four chairs and one plan rack. It shall be adequately heated, ventilated, and lighted and two duplex convenience outlets shall be provided. Air conditioning, telephones, and sanitary facilities are not required. Revised 6/12/18 Contract No. 5048/5503 Page 120 of 158 8-3 FIELD LABORATORIES. 8-3.1 Offsite at Manufacturing Plant. Field laboratories shall conform to the requirements for a Class “C” Field Office specified in Section 8-2.3 except for the following: 1. Telephone service per Section 8-2.1. 2. Chair. 3. Work table, 4 by 10 feet, 3 feet high. 4. Sieves per Section 203-6. 5. Scales and weights. 6. Burner plate for heating supplies. 7. Thermometer, with 90 to 260°C (200 to 400°F) degree range (Asphalt Plants only). 8. Air meter for all concrete in accordance with ASTM C231 of the type that indicates percentage of air directly (Precast Concrete Plants only). All sampling and testing equipment shall be maintained in satisfactory operating condition by Contractor or plant owner. Laboratories shall be located immediately adjacent to and with full view of batching and loading operations. 8-3.2 At Project Site. Field laboratories shall be in accordance with Section 8-3.1, except that sieves, scales, weights, burner plates, sampling devices, pans, and thermometers will be furnished by the Agency at no expense to the Contractor. If air entraining agents are being used in the Concrete on the project, an air meter of the type described in Section 8-3.1 shall be furnished by the Contractor. 8-4 BATHHOUSE FACILITIES. When the Plans or Specifications require bathhouse facilities, the following shall be provided: 1. One lavatory with hot and cold water. 2. One toilet in a stall. 3. One 1 m (3 feet) trough-type urinal. 4. One enclosed shower at least 3 by 3 feet with hot and cold water. 5. One bench, 2 m (6 feet) long. 6. Soap dispensers. 7. Toilet paper holders. 8. Paper towel cabinet. 9. Wastepaper receptacle. These facilities shall be serviced and provided with necessary sanitary supplies. These facilities shall be for the exclusive use of Agency personnel. However, a separate building need not be provided for this purpose if such facilities are located in a separate room in a building which includes other facilities. 8-5 REMOVAL OF FACILITIES. Field offices, laboratories, and bathhouse facilities at the project site shall be removed upon completion of the Work. Buildings and equipment furnished by the Contractor at the project site under the provisions of this section are the property of the Contractor. 8-6 BASIS OF PAYMENT. All costs incurred in furnishing, maintaining, servicing, and removing field offices laboratories, or bathhouse facilities required at the project site shall be Revised 6/12/18 Contract No. 5048/5503 Page 121 of 158 included in the bid item for furnishing such facilities. If such facilities are required by the Plans or Specifications and no bid item is provided in the proposal, the costs shall be included in other items for which bids are entered. Such costs incurred in connection with offices and laboratories at plants shall be borne by the plant owners. Payment for field office will be made at the monthly price bid and will include full compensation for installing and removing the field office, relocating it as may be necessary to facilitate the project, obtaining all permits, property rental, providing utilities including, but not limited to, high speed internet service, electrical, telephone, potable water and sanitary facilities, and maintenance. The monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Engineer and on the project excepting when the Engineer has ordered that the field office be removed from the project. Revised 6/12/18 Contract No. 5048/5503 Page 122 of 158 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. Linear quantities of pipe or conduit shall be measured along the alignment centerline stationing. 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. Revised 6/12/18 Contract No. 5048/5503 Page 123 of 158 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 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 Revised 6/12/18 Contract No. 5048/5503 Page 124 of 158 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 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, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. 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 Revised 6/12/18 Contract No. 5048/5503 Page 125 of 158 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. 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, surveying and Revised 6/12/18 Contract No. 5048/5503 Page 126 of 158 staking, demobilization and any other work or services not included in any other bid item. 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. Mobilization and Preparatory Work The contract price paid for this bid item shall constitute payment for all mobilization work in accordance with Section 9-3.4 of these General Conditions. A field office per Section 8-2.3 or field laboratory or bathhouse facilities will not be required for this project. Temporary Traffic Control The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, equipment and incidentals, prepare traffic control plans and implement temporary traffic control systems, complete in-place and in accordance with the Contract Documents, including Sections 7-10.1 through 7-10.3 and 601 and its subsections. Excavation Support System 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 detailed 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 6/12/18 Contract No. 5048/5503 Page 127 of 158 Stormwater Pollution Prevention Plan The contract price paid for this bid item shall constitute full compensation for furnishing all labor, materials, tools, equipment and incidentals for preparing, amending and implementing the Tier 2 SWPPP in accordance with Section 7-8.6 and 300-12. Utility Potholing and Locating The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to determine, by potholing, the location and depth of all existing utilities in accordance with the Contract Documents. This bid item shall include notification to Underground Service Alert and utility mark-out, coordination and standby inspection of potholing excavations, backfilling of excavations, patching of pothole excavations with temporary AC paving, maintenance of AC paving at the pothole locations, and submitting results to the Engineer in advance of pavement saw-cutting or excavations. Surveying The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to provide adequate field survey to construct the work shown or specified in the Contract Documents. Preconstruction Video and Photographs The contract price for work under this item shall include, but not be limited to, furnishing all labor, material, tools and equipment, and performing all work required for preconstruction video and photographs in accordance with 7-9.1 and all other work necessary to complete this item of work as described in the Contract Documents. Replace Pavement Striping, Markings and Markers 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, markings, markers and signage disturbed, removed or damaged by construction. 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 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. 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. Asphalt Concrete The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to place asphalt concrete pavement, complete in-place in accordance with City of Carlsbad Standard Drawings (GS-17 and GS-25 or GS-26, as modified) and other requirements of the Contract Documents. The price paid shall include, but not be limited to, saw-cutting and cold milling not included in any other bid item; applying tackifiers; placing and compacting asphalt concrete along trench excavations, areas damaged by construction, or grind and overlay areas; applying seal coat; disposal of waste or surplus materials and all incidental work or services. Pavement that is damaged during construction, when such damage could Revised 6/12/18 Contract No. 5048/5503 Page 128 of 158 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. Payment for AC pavement restoration shall be based on the greater of Carlsbad Standard Drawing No. GS-17 or the following: Carlsbad Boulevard, Cannon Road: 6” asphalt concrete over 12” aggregate base. All other streets: 5” asphalt concrete over 8” aggregate base. Aggregate Base The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and place untreated aggregate base (Caltrans Class II, Section 26-1.02B), complete in-place in accordance with City of Carlsbad Standard Drawings (GS-17 and GS-25 or GS-26) and other requirements of the Contract Documents. The price paid shall include, but not be limited to preparing and compacting the subgrade; importing, placing and compacting aggregate base above the trench zone, beneath asphalt concrete, beneath Portland cement concrete pavement, flatwork or curb and gutter; and all incidental work or services. Refer to the Asphalt Concrete bid item for aggregate base thickness requirement beneath AC pavement. Aggregate base thickness beneath PCC curb, gutter or paving shall be 6 inches minimum. Slurry Seal The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to place slurry seal as required by the Contract Documents. Slurry seal shall meet all requirements of the Contract Documents and be placed where indicated on the plans and as required by the Contract Documents. Demolish PCC Paving in Carlsbad Boulevard The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to saw-cut, remove and dispose of existing Portland cement concrete (PCC) pavement for Old Highway 101, located beneath the AC pavement section along Carlsbad Boulevard, 30 feet wide and 6 inches thick, centered on the centerline of the roadway. Payment shall be made per lineal foot of trench with PCC pavement beneath the AC pavement, and for the trench width specified on the Bid Schedule. Payment will not be adjusted for variation in PCC pavement thickness. This bid item does not include saw-cutting, removal and disposal of AC or PCC pavement outside of the limits of Old Highway 101, which shall be considered included in the Furnish and Install Water Main bid item, the Water Main Connection bid item, or any other bid item involving trench excavation for underground conduit construction including, but not limited to, trench excavations for fire hydrant piping or water and sewer service piping. Construct Portland Cement Concrete Improvements The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and construct Portland cement concrete flatwork, pavement, concrete cross gutters, curb and gutter, complete in-place, in accordance with the Contract Documents. The price paid shall include, but not be limited to, saw-cutting; subgrade preparation; importing, placing and compacting aggregate base; formwork; steel reinforcement; concrete; mortar; curing and all incidental work or services. Portland cement concrete or other site improvements Revised 6/12/18 Contract No. 5048/5503 Page 129 of 158 that are 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. Payment for Portland cement concrete restoration shall be based on the applicable Carlsbad Standard Drawings (GS series) or San Diego Regional Standard Drawings, as modified. Refer to Volume 3 of the Carlsbad Engineering Standards. Furnish and Install Temporary Highline The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and install temporary highline for domestic water services or fire services in accordance with the Contract Documents. 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; bacteriological testing; temporary asphalt (cold mix); protective ramps or plating; maintenance of the highline system for the duration of the work; removal of the system upon reconnection of water or fire services; and site restoration including asphalt concrete paving or Portland cement concrete flatwork, curb or gutter not paid for in any other bid item. Materials used for the temporary highline shall be ANSI/NSF 61 certified with a working pressure rating of not less than 150 psi. When a separate bid item is not included on the bid schedule for Temporary Highline, payment for Temporary Highline shall be considered included in the price bid for Furnish and Install Water Main and no separate payment shall be made therefor. Furnish and Install Trenchless 12-inch FPVC Water Main in 24-inch Steel Casing The Contract Unit Price bid for this item shall constitute full compensation for furnishing all materials, labor, equipment, and tools for complete trenchless installation for a new 12-inch fused polyvinyl chloride (FPVC) water main carrier pipe in a new 24-inch steel pipe casing, crossing underneath the NCTD railroad tracks, and in accordance with the Contract Documents. This item includes all work associated with the trenchless construction including but not limited to casing and carrier pipes; welding of steel casing; butt-fusion welding of carrier pipe; settlement monitoring surveys; fittings; hardware; spacers; casing end seals; grout; corrosion protection of fittings and hardware; thrust blocks and thrust restraint devices; hydrostatic pressure testing; disinfection; bacteriological testing; disposal of surplus materials; and all incidental work. This item also includes all work associated in the NCTD right-of-way including, but not limited to, submitting construction documents and obtaining a Right of Entry and Access Authorization Permit, paying permit and inspection fees, settlement monitoring surveys, flagging, Roadway Worker Protection (RWP) Training, and compliance with permit requirements. Furnish and Install Trenchless Launching Pit The Contract Unit Price bid for this item shall constitute full compensation for furnishing all materials, labor, equipment, and tools for the complete construction of a launching pit for the Furnish and Install Trenchless 12-inch FPVC Water Main in 24-inch Steel Casing bid item. This item includes all saw-cutting, demolition and disposal of asphalt concrete pavement; excavation; shoring and bracing; placement and compaction of bedding and backfill; surveying; replacement of traffic loops; and all incidental work, complete in accordance with the Contract Documents. Once excavation is complete and pipe installation has started, 40% of this line item will be paid. The remaining 60% for this item will be paid when pipeline installation is complete, and the pit has been backfilled, compacted, and restored to the existing condition. This bid item shall not Revised 6/12/18 Contract No. 5048/5503 Page 130 of 158 include pavement structural section restoration which is measured and paid for under a separate bid item. Furnish and Install Trenchless Receiving Pit The Contract Unit Price bid for this item shall constitute full compensation for furnishing all materials, labor, equipment, and tools for the complete construction of a receiving pit for the Furnish and Install Trenchless 12-inch FPVC Water Main in 24-inch Steel Casing bid item. This item includes all saw-cutting, demolition and disposal of asphalt concrete pavement; excavation; shoring and bracing; placement and compaction of bedding and backfill; surveying; replacement of traffic loops; and all incidental work, complete in accordance with the Contract Documents. Once excavation is complete and pipe installation has started, 40% of this line item will be paid. The remaining 60% for this item will be paid when pipeline installation is complete, and the pit has been backfilled, compacted, and restored to the existing condition. This bid item does not include pavement structural section restoration which is measured and paid for under a separate bid item. Furnish and Install 12-inch FPVC Water Main in 24-inch Steel Casing The Contract Unit Price bid for this item shall constitute full compensation for furnishing all materials, labor, equipment, and tools to install new 12-inch fused polyvinyl chloride (FPVC) water main carrier pipe in a new 24-inch steel pipe casing via open trench construction and in accordance with the Contract Documents. This bid item shall include all saw-cutting, demolition and disposal of asphalt concrete pavement; excavation; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; casing and carrier pipe; welding of steel casing; butt-fusion welding of carrier pipe; gaskets; fittings; hardware; spacers; casing end seals; grout; corrosion protection of fittings and hardware; thrust blocks and thrust restraint devices; hydrostatic pressure testing; disinfection; bacteriological testing; disposal of surplus materials and all incidental work. This bid item does not include pavement structural section restoration which is measured and paid for under a separate bid item. Furnish and Install 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 of the size specified per CMWD W-2 and in accordance with the Contract Documents. This bid item shall include all saw-cutting, demolition and disposal of asphalt concrete pavement; excavation; removal of existing or to be abandoned conduits or structures; dewatering and any required water disposal; 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; bacteriological testing; disposal of surplus materials; and all incidental work. This bid item does not include pavement structural section restoration which is measured and paid for under a separate bid item. Furnish and Install Gate Valve The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools, and equipment and install new resilient wedge gate valve of the size specified and valve box assembly per CMWD Standard Drawing W-21 and in accordance with the Contract Documents. This bid item shall include gaskets; hardware; corrosion protection coatings; polyethylene encasement; valve support blocks; thrust restraint fittings or concrete thrust blocks; valve box and lid; locating wire; and placement and compaction of imported pipe zone bedding and backfill and trench zone backfill. Gate valves installed for fire service or fire hydrant assemblies shall be measured and paid for under separate bid items. Revised 6/12/18 Contract No. 5048/5503 Page 131 of 158 Furnish and Install 2-Inch Combination Air & Vacuum Valve Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and install new combination air and vacuum valve assembly per CMWD Standard Drawing No. W-11 and in accordance with the Contract Documents. This bid item shall include all saw-cutting, demolition and disposal of asphalt concrete pavement; excavation; removal of existing or to be abandoned conduits or structures; dewatering and any required water disposal; piping; isolation valves; fittings; combination air valve and enclosure; appurtenance pad; valve box and lid; locating wire; and placement and compaction of imported pipe zone bedding and backfill and trench zone backfill. This bid item does not include pavement structural section restoration which is measured and paid for under a separate bid item. Furnish and Install 2-inch Manual Air Release / Blowoff Assembly 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 No. W-10 and in accordance with the Contract Documents. This bid item shall include all saw-cutting, demolition and disposal of asphalt concrete pavement; excavation; removal of existing or to be abandoned conduits or structures; dewatering and any required water disposal; piping; valves; fittings; valve box and lid; locating wire; and placement and compaction of imported pipe zone bedding and backfill and trench zone backfill. This bid item does not include pavement structural section restoration which is measured and paid for under a separate bid item. Furnish and Install Fire Hydrant Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and install new fire hydrant assembly per CMWD Standard Drawing No. W-17 and other requirements of the Contract Documents. This bid item shall include all saw-cutting, demolition and disposal of asphalt concrete pavement; excavation; removal of existing or to be abandoned conduits or structures; dewatering and any required water disposal; pipe and fittings; gate valve; valve support blocks; thrust restraint fittings or concrete thrust blocks; hydrant; valve box and lid; locating wire; placement and compaction of pipe zone bedding and backfill and trench zone backfill; appurtenance pads; fire hydrant markers and all incidental work. This bid item does not include pavement structural section restoration which is measured and paid for under a separate bid item. Furnish and Install Water Service Assembly and Reconnect Existing Service The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and install new water service assemblies of the size specified and per CMWD Standard Drawings and reconnect existing water service and in accordance with the Contract Documents. This bid item shall include all saw-cutting, demolition and disposal of asphalt concrete pavement; excavation; removal of existing or to be abandoned conduits or structures; dewatering and any required water disposal; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; service saddle; corporation stop; copper tubing; pipe; fittings; utility warning tape; angle meter valve; sacrificial anodes; meter box, site restoration and all incidental work. New water meters, where needed, will be furnished and installed by CMWD. This bid item does not include pavement structural section restoration which is measured and paid for under a separate bid item. Revised 6/12/18 Contract No. 5048/5503 Page 132 of 158 Site Restoration Allowance for Water Services The contract price paid for this bid item shall constitute full compensation for any and all additional labor, materials, and equipment to install, relocate or reconnect water services in areas with decorative surface improvements (e.g., colored or stamped concrete, decorative pavers, paving stone, retaining walls, mow curbs, landscaping, etc.) which are above and beyond the unit cost included in the Furnish and Install Water Service Assembly and Reconnect Existing Service bid item. The properties listed below are subject to the site restoration allowance. The limits of removal of surface improvements shall be approved by the Engineer prior to conducting the work. No additional payment shall be made regardless of the amount of work required for a specific location: Carlsbad Boulevard Address 5070 5128 5184 5262 5380 5480 5185 5115 5080 5140 5192 5276 5410 5319 5171** 5097 5098 5156 5220 5300 5420 5305 5157 5262* 5114 5170 5234 5370 5460 5225 5155 * 5262 address is on Shore Drive South. ** 5171 Carlsbad Blvd has two water meters; 31 addresses are listed above. 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 Section 02060 of the Carlsbad Engineering Standards and other requirements of the Contract Documents. This bid item shall include the preparation and submittal of any required health and safety plans; excavation; dewatering and any required water disposal; removal of ACP; 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. Asbestos Cement Pipe Testing The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to provide asbestos cement pipe testing in accordance with Section 02262 of the Carlsbad Engineering Standards and other requirements of the Contract Documents. This bid item shall include marking AC pipe prior to removal; labeling, bagging and sealing samples for AC Pipe Testing; transport to the laboratory; laboratory testing and all incidental work. Abandon Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to abandon in-place existing water mains of the size specified via slurry filling or cut-and-plug in accordance with the Contract Documents. This item shall include all excavation, dewatering, concrete slurry filling and plugging of pipe to be abandoned in-place, removing valve box and lid, backfill of excavations and all incidental work. Water Main Connection The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment not included in any other bid item to connect the new pipeline to the existing water main as identified on the Plans and in accordance with the Contract Documents. This item shall include saw-cutting, demolition and disposal of asphalt concrete pavement; excavation; dewatering and any required water disposal; removal of existing or to be abandoned Revised 6/12/18 Contract No. 5048/5503 Page 133 of 158 conduits or structures; pipe; fittings and couplings; disinfection; and placement and compaction of imported pipe zone bedding and backfill and trench zone backfill. This bid item does not include pavement structural section restoration which shall be measured and paid for under a separate bid item. No separate payment shall be made for water main connections that are not listed in the Bid Schedule. Furnish and Install Temporary Sewer Bypass 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 sewer main and manhole rehabilitation and sewer main replacement in accordance with the Contract Documents. The price paid shall include, but is not limited to, submittal of a sewer bypass plan; temporary bypass system with redundant pump; system testing; all piping and connections; continuous system monitoring during bypass operations; security; temporary asphalt (cold mix); protective barriers, ramps or plating; maintenance of the system for the duration of the work; removal of the system upon completion of work; and site restoration. Furnish and Install Manhole Rehabilitation The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to rehabilitate existing manholes with polymer concrete inserts inside existing manhole structures or cured-in-place manhole liners, as specified on the bid schedule. This item includes all saw-cutting, demolition and disposal of asphalt concrete pavement, excavation, demolition, dewatering and any required water disposal, surface preparation and all preparatory work, polymer concrete inserts, cured-in-place manhole liners, cones, frames and covers, bedding, backfill, compaction, coating, complete and accurate record drawings, all in accordance with the Contract Documents. Payment of this item shall be per each manhole rehabilitated and shall be made after the pavement surface is restored. No additional compensation shall be allowed. Furnish and Install 8-inch PVC Sewer Main 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, saw-cutting, demolition and disposal of asphalt concrete pavement; excavation; dewatering and any required water disposal; removal and legal disposal of existing 6-inch VCP sewer pipe; pipe; gaskets; filter fabric; placement of imported crushed rock bedding and pipe zone backfill; and placement and compaction of trench backfill. This bid item does not include pavement structural section restoration which is measured and paid for under a separate bid item. Sewer Cleaning and CCTV Inspections The contract price paid for this bid item shall constitute full compensation to furnishing all labor, materials, labor, tools, equipment, and all incidentals, necessary to complete the sewer cleaning, and video sewer inspections. This includes, but is not limited to, cleaning sewer, removal of grease, roots and obstructions, collection and disposal of debris at downstream manhole, video inspect existing sewer after initial cleaning and flushing of sewer, and post-video inspection of sewer after rehabilitation or new sewer pipe construction work is complete, and delivery of digital inspection video and logs to the Agency in accordance with the Contract Documents. Revised 6/12/18 Contract No. 5048/5503 Page 134 of 158 Furnish and Install 10-inch CIPP Sewer Lining The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, labor, tools, equipment, and all incidentals, necessary to install 10-inch Cured-In-Place Pipe (CIPP) liner within the existing sewer, in accordance with the Contract Documents. This includes, but is not limited to, all dewatering and any required water disposal, sewer interior surface preparation, final interior sewer cleaning, liner insertion and curing process, end seals, finishing at interface of manhole, field and laboratory testing, and all incidentals for installation of CIPP liner. Furnish and Install Sewer Lateral Connections The contract price paid for this item shall constitute full compensation for furnishing all materials, labor, equipment and tools, except for PVC material, for the complete construction of 4” PVC (SDR-35) sewer pipe lateral. This item includes all saw-cutting, demolition and disposal of asphalt concrete pavement; excavation; dewatering and any required water disposal; pipe, service wyes and other fittings; placement and compaction of bedding and backfill; testing; and surveying in accordance with the Contract Documents. Payment shall be made for each lateral connection successfully installed and tested. No additional compensation shall be allowed. Furnish and Install Top Hat Sewer Lateral Connections Post-Lining The contract price paid for this bid item shall constitute full compensation to furnishing all labor, materials, labor, tools, equipment, and all incidentals, necessary to install a Top Hat sewer service lateral with a robotically controlled device from inside the sewer mains without excavation in accordance with the Contract Documents. This includes, but is not limited to, dewatering and any required water disposal, sewer lateral interior surface preparation, final interior sewer lateral cleaning, liner insertion and curing process, field and laboratory testing, and all incidental work. Payment will be made per each lateral re-established once satisfactory installation is confirmed by CCTV video. Alternate Bid Item - Install 10-inch Spiral Wound PVC Sewer Liner The contract price paid for this bid item shall constitute additive or deductive compensation to furnish all labor, materials, labor, tools, equipment, and to install Spiral Wound PVC lining, in lieu of CIPP lining per the base bid item for Furnish and Install 10-inch CIPP Sewer Lining, in accordance with the Contract Documents. The costs for sewer interior surface preparation, final interior sewer cleaning, end seals, and finishing at interface of manhole shall be paid for in the base bid item for Furnish and Install 10-inch CIPP Sewer Lining. Revised 6/15/17 Contract No. 5048/5503 Page 135 of 158 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. 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: Revised 6/15/17 Contract No. 5048/5503 Page 136 of 158 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. 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. Revised 6/15/17 Contract No. 5048/5503 Page 137 of 158 201-3 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. 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. Revised 6/15/17 Contract No. 5048/5503 Page 138 of 158 SECTION 203 - BITUMINOUS MATERIALS 203-5 SLURRY SEAL. 203-5.1. General Add the following: When slurry seal is specified or indicated on the plans without further qualification, the Contractor shall supply Type 2 quick set emulsion (Type II-CQS-1h-EAS) with 2.5% latex added. 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. 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. Revised 6/15/17 Contract No. 5048/5503 Page 139 of 158 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. 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. Revised 6/15/17 Contract No. 5048/5503 Page 140 of 158 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 No. 5048/5503 Page 141 of 158 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 No. 5048/5503 Page 142 of 158 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 No. 5048/5503 Page 143 of 158 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 No. 5048/5503 Page 144 of 158 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. Partial payment shall be based on the percentage of the total value of work completed. Revised 6/15/17 Contract No. 5048/5503 Page 145 of 158 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. The Contractor shall place a tack coat between the successive interfaces of existing pavement and new asphalt concrete. Revised 6/15/17 Contract No. 5048/5503 Page 146 of 158 302-5.5 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, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the 72-hour 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 Revised 6/15/17 Contract No. 5048/5503 Page 147 of 158 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 with the plans 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 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: Revised 6/15/17 Contract No. 5048/5503 Page 148 of 158 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. 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: Revised 6/15/17 Contract No. 5048/5503 Page 149 of 158 306-3.2 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 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. Revised 6/15/17 Contract No. 5048/5503 Page 150 of 158 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 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 Revised 6/15/17 Contract No. 5048/5503 Page 151 of 158 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. 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 No. 5048/5503 Page 152 of 158 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 unless a separate bid item for Replace Survey Monument is listed in the bid schedule. 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 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 No. 5048/5503 Page 153 of 158 SECTION 402 – UTILITIES Delete this section in its entirety. Revised 6/15/17 Contract No. 5048/5503 Page 154 of 158 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 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. Revised 6/15/17 Contract No. 5048/5503 Page 155 of 158 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 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 Revised 6/15/17 Contract No. 5048/5503 Page 156 of 158 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 coated with a white color paint and be free of graffiti prior to 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 any 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 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 Revised 6/15/17 Contract No. 5048/5503 Page 157 of 158 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 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. Revised 6/15/17 Contract No. 5048/5503 Page 158 of 158 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 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. Technical Specifications 6/30/25 SECTION 02445 – PIPE RAMMING CONTRACT NO. 5048 PIPE RAMMING Page 1 of 11 PART 1 GENERAL 1.01 SUMMARY A. Section includes: 1. The Work specified in this Section consists of installing steel casing using pipe ramming methods. 2. Furnish all labor, equipment, material and supplies and perform all work necessary to complete the installation of the casing pipe. 3. Conform the completed Work to the profile and grade shown on the Drawings. The deviation from the specified profile and grade is not to exceed the tolerances as specified herein. 4. The casing serves as a temporary conduit for the final carrier pipeline. 1.02 DEFINITIONS A. In this Section, the following words and expressions have the meaning hereby assigned to them except when the context otherwise requires. 1. Annulus: The theoretical space between the casing exterior and the leading edge band overcut. 2. Carrier Pipe: A pipe for conveyance of water that is placed within the Casing. 3. Casing pipe: A ramming pipe made of steel used to support a tunnel and within which the product/carrier pipe is later constructed. 4. Drive: Portion of the sewer installation between the ramming shaft and the corresponding receiving shaft. 5. Flowing ground: Material that advances like a viscous fluid into the heading when left unsupported. In tunnels below the groundwater table, when seepage develops at the working face, raveling or running ground is transformed into flowing ground. Silt, sand, and gravel below the groundwater table without significant cohesion will exhibit flowing ground behavior. 6. Maximum anticipated ramming force: The theoretical maximum anticipated ramming force required to advance the casing over the drive length. 7. Pipe ramming: For this project, method of installing steel casing using a pneumatic or hydraulic hammer to drive the casing through the ground. 8. Raveling ground: Material that breaks up into chunks, flakes, or angular fragments when left unsupported. This process is time-dependent, and materials may be classified by the rate of disintegration as fast or slow raveling. In fast raveling ground, the process starts within a few minutes; otherwise, the ground is slow raveling. For a material to be raveling, it must be moderately coherent and friable, or discontinuous. Materials exhibiting this behavior include fine moist sand; sands and gravels with clay binder; stiff, fissured clays; friable (weak) rocks; and jointed rocks. 9. Running ground: Material that will invade the tunnel until a stable slope is formed at the tunnel face when left unsupported. Stand-up time is zero or nearly zero. Running ground consists of dry, granular materials such as clean, medium to coarse sands and gravels above the groundwater level. Materials intermediate between running and raveling are described as cohesive running. 10. Spoil(s): Excavated material, also known as muck. SECTION 02445 – PIPE RAMMING CONTRACT NO. 5048 PIPE RAMMING Page 2 of 11 11. Work area: An area consisting of road allowances, rights-of way and temporary working space as shown on the Drawings that is allocated temporarily to the Contractor for its construction activities. 1.03 REFERENCE STANDARDS A. Army Corps of Engineers, Guidelines for Pipe Ramming, December 2001. B. American Society of Civil Engineers (ASCE): 1. Pipe Ramming Projects, ASCE Manuals and Reports on Engineering Practice No. 115, 2020. 2. Pilot Tube and Other Guided Boring Methods, ASCE Manuals and Reports on Engineering Practice, No. 133, 2017 C. WorkSafeBC Occupational Health and Safety Regulations D. NSF/ANSI Standard 60: Drinking Water Treatment Chemicals - Health Effects. 1.04 ADMINISTRATIVE REQUIREMENTS A. Preconstruction meeting: 1. Hold a meeting, a minimum of two weeks prior to beginning the work specified herein. Ensure the pipe ramming superintendent and machine operator are present. 2. Review and discuss the following items: a. Scope of work to be performed. b. Anticipated geotechnical conditions c. Site conditions including overhead and underground utilities. d. Construction methods and constraints overview. e. Equipment operating parameters. f. Safety procedures. g. Quality Control procedures and Quality Assurance requirements. h. Reporting requirements. i. Other issues as may be raised by either party. 1.05 SUBMITTALS FOR REVIEW A. General: 1. Submit in accordance with Section 3-8. Provide submittals for review within fourteen days of Notice to Proceed. 2. Submittals consist of drawings and descriptions, identifying details of the proposed method of construction and the sequence of operations to be performed during construction. B. Qualifications and experience records: 1. Contractor performing the Pipe Ramming operations. 2. Pipe Ramming Superintendent. 3. Pipe Ramming Operator. 4. Contractor’s engineer. 5. Surveyor. SECTION 02445 – PIPE RAMMING CONTRACT NO. 5048 PIPE RAMMING Page 3 of 11 C. Shop Drawings: 1. Provide shop drawings and calculations for construction of shafts to launch and receive the casing in accordance with the shoring design specified in Section 5-7.2.2. Furnish details on the preparation and placement of the shaft invert. 2. Design the shafts so that they do not affect the integrity of existing adjacent utilities. 3. Provide shop drawings showing details of the wall seal. Include details on how the wall seal will be secured to the shaft wall to provide sealed ingress and egress points for the pilot tube and subsequently for the casing. 4. Provide shop drawings showing the pipe ramming equipment layout in the launch shaft. 5. Provide shop drawings showing configuration of soil cutting shoe on lead casing and overcut. D. Pipe ramming work plan: 1. Layout of pipe ramming and ancillary equipment at each pit location. a. Casing rail layout. b. Grade and alignment control system details. c. Groundwater control provisions. d. Detailed description of the pipe ramming procedure including the manufacturer's literature of the ramming system to be used. As a minimum, the pipe ramming procedure includes the following: 1) Required air pressure and volume, including correction factors, to operate hammer at sustained 25%, 50%, 75% and 100% maximum operating capacity. 2) Anticipated hammer operating pressure, air volume requirements, and anticipated hammer strokes per minute for the above operating capacities. 3) Maximum anticipated ramming forces, lubrication practices, and ground conditions. 4) Ramming monitoring and recording details. 5) Details of the tensioning system to keep the pipe ramming hammer tight to the tail section of casing. e. Details of mucking system, soil disposal methods, and soil disposal location. f. Calculations demonstrating that the casing pipe selected has been designed to support the maximum anticipated installation loads, all superimposed dead and live loads, and loads imposed on the casing pipe during the ramming operations. Calculations are to be stamped and signed by a Professional Engineer registered in California. E. Carrier pipe installation plan: 1. Provide a layout drawing superimposing equipment and material layouts for carrier pipe installation and joint fusion. 2. Details on cleaning out the casing in preparation for installing the carrier pipe. 3. Provide a procedure for carrier pipe installation, including details for temporary support and final pipe levelling. F. Contingency plans: 1. To maintain specified line and grade tolerances should casing move off line and/or grade. SECTION 02445 – PIPE RAMMING CONTRACT NO. 5048 PIPE RAMMING Page 4 of 11 2. Ramming forces exceed the maximum anticipated ramming load. 3. Out of tolerance settlement or heave. 4. Casing advance halted due to impenetrable subsurface conditions or obstruction is encountered. 5. Contaminated soil is encountered during the mucking operations to clean out the casing. 6. Include measures to limit stand-by time, if contingency plans are implemented. G. Reports and records: 1. Alignment surveys and checks: Prior to and at completion of casing installation. 2. Daily pipe ramming records and measurements. 3. Details on any casing repairs. H. Quality control: 1. Quality control plans. 2. Recordkeeping: a. Log of the ramming operations that, as a minimum, includes the following: 1) The date; start time; cycle time; and end time for each casing segment. 2) General weather conditions throughout the installation process. 3) Maximum installation force. 4) Hammer strokes per minute. 5) Shutdowns and other work stoppages. 6) Position of casing in relation to design line and grade. 7) Advance rates per foot. 8) Hammer operating capacity in cubic liters or cubic feet of air per minute. 9) Operating pressure of air compressor. 10) Muck quantities removed. 3. Log of pipe lubrication if used including mix design, liters pumped, viscosity, and pumping pressure. 4. Shift report for each ramming crew for each shift, regardless of actual progress, submitted no later than the beginning of the following working day. Include: a. Crew size, employee name, classification, and work assignment. b. Number and type of equipment used. c. List of idle or inoperative equipment and reason for downtime. I. Notifications: As specified herein. J. As-built data: Keep and maintain a complete set of field drawings for mark-up and recording of as-built conditions at the site. 1.06 SUBMITTALS FOR INFORMATION A. Certifications: 1. Certificates of compliance for materials specified herein. 1.07 SUBMITTALS FOR CLOSEOUT A. As-built casing survey: 1. Upon completion of pipe ramming. SECTION 02445 – PIPE RAMMING CONTRACT NO. 5048 PIPE RAMMING Page 5 of 11 B. As-built records: 1. Upon completion of casing installation, and before carrier pipe installation. C. Record drawings: 1. Refer to Section 3-13 for requirements. 1.08 DESIGN CRITERIA A. Equipment: 1. The construction means and methods selected by the Contractor must be capable of excavating the full range of ground conditions and ground behaviors and control loss of ground for the entire length of the crossing. B. Ground movement: 1. Monitor ground movement in accordance with Section 02471 and as shown on the Drawings. C. Line and grade for pipe ramming: 1. Set line and grade with a pilot tube. See the Pilot Tube line and grade tolerance shall be 50mm 2. Casing Line and Grade tolerance: within 65 mm of design centerline. D. Casing: 1. Upon completion, leave 3 feet of casing projecting beyond the wall seal, if left in place, or the shaft wall if the seal is removed at each shaft. E. Action levels for deformation of shaft walls: 1. Trigger Level: ½ inch. 2. Maximum Level: 1 inch. F. Seepage: 1. If entry and exit walls seals are removed, control seepage from the casing penetration to be less than 1 gallon per minute. 1.09 QUALITY ASSURANCE A. Perform the pipe ramming installation using qualified firms and personnel as specified herein. B. Perform all work in the presence of the Engineer, unless granted prior approval to perform such work when absent. Notify the Engineer a minimum three working days in advance of the start of pipe ramming operation. C. Operate the pipe ramming equipment following manufacturer's written instructions. D. Make available copies of the operations manuals to the Engineer and operational personnel on site. E. Before commencement of pipe ramming, demonstrate to the Engineer that the required set up procedures and system checks are complete and required materials SECTION 02445 – PIPE RAMMING CONTRACT NO. 5048 PIPE RAMMING Page 6 of 11 are on hand to commence the drive. Verify line and grade control points and that the pilot tube and pipe ram equipment is set to the correct line and grade. F. Qualifications and experience: 1. Pipe ramming contractor: a. Contractor has completed at least five pipe ramming projects similar to this project in the last five years. At least one of the five projects were completed within one year prior to the date of this job. b. Three of the five projects demonstrate experience installing 24-inch diameter casing or larger for lengths of 80% of the drive length on this project. Provide experience records for each project. c. Demonstrate experience with three projects in soil conditions similar to those as described in the Geotechnical Reports. Provide experience records for each project. 2. Superintendent: a. Minimum of five trenchless projects in the last five years. Provide experience records for each project. b. Minimum of two projects where pipe ramming was used for casing installation Provide experience records for each project. 3. Pipe ramming operator: a. Ensure the pipe ramming operator demonstrates a minimum of three projects over each of the last four years (12 projects) with each project having a single drive of at least 80% of the drive length anticipated for this project. Provide Experience Record for each project. b. The pipe ramming operator(s) is to provide Experience Records on at least four projects constructed in soil conditions similar to those described in the Geotechnical Report. 4. Engineer: a. Retain a Professional Engineer registered in California. b. Engineer is to demonstrate experience providing pipe ramming calculations on at least three projects in the last three years. Provide Experience Record for each project. c. Engineer is to demonstrate through calculations that the selected casing pipe has been designed to support the maximum anticipated earth and water loads, all superimposed live loads, and loads imposed on the pipe during the ramming operations. 5. Surveyor: a. Surveyor is to be registered in California as a Land Surveyor. b. Surveyor experience records demonstrate having transferred line and grade from the ground surface to within a shaft on at least 5 tunnel projects in the last three years. Provide Experience Record for each project. G. All Contractor submittals requiring structural design are to be prepared by a Professional Engineer licensed in California. H. Acceptance criteria: 1. An installed casing that allows permanent placement of the carrier pipe to design line and grade. Ensure the carrier pipe alignment has no reverse grade or ponding. SECTION 02445 – PIPE RAMMING CONTRACT NO. 5048 PIPE RAMMING Page 7 of 11 1.10 PIPE RAMMING SYSTEM REQUIREMENTS A. Pipe ramming equipment: 1. Be responsible for the selection, sizing, and design of the pipe ramming equipment, all ancillary equipment, its use, and the means and methods of casing installation. 2. The trenchless equipment will be capable of meeting the line and grade required to install the carrier pipes to the line and grade as shown on the Drawings. 3. The trenchless equipment will consist of a system with sufficient power so that the trenchless equipment is capable of performing in the ground conditions indicated in the geotechnical report and over the length of crossings indicated on the Drawings. 4. The trenchless system will incorporate face support capabilities that are immediately deployable for fully supporting the face of the excavation to prevent ground loss during mining and shutdown periods. 5. The system must control ground surface settlement or heave to limits specified in Section 02471, or less. 6. The selection of muck handling systems will consider the disturbed behavior of excavated soil and water. PART 2 PRODUCTS 2.01 GENERAL A. Provide all equipment, material, and accessories as specified. B. Store all equipment, accessories, and materials in a secured area on site, within temperature and humidity limits recommended by manufacturers, and protected from damage, dirt, dust, or other foreign materials. 2.02 MATERIALS A. Casing pipe: 1. Ensure the steel casing pipe conforms to ASTM A36 or ASTM A53 Grade B, be approved by the Engineer for installation, and possesses the following characteristics: a. Manufacturing tolerances and casing joints as specified herein. b. Capable of withstanding the estimated ramming forces with a safety factor of 2.0. c. Capable of uniform distribution of the ramming loads. d. Capable of sustaining the anticipated overburden and live loads. 2. Use steel casing pipe that conform to the following manufacturing tolerances and requirements: a. Uniform casing segment lengths and not random. b. From a single manufacturer. c. Circumference ±0.5% d. Exterior roundness ±0.5% e. End squareness/planeness ±1.5 mm f. Straightness ±3.0 mm SECTION 02445 – PIPE RAMMING CONTRACT NO. 5048 PIPE RAMMING Page 8 of 11 g. Wall thickness: steel pipe sections vary no more than 5 percent from the nominal wall thickness. h. Press fit joints manufactured specifically for pipe ramming. i. Spiral wound casing is not to be used for pipe ramming. B. Lubrication: Use bentonite-based lubrication and any additives deemed beneficial for the lubrication’s performance. Ensure bentonite, polymers, and additives are NSF/ANSI Standard 60 or equal for clean water testing. 2.03 EQUIPMENT A. Pipe ramming equipment: 1. Ensure ramming equipment selected is compatible with the ground conditions described for the project in the Geotechnical Report. 2. Provide for efficient removal of spoils. B. Pipe ramming system: 1. Provide a pneumatically or hydraulically operated hammer. 2. Provide hammer capable of ramming each casing segment forward as the casing progresses in such a way as to provide complete and adequate ground support at all times. 3. Select ramming hammer size capable of advancing the specified casing through the ground conditions described in the Geotechnical Report. 4. Develop a uniform distribution of the ramming forces around the circumference of the casing. 5. Maintain a minimum factor of safety ratio of 2.0 between the casing compressive strength and the maximum ramming force imparted by the ramming hammer operating at 100% capacity. 6. Ensure compressed air or pneumatic power plant is capable of supplying 120 percent of the required hammer energy as measured by volume, pressure, and any correction factor. 7. Secure the hammer to the casing with chains and or straps. Use a bearing stand to support the hammer throughout the hammering process. Straps and slings can be used for secondary support, but they are not a substitute for a bearing stand. C. Pipe ramming ancillary equipment: 1. Provide segmented ram cones and tapered locking ram cones as needed to mate the ramming hammer to the casing and efficiently deliver the force of the ramming hammer to the casing. 2. Provide a bearing stand to support the hammer during ramming. Strapping or slinging the hammer as primary support during ramming is not allowed. 3. Chain or strap the hammer to the casing using best practices. PART 3 EXECUTION 3.01 GENERAL A. Furnish all labor, equipment, material and supplies and perform all works necessary to complete the installation of the casing pipe and product pipe. SECTION 02445 – PIPE RAMMING CONTRACT NO. 5048 PIPE RAMMING Page 9 of 11 B. Undertake all site preparation required to execute the Work, including preparation of the access to the Work Area, clearing and rough grading. Remove all cleared material offsite and do not leave as accumulation within or outside the Work Area unless otherwise directed by the Engineer. C. Perform all work in accordance with accepted submittals. D. Do not begin pipe ram installation until the following conditions have been met: 1. Submittals have been made, reviewed, and accepted. 2. Pre-construction surveys have been completed and the results are submitted. 3. The receiving shaft is complete. 4. The preconstruction meeting has taken place. E. Install and baseline geotechnical instrumentation as specified in Section 02471 and on the Drawings, prior to the start of shaft construction. F. Undertake all survey work necessary for the performance of the Work, including control of the lines and levels of the rails/skid the casing pipe will be supported on for ramming and settlement monitoring points. 3.02 INSTALLATION A. Continuously monitor, record, and control the casing advance rate. B. Prior to pipe ram operations, survey the location and orientation of the casing rails to ensure the rails are on the proper line and grade. C. Inspect all casing pipe prior to lowering into the launch pit to ensure that no defective materials are being used. Clean ends of pipe thoroughly. Remove foreign matter and dirt from pipe joints during laying. D. Weld or join each casing joint completely prior to ramming. E. Perform pipe ramming operations in a manner that will maintain the stability of the heading and prevent loss of ground and minimize settlement and or heave of the ground surface. F. If the spoils are removed from the casing at any point during the drive, compare the amount removed with the casing volume to ensure that no over excavation has occurred and that the heading is stable at all times. Immediately notify the Engineer if the loose volume of excavated materials exceeds the bulked up bank volume of the corresponding length of casing by more than 10 percent. G. If spoils are removed from the casing during the drive, leave a minimum 5 foot plug of soil in the casing sufficient to prevent raveling of the heading. H. Modify the ramming operation if there is an inability to complete the drive without exceeding the maximum anticipated ramming loads as stated in the Contractor’s Pipe Ramming Plan. SECTION 02445 – PIPE RAMMING CONTRACT NO. 5048 PIPE RAMMING Page 10 of 11 I. Prevent “freezing” of the casing and avoid ramming stoppages in excess of a normal two-day weekend. J. Utilize a casing lubrication system as necessary to maintain ramming forces to acceptable levels. K. Prevent caving, settlement, or heave of ground surface. Immediately repair damage resulting from settlement, caving, or heave. L. Whenever ramming is stopped for maintenance or at the end of a shift, provide necessary means to ensure heading stability. M. Remove, clear, or otherwise make it possible for the rammed casing to advance past objects, natural materials or debris that halt forward progress of the casing. N. Implement appropriate contingency plans as necessary and notify the Engineer in writing immediately upon implementation of any contingency plan. O. Muck disposal: 1. Dispose of all muck and excess material offsite and in compliance with applicable regulations. P. Notices: 1. Immediately notify the Engineer in writing when the casing alignment is off line or grade by 50 percent of the maximum allowed 65mm. Include written description of the operational changes being made to avoid attaining the maximum allowed. 2. Immediately notify the Engineer in writing when the casing alignment is off line or grade by 80 percent of the maximum allowed. Include written description of the operational changes being made to avoid attaining the maximum allowed. 3. Immediately stop tunneling and notify the Engineer in writing when the casing alignment is off line or grade by 100 percent of the maximum allowed. Include written description of the operational and personnel changes being made with favorable review by the Engineer before the resumption of pipe ramming. 4. If the Trigger or Action levels per Section 02471have been reached or exceeded. 5. If the Trigger or Action levels for the shaft excavation walls specified herein have been reached or exceeded. 3.03 CONTROL OF LINE AND GRADE A. Monitor line and grade continuously during ramming operations. Control line and grade of the pipe to within the specified tolerances. B. When the excavation is offline or grade, make the necessary corrections to minimize further deviation. 3.04 INSTRUMENTATION AND MONITORING A. Monitor and report on the installed instrumentation in accordance with Section 02471. SECTION 02445 – PIPE RAMMING CONTRACT NO. 5048 PIPE RAMMING Page 11 of 11 B. Ground deformation exceeding the specified limits will result in immediate corrective actions by the Contractor and may lead to shutdown of the tunneling work. 3.05 SITE QUALITY CONTROL A. Survey points are to be marked so the survey can be repeated, if necessary. B. Monitor installed geotechnical instrumentation and submit reports as specified in Section 02471. 3.06 CLEAN UP A. Visually inspect the casing after completion, and prior to insertion of the carrier pipe. B. Leave casing free of debris. 3.07 ACCEPTANCE A. An installed casing that meets the design alignment within the accepted tolerances. B. No leaks at the casing joints. END OF SECTION SECTION 02471 – GEOTECHNICAL INSTRUMENTATION AND MONITORING CONTRACT NO. 5048 GEOTECH INSTRUMENTATION AND MONITORING Page 1 of 6 PART 1 GENERAL 1.01 SUMMARY A. Section includes: 1. Requirements for the installation, monitoring, and removal of geotechnical instrumentation for monitoring of ground movements within and around tunnel and shaft excavations, trenchless utility installations, as well as movement of existing utilities and structures adjacent to tunnels and shafts. B. Scope of work to be performed under this Section includes: 1. Installing geotechnical instrumentation as indicated on the Drawings. 2. Monitoring, by survey, the geotechnical instrumentations at the frequencies and to the precision stated this Section. 3. Removing the geotechnical instrumentation as described in this Section. 4. Labor, material, tools, equipment, and incidentals necessary to complete the work described above. 1.02 REFERENCES A. Occupational Safety and Health Administration (OSHA). B. Caltrans Standard Specifications C. NCTD Monitoring Requirements 1.03 GENERAL A. Give the Engineer a minimum of 10 days advance notice of the start of the Work. B. Perform all Work in the presence of the Engineer, unless the Engineer has granted prior approval in writing to perform such work in his absence. C. Perform Work in accordance with current applicable regulations and codes of federal, state, and local agencies: 1. In the event of conflict, comply with the strictest or most restrictive applicable requirements. D. Designate an instrumentation specialist to be in charge of installation and monitoring of instrumentation: 1. Develop the instrumentation plan then supervise and be responsible for the instrument installation and monitoring. 2. In charge of procurement, installation, monitoring, and removal or abandonment of instrumentation. 3. Direction of and review of surveys associated with the geotechnical instrumentation. E. Minimum instrumentation and monitoring requirements are presented in this Section. 1. Conduct additional instrumentation and monitoring as necessary to control the Work and ensure the safety of the Work. SECTION 02471 – GEOTECHNICAL INSTRUMENTATION AND MONITORING CONTRACT NO. 5048 GEOTECH INSTRUMENTATION AND MONITORING Page 2 of 6 F. Remove or abandon in place all instrumentation in accordance with applicable laws, regulations, guidelines, and Owner requirements; and restore the ground at the completion of the Project. G. Perform a preconstruction survey prior to commencement of work at the site. 1.04 SUBMITTALS A. Submit as specified in the General Provisions Section 3-8 - Submittals . B. All Submittals, including Drawings and calculations, shall be required for the sole purpose of providing the Engineer sufficient details to confirm that the Contractor’s planned work and work in progress is in accordance with Contract Documents. 1. Engineer’s review shall not be construed to relieve the Contractor in any way of responsibilities under the Contract. 2. Do not begin work on any item requiring a Submittal until the required relevant Submittals have been reviewed and approved by the Engineer. C. At least 4 weeks prior to the start of the Work, submit the following: 1. Name and qualifications of the Contractor(s) that will perform the Work with descriptions of reference projects, including Owner’s name and contact information. a. Contractor shall have performed, installed, and monitored geotechnical instrumentations for a minimum of 5 years on at least 3 separate projects. 2. Name and qualifications of the surveyor who will perform the Work. a. Contractor’s instrumentation surveyor must be licensed by the State of California and have previous similar experience surveying for the detection of structural or surface deformations. b. Surveyor shall be a licensed professional surveyor in the State of California . 3. Name and qualifications of the instrumentation specialist: a. Shall have at least 3 years of experience with the installation, maintenance, and monitoring of geotechnical instrumentation similar to that specified in this Section. 4. Name and qualifications of the safety supervisor: a. Shall have at least 5 years of experience in safety management on at least 3 separate projects. D. At least 4 weeks prior to the start of the Work, submit a health and safety plan/accident prevention program, including a code of safe practices and an emergency plan. E. At least 4 weeks prior to the start of the Work, submit a Geotechnical Instrumentation and Monitoring Work Plan, including at least the following: 1. Description of methods and materials for installing and protecting instruments. F. Prior to starting shaft or tunnel excavation in any reach, submit the initial readings of geotechnical instruments in that reach and the results of the preconstruction survey. G. Prior to instrument installation submit, as applicable, a certificate issued by the instrument’s manufacturer stating that the manufacturer has inspected, calibrated, SECTION 02471 – GEOTECHNICAL INSTRUMENTATION AND MONITORING CONTRACT NO. 5048 GEOTECH INSTRUMENTATION AND MONITORING Page 3 of 6 and tested each instrument before it leaves the factory to see that the instrument is working correctly and has no defects or missing parts. H. Submit the following during construction within the specified time restrictions: 1. Installation records: a. Within 5 calendar days of installation of each instrument, submit Drawings showing the installed location, the instrument identification number, the instrument type, the installation date and time, established elevations, initial elevations, offset and stationing, initial coordinates, boring logs, and the anchor to tip elevation and instrument length, when applicable. b. Furnish details of installed instruments showing dimensions and materials used, a separate statement describing installation procedures for each instrument, and as-built drawings of each instrument including depths, lengths, elevations, and dimensions of key elements. 2. Reporting: a. Provide data from readings of instruments to the Engineer within 1 working day of obtaining the information. b. Data shall include, but are not limited to, the following: 1) A copy of the data sheets containing a cumulative history of readings, proximity of the excavation to the instrument location itself at the time of each reading. 2) A copy of the plot of measured values versus time, including a time history of construction activity likely to influence such readings. 3. Interpretation: a. Provide interpretations of monitoring data and submit them to the Engineer along with the data. b. Data or interpretations shall not be published or disclosed to other parties without advance written permission of the Engineer. c. Engineer may make his/her interpretations of the data available to the Contractor. 1.05 QUALITY CONTROL A. Quality control as specified in Section 3-5 PART 2 PRODUCTS 2.01 SURFACE PROTECTION A. Shall be flush with the ground surface in areas where the instrument may be damaged or be an impediment to other activities. 1. Roadway or lock boxes shall be provided for utility monitoring points. 2.02 MATERIALS A. Surface monitoring points: 1. As indicated on the Drawings and to the conditions at the ground surface. 2. Installed in pavement shall be rebar that is driven or drilled through the pavement. 3. Deep anchors installed in soil areas. SECTION 02471 – GEOTECHNICAL INSTRUMENTATION AND MONITORING CONTRACT NO. 5048 GEOTECH INSTRUMENTATION AND MONITORING Page 4 of 6 4. Each shall have a tag or marking indicating the identification number, tunnel station and/or offset from centerline. PART 3 EXECUTION 3.01 PREPARATION AND INSTALLATION A. Instrumentation installation: At the locations indicated on the Drawings, or as directed or approved by the Engineer. B. Instrumentation within 100 feet of the Work to be performed shall be installed and the initial reading taken a minimum of 7 days prior to start of excavation. C. Access: Provide and facilitate safe access to the instrumentation to the Engineer including keys for lock boxes. D. Instrument designation: 1. A unique instrument identification number shall be assigned to each instrument and each point. 2. Instrument identification number shall be clearly marked on each instrument in a nondestructive manner. 3. Both protective housing and box or vault covers shall be marked. E. Instrument protection: Instruments and markings shall be protected to avoid being obstructed or otherwise damaged by construction operations or the general public. F. Surveying: 1. Immediately following installation, the location of the top of all instruments shall be surveyed to provide horizontal and vertical coordinates. 2. Data shall be provided to the Engineer. 3. Re-surveying from control points shall be required monthly or more frequently to address potential disturbance or resolve conflicting data. G. Installation: 1. Install instruments within 3 feet of the horizontal location indicated on the Drawings, or as approved or directed by the Engineer. 2. Should actual field conditions prevent installation of instruments at the location and elevations indicated on the Drawings or specified in this Section, obtain prior acceptance from the Engineer for new instrument location and elevation. 3.02 SAFETY REQUIREMENTS A. Methods of construction shall be such as to ensure the safety of the workers, project participants, the public, third parties, and adjacent property, whether public or private. 1. Contractor is solely and completely responsible for maintaining safe working conditions at the site at all times. B. Safety supervisor shall administer a health and safety plan/accident prevention program, including a code of safe practices and an emergency plan. 1. Hold safety meetings and provide safety instruction for new employees. SECTION 02471 – GEOTECHNICAL INSTRUMENTATION AND MONITORING CONTRACT NO. 5048 GEOTECH INSTRUMENTATION AND MONITORING Page 5 of 6 C. Work shall be in accordance with the requirements of OSHA: 1. Perform Work in accordance with the current applicable regulations of the federal, state, and local agencies. 2. In the event of conflict, comply with the more restrictive applicable requirements. D. Conduct construction by methods and with equipment that will control noise, dust, fumes, vapors, gases, fibers, fogs, mists, and other atmospheric impurities in accordance with applicable federal, state, and local laws, safety codes, regulations, and ordinances. 1. Provide adequate ventilation, as necessary, and shall design the ventilating system to include such factors as the volume required to furnish fresh air and the volume to remove dust and vapor to safe levels. E. Work areas shall have sufficient lighting to facilitate proper performance and inspection of work in accordance with applicable federal, state, and local laws, safety codes, regulations, and ordinances. 3.03 MAINTENANCE A. Keep the site clean and tidy at all times. 1. Site improvements shall be protected from damage or becoming soiled through suitable temporary covering. B. Upon completion of the Work, waste shall be removed from the site and the site restored to as near its original condition as possible. 3.04 INSTALLATION A. Project survey datum shall be as indicated on the Drawings. B. Surface monitoring points: 1. Located as indicated on the Instrumentation Schedule in the Drawings. 2. After completion of installation, the as-built location in horizontal position shall be determined to an accuracy of within 1 foot and the elevation to an accuracy of within 0.01 feet. 3.05 MONITORING A. Take initial readings of instruments to establish a baseline and provide the Engineer with this data. B. Frequency: 1. Read required instrumentation and provide the Engineer with these data. 2. As a minimum, maintain the following schedule: SECTION 02471 – GEOTECHNICAL INSTRUMENTATION AND MONITORING CONTRACT NO. 5048 GEOTECH INSTRUMENTATION AND MONITORING Page 6 of 6 Instrument Type Inside Active Zone/ Period(a,b,c) Outside Active Zone/ Period(a,b,c) Surface Monitoring Points Daily Weekly/Monthly(d) Notes: (a) Active zone/period for pipe ram is within 50 feet of casing lead edge. (b) Active zone/period for shafts is when the instrument is within 50 feet of the shaft, and from the beginning of shaft excavation and 2 weeks following the end of shaft backfilling. (c) Active zone/period for soil preparation is when the instrument is within 50 feet of any drilling, probing, and/or grout injection is occurring and shall extend a minimum of 48 hours after completion of any soil preparation work. (d) Monthly prior to the instrument being in an Active Zone/Period, weekly once the instrument has passed the Active Zone/Period until movement substantially stops, and monthly thereafter until the project is complete. 3. Perform additional monitoring as necessary to control construction and to ensure the safety of the Work. 3.06 MAINTENANCE A. Damaged installations: 1. Protect the instruments from damage. 2. Damaged installations shall be replaced or repaired prior to continuing excavation. 3.07 FINAL DISPOSITION A. Surface monitoring points: 1. Remove points installed in soil. 2. Points in pavement may remain or be removed and the pavement patched, at the option of the governing agency. 3.08 RESPONSE VALUES A. Abide by the following response values: Instrument Threshold Value(a) Shutdown Value(a) Surface Monitoring Points 0.04 feet vertical 0.08 feet vertical Notes: (a) Threshold and Shutdown Values shall be considered for both settlement and heave. B. When a given response value is reached, the Contractor shall as follows: 1. Threshold value: Meet with the Engineer within 24 hours of the occurrence to: a. Review interpretation of the data and results, b. Review the construction means and methods, and c. Determine what changes shall be made to control ground movement. 2. Shutdown value: Stop tunnel or shaft excavation immediately and meet with the Engineer to develop a plan of action before excavation can be resumed. END OF SECTION SECTION 02603 – MANHOLE INSERTS - STRUCTURAL POLYMER CONTRACT NO. 5503 MANHOLE INSERTS – STRUCTURAL POLYMER Page 1 of 6 PART 1 GENERAL 1.01 SUMMARY A. Section includes: Providing a structural resin aggregate manhole insert system such that manholes become structurally sound, impervious to ground water, soil, and debris, and are resistant to hydrogen sulfide (sulfuric acid) corrosion. 1.02 REFERENCES A. American Concrete Institute (ACI): 1. 440.R - Report on Fiber-Reinforced Polymer (FRP) Reinforcement for Concrete Structures. B. ASTM International (ASTM): 1. A48 – Standard Specification for Gray Iron Castings. 2. C33 – Standard Specification for Concrete Aggregates. 3. C478 - Standard Specification for Circular Precast Reinforced Concrete Manholes Sections. 4. C497 - Standard Test Methods for Concrete Pipe, Concrete Box Sections, Manhole Sections, or Tile. 5. C857 - Standard Practice for Minimum Structural Design Loading for Underground Precast Utility Structures. 6. C923 – Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals. 7. D648 - Standard Test Method for Deflection Temperature of Plastics Under Flexural Load in the Edgewise Position. 8. D2584 - Standard Test Method for Ignition Loss of Cured Reinforced Resins. 9. D6783 - Standard Specification for Polymer Concrete Pipe. C. American Association of State Highway and Transportation Officials (AASHTO): 1. Standard Specifications for Highway Bridges. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Polymer manhole inserts, cones, and flat top sections: 1. One of the following or equal: a. Armorock. b. U.S. Composite Pipe. B. Manhole frames and covers: 1. One of the following or equal: a. EJ Composites. b. Alhambra Foundry Co. c. South Bay Foundry Co. SECTION 02603 – MANHOLE INSERTS - STRUCTURAL POLYMER CONTRACT NO. 5503 MANHOLE INSERTS – STRUCTURAL POLYMER Page 2 of 6 2.02 DESIGN AND PERFORMANCE CRITERIA A. Manhole rehabilitation insert riser sections: constructed of supplier-certified isophthalic polyester resin, sand, and aggregate. B. Manhole cone sections or flat tops: constructed of supplier-certified isophthalic polyester resin, sand, and aggregate. C. Manhole rehabilitation pieces shall be provided by a single manufacturer, unless approved by the Engineer. D. Manhole frames and covers shall be provided by a single manufacturer, unless approved by the Engineer. E. The Contractor is cautioned that sewage will continue to flow through the manholes and bypassing of flows may be required. F. The Contractor is cautioned that the Work must be performed under permit required for confined space entry conditions. 2.03 BASIS OF DESIGN A. Design in accordance with local jurisdiction requirements, including but not limited to the following: 1. Manhole frame and covers. 2. Manhole backfill. B. Structural design calculations: 1. Load rating of manhole: a. Design to support an AASHTO Standard Specifications for Highway Bridges, H-20 vehicle loading. b. Insert system shall contain sufficient structural strength to carry all live, dead, and hydrostatic loads for the installation. The original manhole that is being rehabilitated shall not be relied upon for structural support after completion of the work. c. Live and dead loads shall be per ASTM C857. d. Required wall thickness for all pieces will be a minimum of 2-inches. 2. Resist buoyancy: a. Design with sufficient bottom anchorage to resist buoyancy. b. Groundwater depths will be as indicated on the Drawings. c. Refer to the geotechnical report for soil conditions and groundwater information. 3. ASTM C478: Structural intent only. Polymer products require compositional and dimensional differences from the manufacturing and material standards. C. Riser sections and eccentric cones shall be provided with flush edge configurations assembled with the appropriate alignment guides gaskets and/or butyl mastic to make a continuous and uniform structure. D. Polymer manhole riser and cone sections shall be provided in various lengths in combination to provide correct height with the fewest joints. SECTION 02603 – MANHOLE INSERTS - STRUCTURAL POLYMER CONTRACT NO. 5503 MANHOLE INSERTS – STRUCTURAL POLYMER Page 3 of 6 E. Surfacing shell material for invert benches shall be an epoxy approved by the Owner and polymer manufacturer. F. Each manhole component shall be free of all defects, including indentations, cracks, foreign inclusions, and resin starved areas that, due to their nature and degree or extent, detrimentally affect the strength and serviceability of the component part. Variations in height of two opposite sides of risers and conical tops shall not be more than 5/8 inch. The under run in height of a riser or conical top shall not be more than 1/4 inch per foot of height with a maximum of 1/2 inch in any one section. G. Invert channels are to provide smooth flow transition waterway with no disruption of flow at pipe-manhole connections. Invert slope through manhole is as indicated on the Drawings. Provide curves for side inlets and smooth invert fillets for flow transition between pipe inverts. Unexposed support areas for enclosed invert and bench areas may be constructed of fill material and coated with a covering that will interlink with wall resins to prevent fill material corrosion. 2.04 IDENTIFICATION MARKINGS A. Identification marks shall be placed on the exterior of manhole rehabilitation components, including risers, cones, tops, grade rings, and frames, and include the following information: 1. Manufacturers name or trademark. 2. Production date. 3. Number of the manhole as indicated on the Drawings. 2.05 CERTIFICATION/WARRANTY/INSPECTION A. The installing contractor shall appoint a Quality Assurance Manager to take full responsibility for the quality of work. The Quality Assurance Manager will, at a minimum, have experience and qualifications for installing manhole inserts on similar sewer projects, and will coordinate with polymer concrete manufacture on appropriate procedures. A Manufacturer’s Field Representative can be made available to the Contractor at an additional cost. 2.06 MATERIALS A. Manhole frames and covers: 1. In accordance with ASTM A48. 2. Provide bolted covers as specified and as indicated on the Drawings. 3. Provide concrete collars as specified and as indicated on the Drawings. B. Manhole risers, transition slabs, conical tops, grade rings, and manhole base sections in accordance with ASTM C478 and ASTM C857 as modified to accept polymer construction in lieu of concrete as follows: 1. Polymer mixture: a. Ingredients: Consist solely of thermosetting resin, sand, and aggregate. 1) No cementitious materials shall be allowed. b. Show required wall thickness for members in shop drawings. c. Design to resist hydrostatic pressures with a minimum safety factor of 2.0 for full depth conditions from grade to riser connection point. SECTION 02603 – MANHOLE INSERTS - STRUCTURAL POLYMER CONTRACT NO. 5503 MANHOLE INSERTS – STRUCTURAL POLYMER Page 4 of 6 d. Minimum wall thickness: 1) 2-inches. 2) Diameters greater than 72-inches may require additional thickness. e. Minimum unconfined compressive strength in accordance with ASTM C497: 9,000 pounds per square inch. 2. Provide riser sections joined with bell and spigot or ship-lap design seamed with butyl mastic or elastomeric gasket so that on assembly, manhole base, riser and top section make a continuous and uniform manhole. 3. Construct riser sections for polymer concrete manholes from standard polymer concrete manhole sections of the diameter as indicated on the Drawings. 4. Use various lengths of manhole sections in combination to provide correct height with the fewest joints. 5. Design wall sections in accordance with ASTM C478, design to support an AASHTO Standard Specifications for Highway Bridges, H-20 vehicle loading and manufacturer’s recommendations. 6. Provide eccentric transition cone sections to transition to a 36-inch diameter frame and cover. C. Thermosetting resin: 1. Minimum of deflection temperature when tested at 264 pounds per square inch in accordance with Test Method ASTM D648: 158 degrees Fahrenheit. 2. Minimum resin content tested in accordance with test method ASTM D2584: 7 percent of the weight of the sample. 3. Material: Polyester or vinyl ester suitable for applications in the corrosive conditions to which the structures will be exposed. 4. Resin additives such as curing agents, pigments, dyes, fillers, and thixotropic agents, cannot be detrimental to the manhole. D. Filler: 1. Materials: a. Aggregate, sand, and quartz powder. b. In accordance with ASTM C33, where applicable. E. Resilient pipe connectors: 1. Unless otherwise indicated on the Drawings or specified, provide a flexible compression type connector between manhole and pipes entering and leaving the manhole in accordance with ASTM C923. 2. Resilient pipe connectors: a. Manufacturers: The following or equal. 1) A-LOK Premium. F. Threaded lifting inserts. G. Drop manholes: 1. Drop manholes will be located as indicated on the Drawings. 2. For drop manhole locations, polymer riser sections can be cored to accommodate the appropriate inverts at each manhole. 3. Core locations shall not be within six inches of a joint. SECTION 02603 – MANHOLE INSERTS - STRUCTURAL POLYMER CONTRACT NO. 5503 MANHOLE INSERTS – STRUCTURAL POLYMER Page 5 of 6 PART 3 EXECUTION 3.01 INSTALLATION A. Manhole installation should strictly follow the manufacturer's recommended installation procedures. In general, the existing manhole cones will be removed, insert sections will be placed in the manholes, and a new cone, frame, and cover will be installed. B. Install manhole inserts as indicated on the Drawings. C. Excavation and backfill as specified in City Standards and as indicated on the Drawings. D. Inspect the existing bench and channel areas of the manhole and make any repairs necessary to receive the inserts. Benches much be level and prepared as indicated on the Drawings, prior to placement of the inserts. E. Complete pavement prior to setting new frames and covers to final grade, unless otherwise approved by the Engineer. 1. Install reinforced manhole collars as indicated on the Drawings. 2. Protect openings in manholes from construction loads, debris, and unauthorized entry. F. Restore area disturbed by manhole insert installation including slope protection, re-vegetation, and/or road restoration. G. Lay grade rings per manufactures instructions. 1. Maximum total height of grade rings shall not exceed to limits as indicated on the Drawings. H. Set frame and cover in accordance with Owner requirements, manufacturer instructions, and as indicated on the Drawings. 3.02 CLEANING A. After completing each manhole, remove debris, construction materials, and equipment from the site of the work, grade, and smooth over the surface and leave the entre right of way and/or easement width in a clean, neat, and serviceable condition. B. After completing each manhole, remove construction debris from inside the manhole. 3.03 INSPECTION A. The polymer riser and cone sections shall be subject to inspection and approval by the Owner or the Owner's engineer representative. At the time of inspection all material will be examined for specification compliance and approved drawings. Any sections damaged after delivery and not deemed repairable by the manufacturer’s SECTION 02603 – MANHOLE INSERTS - STRUCTURAL POLYMER CONTRACT NO. 5503 MANHOLE INSERTS – STRUCTURAL POLYMER Page 6 of 6 representative and Owner's representative will be removed and replaced at Contractor’s expense. END OF SECTION SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 1 of 25 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The rehabilitation of existing sewer line by the installation of water, steam and UV cured-in-place pipe (CIPP). B. Related Specification Sections include but are not necessarily limited to: 1. Standard Specifications for Public Works Construction “Greenbook”. 2. General Provisions. 3. Section 02960 Temporary Sewer Bypass Pumping. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society for Testing and Materials (ASTM): a. ASTM C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. Cube Specimens). b. ASTM C293, Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center-Point Loading). c. ASTM C307, Standard Test Method for Tensile Strength of Chemical-Resistant Mortar, Grouts, and Monolithic Surfacing. d. ASTM C496, Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens. e. ASTM D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical Reagents f. ASTM D578, Standard Specification for Glass Fiber Strands g. ASTM C580, Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars, Grouts, Monolithic Surfacing, and Polymer Concretes. h. ASTM C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. i. ASTM C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used With Concrete by Slant Shear. j. ASTM D2990, Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep-Rupture of Plastics. k. ASTM D5813, Standard Specification for Cured-In-Place Thermosetting Resin Sewer Piping Systems. l. ASTM F1216, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin Impregnated Tube. m. ASTM F1417-11a, Standard Practice for Installation Acceptance of Plastic Non-pressure Sewer Lines Using Low-Pressure Air. n. ASTM F1743, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled-in-Place Installation of Cured-in-Place Thermosetting resin Pipe (CIPP) o. ASTM F2019, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured-in-Place Thermosetting Resin Pipe (CIPP) 2. National Association of Sewer Service Companies (NASSCO): a. NASSCO standards, latest edition and revision thereof. SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 2 of 25 1.3 SYSTEM DESCRIPTION A. The CIPP shall be formed by inserting a resin-impregnated flexible felt tube into an existing sewer line, expanding the tube to fit against the existing sewer line walls, and then curing the resin as required using heated water, steam or ultraviolet (UV) light. The finished product within the lined pipe section shall be a continuous, jointless, structural pipe that is formed to the existing sewer line and, unless otherwise indicated, shall provide a minimum of 100% of the existing sewer line's original structural and hydraulic design capacities. 1.4 SUBMITTALS A. Contractor Qualification 1. The CONTRACTOR shall submit documentation that the CONTRACTOR is qualified to properly install the proposed product. The following minimum experience requirements shall be met and provided on the documentation: a. CIPP Contractor work force is to have at least one (1) qualified CIPP work supervisor, one (1) CIPP work crew member, and one (1) lateral reinstatement remote cutter operator. Qualified work crew members must directly provide the specific work for which they have been qualified until such work has been completed and accepted by the AGENCY. b. All phases of the CIPP work shall be performed under the direct supervision of an experienced field superintendent who has field experience on at least three (3) successfully completed projects performed in the United States or its Territories and in which he had direct supervision over CIPP lining installation work. The field superintendent shall be onsite at all times during the CIPP work. c. The three (3) successfully completed projects completed by the CIPP field superintendent shall each have involved the successful installation of a minimum of 5,000 linear feet of CIPP liner into host pipes of 8-inch or larger diameter. d. Besides the CIPP field superintendent, at least one other CIPP work crew member shall have direct experience installing CIPP liner. The work crew member shall have field experience on a minimum of two (2) successfully completed CIPP liner projects performed in the United States or its Territories. The two (2) successfully completed projects shall each have involved the successful installation of a minimum of 5,000 linear feet of CIPP liner into host pipes of 8-inch or larger diameter. The work crew member shall have directly participated in liner wet-out and/or insertion on the two (2) qualifying projects. e. The remote cutter operator shall have directly performed a minimum of 100 successful lateral connection reinstatement by remote cutter on CIPP liner projects performed in the United States or its Territories. 2. If the CONTRACTOR desires to reassign or replace personnel who have been qualified by the AGENCY, a written request to the AGENCY naming the replacement personnel shall be made. The request shall include documentation of replacement personnel work qualification and experiences which demonstrates that the minimum qualification of this section are met. Written favorable review from the AGENCY of the replacement personnel’s qualifications shall be obtained prior to employing such personnel on the Project. SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 3 of 25 3. If qualified personnel leave the CONTRACTOR’s or Specialty Subcontractor’s employment during the Contract, the CONTRACTOR shall provide replacement personnel that meet the minimum qualifications established by the AGENCY. B. Design Analysis: 1. Provide sufficient detail to allow the AGENCY to judge whether or not the proposed materials, equipment, thickness, forms, and procedures will meet the Contract requirements. 2. All design calculations and shop drawings shall be prepared and stamped by a Civil Engineer licensed in California, unless otherwise approved by the AGENCY. 3. No materials shall be manufactured prior to approval of the submittals by the AGENCY. 4. The CIPP shall be designed per ASTM F1216. The design used for the product shall be submitted in a report for review and approval. The report shall document the design criteria and assumptions for a fully deteriorated pipe section. Physical properties used in design equations shall be validated by independent testing. C. Manufacturing and Quality Control: 1. Engineering design guides and detailed quality control procedures for rehabilitation materials, manufacturing, shipping, handling and storage, and installation shall be submitted for review. This shall include inspection requirements, product sampling procedures, testing procedures, material safety data sheets (MSDS) for materials and allowable manufacturing tolerance levels. 2. The CONTRACTOR shall submit certification provided by the product Manufacturer as to the country of manufacture of all major components to be used to produce the final installed work. D. Installation Qualification 1. The CONTRACTOR shall submit documentation provided by the Manufacturer that the CONTRACTOR is qualified to properly install the proposed product. The documentation shall consist of evidence of CONTRACTOR training, testing and/or certification of being trained to install the Manufacturer's product. The above documentation of CONTRACTOR's training shall be delivered to the AGENCY within fourteen (14) calendar days after the Notice to Proceed date. E. Product Qualification 1. The CONTRACTOR shall submit documentation that the proposed product meets the minimum linear footage and years of service requirements indicated in Paragraph 2.1 Materials. In addition, the CONTRACTOR shall submit documentation in the form of a notarized letter(s) from the manufacturer(s) verifying that the proposed resin and tube materials have been manufactured for a minimum of five (5) years or the project's linear footage does not exceed three percent (3%) of the total footage of the product (at time of bid) that has been successfully installed in the United States. 2. The above documentation of product qualification and notarized Manufacturer's letter(s) shall be mailed or faxed to the AGENCY within fourteen (14) calendar days after the Notice of intent to award. SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 4 of 25 F. Product Compatibility 1. The CONTRACTOR shall submit documentation certifying that the resin, tube, and outside layer of tube are compatible. G. Installation Procedures 1. List of Installation Procedures a. An itemized list detailing the installation procedures to be used shall be submitted. This shall include the followings: 1) Work plan for each site 2) Dewatering/bypass plan for each site 3) Discharge plan as applicable – submit curing medium discharge plan compliant with State and Local requirements and Regulations. If waste discharge permit is required to dispose of curing medium, Contractor shall obtain and maintain said permit, at no additional compensation from the City. 4) estimated times for each task 5) the number of required excavations, if necessary, 6) resin curing method, and 7) any other items unique to each process. 2. Cure Schedule a. A cure schedule shall be included that provides the resin manufacturer’s recommended cure and cool down times and cure temperature for each diameter and thickness. 3. Wrinkle Reducing or Removing Methods a. Procedures to be submitted shall include proposed methods of removing or reducing the height of protruding wrinkles in the liner. 4. Required Standards a. All related ASTM standards or any nationally recognized standards for installation of the product shall be submitted. 5. Product Repair a. Detailed procedures shall be submitted for repairing the product in the event of failure or future damage. These procedures should not require specialized training and/or equipment for the AGENCY’s maintenance crews. 6. Future Tapping of Service Connections a. Where applicable, detailed procedures shall be submitted for future tapping of service connections into the product. The procedures should not require specialized training and/or equipment for the AGENCY’s maintenance crews. 7. Installation Lubricant a. Detailed description and physical properties of the lubricant to be used during installation shall be submitted for the AGENCY’s approval. 8. Construction of Manhole Transition Sections a. Detailed procedures for the construction of manhole transition sections along with description and physical properties of the concrete bonding agent to be used shall be submitted for the AGENCY’s approval. 9. Forms and Quality Control Records a. Examples of forms and quality control records to be used throughout the installation and curing process to demonstrate effective application and verification checks shall be provided. These forms and quality control records are subject to approval by the AGENCY. SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 5 of 25 H. Product Data 1. General Requirements: a. Manufacturer’s information on resin, resin enhancer, tube material, curing chemical, sealant/caulking material, hydrophilic end seals, sewer service lateral liner, and lubricants. b. Manufacturers’ certificates certifying products meet or exceed specified requirements. Certifications shall state that all CIPP materials have been manufactured in accordance with all applicable ASTM standards, and the CIPP is suitable for the installed environment. c. No product shall be allowed to be installed without submittal of test data supporting the product performance requirements listed below. d. Materials tested in order to provide the required test data shall be similar to those proposed for use in the Project. e. Unless test data is required below to be obtained from field samples, all test samples shall be prepared so as to simulate the conditions and procedures the product will experience during the Project. f. All testing shall have been performed by an independent third party qualified to perform such testing. 2. Chemical Resistance: a. The chemical resistance tests shall be conducted in accordance with ASTM D543. b. For water or steam CIPP, tests shall be conducted for standard domestic sewage application in accordance with ASTM F1216, Appendix X2, or F1743, Section 7.2, and meet the minimum requirements listed therein. c. For UV CIPP, tests shall be conducted in accordance with ASTM F2019. 3. Hydraulic Capacity: a. Calculations shall be submitted which support that the finished in-place flexible tube shall be able to provide a minimum of one hundred percent (100%) of the existing sewer line's original design capacity. (Original design capacity of the existing sewer line shall be calculated using a roughness coefficient "n" of 0.013.). b. The typical roughness coefficient "n" to be used in calculations for the proposed flexible tube shall be verified by independent third party (hired by the product Manufacturer) test data, but shall not be less than 0.011, unless otherwise approved by the AGENCY. 4. Flexural Modulus and Strength: a. In order to verify the proposed product's past performance, the CONTRACTOR shall submit detailed test results from a minimum of three (3) previous successful installations of the proposed CIPP liner. b. The test results of field samples from each of the previous installations shall verify that the minimum requirements for short-term flexural modulus and flexural strength specified in this specification had been achieved. I. Wet-Out Product Data 1. The following items pertaining to the resin shall be submitted prior to wet-out of the liner: a. The proper quantity (volume or weight plus the specific gravity of the resin) needed to fill all of the felt voids plus the targeted additional resin quantity to compensate for polymerization shrinkage and migration, in a unit length of each diameter and thickness of installed and cured CIPP to be supplied on this project for each line installed. SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 6 of 25 b. Resin colorant type or brand name. c. Colorant information. d. Colorant level (proportion) to be used, based on the percent of resin weight. e. A procedure for adding the colorant to the resin. 2. At time of lining, a signed copy of the wet-out sheet (batch ticket) for each liner delivered to the site and installed. a. The wet-out sheets shall certify that for each length of a diameter and thickness, the information is truthful and accurate. b. The information on the wet-out sheet shall include, but shall not be limited to: liner number, liner diameter, liner thickness, wet out time (prep, mixing and filling, conveyer, clean up, total), resin identification, quantity of resin placed and retained in the felt, a nominal yield calculation, catalyst and promoters used and their proportions, fabric tube identifier, fabric tube length (measured, dry, wet out, total) and the roller gap dimension. J. Project Lining Schedule 1. The CONTRACTOR shall submit an CIPP Lining Installation Schedule, detailing every installation to occur during the following week to the AGENCY by Friday of each week. See General Provisions for more information. K. Public Notification Doorhanger 1. The CONTRACTOR shall submit an example of the written public notification to local users for approval by the AGENCY fourteen (14) calendar days before mailing to affected parties. The notification shall include the following: a. Description of the project b. Method of construction c. Approximate date and duration that disruption of sewer service will occur d. Local telephone number of the CONTRACTOR e. Contact information for AGENCY f. Note potential inconvenience from resin order, noise, and lights g. Doorhanger template is available from AGENCY. L. CCTV Inspection Records and Reports: 1. CCTV inspections shall be in accordance with Greenbook Section 500. The following CCTV inspections shall be provided: a. CCTV after cleaning and prior to lining (Pre-CCTV), showing condition of existing pipe and pipe joints, and location of existing service connections b. Post lining CCTV (Post-CCTV), within three (3) days after work complete, showing entire finished liner and re-established service connections. Line shall be dry and clean during the video inspection and CCTV shall include panning around 360 degrees to show the cuts/termination at both ends of the liner. If defects are found during the post CCTV they should be identified per NASSCO PACP coding standards. 1.5 DELIVERY, STORAGE, AND HANDLING A. CIPP and appurtenances shall be handled, stored, protected, transported, and installed as recommended by the manufacturer. CIPP shall be stored and handled such that the CIPP, including the CIPP tube layers and coatings, is protected from physical damage or other deterioration. CIPP and appurtenances susceptible to sun and light deterioration (i.e., ultraviolet radiation) and heat damage shall be adequately protected. SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 7 of 25 1.6 WARRANTY A. The CONTRACTOR shall warrant all work for materials installed under this Contract for five (5) years from the date of final acceptance. All CIPP liners shall have a minimum design and service life of 50 years. The date of final acceptance shall be the date final payment is made to the CONTRACTOR. B. Warranty shall certify all sites and shall state: “The complete pipeline rehabilitation for each site was performed properly. We (the Contractor and Manufacturer) warrant all material and workmanship for five (5) years starting from day of Owner’s final acceptance. Contractor and Manufacturer promise to provide prompt field response to Owner’s request regarding any defect in pipeline rehabilitation. Warranty shall include such repairs or measures needed to remedy delamination of liner from host pipe that may occur or become evident due to tapping or pipe breakage from any cause during warranty period.” PART 2 - PRODUCTS 2.1 MATERIALS A. Product Qualifications: 1. In order for a CIPP product (combination of tube and resin) to qualify for use in the Project, a history of successful commercial viability shall be shown. 2. Products not meeting the minimum requirements established by the ENGINEER for successful commercial viability shall be rejected. 3. The ENGINEER shall be the sole judge as to whether the requirements have been met. For a proposed CIPP product to qualify as a commercially acceptable product for the Project, the following requirements must be met: a. A minimum of 50,000 linear feet of successful wastewater collection system installations in the United States shall be documented. The proposed tube and resin shall have been used together as one product, to assure commercial viability of the materials and the process. In addition, the CIPP product shall have been in service within wastewater collection facilities in the United States for a minimum of five (5) years, unless otherwise approved by the AGENCY. Installations of the proposed resin and tube used independently from each other may not be used to qualify the product for the linear footage and years of service requirements. The manufacturer(s) for both proposed resin and tube shall have successfully produced the material in the United States continuously for a minimum of five (5) years, unless otherwise approved by the AGENCY. If the manufacturer(s) does not have this minimum three years commercial experience in the United States, the number of linear feet of product proposed to be installed under this Project shall not exceed three percent (3%) of the total footage (at time of bid) of the product that has been successfully installed in the United States. B. Product Manufacturing 1. The manufacturer(s) for both proposed resin and tube shall have successfully produced the material in the U.S. continuously for a minimum of five (5) years, unless otherwise approved by the AGENCY. If the manufacturer(s) does not have this minimum three years commercial experience in the U.S., the number of linear feet of product proposed to be installed under this Project SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 8 of 25 shall not exceed three percent (3%) of the total footage (at time of bid) of the product that has been successfully installed in the U.S. C. Product Requirements 1. Bonding to Existing Pipe Wall a. Pipeline rehabilitation products that require bonding to the existing pipe wall for structural strength will not be allowed since the present structural conditions of the existing pipe walls are unknown and may vary considerably. 2. Resin Impregnation a. No CIPP lining product shall be accepted unless vacuum resin impregnation techniques are used. 3. CIPP Wall a. The finished CIPP wall shall be homogenous throughout, except for the exterior coating (i.e., no intermediate impermeable layers). Hydrophilic end seals shall be used as detailed in Section 3.6. 2.2 DESIGN REQUIREMENTS FOR WATER OR STEAM CIPP, RESIN IMPREGNATED FELT A. General Requirements: 1. All materials and components, including resin, tube, and outside layer of tube, shall be compatible and suitable for providing a finished CIPP product which meets the requirements of the Contract Documents. B. Design Parameters: 1. The design thickness of the CIPP wall is a function of multiple factors including, but not limited to, product materials and the condition of the existing sewer line. The materials used shall have the capability to vary wall thicknesses in order to address variations in existing pipe conditions (i.e., circumferences, deterioration, and alignment due to pipe bends) and design considerations for a fully deteriorated host pipe. 2. The installed CIPP liner design parameters shall meet or exceed the following minimum CIPP Resin Requirements: a. Flexural Modulus (short term): 250,000 psi b. Flexural Modulus (long term): 150,000 psi (The long term flexural modulus is defined as fifty years as determined by ASTM D2990 Test Method) c. Flexural Strength: 4,500 psi 3. The installed CIPP liner design parameters shall meet or exceed the following Minimum Finished (cured) CIPP Wall Thickness Requirement (regardless of calculated thicknesses based on ASTM standards identified in this Specification): a. 8 inch Diameter Host Pipe: 0.24 inch b. 10 inch Diameter Host Pipe: 0.30 inch 4. Other Design Parameters to be used in determining minimum finished liner thickness: a. Fully deteriorated host pipe. b. 50 year minimum service life c. H-20 truck live load: 16,000 lbs. d. Groundwater depth above the bottom of the pipe = depth to ground surface (to reflect saturated soil conditions after a heavy rain). e. Pipe ovality: 2 percent SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 9 of 25 f. Soil density: 120 lbs./cu. ft. g. Soil modulus without live load: 700 psi h. Safety factor: 2.0 C. Structural Requirements: 1. The flexible tube for full-length liners shall be designed as per ASTM F1216, Appendix X1, with the following additional requirements: a. The tube design shall assume no bonding to the existing pipe wall. b. With regards to external buckling and because the structural conditions of the existing sewer pipe walls are unknown, the flexible tube shall be designed to act as a stand-alone pipe within the existing pipe. c. Acceptable third party testing and verification of the design analysis techniques (ASTM F1216, Appendix X1.2.2 for all installation methods) shall be submitted for the AGENCY review prior to installation of the liner. d. The bond between the flexible tube layers shall be strong and uniform. All layers shall form one homogeneous structural pipe wall with no part of the flexible tube left unsaturated by the resin after curing. D. Tube: 1. The material be epoxy, or epoxy-vinyl ester-resin-impregnated flexible fabric tube and shall meet the requirements of ASTM F1216, Section 5.1, or F1743, Section 5.2.1. The tube shall be compatible with the resin system used. The tube shall be fabricated to a size that, when installed, will fit the internal circumference and the length of the existing pipe. Allowance shall be made for circumferential and longitudinal stretch during installation. The tube shall be capable of conforming to offset joints, bells and disfigured pipe sections. The minimum length of each section shall be the distance from the manhole to the next manhole. 2. The CONTRACTOR shall verify the section lengths and inside dimensions of the existing sewer section before tube fabrication. Sewing or connecting tubes in order to attain the required length is prohibited. 3. The outside layer of the flexible tube (before inversion) shall be plastic coated with a transparent flexible material that is compatible with the resin system used. The plastic coating shall not delaminate after the flexible tube has cured. 4. The flexible tube shall contain no intermediate or encapsulated elastomeric layers. No material shall be included in the tube that can be subject to delamination in the cured flexible tube. E. Resin: 1. The resin system shall meet the requirements of ASTM F1216, Section 5.2, F1743, Section 5.2.3, or these specifications, whichever is more stringent. 2. The resin shall be of suitable, visible color to show that the felt liner is completely and uniformly impregnated. The color used shall not interfere with visual and/ or closed circuit television (CCTV) inspection of the liner or its required properties. 2.3 DESIGN REQUIREMENTS FOR UV CIPP, GLASS REINFORCED PLASTIC A. General Requirements: 1. All materials and components, including resin, tube, and outside layer of tube, shall be compatible and suitable for providing a finished CIPP product which meets the requirements of the Contract Documents. SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 10 of 25 B. Design Parameters: 1. The design thickness of the CIPP wall is a function of multiple factors including, but not limited to, product materials and the condition of the existing sewer line. The materials used shall have the capability to vary wall thicknesses in order to address variations in existing pipe conditions (i.e., circumferences, deterioration, and alignment due to pipe bends) and design considerations for a fully deteriorated host pipe. 2. The installed CIPP liner design parameters shall meet or exceed the following minimum CIPP Resin Requirements: a. Flexural Modulus (short term): 1,015,000 psi b. Flexural Modulus (long term): 507,500 psi c. (The long term flexural modulus is defined as fifty years as determined by ASTM D2990 Test Method)Flexural Strength: 20,000 psi 3. The installed CIPP liner design parameters shall meet or exceed the following Minimum Finished (cured) CIPP Wall Thickness Requirement (regardless of calculated thicknesses based on ASTM standards identified in this Specification): a. 8 inch Diameter Host Pipe: 0.24 inch b. 10 inch Diameter Host Pipe: 0.30 inch 4. Other Design Parameters to be used in determining minimum finished liner thickness: a. Fully deteriorated host pipe. b. 50 year minimum service life c. H-20 truck live load: 16,000 lbs. d. Groundwater depth above the bottom of the pipe = depth to ground surface (to reflect saturated soil conditions after a heavy rain). e. Pipe ovality: 3 percent f. Soil density: 120 lbs./cu. ft. g. Soil modulus without live load: 700 psi h. Safety factor: 2.0 C. Structural Requirements: 1. The flexible tube for full-length liners shall be designed as per ASTM F2019, Appendix X1, with the following additional requirements: a. The tube design shall assume no bonding to the existing pipe wall. b. With regards to external buckling and because the structural conditions of the existing sewer pipe walls are unknown, the flexible tube shall be designed to act as a stand-alone pipe within the existing pipe. c. Acceptable third party testing and verification of the design analysis techniques (ASTM F1216, Appendix X1.2.2 for all installation methods) shall be submitted for the AGENCY review prior to installation of the liner. d. The bond between the flexible tube layers shall be strong and uniform. All layers shall form one homogeneous structural pipe wall with no part of the flexible tube left unsaturated by the resin after curing. D. Tube: 1. The material shall be a corrosion resistant fiberglass fabric tube meeting the requirements of ASTM F2019, Section 5.2.1. The tube shall be compatible with the resin system used. The tube shall be fabricated to a size that, when installed, will fit the internal circumference and the length of the existing pipe. Allowance shall be made for circumferential and longitudinal stretch during installation. The tube shall be capable of conforming to offset joints, bells and SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 11 of 25 disfigured pipe sections. The minimum length of each section shall be the distance from the manhole to the next manhole. 2. The CONTRACTOR shall verify the section lengths and inside dimensions of the existing sewer section before tube fabrication. Sewing or connecting tubes in order to attain the required length is prohibited. 3. The outside layer of the flexible tube (before inversion) shall be plastic coated with a transparent flexible material that is compatible with the resin system used. The plastic coating shall not delaminate after the flexible tube has cured. 4. The flexible tube shall contain no intermediate or encapsulated elastomeric layers. No material shall be included in the tube that can be subject to delamination in the cured flexible tube. E. Resin: 1. The resin system shall meet the requirements of ASTM F2019, Section 5.2.4, or these specifications, whichever is more stringent. 2. The resin shall be a chemically resistant UV cured isophthalic polyester or vinyl ester thermoset resin. When cured the CIPP shall meet the structural and chemical resistance requirements of ASTM F2019. 3. Chemical resistant of the cured resin/fabric matrix shall meet the requirement for ASTM D5813. F. Lateral Connection Seal: 1. Shall be Cosmic Top-Hat, DrainLCR by Epros, T-Liner Shorty by LMK, or equal. PART 3 - EXECUTION 3.1 PRELIMINARY INVESTIGATION OF HOST SEWER PIPE A. Prior to ordering rehabilitation materials, the CONTRACTOR shall be responsible for inspecting and confirming the inside diameter, pipe material, segment length, number of laterals, and alignment of the host sewer pipe, and determining the condition of each segment to be lined. B. The CONTRACTOR shall use the data and information collected from this inspection to finalize the liner size, refine the liner design, and refine the installation techniques. C. If unknown physical conditions in the work area are encountered during the investigation that materially differ from those ordinarily encountered, the CONTRACTOR shall notify the AGENCY. 3.2 PROCEDURE A. General Requirements 1. Basic procedure for the sewer rehabilitation shall include an access shaft which may involve the temporary removal of the upper portion of a manhole, sewer flow control and bypass pumping (see Specification Section 02960), cleaning, pre-rehabilitation CCTV inspection, liner installation, testing, and post-rehabilitation CCTV inspection. After completion of the rehabilitation, the CIPP liner shall provide a continuous, watertight, corrosion resistant conduit within the existing sewer line. 2. The CONTRACTOR shall be responsible for performing all CIPP and related work, including video inspection, excavations, and cleaning in accordance SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 12 of 25 with applicable Federal and local safety regulations, including current OSHA safety standards. 3. Prior to entering manholes and other confined spaces to perform sewer rehabilitation work, the CONTRACTOR shall evaluate the atmosphere in and near the sewer to determine the presence of toxic or flammable vapors and shall ventilate the rehabilitation work area as necessary to render it safe, in accordance with OSHA 1910.146, “Permit Required Confined Spaces.” 4. The CONTRACTOR shall be responsible for odor and noise mitigation on this Project in accordance with applicable Federal and local regulations. The CONTRACTOR shall monitor the surrounding area and minimize any odors and noise that may occur due to his work activities. 3.3 INSTALLATION FOR WATER OR STEAM CIPP, RESIN IMPREGNATED FELT A. Liner installation shall be in accordance with ASTM F1216, Section 7, or F1743, Section 6, and with the following requirements: 1. Cleaning and Inspection a. The sewer line shall be cleaned and video inspected prior to CIPP installation. Cleaning and video inspection shall be approved by the AGENCY before beginning the CIPP installation work. 2. Protruding Laterals a. Protruding laterals shall be grinded down to the pipe wall surface or as necessary to prevent any damage to the liner and ensure proper installation of the CIPP liner. The CONTRACTOR shall CCTV the pipe after the lateral has been grinded down and obtain approval by the AGENCY before beginning the CIPP installation work. 3. Access a. The CONTRACTOR shall locate and designate all manhole access points that will be used for liner installation and sewer bypassing. The CONTRACTOR shall verify that all access points are open and accessible for work and identify any obstacles that may prevent proper installation of the CIPP liner. 4. Resin Impregnation a. The tube shall be free of any tears and frayed sections. The tube shall be impregnated with resin (wet-out) in accordance with ASTM F1216, Section 7.2, or F1743, Section 6.2. A vacuum impregnation process shall be used. A roller system shall be used to uniformly distribute the resin throughout the tube. All air in the tube shall be removed by vacuum allowing the resin to thoroughly impregnate the tube. All resin shall be contained to ensure no public property or persons are exposed to the liquid resin. b. The installer shall arrange for a location where the liner will be vacuum- impregnated prior to installation. The installer shall allow the AGENCY to inspect the materials and procedures used to vacuum-impregnate the tube. c. Should the liner material (felt layers and interior plastic coating) be cut to pump/vacuum resin into the liner, all cut layers of the felt shall be sewn closed and the plastic coating sealed watertight, per manufacturer’s recommended procedures. 5. Bypassing a. If bypassing of sewage flows is required around the sections of pipe designated for rehabilitation, the CONTRACTOR shall adhere to Section 02960 – Temporary Sewer Bypass Pumping. SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 13 of 25 B. Insertion of Liner 1. Before the insertion begins, the tube manufacturer shall provide values for the minimum pressure required to hold the tube tight against the existing conduit and the maximum allowable pressure so as not to damage the tube. Once the insertion has started, the pressure shall be maintained between the minimum and maximum pressures until cool down has been completed. Should the pressure deviate from the required, the installed tube shall be removed from the host conduit at the CONTRACTOR's expense. The CONTRACTOR shall provide the AGENCY with a continuous log of pressure during cure. 2. Prior to installation, remote temperature gauges (typically thermocouple probes) shall be placed inside the host pipe at the invert level of each end to monitor the temperatures during the cure cycle. 3. Insertion shall be in accordance with ASTM F1216, Section 7.4, or F1743, Section 6.4. If the tube is being pulled into the pipe, no resin shall be lost by contact with manhole walls or the pipe. The resin should not be contaminated or diluted by exposure to dirt, debris, or water during the pull. The resin that provides a structural seal shall not contact the pipe until positioned at the point of repair. 4. Tube insertion forces or pressures shall be limited so as not to stretch the tube longitudinally by more than five (5%) of the original length. 5. Segments of liner that have been resin impregnated and placed in the host conduit and then are found to be too short, shall be removed without curing and properly discarded at the CONTRACTOR's expense. Removal of the uncured, resin impregnated liner shall be accomplished in such a way as to minimize the amount of resin allowed to escape. The CONTRACTOR shall be responsible for cleanup of all escaped resin and any odors that may result. The CONTRACTOR shall submit a plan to remove any odors and resin impregnated, uncured liner from the host conduit including protection of the host system from escaping resin to the AGENCY for approval a minimum of three (3) weeks prior to the first installation process. 6. The existing sewer line shall be dewatered for any liner insertion that does not use an inversion method to expand the tube against the pipe wall. 7. If significant groundwater infiltration is present in the existing sewer line, the CONTRACTOR may install a preliner tube, or chemical grout to seal defective pipe joints, holes, or other sources of infiltration to control resin los, preserve liner thickness, and prevent reduction in physical properties and contamination of the resin by water or other contaminants. The preliner tube shall be a reinforced plastic sheet formed to fit the host pipe being lined and shall be continuous from manhole to manhole. The preliner tube shall be a rated gas barrier for styrene. Installation of the preliner tube shall be done in the presence of the AGENCY. The CONTRACTOR shall obtain approval from the AGENCY prior to installing the preliner tube. 8. Prior to lining, active infiltration with large flows of water shall be stopped by injecting chemical grout. Chemical grout shall be a highly reactive, fast acting, 2 component polyurethane foam with 100% solids and no shrinkage, designed to stop large flows of water. Chemical grout shall be ZG-23 by Zebron, or approved equal. The CONTRACTOR shall obtain approval from the AGENCY prior to installing chemical grout to seal sources of infiltration. 9. The use of a lubricant during inversion is recommended to reduce friction. This lubricant should be poured into the water in the downtube or applied SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 14 of 25 directly to the tube. Lubricant shall not be used in processes where impregnated coatings are performed prior to tube installation. The lubricant used shall be a non-toxic, oil-based product that has no detrimental effects on the tube or roller and pump system, and will not support bacterial growth or adversely affect sewage treatment processes. 10. The tube shall not be exposed to ultraviolet light. 11. The tube shall not experience excessive bubbling or wrinkling during insertion. C. Curing 1. Heat Source for Circulation of Water or Steam a. After insertion of the wetted out tube is complete, the CONTRACTOR shall use a suitable heat source and distribution equipment to circulate heated water or steam uniformly throughout the section for a consistent cure of the resin. The curing temperatures shall comply with submittals and manufacturer's recommendations. b. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. Another such gauge shall be placed between the impregnated liner tube and the invert of the host pipe at the termination manhole, and any intermediate manholes, to determine the temperatures during the resin cure process. Temperatures at all gauges shall be monitored and logged during curing and cool down. The CONTRACTOR shall provide the AGENCY with a continuous log of temperatures at all gauges during curing. 2. CIPP Curing Requirements a. Curing shall be in accordance with ASTM F1216, Section 7.6, or F1743, Section 6.6. b. Initial cure may be considered completed when the exposed portions of the felt tube appear to be hard and the termination manhole temperature sensor indicates the temperature to be adequate to realize an exotherm or cure in the resin as recommended by the resin manufacturer and approved by the AGENCY. Curing temperatures and duration shall comply with previously submitted data and information. c. Any hot water or steam used during the curing process shall be free of any pollutants and shall be properly disposed of at ambient temperatures in an environmentally safe manner in accordance with applicable Federal and local rules and regulations. CONTRACTOR shall be responsible for obtaining the applicable permits and community and notification. 3. The CONTRACTOR shall be responsible for supplying potable water for curing. D. Cool-Down 1. Cool-down shall be in accordance with ASTM F1216, Section 7.7, or F1743, Section 6.7. 2. The CONTRACTOR shall cool the hardened pipe to a temperature below 100 degrees F before relieving the water column (pressure) or 113 degrees F before relieving the internal pressure. 3. Cool-down may be accomplished by the introduction of cool water into the inversion standpipe to replace water or mixture of air being drained from a small hole made at the downstream end. 4. Care shall be taken in the release of the water column or air pressure so that a vacuum will not be developed that could damage the newly installed CIPP. SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 15 of 25 5. Coupon samples shall be obtained for testing. E. Workmanship 1. The finished CIPP shall be continuous over the entire length of each installation run and be free of such defects not limited to holidays, foreign inclusions, dry spots, lifts, delamination, buckling, creases, and seepage of groundwater through the liner material. 2. Wrinkles in the finished CIPP liner shall be repaired as indicated in the following table. Location of Wrinkle Height of Wrinkle Repair Method and Tolerance Below springline or depth of flow, whichever is higher Greater than 2 percent of the pipe diameter or 1/4”, whichever is greater Grind to 2 percent of the pipe diameter or 1/4”, whichever is greater Above springline or depth of flow, whichever is higher Greater than 4 percent of the pipe diameter or 1/2”, whichever is greater Grind to 4 percent of the pipe diameter or 1/2”, whichever is greater 3. The AGENCY shall determine if repairing the wrinkle is necessary. 4. Should the liner be inadvertently perforated during the grinding procedure, the CONTRACTOR shall repair or replace the liner by a method approved by the AGENCY. 5. If other critical defects are present, the CONTRACTOR shall remove and replace the liner in these areas, using a method approved by the AGENCY, at the CONTRACTOR's sole expense. 3.4 INSTALLATION FOR UV CIPP, GLASS REINFORCED PLASTIC A. Liner installation shall be in accordance with ASTM F2019, Section 6, and with the following requirements: 1. Cleaning and Inspection a. The sewer line shall be cleaned and CCTV inspected and approved by the AGENCY before beginning the CIPP installation work. 2. Protruding Laterals a. Protruding laterals shall be grinded down to the pipe wall surface or as necessary to prevent any damage to the liner and ensure proper installation of the CIPP liner. The CONTRACTOR shall CCTV the pipe after the lateral has been grinded down and obtain approval by the AGENCY before beginning the CIPP installation work. 3. Access a. The CONTRACTOR shall locate and designate all manhole access points that will be used for liner installation and sewer bypassing. The CONTRACTOR shall verify that all access points are open and accessible for work and identify any obstacles that may prevent proper installation of the CIPP liner. 4. Resin Impregnation SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 16 of 25 a. The tube shall be free of any tears and frayed sections. The tube shall be impregnated with resin (wet-out) in accordance with ASTM F2019, Section 6.3. The impregnation equipment shall contain devices to secure proper distribution of the resin. b. The installer shall arrange for a location where the liner will be vacuum- impregnated prior to installation. The installer shall allow the AGENCY to inspect the materials and procedures used to vacuum-impregnate the tube. c. Should the liner material (felt layers and interior plastic coating) be cut to pump/vacuum resin into the liner, all cut layers of the felt shall be sewn closed and the plastic coating sealed watertight, per manufacturer’s recommended procedures. 5. Bypassing a. If bypassing of sewage flows is required around the sections of pipe designated for rehabilitation, the CONTRACTOR shall adhere to Section 02960 – Temporary Sewer Bypass Pumping. B. Insertion of Liner 1. Insertion shall be in accordance with ASTM F2019, Sections 6.2 and 6.4. 2. If significant groundwater infiltration is present in the existing sewer line, the CONTRACTOR may install a preliner tube or chemical grout defective pipe joints, holes, or other sources of the infiltration to control resin loss, preserve liner thickness, and prevent reduction in physical properties and contamination of the resin by water and other contaminants The CONTRACTOR shall obtain approval from the AGENCY prior to installing the preliner tube or chemical grout to seal sources of infiltration. 3. Prior to installing the tube, a 10 mil thick plastic sheet shall be pulled into the host pipe to protect the tube from damage as the tube is pulled in, unless otherwise approved by the AGENCY. 4. The tube shall be pulled into place through an existing manhole or approved access point. The pulling speed shall not exceed 15 feet per minute. Care shall be exercised not to damage the tube during the pulling phase. 5. The CONTRACTOR shall provide a written notice to the AGENCY a minimum of 24 hours prior to insertion of the liner. 6. Segments of liner that have been resin impregnated and placed in the host conduit and then are found to be too short, shall be removed without curing and properly discarded at the CONTRACTOR's expense. Removal of the uncured, resin impregnated liner shall be accomplished in such a way as to minimize the amount of resin allowed to escape. The CONTRACTOR shall be responsible for cleanup of all escaped resin and any odors that may result. The CONTRACTOR shall submit a plan to remove any odors and resin impregnated, uncured liner from the host conduit including protection of the host system from escaping resin to the AGENCY for approval a minimum of three (3) weeks prior to the first installation process. 7. Measure the overall elongation of the tube after the pull-in completion. The longitudinal elongation shall be less than 2 percent of the overall length. C. Curing 1. Curing shall be in accordance with ASTM F2019, Section 6.6 and 6.7. 2. The fabric tube shall be inflated in place using low-pressure air to the manufacturer’s specification for installing the UV light train. The UV light train, with built-in safety air loss shut off sensors, shall be installed into the pipe. SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 17 of 25 3. A camera shall be located on the ultraviolet curing assembly to enable video inspection of the fabric and ensure the fabric tube has been properly inflated and any problems can be identified before curing process begins. 4. A multi-lamp UV light train shall be drawn through the pipe. The UV curing lights shall operate in the 200 to 400-nm range. The ultraviolet curing assembly shall travel through the pipe at a predetermined speed per the manufacturer’s specifications which allows cross-linking /polymerization and curing of the CIPP resin. 5. The CONTRACTOR shall submit a documented record of time, rate of travel of the ultraviolet curing assembly, and internal temperatures and pressures during the curing process for each sewer segment to the AGENCY. All curing data shall be submitted in electronically in PDF format to the AGENCY for review. D. Workmanship 1. The finished CIPP shall be continuous over the entire length of each installation run and be free of such defects not limited to holidays, foreign inclusions, dry spots, lifts, delamination, buckling, creases, and seepage of groundwater through the liner material. 2. Wrinkles in the finished CIPP liner shall be repaired as indicated in the following table. Location of Wrinkle Height of Wrinkle Repair Method and Tolerance Below springline or depth of flow, whichever is higher Greater than 2 percent of the pipe diameter or 1/4”, whichever is greater Grind to 2 percent of the pipe diameter or 1/4”, whichever is greater Above springline or depth of flow, whichever is higher Greater than 4 percent of the pipe diameter or 1/2”, whichever is greater Grind to 4 percent of the pipe diameter or 1/2”, whichever is greater 3. The AGENCY shall determine if repairing the wrinkle is necessary. 4. Should the liner be inadvertently perforated during the grinding procedure, the CONTRACTOR shall repair or replace the liner by a method approved by the AGENCY. 5. If other critical defects are present, the CONTRACTOR shall remove and replace the liner in these areas, using a method approved by the AGENCY, at the CONTRACTOR's sole expense. 3.5 REINSTATEMENT OF LATERAL CONNECTIONS A. Lateral Connection Verification 1. The CONTRACTOR shall verify the location and number of lateral connections shown on the Plans during his pre-rehabilitation television inspection or from other methods approved by the AGENCY. The verification methods utilized by the CONTRACTOR shall not require any excavation or removal of existing pipe. 2. Where the CIPP liner does not create dimples at the service connections or in other ways indicate the location, the exact location shall be determined from the pre-rehabilitation television inspection. It shall be the CONTRACTOR’s responsibility to accurately locate and reconnect all active SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 18 of 25 service connections after the CIPP installation and curing has been completed. All service connections are considered to be “active” unless a cap or plug is visible in the pre lining CCTV inspection. Service connections plugged by debris shall be considered active. B. Lateral Connection Reinstatement 1. After the CIPP has been cured in place, the existing lateral connections shall be reinstated as required. This shall be done without excavation, from the interior of the pipeline by means of a television camera and remote-control cutting device. The reinstated opening shall be neat, and its edges smooth and without any hanging fibers, or loose or abraded materials. The invert of the reinstated opening shall match the invert of the original connection. Additionally, the opening shall be reinstated to a minimum of 95% and a maximum of 100% of the original connection opening. The CONTRACTOR shall be responsible for restoring/correcting without delay all missed or faulty reconnections as well as for any damages, which may have resulted. The CONTRACTOR shall restore/correct damages, holes or overcut lateral openings caused to the liner within 7 calendars days. A minimum of one (1) standby remote-control cutting device shall be on site during lateral reinstatement operations. 2. All lateral connections shall be reinstated immediately after the completion of the curing process to minimize disturbance to private residents. If connections cannot be reinstated immediately, the CONTRACTOR shall obtain approval from the AGENCY prior to any extension to allow additional bypass/diversion pumping. Added bypass/diversion pumping services shall be incidental to the project and at the CONTRACTOR's expense. 3. The CONTRACTOR shall be responsible for maintaining an emergency crew capable of cutting taps and readily available to respond to sewer service customer problems after normal working hours unless otherwise determined by the AGENCY. CONTRACTOR's emergency crew shall be qualified and fully equipped to perform lateral connection reinstatement operations and provide temporary bypassing if required to maintain sewer service. Costs related to the emergency response will be incidental to the Contract and not measured for payment. C. Service Lateral Connection Seal and Liner (SLCSL) System 1. All lateral connection shall be sealed using glass fiber laminate with UV curing. The seal shall form smooth transition from the lateral to the mainline and provide continuous structurally sound CIPP able to withstand all imposed static and dynamic loads on a long-term basis. 2. Brim style connection liner (Top Hat) shall meet the requirements of ASTM D543 and ASTM D578. 3. Seal penetration into lateral shall per manufacturer recommendation but shall not be less than 10 inches in length. 4. Lateral connection seal shall be Cosmic Top-Hat, DrainLCR by Epros, T-Liner Shorty by LMK, or equal. 5. Epoxy resin shall meet ASTM D5813. 3.6 TRANSITION SECTIONS A. Design 1. Transition sections shall be constructed to channel sewage flow and minimize entrance and exit losses as the flow passes through the existing manhole SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 19 of 25 structures affected by CIPP work. Construction of the transition grout within the channel shall be determined as follows. For situations where: a. A CIPP liner terminates at both upstream and downstream manhole pipe openings, and the cured liner I.D. is 18” nominal or greater, the transition grout within the channel shall have a uniform thickness equal to the liner thickness throughout the length of the channel. b. A CIPP liner terminates one manhole pipe opening, and the cured liner I.D. is greater than 18” nominal, the transition grout shall be equal to the liner thickness at the manhole wall and taper towards the center of the manhole at a ratio of 1:10 (V:H). c. A cured liner I.D. is equal to or less than 18” nominal, the transition grout shall be equal to the liner thickness at the manhole wall and taper towards the center of the manhole at a ratio of 1:10 (V:H). Transition Grout Construction Nominal Diameter > 18” Nominal Diameter < 18” Liner Terminates at Both Manhole Openings Uniform thickness equal to liner thickness throughout channel length. Equal to liner thickness at the manhole wall and taper towards channel center at 1:10 (V:H) ratio. Liner Terminates at One Manhole Opening Equal to liner thickness at the manhole wall and taper towards channel center at 1:10 (V:H) ratio. Equal to liner thickness at the manhole wall and taper towards channel center at 1:10 (V:H) ratio. d. When the pipe liner is placed through manholes, the CONTRACTOR shall cut away the top of the pipe liner to conform to the existing manhole walls. e. Existing benches and channels shall be built up with grout as needed to match the CIPP liner elevations. Smooth transitions shall be formed between the existing surfaces and the CIPP. 2. Surface Preparation a. Prior to applying new concrete, the existing surfaces shall be adequately cleaned, scraped of loose concrete, and roughened. An approved concrete bonding agent shall be applied prior to the construction of any new channels, benches and/or transition sections. The bonding agent shall meet ASTM C881 requirements for Type 1, Grade 3, epoxy resin adhesive. The bonding agent shall be Sikadur 31 Hi-Mod Gel or an approved equal. 3. Material Requirements a. Any new channels, benches, and transition sections shall be formed using a quick setting, high strength Portland cement based repair mortar. The mortar shall be SikaTop 122 Plus, Sauereisen Substrate Resurfacer No. F-121, or an approved equal. The mortar shall have the following minimum properties: SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 20 of 25 Sika Top 122 Plus Sauereisen Substrate Resurfacer No. F-121 Flexural Strength 2,000 psi 28 days (ASTM C293) 1,500 psi 7 days (ASTM C580) Tensile Strength 750 psi 28 days (ASTM C496) 822 psi 7 days (ASTM C307) Bond Strength 2,200 psi 28 days (ASTM C882) 2,200 psi 7 days (ASTM C882) Compressive Strength 7,000 psi 28 days (ASTM C109) 7,000 psi 28 days (ASTM C109) 4. Sealing of Annular Space a. At all manholes apply Sikadur 31 Hi-Mod Gel or an approved equal between the CIPP liner and the existing pipe. The material shall be applied around the entire circumference of the pipe to fully seal the annular space to prevent infiltration of groundwater and exfiltration of sewage and sewer gases. b. Where CIPP liner is placed through the manholes, the material (Sikadur 31 Hi-Mod Gel or an approved) shall be applied where the top of the liner has been cut away. c. Install continuous or properly trimmed hydrophilic waterstop end seals at each manhole opening. Install end seals in accordance with the waterstop end seal manufacturer’s recommendations. The seals shall be bands that are 20 mm wide and 5 mm high. The hydrophilic water stop end seal shall be Hydrotite Model RS-0520-3.5I, or an approved equal, and shall be compatible with the CIPP liner. 5. Liner Termination at Manhole a. The liner section above the bench shall extend approximately two inches into the manhole to mechanically lock the liner in place. 3.7 GENERAL TESTING A. General CIPP Liner Testing Requirements 1. For each inversion length of CIPP full-length liner installed, the CONTRACTOR shall perform the tests identified in Section 3.7 CIPP Tests. 2. Where testing is performed on CIPP samples, the CONTRACTOR shall be responsible for providing the necessary samples and for hiring a qualified, independent third party to perform the required tests. The report shall outline test procedures, present data, provide diagrams as required, and summarize test results for each length of CIPP installed. The report shall provide all information labeled on the samples. Sample labeling requirements are provided in the following paragraph. Copies of the report shall be sent from the laboratory simultaneously to both the CONTRACTOR and the AGENCY immediately upon completion of the sample testing. Two (2) copies of the detailed report on the testing shall be sent to the AGENCY. SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 21 of 25 3. The AGENCY shall be responsible for filling out and maintaining a Cured Sample Testing Record for all samples which the AGENCY takes possession of. The CONTRACTOR shall not destroy any Cured Sample Testing Records and will transfer all Cured Sample Testing Records to the AGENCY immediately after final acceptance of the project. 4. Any liner that does not meet the specified strength and/or thickness requirements, regardless of the amount below the specified requirements, shall be corrected by the CONTRACTOR in a manner approved by the ENGINEER at no additional cost to the AGENCY. The ENGINEER’s decision on how to correct deficient CIPP installations shall be final. Options for correcting deficient liners that may be considered by the ENGINEER include removing the liner and re-lining the sewer, or excavating and replacing the sewer from manhole to manhole, or providing the AGENCY with a credit. The primary option that will be considered will be to re-line the sewer. Credits will only be authorized for CIPP that does not meet required thickness. If a credit is acceptable to the AGENCY, the credit shall be calculated by multiplying the bid price by the percent that the liner thickness is below the required installed thickness as follows: Credit = (1- Installed CIPP Thickness/Required CIPP Thickness) x Bid Price. The CONTRACTOR shall not assume a credit will be acceptable to the AGENCY in any case. B. CIPP Samples 1. General Procedures a. Cured CIPP samples shall be taken and labeled in the presence of the AGENCY. The labeling on the sample shall consist of the sample number, Project Name, the AGENCY Job Number, CONTRACTOR company name, name(s) of CONTRACTOR’s personnel that extracted the sample, the date/time that the sample was taken and the name of the AGENCY personnel present during sampling. The labeling shall be made with a permanent marking device that will not smudge or fade on the sample. b. In addition, the CONTRACTOR shall maintain a Cured Sample Testing Record. The Cured Sample Testing Record shall be current and shall be available for immediate review by the AGENCY upon the AGENCY’s request. A copy of the Cured Sample Testing Record is provided at the end of this Specification. The CONTRACTOR may obtain a copy of the Cured Sample Testing Record template from the AGENCY. c. The AGENCY may take possession of a sample or samples at any time prior to the samples being shipped to the third party testing laboratory. The number of samples taken are at the discretion of the AGENCY. If samples are taken, the CONTRACTOR is relieved of responsibility of testing the samples. The samples taken by the AGENCY may be tested by a laboratory selected by the AGENCY. In this situation, costs for testing and shipping these samples will be paid for by the AGENCY. Two copies of the test reports from the laboratory selected by the AGENCY will be sent to the CONTRACTOR. 2. Pipes of 18-Inch Diameter or Less a. The sample shall be cut from a section of cured CIPP at the termination point that has been inverted through a pipe with the same inside diameter as the existing pipe and has been held in place by a suitable heat sink, such as sandbags. The sample shall be a minimum of 12-inches in length and a full pipe circumference, to provide for all of the tests indicated below. SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 22 of 25 b. If a length of CIPP is installed through intermediate manholes, samples shall be taken at each intermediate manhole as well as at the termination point. c. The sample shall be large enough to provide for all tests indicated below. d. Prior to obtaining any sample, the CONTRACTOR shall mark the limits of the sample on the CIPP and obtain the approval of the AGENCY. The AGENCY has the discretion to adjust the sample location. 3.8 CIPP TESTS A. CIPP Wall Thickness Test 1. Pipes of 18-Inch Diameter or Less a. For host pipes with a nominal diameter 18-inches or less, testing shall be in accordance with ASTM F1743, Section 8.1.6. b. A minimum of eight measurements at evenly spaced intervals around the circumference of the sample shall be taken to ensure that minimum and maximum thicknesses are determined. Deduct from the measured values the thickness of any plastic coatings or CIPP layers not included in the structural design of the CIPP. The average thickness shall be calculated using the measured values and shall meet or exceed the minimum finished thickness indicated in Section 2.2.B, Design Parameters. The minimum wall thickness at any point shall not be less than 87.5% of the minimum finished thickness indicated in Section 2.2.B, Design Parameters. c. Ultrasonic testing of wall thickness is not allowed. B. Short-Term Flexural Test 1. CIPP samples shall be tested for short-term flexural (bending) properties. Testing shall be in accordance with ASTM F1216, Section 8.1.3.1, or F1743, Section 8.1.4. Five specimens shall be tested. C. Delamination Test 1. Testing shall be in accordance with ASTM F1216, Section 8.4, or ASTM F1743, Section 8.4. Five specimens shall be tested. D. Peel or Stripping Strength Test 1. Testing shall be in accordance with ASTM F1216, Section 8.5. The peel or stripping strength between any nonhomogeneous layers of CIPP laminate shall be a minimum of 10 lb/in. of width. 3.9 PIPE LEAKAGE TEST A. The cured liner material shall be impervious and not allow for any infiltration or exfiltration. Unless otherwise directed by the AGENCY, the CONTRACTOR shall conduct either an exfiltration, infiltration, or air test for each CIPP inversion for pipes with a nominal diameter of 36-inches or less. B. Laterals shall be reinstated after the leakage test is completed. C. The CONTRACTOR shall notify the AGENCY as to the type of testing to be conducted prior to the testing. D. It shall be noted that the allowable leakage amounts indicated in the following paragraphs are to allow for imperfections that may be associated with the leakage test setup (Ex. slight leakage at the plugs, seepage through the downtube material, volumetric changes in the water or air inside the liner due to SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 23 of 25 temperature changes, etc.). Leakage as a result of a pervious finished liner will not be accepted and will be considered defective requiring repair or replacement. 1. Exfiltration Test a. An exfiltration test may be conducted after the CIPP has cooled to ambient temperature. The CONTRACTOR shall submit testing procedures for approval. b. The maximum amount of leakage for any section of CIPP being tested shall not exceed 50 gallons per day per inch of internal diameter per mile of pipe. During the exfiltration testing, the maximum internal pipe pressure at the lowest end shall not exceed 10 feet of water and the water level inside the inversion standpipe shall be two feet higher than the top of the pipe or two feet higher than the groundwater level, whichever is greater. The test should be conducted for a minimum of one hour and may be performed during the liner cool down period. c. The exfiltration test shall be conducted at the completion of the curing process while the CIPP is under hydrostatic pressure. d. If steam is used to cure the CIPP, watertight plugs shall be installed at both end and the CIPP filled with water. 2. Infiltration Test a. An infiltration test may be conducted if the groundwater is more than 2 feet above top of pipe for the entire section of sewer line. The CONTRACTOR shall submit testing procedures for approval. b. The maximum amount of infiltration for any CIPP section being tested shall not exceed the rate of 50 gallons per day per inch of internal diameter per mile of pipe. 3. Air Test a. Testing shall be conducted after the CIPP has cooled to ambient temperature and prior to reinstating any laterals. Low pressure air test shall be in accordance with ASTM F1417-11a. The Time-Pressure Drop Method, using 1.0 psig pressure drop, shall be used. b. The low pressure air test may be dangerous to personnel. It is extremely important that the various plugs be properly installed to prevent sudden expulsion of a poorly installed or partially inflated plug. The CONTRACTOR shall be responsible for providing all safety measures necessary to protect personnel from injury. No one shall be allowed in the manholes during testing. E. For products in which the pipe wall is cured while not in direct contact with the pressurizing fluid (e.g., a removable inflation bladder is used), the pipe shall be leakage tested after the cure process is completed and the pressurizing fluid and apparatus have been removed. 3.10 INSPECTION AND ACCEPTANCE A. The finished installation shall be inspected by the CONTRACTOR by closed- circuit television camera in the presence of the AGENCY, unless otherwise directed by the AGENCY. B. Variations from true line and grade will only be acceptable if proven by the CONTRACTOR that the variations existed under the original conditions of the existing sewer lines. SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 24 of 25 C. The CIPP work will be deemed unacceptable if infiltration of groundwater is detected. All lateral connections and entrances must be accounted for and shall be unobstructed. 3.11 CLEANING A. Upon acceptance of the CIPP installation, the CONTRACTOR shall restore the Project area to its original conditions or better. 1. Remove debris resulting from work and unused materials from the site and legally dispose. 2. Areas damaged or modified by the work shall be repaired or restored to a condition equal to or better than the original condition. Site restoration is incidental to the work and shall be at the expense of the CONTRACTOR. 3. Care shall be taken to avoid damage to private property (i.e., sprinkler systems, landscaping, etc.). If damage occurs, repairs shall be completed as soon as possible. Any repairs will be at the expense of the CONTRACTOR. SECTION 02957 – CURED-IN-PLACE PIPE LINING CONTRACT NO. 5503 CIPP LINING Page 25 of 25 END OF SECTION SECTION 02959 – MACHINE SPIRAL WOUND PVC LINER CONTRACT NO. 5503 MACHINE SPIRAL WOUND PVC LINER Page 1 of 10 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Materials and procedures for machine spiral wound polyvinyl chloride (PVC) pipe liner. B. Related Specification Sections include but are not necessarily limited to: 1. Standard Specifications for Public Works Construction “Greenbook”. 2. General Provisions. 3. Section 02960 Temporary Sewer Bypass Pumping. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society for Testing and Materials (ASTM): a. ASTM C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. Cube Specimens). b. ASTM D256, Standard Test Method for Determining the Izod Pendulum Impact Resistance of Plastics. c. ASTM C293, Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center-Point Loading). d. ASTM C307, Standard Test Method for Tensile Strength of Chemical- Resistant Mortar, Grouts, and Monolithic Surfacings. e. ASTM C496, Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens. f. ASTM D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical Reagents g. ASTM D578, Standard Specification for Glass Fiber Strands h. ASTM D638, Standard Test Method for Tensile Properties of Plastics. i. ASTM D790, Standard Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. j. ASTM C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. k. ASTM C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used With Concrete by Slant Shear. l. ASTM F1741-18, Standard Practice for Installation of Machine Spiral Wound Poly (Vinyl Chloride) (PVC) Liner Pipe for Rehabilitation of Existing Sewers and Conduits. m. ASTM D1784, Standard Specification for Rigid Poly Vinyl Chloride (PVC) Compounds and Chlorinated Poly Vinyl Chloride (CPVC) Compounds. n. ASTM F1697-18, Standard Specification for Poly Vinyl Chloride (PVC) Profile Strip for Machine Spiral-Wound Liner Pipe Rehabilitation of Existing Sewers and Conduits 2. National Association of Sewer Service Companies (NASSCO): a. NASSCO standards, latest edition and revision thereof. SECTION 02959 – MACHINE SPIRAL WOUND PVC LINER CONTRACT NO. 5503 MACHINE SPIRAL WOUND PVC LINER Page 2 of 10 1.3 SYSTEM DESCRIPTION A. Spiral wound PVC pipe liner for use in rehabilitation of circular sewer pipelines shall be a PVC profiled strip with a continuously sealed spiral joint. The profiled strip is wound into the liner shape to a size ranging from 6 inches to 15 feet. Installation shall be in accordance with ASTM F1471 as modified herein. 1.4 SUBMITTALS A. Design Analysis: 1. Provide sufficient detail to allow the AGENCY to judge whether or not the proposed materials, equipment, forms, and procedures will meet the Contract requirements. 2. No materials shall be manufactured prior to approval of the submittals by the AGENCY. 3. The PVC liner shall be designed per ASTM F1697-18. B. Manufacturing and Quality Control: 1. The CONTRACTOR shall submit certification provided by the product Manufacturer that the PVC profiled strip material, gasket material, and the steel reinforcing strip conforms to ASTM F1697. C. Installation Procedures 1. List of Installation Procedures a. An itemized list detailing the installation procedures to be used shall be submitted. This shall include the followings: 1) Work plan for each site. 2) Dewatering/bypass plan for each site. 3) Discharge plan as applicable – submit curing medium discharge plan compliant with State and Local requirements and Regulations. If waste discharge permit is required to dispose of curing medium, Contractor shall obtain and maintain said permit, at no additional compensation from the City. 4) estimated times for each task. 5) the number of required excavations, if any, and 6) any other items unique to each process. 2. Required Standards a. All related ASTM standards or any nationally recognized standards for installation of the product shall be submitted. 3. Product Repair a. Detailed procedures shall be submitted for repairing the product in the event of failure or future damage. These procedures should not require specialized training and/or equipment for the AGENCY’s maintenance crews. 4. Future Tapping of Service Connections a. Where applicable, detailed procedures shall be submitted for future tapping of service connections into the product. The procedures should not require specialized training and/or equipment for the AGENCY’s maintenance crews. 5. Construction of Manhole Transition Sections a. Detailed procedures for the construction of manhole transition sections along with description and physical properties of the concrete bonding agent to be used shall be submitted for the AGENCY’s approval. SECTION 02959 – MACHINE SPIRAL WOUND PVC LINER CONTRACT NO. 5503 MACHINE SPIRAL WOUND PVC LINER Page 3 of 10 D. Product Test Data 1. General Requirements: a. No product shall be allowed to be installed without submittal of test data supporting the product performance requirements listed below. b. All testing shall have been performed by an independent third party qualified to perform such testing. 2. Chemical Resistance: The PVC profiled strip, gasket, end seals, sealants, and other material exposed to the sewer environment shall be tested in accordance with Section 211-2 and conform to the weight change requirements of Table 207-17.5 of the Greenbook. E. Hydraulic Capacity: 1. Calculations shall be submitted which support that the finished in-place flexible tube shall be able to provide a minimum of one hundred percent (100%) of the existing sewer line's original design capacity. (Original design capacity of the existing sewer line shall be calculated using a roughness coefficient "n" of 0.013.). 2. The typical roughness coefficient "n" to be used in calculations for the proposed flexible tube shall be verified by independent third party (hired by the product Manufacturer) test data, but shall not be less than 0.011, unless otherwise approved by the AGENCY. F. Flexural Modulus and Strength: 1. In order to verify the proposed product's past performance, the CONTRACTOR shall submit detailed test results from a minimum of three (3) previous successful installations of the proposed CIPP liner. 2. The test results of field samples from each of the previous installations shall verify that the minimum requirements for short-term flexural modulus and flexural strength specified in this specification had been achieved. G. CCTV inspections shall be in accordance with Greenbook Section 500. The following CCTV inspections shall be provided: 1. CCTV after cleaning and prior to lining (Pre-CCTV), showing condition of existing pipe and pipe joints, and location of existing service connections 2. Post lining CCTV (Post-CCTV), within three (3) days after work complete, showing entire finished liner and re-established service connections. Line shall be dry and clean during the video inspection and CCTV shall include panning around 360 degrees to show the cuts/termination at both ends of the liner. If defects are found during the post CCTV they should be identified per NASSCO PACP coding standards. 1.5 DELIVERY, STORAGE, AND HANDLING A. PVC liner and appurtenances shall be handled, stored, protected, transported, and installed as recommended by the manufacturer. PVC liner shall be stored and handled such that the PVC liner, is protected from physical damage or other deterioration. PVC liner and appurtenances susceptible to sun and light deterioration (i.e., ultraviolet radiation) and heat damage shall be adequately protected. SECTION 02959 – MACHINE SPIRAL WOUND PVC LINER CONTRACT NO. 5503 MACHINE SPIRAL WOUND PVC LINER Page 4 of 10 1.6 WARRANTY A. The CONTRACTOR shall warrant all work for materials installed under this Contract for five (5) years from the date of final acceptance. All liners shall have a minimum design and service life of 50 years. The date of final acceptance shall be the date final payment is made to the CONTRACTOR. B. Warranty shall certify all sites and shall state: "The complete pipeline rehabilitation for each site was performed properly. We (the Contractor and Manufacturer) warrant all material and workmanship for five (5) years starting from day of Owner's final acceptance. Contractor and Manufacturer promise to provide prompt field response to Owner's request regarding any defect in pipeline rehabilitation. Warranty shall include such repairs or measures needed to remedy delamination of liner from host pipe that may occur or become evident due to tapping or pipe breakage from any cause during warranty period." PART 2 - PRODUCTS 2.1 SPIRAL WOUND PVC LINER A. Material Composition 1. The extruded profile strip shall be made from unplasticized PVC compounds meeting the minimum requirements for cell classification 13354 or higher, as defined in ASTM D 1784. 2. PVC profile strip for machine spiral wound liner pipe rehabilitation of existing sewers shall comply with ASTM F 1697-18, except as modified herein. B. Material and Equipment Acceptance 1. At the time of manufacture, each lot of extruded profile strip shall be inspected for defects and tested for physical properties as specified. A “lot” is defined as a continuous extrusion run of a given profile designation on a spool. 2. PVC profile strip minimum dimensions and initial stiffness factors shall be in accordance with Table 1 below. In accordance with ASTM F 1697- 18, other profile configurations are permitted, provided similar details are provided below: 3. The following values of modulus of elasticity of PVC shall be used in design: a. Short Term: 400,000psi b. Long Term: 116,000psi Profile Type Minimum Width Minimum Height Minimum Waterway Wall Minimum Initial Stiffness Factor (EI) (in.) (in.) (in.) (in3 – lbf/in2) 1 2.00 0.216 0.0551 188.0 2 3.14 0.314 0.0551 561.0 3 4.76 0.511 0.0630 2148.0 7 4.76 0.748 0.0830 3983.0 Note: Initial Stiffness Factors are derived from testing in accordance with ASTM D 790 as modified by ASTM F1697-18, using flat strips of profile SECTION 02959 – MACHINE SPIRAL WOUND PVC LINER CONTRACT NO. 5503 MACHINE SPIRAL WOUND PVC LINER Page 5 of 10 4. Design stiffness values for a specific PVC profile strip are available from the manufacturer. 5. Sealants and gaskets necessary for effective interlocking of the edges of PVC strip are pre-applied at the time of manufacture. They shall be suitable for use in a sewer environment. C. Material Testing 1. Before installation of the liner has commenced, the testing shall be completed and submitted to the AGENCY: a. A sample of profile from each production run shall be tested to confirm that the value of initial stiffness factor detailed above exceeds specified minimum values. b. Chemical testing in accordance with Section 1.4D (2) of this Specification. D. Marking 1. Each PVC profile strip shall be distinctly marked on its inside surface at intervals not to exceed 60 inches with a code number identifying the manufacturer, plant, date of manufacture and shift, and profile type. This information shall also appear on each reel. E. Acceptable Manufacturers 1. Acceptable manufacturers whose products conform to all applicable ASTM standards include: a. Seiskui SPR, Americas b. Approved equal F. Hydrophilic waterstop end seals 1. The hydrophilic water stop end seal shall be Hydrotite Model RS-0520-3.5I, or an approved equal, and shall be compatible with the PVC liner. G. Lateral Connection Seal 1. Shall be Cosmic Top-Hat, DrainLCR by Epros, T-Liner Shorty by LMK, or equal. PART 3 - EXECUTION 3.1 PRELIMINARY INVESTIGATION OF HOST SEWER PIPE A. Prior to ordering rehabilitation materials, the CONTRACTOR shall be responsible for inspecting and confirming the inside diameter, pipe material, and alignment of the host sewer pipe, and determining the condition of each segment to be lined. B. The CONTRACTOR shall use the data and information collected from this inspection to finalize the liner size, refine the liner design, and refine the installation techniques. Data shall also be used for locating existing laterals for reinstatement. C. If unknown physical conditions in the work area are encountered during the investigation that materially differ from those ordinarily encountered, the CONTRACTOR shall notify the AGENCY. 3.2 PROCEDURE A. General Requirements SECTION 02959 – MACHINE SPIRAL WOUND PVC LINER CONTRACT NO. 5503 MACHINE SPIRAL WOUND PVC LINER Page 6 of 10 1. Basic procedure for the sewer rehabilitation shall include an access shaft which may involve the temporary removal of the upper portion of a manhole, sewer flow control and bypass pumping (see Specification Section 02960), cleaning, pre-rehabilitation CCTV inspection, liner installation, testing, and post-rehabilitation CCTV inspection. After completion of the rehabilitation, the PVC liner shall provide a continuous, watertight, corrosion resistant conduit within the existing sewer line. 2. The CONTRACTOR shall be responsible for performing all spiral wound PVC lining and related work, including video inspection, excavations, and cleaning in accordance with applicable Federal and local safety regulations, including current OSHA safety standards. 3. Prior to entering manholes and other confined spaces to perform sewer rehabilitation work, the CONTRACTOR shall evaluate the atmosphere in and near the sewer to determine the presence of toxic or flammable vapors and shall ventilate the rehabilitation work area as necessary to render it safe, in accordance with OSHA 1910.146, “Permit Required Confined Spaces.” 4. The CONTRACTOR shall be responsible for odor and noise mitigation on this Project in accordance with applicable Federal and local regulations. The CONTRACTOR shall monitor the surrounding area and minimize any odors and noise that may occur due to his work activities. 3.3 INSTALLATION OF SPIRAL WOUND PVC LINER A. Installation of machine spiral wound PVC liner pipe for rehabilitation of existing sewers shall comply with ASTM F 1741-18 and with the following requirements: 1. Cleaning and Inspection a. The sewer line shall be cleaned and video inspected prior to CIPP installation. Cleaning and video inspection shall be approved by the AGENCY before beginning the CIPP installation work. 2. Protruding Laterals a. Protruding laterals shall be grinded down to the pipe wall surface or as necessary to prevent any damage to the liner and ensure proper installation of the PVC liner. The CONTRACTOR shall CCTV the pipe after the lateral has been grinded down and obtain approval by the AGENCY before beginning the PVC installation work. 3. Service Lateral Connection Seal and Liner (SLCSL) System a. All lateral connection shall be sealed using glass fiber laminate with UV curing. The seal shall form smooth transition from the lateral to the mainline and provide continuous structurally sound CIPP able to withstand all imposed static and dynamic loads on a long-term basis. b. Seal penetration into lateral shall per manufacturer recommendation but shall not be less than 10 inches in length. c. Brim style connection liner (Top Hat) shall meet the requirements of ASTM D543 and ASTM D578. d. Lateral connection seal shall be Cosmic Top-Hat, DrainLCR by Epros, T- Liner Shorty by LMK, or equal. e. Epoxy resin shall meet ASTM D5813. 4. Access SECTION 02959 – MACHINE SPIRAL WOUND PVC LINER CONTRACT NO. 5503 MACHINE SPIRAL WOUND PVC LINER Page 7 of 10 a. The CONTRACTOR shall locate and designate all manhole access points that will be used for liner installation and sewer bypassing. The CONTRACTOR shall verify that all access points are open and accessible for work and identify any obstacles that may prevent proper installation of the PVC liner. 5. Bypassing a. If bypassing of sewage flows is required around the sections of pipe designated for rehabilitation, the CONTRACTOR shall adhere to Section 02960 – Temporary Sewer Bypass Pumping. B. Insertion of Liner 1. During installation the winding machine shall perform the following operations simultaneously: a. A continuous ribbed liner profile strip is supplied from a reel and fed down through the existing manhole to the winding machine positioned at the base of the manhole b. Joint lubricating sealant shall be placed into the primary lock of the self- interlocking edges of the ribbed profile (Note: An elastomeric adhesive, which prevents the liner from expanding prematurely during winding, is applied to the secondary lock during manufacture of the ribbed profile) c. High tensile wire shall be inserted (Note: The wire remains only temporarily as it is pulled out during the expansion stage) d. The winding machine winds the PVC strip into a liner pipe by interlocking the edges e. Winding continues until the full length of the deteriorated pipe between manholes has been lined f. The liner is then radially expanded by mechanical means, without the application of heat, until the liner makes contact with the inside wall of the existing pipe C. End Seals 1. End seals between the liner pipe and the existing pipe shall be installed with a sealing material that is compatible with the liner pipe material. A hydrophilic end seals shall be used as detailed in Section 02957-3.6. D. Workmanship 1. The finished lining shall be free of defects that would affect long term strength or hydraulic performance. 2. If critical defects are present, the CONTRACTOR shall remove and replace the liner in these areas, using a method approved by the AGENCY, at the CONTRACTOR's sole expense. 3.4 REINSTATEMENT OF LATERAL CONNECTIONS A. Lateral Connection Verification 1. The CONTRACTOR shall verify the location and number of lateral connections shown on the Plans during his pre-rehabilitation television inspection or from other methods approved by the AGENCY. The verification methods utilized by the CONTRACTOR shall not require any excavation or removal of existing pipe. SECTION 02959 – MACHINE SPIRAL WOUND PVC LINER CONTRACT NO. 5503 MACHINE SPIRAL WOUND PVC LINER Page 8 of 10 2. The exact location of lateral connections shall be determined from the pre- rehabilitation television inspection. It shall be the CONTRACTOR’s responsibility to accurately locate and reconnect all service connections after the PVC liner installation has been completed. B. Lateral Connection Reinstatement 1. After the PVC liner has been installed, the existing lateral connections shall be reinstated as required. This shall be done without excavation, from the interior of the pipeline by means of a television camera and remote-control cutting device. The reinstated opening shall be neat, and its edges smooth and without any hanging fibers, or loose or abraded materials. The invert of the reinstated opening shall match the invert of the original connection. Additionally, the opening shall be reinstated to a minimum of 95% and a maximum of 100% of the original connection opening. The CONTRACTOR shall be responsible for restoring/correcting without delay all missed or faulty reconnections as well as for any damages, which may have resulted. A minimum of one (1) standby remote-control cutting device shall be on site during lateral reinstatement operations. 2. All lateral connections shall be reinstated immediately after the completion of the curing process to minimize disturbance to private residents. If connections cannot be reinstated immediately, the CONTRACTOR shall obtain approval from the AGENCY prior to any extension to allow additional bypass/diversion pumping. Added bypass/diversion pumping services shall be incidental to the project and at the CONTRACTOR's expense. 3. The CONTRACTOR shall be responsible for maintaining an emergency crew capable of cutting taps and readily available to respond to sewer service customer problems after normal working hours unless otherwise determined by the AGENCY. CONTRACTOR's emergency crew shall be qualified and fully equipped to perform lateral connection reinstatement operations and provide temporary bypassing if required to maintain sewer service. Costs related to the emergency response will be incidental to the Contract and not measured for payment. 3.5 TRANSITION SECTIONS A. Design 1. Transition sections shall be constructed to channel sewage flow and minimize entrance and exit losses as the flow passes through the existing manhole structures affected by lining work. Construction of the transition grout within the channel shall be determined as follows. For situations where: a. A PVC liner terminates at both upstream and downstream manhole pipe openings, and the liner I.D. is 18” nominal or greater, the transition grout within the channel shall have a uniform thickness equal to the liner thickness throughout the length of the channel. b. A PVC liner terminates one manhole pipe opening, and the liner I.D. is greater than 18” nominal, the transition grout shall be equal to the liner thickness at the manhole wall and taper towards the center of the manhole at a ratio of 1:10 (V:H). c. A liner I.D. is equal to or less than 18” nominal, the transition grout shall be equal to the liner thickness at the manhole wall and taper towards the center of the manhole at a ratio of 1:10 (V:H). SECTION 02959 – MACHINE SPIRAL WOUND PVC LINER CONTRACT NO. 5503 MACHINE SPIRAL WOUND PVC LINER Page 9 of 10 Transition Grout Construction Nominal Diameter > 18” Nominal Diameter < 18” Liner Terminates at Both Manhole Openings Uniform thickness equal to liner thickness throughout channel length. Equal to liner thickness at the manhole wall and taper towards channel center at 1:10 (V:H) ratio. Liner Terminates at One Manhole Opening Equal to liner thickness at the manhole wall and taper towards channel center at 1:10 (V:H) ratio. Equal to liner thickness at the manhole wall and taper towards channel center at 1:10 (V:H) ratio. d. Existing benches and channels shall be built up with grout as needed to match the liner elevations. Smooth transitions shall be formed between the existing surfaces and the PVC liner. 2. Surface Preparation a. Prior to applying new concrete, the existing surfaces shall be adequately cleaned, scraped of loose concrete, and roughened. An approved concrete bonding agent shall be applied prior to the construction of any new channels, benches and/or transition sections. The bonding agent shall meet ASTM C881 requirements for Type 1, Grade 3, epoxy resin adhesive. The bonding agent shall be Sikadur 31 Hi-Mod Gel or an approved equal. 3. Material Requirements a. Any new channels, benches, and transition sections shall be formed using a quick setting, high strength Portland cement based repair mortar. The mortar shall be SikaTop 122 Plus, Sauereisen Substrate Resurfacer No. F-121, or an approved equal. The mortar shall have the following minimum properties: Sika Top 122 Plus Sauereisen Substrate Resurfacer No. F-121 Flexural Strength 2,000 psi 28 days (ASTM C293) 1,500 psi 7 days (ASTM C580) Tensile Strength 750 psi 28 days (ASTM C496) 822 psi 7 days (ASTM C307) Bond Strength 2,200 psi 28 days (ASTM C882) 2,200 psi 7 days (ASTM C882) Compressive Strength 7,000 psi 28 days (ASTM C109) 7,000 psi 28 days (ASTM C109) SECTION 02959 – MACHINE SPIRAL WOUND PVC LINER CONTRACT NO. 5503 MACHINE SPIRAL WOUND PVC LINER Page 10 of 10 4. Sealing of Annular Space a. At all manholes apply Sikadur 31 Hi-Mod Gel or an approved equal between the PVC liner and the existing pipe. The material shall be applied around the entire circumference of the pipe to fully seal the annular space to prevent infiltration of groundwater and exfiltration of sewage and sewer gases. 5. Liner Termination at Manhole a. The liner section above the bench shall extend approximately two inches into the manhole to mechanically lock the liner in place. 3.6 INSPECTION AND ACCEPTANCE A. The finished installation shall be inspected by the CONTRACTOR by closed- circuit television camera in the presence of the AGENCY, unless otherwise directed by the AGENCY. B. Variations from true line and grade will only be acceptable if proven by the CONTRACTOR that the variations existed under the original conditions of the existing sewer lines. C. The PVC liner work will be deemed unacceptable if infiltration of groundwater is detected. All lateral connections and entrances must be accounted for and shall be unobstructed. 3.7 CLEANING A. Upon acceptance of the PVC liner installation, the CONTRACTOR shall restore the Project area to its original conditions or better. 1. Remove debris resulting from work and unused materials from the site and legally dispose. 2. Areas damaged or modified by the work shall be repaired or restored to a condition equal to or better than the original condition. Site restoration is incidental to the work and shall be at the expense of the CONTRACTOR. 3. Care shall be taken to avoid damage to private property (i.e. sprinkler systems, landscaping, etc.). If damage occurs, repairs shall be completed as soon as possible. Any repairs will be at the expense of the CONTRACTOR. END OF SECTION SECTION 02960 – TEMPORARY SEWER BYPASS PUMPING CONTRACT NO. 5503 TEMPORARY SEWER BYPASS PUMPING Page 1 of 8 PART 1 - GENERAL 1.1 REQUIREMENTS A. This section describes the requirements for temporary bypass pumping of sewage flows. When sewage bypass and pumping is required, or the Contractor elects to perform, the Contractor shall submit a Temporary Bypass Plan conforming with the requirements of this Section. B. Contractor shall provide labor, materials, equipment, and supervision to temporarily provide bypass pumping around the Work. No interruption of sewage flow shall be permitted throughout the duration of the project. C. Bypass Operation: 24 hours per day during the period of Work. Operation of the bypass system shall be continuously monitored by the Contractor’s personnel. D. The Contractor shall observe and comply with all Federal, State, and local laws, ordinances, codes, orders, and regulations which in any manner affect the conduct of the work, specifically as they relate to wastewater discharges, spills, or overflows to the environment. The Contractor shall be fully responsible for preventing wastewater discharges, spills or overflows; containing the wastewater; and recovery and legal disposal of wastewater. The Contractor shall be responsible for payment of any fines or penalties assessed against the Agency and for claims and liability arising from negligent or willful discharge of wastewater including attorney fees and costs associated with defending any action against the Agency resulting from such discharges, spills or overflows. E. The Contractor shall not interrupt existing services and/or facility operations which may cause a wastewater discharge, spill or overflow. The Contractor will be charged for all costs associated with the Agency’s efforts if they are dispatched to the discharge, spill or overflow. F. The Contractor is prohibited from discharging any groundwater, stormwater or hazardous waste encountered during construction project without prior written approval by the San Diego Regional Water Quality Control Board and the Encina Wastewater Authority. Refer to the General Provisions Section 7-8.6. G. The Contractor is responsible for noise attenuation equipment and odor control measures if determined necessary by the Agency or County based on site conditions and impact to adjacent property owners. H. The Contractor is responsible for contacting property owners and business that are affected by the construction activities to inform them of the Work and the estimated schedule. Written notice shall be delivered to each home or business in accordance with the General Provisions. A doorhanger notice to residential properties template is available from Agency. I. Two (2) working days prior to any work affecting a sewer lateral, a follow-up notice shall be delivered to each home or business. The notice shall instruct occupants to minimize SECTION 02960 – TEMPORARY SEWER BYPASS PUMPING CONTRACT NO. 5503 TEMPORARY SEWER BYPASS PUMPING Page 2 of 8 water usage on the day of the work and to fill floor drain traps with water to prevent potential odors. 1.2 SUBMITTALS A. The Contractor shall submit a Temporary Bypass Pumping Plan (Plan) to the Agency at least fourteen (14) days prior to the implementation of flow diversion/bypass. 1. The Plan shall indicate the sequence of construction and the diversion operations and all other operations the Contractor will establish to maintain wastewater service during the diversion/bypass period. 2. The Plan shall be reviewed and approved by the Agency before flow can be diverted/bypassed. No deviation from the approved diversion/bypass plan will be allowed without prior approval from the Agency. 3. The Plan shall include an Overflow Emergency Response Plan (OERP) indicating the procedures, personnel, equipment, and activities that will be implemented in the event of a wastewater discharge, spill or overflow to the environment, or diversion system failure. The Contractor shall be responsible for implementation of the OERP in accordance with this Section. B. Bypass Pumping Plan. 1. Provide for each bypass pumping scenario for the project. Bypass pumping plan shall include at least the following: a. A plan view drawing to graphically show the location of the bypass pumping equipment and appurtenances. b. Staging areas for pumps. c. Sewer plugging method and types of plugs. d. Size and location of manholes or access points for suction and discharge piping. e. Size of pipeline or conveyance system to be bypassed. f. Number, size, material, location and method of installation and protection of suction and discharge piping. g. Bypass pump sizes, capacities, and number of each size to be provided on-site including all primary, secondary, and spare pumping units. h. Calculations of static lift, friction losses, and flow velocity for selection of pumps and piping and pump head-capacity curves and operating ranges. i. System pressure for calculation of hydrostatic testing requirements. j. Downstream discharge plan. k. Method of protecting discharge manholes or structures from erosion and damage. l. Temporary pipe supports and anchoring requirements. m. Thrust and restraint block sizes and locations. Provide the details necessary to demonstrate the integrity of all suction and discharge piping. n. Sections showing suction and discharge pipe depth, embedment, select fill and special backfill. o. When required, sound attenuation features for each pump and any additional equipment that is included in the Bypass Pumping Plan. p. Access plans to all bypass pumping locations indicated on the drawings. q. Schedule for installation, testing and maintenance of bypass pumping system. r. Emergency plan for adverse weather and flooding. SECTION 02960 – TEMPORARY SEWER BYPASS PUMPING CONTRACT NO. 5503 TEMPORARY SEWER BYPASS PUMPING Page 3 of 8 s. Contractor’s plan for providing continuous monitoring of the bypass pumping operation as well as the monitoring persons’ qualifications. t. Flow-thru plugs: If flow-thru plugs are utilized for bypass, provide detailed design including, but not limited to, the flow-thru pipe size(s), configuration and location, and a capacity analysis to verify plug capacity vs design flow. The flow-thru plug shall be tethered or adequately braced during all diversion activities. 2. Subject to the approval of the Agency, if bypass pumping is not required for a location, the Contractor may elect to plug and vactor sewage flows for the duration of the Work. The Contractor shall submit a plug and vactor plan for each location which shall include at least the following: a. Sewer plugging method and types of plugs. b. Size of pipeline or conveyance system to be bypassed. c. Duration of plugging and calculated volume of sewage, including elevation of sewage head. d. Emergency plan for adverse weather and flooding for various phases of the Work. e. Contractors plan for providing continuous monitoring of the sewage flows as well as the monitoring persons’ qualifications. 3. Emergency Contact List: Provide three emergency contacts who are able to respond and be on site within two hours of contact. Provide name, cell phone, and email addresses. List shall be posted in a conspicuous location at the bypass pump location. C. Overflow Emergency Response Plan (OERP) 1. The OERP shall be developed to respond to any construction related wastewater discharge, spill or overflow to the environment. The Contractor’s OERP shall not rely on Agency personnel for emergency response, but they may be dispatched, at the Agency’s discretion and/or availability, to assist the Contractor. If the Agency’s personnel respond, the Contractor shall be responsible for all associated costs. 2. The Contractor is prohibited from unauthorized discharge of any wastewater, groundwater, storm water, or hazardous waste encountered during the construction project. 3. The Contractor shall immediately contact the Agency upon discovery or knowledge of an unauthorized discharge and proceed to control, contain or capture such discharge to the maximum extent possible. The Contractor shall cooperate with the Agency for the Agency’s reporting requirements for the unauthorized discharge. 4. The OERP shall include at a minimum: a. Identification of environmentally sensitive areas that could be affected by a wastewater discharge, spill or overflow, including but not limited to, waterways, channels, catch basins and entrances to existing underground storm drains. b. An emergency notification procedure the complies with the state and federal requirements including but not limited to, California Health and Safety Code Section 5411.5. The Contractor shall designate primary and secondary representatives, their respective home and mobile phone numbers. Agency contacts for City Contractors shall also be listed. c. Identification of personnel and equipment/tools that will be utilized in the event of a wastewater discharge, spill or overflow to the environment. Include an SECTION 02960 – TEMPORARY SEWER BYPASS PUMPING CONTRACT NO. 5503 TEMPORARY SEWER BYPASS PUMPING Page 4 of 8 emergency team with arrangements for backup personnel and equipment. The emergency response team shall be able to dispatch to the site 24 hours a day, 7 days a week including weekends and holidays to respond immediately to any wastewater discharge, spill or overflow to the environment related to the Project work. d. Identification of downstream public water systems. e. Identification of owners of storm water inlets in the immediate vicinity. f. Step-by-step procedures to contain, control, and minimize wastewater discharges, spills or overflows to the environment. 5. At the pre-construction meeting, the Contractor will be provided with a list of Agency representatives to contact in case of a wastewater discharge, spill, or overflow to the environment. These contacts shall be added to the OERP. 6. The Contractor cannot begin work until the Agency has approved the OERP in writing. An approved copy of the OERP shall be available on the job site at all times. 7. It is the Contractor’s responsibility to assure that all employees, including subcontractors, know and obey all emergency procedures included in the OERP. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 GENERAL A. The Contractor shall notify the Engineer 48 hours prior to bypassing or diverting flow in any of the pipelines or laterals. Notification shall include location of bypass, when bypass will be activated, and length of time bypass will be in place. B. Contractor shall maintain sufficient equipment and materials on site to ensure continuous and successful operation of the bypass systems. The Contractor shall maintain spare valves, pumps, tees, elbows, connections, tools, sewer plugs, piping, fuel and/or back- up generator, and other parts or system hardware to ensure immediate repair or modification of any part of the system as necessary. C. Bypass piping cannot be placed within private property without the written approval of the Agency. 3.2 BYPASS PUMPING EQUIPMENT A. All equipment, including but not limited to vactors and pumps shall be fully installed, operational, and ready for immediate use. B. Noise Restrictions 1. Pumps and generators shall keep the noise level below 70 dBA at 30 feet. 2. Equipment used in residential areas or night time operation shall have sound attenuation enclosures. C. Pumps and Capacity SECTION 02960 – TEMPORARY SEWER BYPASS PUMPING CONTRACT NO. 5503 TEMPORARY SEWER BYPASS PUMPING Page 5 of 8 1. A Minimum of two pumps shall be provided, each capable of transporting 100 percent of the peak flow. Additional pumps (more than two) are acceptable. 2. Pumps and bypass lines shall be of adequate capacity and size to handle all sewer flow. The bypass pumping equipment shall be sized to handle 100% of the required flows: Peak wet weather flow: 150 gpm 3. Bypass lines, fittings and all accessories shall withstand twice the maximum pressure required for bypassing and shall be in good working condition. 4. The Contractor is responsible for verifying the actual peak flow rate and designing the flow diversion/bypass pumping system. 5. Spare pumps and generators, with a total capacity equal to 100% of the peak flows, must also be supplied to provide 100% redundancy. Redundant pumps shall be plumbed, fueled, and available for operation within 10 minutes upon emergency backup. 6. Pumps shall be packaged units with a skid base or 2-wheel trailer. 7. Pumps shall be fully automatic, self-priming, close-coupled centrifugal units that do not require use of foot valves or vacuum pumps for priming. 8. Pumps shall utilize oil-lubricated mechanical seals. 9. Pumps shall be capable of passing 4-inch diameter solids, rags, rocks, hair, and other debris encountered in standard municipal sewer systems. D. The Contractor shall perform the necessary maintenance and repairs on the flow bypass system, and exercise and ensure the operation of the backup pumps. The Contractor shall operate backup pumps for a minimum of 25% of the total bypass time on a daily basis E. The Contractor shall provide one dedicated fuel tank for each pump/generator if fuel/generator driven pumps are used. Each fuel tank shall have a fuel level indicator. The Contractor shall continuously monitor the fuel level in the tanks and ensure that the fuel level does not drop below a level equivalent of two hours of continuous flow diversion system operation. The Contractor shall protect the fuel supply from contamination. This could include but is not limited to fuel line water traps, fuel line filters, and protecting fuel stores from precipitation. The Contractor shall also monitor all hoses and repair leaks immediately. F. The bypass pumping system shall be manned at all times, including any bypass pumping performed after normal work hours, weekends and holidays. G. Bypass Piping 1. Contractor shall use HDPE piping for the temporary bypass system. Aluminum piping may be installed pending approval from the engineer. 2. All piping shall have no leakage and shall include spill containment vessels or “spill guards”. 3. HDPE piping shall be as follows: SECTION 02960 – TEMPORARY SEWER BYPASS PUMPING CONTRACT NO. 5503 TEMPORARY SEWER BYPASS PUMPING Page 6 of 8 a. In accordance with ASTM D3350 b. Minimum SDR of 32.5 c. Joint shall be butt-fusion welded. 4. Aluminum piping shall be as follows: a. In accordance with ASTM B241 or as approved by Engineer b. Fittings: Standard pipe fittings made of aluminum alloy suitable for 30 percent above maximum shutoff pressure. c. Joints shall be EDPM 5. Pipe Plugs a. Pipe diameters 24 inches and smaller shall use mechanical plugs with EPDM gaskets. 3.3 PROTECTION A. Contractor shall mark and protect suction and discharge pipes. B. The Contractor shall inspect the entire bypass pumping and piping system for leaks or spills on a continuous basis. C. No bypassing to the ground surface, receiving waters, storm drains, or bypassing which results in soil or groundwater contamination or any potential health hazards shall be permitted. D. In the event of any sewage spill the Contractor shall follow the approved OERP and the steps outlined in Paragraph 3.4. 3.4 WASTERWATER DISCHARGE EVENT A. In event of wastewater discharge, spill, or overflow to the environment, the Contractor shall: 1. Immediately implement the OERP without direction from the Agency, to control and contain the discharge, spill, or overflow. 2. Contact Agency personnel immediately. Information to provide shall include at minimum, the following: a. Location of discharge, spill, or overflow b. Start time of discharge, spill, or overflow c. Duration if already terminated, or expected duration if in progress d. Estimated wastewater volume spilled e. Cause (if known) f. Control measures implemented g. Type of remedial and/or clean up measures taken h. Description of affected or potentially affected sensitive areas such as waterways, channels, catch basins and entrances to existing underground storm drains 3. Based on the above information, the Agency will determine if the discharge, spill or overflow is contained, and whether Agency personnel should be dispatched to the site. If dispatched, the Contractor shall be responsible for all costs incurred by the Agency as associated with the discharge, spill, or overflow. SECTION 02960 – TEMPORARY SEWER BYPASS PUMPING CONTRACT NO. 5503 TEMPORARY SEWER BYPASS PUMPING Page 7 of 8 4. Contact owner of stormwater inlets if discharge, spill or overflow enters stormwater system. 5. Report the spill to the applicable jurisdictional agency following the procedures in the OERP. B. The Contractor shall, within 24 hours of the wastewater discharge, spill or overflow, submit to the Agency a written Wastewater Discharge Incident Report. C. The Agency will evaluate the need for procedural changes to avoid further discharges, spills or overflows and the Contractor shall implement such changes immediately at no additional cost to the Agency. The Agency may institute further corrective actions, as deemed necessary. D. The Contractor shall not damage existing public and private improvements, interrupt existing services and/or facility operations which may cause a wastewater discharge, spill or overflow to the environment. Any utility and/or improvement which is damaged by the Contractor shall immediately be repaired at the expense of the Contractor. E. Once the discharge, spill or overflow has been contained and the situation causing the event has been stabilized, the Contractor shall restore the affected areas to original condition. 3.5 FIELD QUALITY CONTROL A. Hydrostatic Pressure Test: 1. Notify the Engineer 24 hours prior to testing. The test shall be observed by an Agency Representative. 2. Attach bulkheads, isolation valves and pressure gauges to the piping to be tested. 3. Fill the discharge piping with potable water and seal the piping on both ends. The Contractor shall be responsible for securing potable water supply. 4. Test the discharge piping with maximum pressure equal to 2.0 times the maximum operating pressure or 50 psi, whichever is greater for a period of 30 minutes. 5. If no leaks are observed after the test period, the line may be placed in service. B. Inspection: 1. Operator shall inspect temporary bypass pumping and piping system at a minimum of every hour. 2. Operator shall continuously monitor the flow levels downstream and upstream of the flow diversion to detect any possible failure that may cause a wastewater discharge. 3. Keep written inspection log at each pumping location. Provide weekly copies to the Agency in a manner acceptable to the Agency. C. Maintenance: 1. The Contractor shall inspect and maintain the bypass system daily, including the backup system. SECTION 02960 – TEMPORARY SEWER BYPASS PUMPING CONTRACT NO. 5503 TEMPORARY SEWER BYPASS PUMPING Page 8 of 8 2. The Contractor shall submit maintenance procedures and frequency to the Agency prior to any flow bypass. 3. The Contractor shall maintain a log of system operation and inspection, maintenance and repair records, and provide copies to the Agency upon request in a manner acceptable to the Agency. 3.6 CLEAN-UP A. The bypass pumping system shall be flushed with potable water and drained prior to being dismantled and moved to the next location. Drain residual wastewater from the piping system into the Agency sewer main prior to disassembly, taking care to avoid wastewater spills. B. Upon completion of bypass pumping operation, clean disturbed areas, restoring to original condition, including pavement restoration, at least equal to that which existing prior to start of Work. 3.7 SCHEDULING A. The bypassing system shall not be shut down between shifts, on holidays or weekends, or during work stoppages. B. The bypass system shall have a trained and qualified attendant on site 24 hours per day, 7 days per week to maintain the bypass pumping system from the start of bypass until the bypassing of the specific pipeline is no longer required. END OF SECTION Appendix A SWPPP Template Appendix B Utility Shutdown/Connection Request Form E-28 E-28 Page 1 of 2 REV 04/19 Public Works Construction Management & Inspection 1635 Faraday Ave 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 AND INSPECTION1635 FARADAY AVECARLSBAD, CALIFORNIA 92008TEL. 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 twoweeks before anticipated connection date. 3. Scheduling: Prior to start of work, there shall be a MINIMUM OF TWO WEEKS NOTICE GIVEN TODISTRICT. 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 the entire 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 Geotechnical Investigation Report Geotechnical Evaluation Carlsbad Boulevard Water and Sewer Improvements at Terramar Cannon Road and Carlsbad Boulevard Carlsbad, California Carollo 5355 Mira Sorrento Place, Suite 270 | San Diego, California 92121 August 5, 2022 | Project No. 109409001 Geotechnical | Environmental | Construction Inspection & Testing | Forensic Engineering & Expert Witness Geotechnical | Environmental | Construction Inspection & Testing | Forensic Engineering & Expert Witness Geophysics | Engineering Geology | Laboratory Testing | Industrial Hygiene | Occupational Safety | Air Quality | GIS | Laboratory Testing | Industrial Hygiene | Occupational Safety | Air Quality | GIS Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 i CONTENTS 1 INTRODUCTION 1 2 SCOPE OF SERVICES 1 3 SITE AND PROJECT DESCRIPTION 1 4 SUBSURFACE EVALUATION AND LABORATORY TESTING 2 5 GEOLOGIC AND SUBSURFACE CONDITIONS 3 5.1 Site Geology 3 5.1.1 Encountered Pavements 3 5.1.2 Fill 3 5.1.3 Old Paralic Deposits 4 5.2 Groundwater 4 5.3 Faulting and Seismicity 4 5.3.1 Surface Ground Rupture 4 5.3.2 Strong Ground Motion 5 5.3.3 Liquefaction and Seismically Induced Settlement 5 5.3.4 Tsunamis 5 6 CONCLUSIONS 5 7 RECOMMENDATIONS 6 7.1 Earthwork 6 7.1.1 Site Preparation 6 7.1.2 Excavation Characteristics 6 7.1.3 Temporary Excavations and Shoring 7 7.1.4 Construction Dewatering 8 7.1.5 Excavation Bottom Stability 9 7.1.6 Pipe Bedding and Modulus of Soil Reaction (E’) 9 7.1.7 Pipe Zone Backfill 9 7.1.8 Trench Zone Backfill 10 7.1.9 Materials for Fill 10 7.1.10 Compacted Fill 10 7.1.11 Trenchless Construction 11 7.1.12 Lateral Pressures for Thrust Blocks and Jacking 12 Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 ii 7.2 Preliminary Flexible Pavement Design 12 7.3 Soil Corrosivity 13 7.4 Concrete Placement 13 7.5 Pre-Construction Conference 13 7.6 Plan Review and Construction Observation 13 8 LIMITATIONS 15 9 REFERENCES 16 TABLES 1 – Encountered Pavement Section Thicknesses 3 2 – Recommended Preliminary Flexible Pavement Sections 12 FIGURES 1 – Site Location 2 – Boring Locations 3 – Geology 4 – Lateral Earth Pressures for Braced Excavation 5 – Thrust Block Lateral Earth Pressure Diagram APPENDICES A – Boring Logs B – Previous Boring Logs (SCST, 2018) C – Geotechnical Laboratory Testing Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 1 1 INTRODUCTION In accordance with your authorization, we have performed a geotechnical evaluation for the Carlsbad Boulevard Water and Sewer Improvements at Terramar project located along Cannon Road and Carlsbad Boulevard in Carlsbad, California (Figure 1). The objectives of this study were to assess the soil conditions at the site, evaluate the engineering properties of the soils encountered, and provide recommendations relative to the geotechnical aspects of the proposed project. This report presents the results of our field explorations and laboratory testing, as well as our conclusions regarding the geotechnical conditions at the site and our recommendations for the design and construction of this project. 2 SCOPE OF SERVICES The scope of services for this evaluation included the following: •Reviewing background information, including geologic and fault maps, topographic maps,groundwater data, and available published and in-house geotechnical literature pertaining tothe project area. •Performing a site reconnaissance to observe the existing site conditions and to mark ourboring locations for utility clearance by Underground Service Alert (USA). •Obtaining a Right-of-Way (ROW) Permit from the City of Carlsbad. •Performing a subsurface exploration consisting of the drilling, sampling, and logging of three small-diameter borings (B-1 through B-3) using a truck-mounted drill rig to depths upto approximately 20 feet. Bulk and in-place samples were obtained at selected intervals fromthe borings. The soil samples were transported to our in-house geotechnical laboratory fortesting. •Performing geotechnical laboratory testing on representative samples to evaluate theirpertinent soil characteristics. •Compiling and performing an engineering analysis of the information obtained from our background review, subsurface exploration, and laboratory testing. •Preparing this report presenting our findings, conclusions, and recommendations regarding the geotechnical aspects of the design and construction of the project. 3 SITE AND PROJECT DESCRIPTION The proposed pipeline alignments are located on Cannon Road and Carlsbad Boulevard in Carlsbad, California (Figures 1 and 2). The segment along Cannon Road extends from the intersection with Avenida Encinas west to the intersection with Carlsbad Boulevard. The segment along Carlsbad Boulevard extends from the intersection with Cannon Road south to the intersection with Manzano Drive. The existing roadways consist of asphalt concrete (AC) Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 2 pavement surfaces that pass through an existing residential neighborhood. Surface topography in the project area range from approximately 60 feet above mean sea level (MSL) to approximately 40 feet above MSL. The global site coordinates within the central portion of the project alignments is approximately 33.130122°N Latitude and 117.333636°W Longitude This project will include the replacement of 6,300 lineal feet of water pipeline Carlsbad Boulevard and Cannon Road along with the renovation or replacement 3,000 lineal feet of sewer line. The pipelines are anticipated to be installed using open trench and trenchless techniques. Portions of the sewer pipeline are anticipated to be installed using cured in place pipe (CIPP) lining techniques. 4 SUBSURFACE EVALUATION AND LABORATORY TESTING Our subsurface exploration was performed on June 23, 2022 and consisted of the drilling, logging, and sampling of three small-diameter borings (B-1 through B-3). Prior to commencing the subsurface exploration, USA was notified to markout the existing utilities. The purpose of the borings was to evaluate subsurface conditions and to collect samples for geotechnical laboratory testing. The borings were drilled to depths up to approximately 20 feet using a truck-mounted drill rig equipped with 6-inch diameter hollow-stem augers. The borings were logged and sampled by Ninyo & Moore personnel. Representative bulk and relatively undisturbed soil samples were obtained at selected depths within the borings and were then transported to our in-house geotechnical laboratory for analysis. The boring logs are presented in Appendix A. The boring locations are presented on Figure 2. As part of this evaluation we have reviewed the geotechnical investigation report for the Carlsbad Municipal Water District's (CMWD) Recycled Water Pipeline Expansion Segments 2, 5, and 7 project (SCST, 2018). Information from this evaluation has been incorporated where appropriate. Borings logs from the previous evaluation are presented in Appendix B. Geotechnical laboratory testing was performed on representative soil samples collected from our subsurface exploration. Testing included an evaluation of in-situ dry density and moisture content, sieve (gradation) analysis, shear strength, soil corrosivity, and R-value. The results of the in-situ dry density and moisture content tests are presented at the corresponding depths on the boring logs presented in Appendix A. The results of the other laboratory tests and a description of the test methods used are presented in Appendix C. Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 3 5 GEOLOGIC AND SUBSURFACE CONDITIONS Our findings regarding regional and site geology at the project location are provided in the following sections. 5.1 Site Geology The project site is mapped as being underlain by old paralic deposits (Kennedy and Tan, 2007; Figure 3). Geologic units encountered during our subsurface exploration included fill and old paralic deposits. Generalized descriptions of the encountered pavement sections and earth units encountered during our field reconnaissance and subsurface exploration are provided in the subsequent sections. Additional descriptions of the subsurface units are provided on the logs of the borings in Appendix A. 5.1.1 Encountered Pavements Pavement sections consisting of AC underlain by either aggregate base materials (boring B-1) or subgrade soils (borings B-2 and B-3) were encountered during our subsurface exploration. The aggregate base materials encountered underlying the AC in boring B-1 generally consisted of brown, moist, medium dense, silty gravel. Aggregate base was not encountered in borings B-2 and B-3. Table 1 summarizes the pavement sections encountered in our borings. Table 1 – Encountered Pavement Section Thicknesses Boring Encountered AC Thickness (inches) Encountered Aggregate Base Thickness (inches) B-1 6 6 B-2 6 -- B-3 6 -- Note: AC = asphalt concrete -- = not encountered 5.1.2 Fill Fill material was encountered underlying the aggregate base materials in boring B-1 and underlying the AC pavement in borings B-2 and B-3. The fill soils extended to depths of up to approximately 3 feet. As encountered, the fill material consisted of reddish brown, moist, medium dense, silty sand. The previous evaluation (SCST, 2018) encountered fill materials extending to depths up to 10 feet below the ground surface which generally consisted of moist, medium dense, silty to clayey sand, poorly graded sand, and poorly graded sand with silt. Scattered amounts of gravel were encountered in the fill soils during the previous evaluation (SCST, 2018). Documentation regarding fill placement was not available for our review. Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 4 5.1.3 Old Paralic Deposits Old paralic deposits were encountered in our exploratory borings underlying the fill soils in each of our borings and extended to the depth explored of approximately 20 feet. As encountered, the old paralic deposits consisted of various shades of brown and gray, moist, medium dense, silty sand, and poorly graded sand. The previous evaluation encountered old paralic deposits extending to the depths explored of approximately 30½ feet below the ground surface. The old paralic deposits generally consisted of moist to wet, very loose to very dense, weakly to strongly cemented, silty to clayey sand, and hard, well indurated sandy silt and sandy clay (SCST, 2018). 5.2 Groundwater Groundwater was not encountered during this subsurface evaluation. However, groundwater was encountered at a depth of approximately 21 feet in boring B-35 in the vicinity of the northern end of the proposed alignment (SCST, Inc., 2018). Groundwater levels can fluctuate due to seasonal variations, groundwater withdrawal or injection, and other factors. Additionally, perched water conditions may be present at the site due to the geologic contact with the old paralic deposits, and the presence of trench backfill and bedding materials for underground utilities, as these materials tend to act as a conduit for perched water conditions. 5.3 Faulting and Seismicity Based on our review of the referenced geologic maps and stereoscopic aerial photographs, as well as on our site-specific fault hazard evaluation, the proposed improvements are not underlain by known active or potentially active faults (i.e., faults that exhibit evidence of ground displacement in the last 11,000 years and 2,000,000 years, respectively). The site is not located within a State of California Earthquake Fault Zone (EFZ) (formerly known as an Alquist-Priolo Special Studies Zone) (Hart and Bryant, 2007). Like the majority of Southern California, the site is located in a seismically active area and the potential for strong ground motion is considered significant during the design life of the proposed pipelines. The nearest known active fault is the Rose Canyon fault, located approximately 4.0 miles west of the site (USGS, 2022). 5.3.1 Surface Ground Rupture Based on our review of the referenced literature and our site reconnaissance, active faults are not known to cross the project vicinity. Therefore, the potential for ground surface rupture due to faulting at the site is considered low. However, lurching or cracking of the ground surface as a result of nearby seismic events is possible. Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 5 5.3.2 Strong Ground Motion The 2019 California Building Code (CBC) specifies that the potential for liquefaction and soil strength loss be evaluated, where applicable, for the Maximum Considered Earthquake Geometric Mean (MCEG) peak ground acceleration with adjustment for site class effects in accordance with the American Society of Civil Engineers (ASCE) 7-16 Standard. The MCEG peak ground acceleration is based on the geometric mean peak ground acceleration with a 2 percent probability of exceedance in 50 years. The MCEG peak ground acceleration with adjustment for site class effects (PGAM) was calculated as 0.55g using a web-based seismic design tool (ASCE, 2022) that yielded a mapped MCEG peak ground acceleration of 0.49g for the site and a site coefficient (FPGA) of 1.1 for the default Site Class D. 5.3.3 Liquefaction and Seismically Induced Settlement Liquefaction of cohesionless soils can be caused by strong vibratory motion due to earthquakes. Research and historical data indicate that loose granular soils and non-plastic silts that are saturated by a relatively shallow groundwater table are susceptible to liquefaction. Based on the absence of shallow groundwater along with the relatively dense and cemented nature of the underlying old paralic deposits, it is our opinion that liquefaction and seismically induced settlement at the site are not anticipated to be design considerations. 5.3.4 Tsunamis Tsunamis are long wavelength seismic sea waves (long compared to the ocean depth) generated by sudden movements of the ocean bottom during submarine earthquakes, landslides, or volcanic activity. Based on the Tsunami Inundation Map for the Oceanside Quadrangle/San Luis Rey Quadrangle (California Emergency Management Agency, 2009) the site is outside of mapped tsunami inundation areas. Based on the inland location of the site, the potential for a tsunami to affect the site is not a design consideration. 6 CONCLUSIONS Based on our review of the referenced background data, subsurface exploration, and laboratory testing, it is our opinion that construction of the proposed project is feasible from a geotechnical standpoint provided the recommendations presented in this report are incorporated into the design and construction of the project. In general, the following conclusions were made: •The areas of the proposed alignments are underlain by fill and old paralic deposits. •The existing fill and old paralic deposits encountered onsite should be generally excavatablewith heavy-duty earth moving equipment in good working condition. Due to the cohesionless Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 6 nature of the old paralic deposits, the contractor should anticipate encountering caving and/or sloughing conditions when trenching in these materials. •Soils derived from onsite excavations are generally considered suitable for reuse as trenchzone backfill provided they are processed to meet the recommendations of this report. •Groundwater was not encountered during this geotechnical evaluation. However,groundwater was encountered at a depth of approximately 21 feet during previousevaluations (SCST, 2018) in the vicinity of the project and should be anticipated. •Based on the results of our limited geotechnical laboratory testing presented in Appendix C,as compared to the California amended (Caltrans, 2019) AASHTO (2017) corrosion criteria,the onsite soils would be considered non-corrosive. However, due to the site's proximity tothe Pacific Ocean, the site should be considered corrosive. 7 RECOMMENDATIONS Based on our understanding of the project, the following recommendations are provided for the design and construction of the project. The proposed site improvements should be constructed in accordance with the requirements of the applicable governing agencies. 7.1 Earthwork In general, earthwork should be performed in accordance with the recommendations presented in this report. Ninyo & Moore should be contacted for questions regarding the recommendations or guidelines presented herein. 7.1.1 Site Preparation Prior to performing site excavations, the project alignment should be cleared of vegetation, surface obstructions, rubble and debris, abandoned utilities and foundations, and other deleterious materials. Existing utilities within the project limits, if any, should be re-routed or protected from damage by construction activities. Obstructions that extend below finish grade, if any, should be removed and the resulting holes filled with compacted soils. Materials generated from the clearing operations should be removed from the project site and disposed of at a legal dumpsite. 7.1.2 Excavation Characteristics Based on our subsurface exploration of the site, we anticipate that excavations within materials underlying the alignment should be generally excavatable with heavy-duty earth moving equipment in good working condition. Due to the presence of cohesionless sands, and potential for shallow groundwater, the following ground conditions should be anticipated: Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 7 Caving soils; Flowing sands; and Sloughing of excavations; Recommendations for shoring and dewatering are presented in the following sections. 7.1.3 Temporary Excavations and Shoring For temporary excavations, we recommend that the following Occupational Safety and Health Administration (OSHA) soil classifications be used: Fill and Old Paralic Deposits Type C Upon making the excavations, the soil classifications and excavation performance should be evaluated in the field by the geotechnical consultant in accordance with the OSHA regulations. Temporary excavations should be constructed in accordance with OSHA recommendations. For trenches or other excavations, OSHA requirements regarding personnel safety should be met using appropriate shoring (including trench boxes) or by laying back the slopes to no steeper than 1.5:1 (horizontal to vertical) in fill and old paralic deposits. Temporary excavations that encounter seepage may be shored or stabilized by placing sandbags or gravel along the base of the seepage zone. Excavations encountering seepage should be evaluated on a case-by-case basis. Onsite safety of personnel is the responsibility of the contractor. We understand a shoring system may be incorporated to support the excavation sidewalls and protect existing utilities during construction. Shoring design parameters are presented below. Particular caution should be used near existing underground utilities. Existing utilities that are located within a zone based on a 1:1 plane projected up from the bottom outside edge of the new trench should be considered at risk. The type of shoring and sequence of shoring installation should be designed to protect utilities and surface improvements. Lateral earth pressures exerted on restrained shoring systems are indicated on Figure 4. The recommended design earth pressures are based on the assumptions that: (a) the shoring system is constructed without raising the ground surface elevation behind the shoring, (b) there are no surcharge loads, such as soil stockpiles, construction materials, or vehicular traffic, and (c) no loads act above a 1:1 plane extending up and back from the base of the shoring system. For shoring subjected to the above-mentioned surcharge loads, the contractor should include the effect of these loads on lateral earth pressures acting on the shoring wall. Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 8 Settlement of the ground surface may occur behind the shoring wall system during excavation. The amount of settlement depends on the type of shoring system, the quality of contractor’s workmanship, and soil conditions. Settlement may cause distress to adjacent structures, if present. To reduce the potential for distress to adjacent structures, we recommend that the shoring system be designed to limit the ground settlement behind the shoring to ½ inch or less. Possible causes of settlement that should be addressed include vibration during installation of the sheet piling, excavation for construction, construction vibrations, dewatering, and removal of the support system. We recommend that the potential settlement distress be evaluated carefully by the contractor prior to construction. The contractor should retain a qualified and experienced engineer to design the shoring system. The shoring parameters presented in this report are for preliminary design purposes and the contractor should evaluate the adequacy of these parameters and make appropriate modifications for their design. We recommend that the contractor take appropriate measures to protect workers. OSHA requirements pertaining to worker safety should be observed. We further recommend that the construction methods provided herein be carefully evaluated by a qualified specialty contractor prior to commencement of the construction. 7.1.4 Construction Dewatering Groundwater was not encountered during our subsurface exploration. However, groundwater was encountered in previous borings in the vicinity of the north end of the alignment at a depth of approximately 21 feet. Additionally, existing utility trench lines may act as conduits for perched water conditions. The contractor should anticipate implementing dewatering measures to address potential groundwater and seepage. There may be potential for collected onsite water resulting from the seepage to be reused on site during construction for soil compaction, dust control, and other such uses. In the event that groundwater, perched water, and/or seepage conditions are encountered that result in the disposal of groundwater offsite, the disposal of groundwater should be performed in accordance with guidelines of the Regional Water Quality Control Board (RWQCB). Furthermore, such dewatering operations should be prepared by the contractor’s engineer and reviewed by the design engineer and consider anticipated drawdown, piping of soils, volume of pumping, potential for settlement, and groundwater discharge. Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 9 7.1.5 Excavation Bottom Stability Excavation bottoms above the groundwater table are generally anticipated to be stable. However, the bottoms of excavations that extend into or near groundwater may encounter unstable bottom conditions. In general, unstable bottom conditions may be mitigated by overexcavating the excavation bottom an additional 1 to 2 feet, as evaluated in the field by the project geotechnical consultant, and replacing with a layer of compacted ¾- to 1½-inch crushed gravel encased in a non-woven geotextile (e.g., Mirafi® 140N geotextile or an approved equivalent). Recommendations for stabilizing excavation bottoms should be based on evaluation in the field by the geotechnical consultant at the time of construction. 7.1.6 Pipe Bedding and Modulus of Soil Reaction (E’) We recommend that pipes be supported on 6 inches or more of granular bedding material. Granular pipe bedding should be provided to distribute vertical loads around the pipe. Bedding material and compaction requirements should be in accordance with this report. Pipe bedding typically consists of graded aggregate with a coefficient of uniformity of three or more. The modulus of soil reaction (E') is used to characterize the stiffness of soil backfill placed at the sides of buried flexible pipes for the purpose of evaluating deflection caused by the weight of the backfill over the pipe (Hartley and Duncan, 1987). A soil reaction modulus of 1,400 pounds per square inch (psi) may be used for an excavation depth of up to about 5 feet when backfilled with granular soil compacted to a relative compaction of 90 percent as evaluated by the ASTM International (ASTM) D 1557. A soil reaction modulus of 2,000 psi may be used for trenches deeper than 5 feet. 7.1.7 Pipe Zone Backfill The pipe zone backfill should be placed on top of the pipe bedding material and extend to 1 foot or more above the top of the pipe in accordance with the recent edition of the City of Carlsbad Engineering Standards, Volume 3. Pipe zone backfill should have a Sand Equivalent (SE) of 30 or greater, and be placed around the sides and top of the pipe. Special care should be taken not to allow voids beneath and around the pipe. Compaction of the pipe zone backfill should proceed up both sides of the pipe. It has been our experience that the voids within a crushed rock material are sufficiently large to allow fines to migrate into the voids, thereby creating the potential for sinkholes and depressions to develop at the ground surface. If open graded gravel is utilized as pipe zone backfill, this material should be separated from the adjacent trench sidewalls and overlying trench backfill with a geosynthetic filter fabric, particularly if groundwater is expected. Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 10 7.1.8 Trench Zone Backfill Based on our subsurface evaluation, granular onsite materials should be generally suitable for reuse as trench zone backfill provided they do not contain rocks or lumps over 3 inches, and not more than 30 percent larger than ¾ inch. Larger chunks, if generated during excavation, may be broken into acceptably sized pieces or disposed of offsite. Trench zone backfill should be moisture-conditioned to generally at or slightly above the laboratory optimum. Trench zone backfill should be compacted to a relative compaction of 90 percent as evaluated by ASTM D 1557, except for the upper 12 inches of the backfill beneath vehicular pavements that should be compacted to a relative compaction of 95 percent as evaluated by ASTM D 1557. Lift thickness for backfill will depend on the type of compaction equipment utilized, but fill should generally be placed in lifts not exceeding 8 inches in loose thickness. Special care should be exercised to avoid damaging the pipe during compaction of the backfill. 7.1.9 Materials for Fill In general, the existing onsite materials are considered suitable for reuse as fill, provided that the oversize materials (i.e., materials with dimensions in excess of those outlined herein) are removed from the soil mass prior to reuse. Fill material should be free of trash, debris or other deleterious materials. Material for use as fill should not contain rocks or lumps greater than approximately 4 inches in size. Imported fill material, if used, should generally be granular soils with a very low expansion potential (i.e., an expansion index [EI] of 20 or less evaluated in accordance with ASTM D 4829. Import material should also be non-corrosive in accordance with the California amended (Caltrans, 2019) AASHTO (2017) corrosion criteria. Ninyo & Moore should evaluate materials for use as fill prior to filling or importing. 7.1.10 Compacted Fill Prior to placement of compacted fill, the contractor should request an evaluation of the exposed ground surface by the project geotechnical consultant. Unless otherwise recommended, the exposed ground surface should then be scarified to a depth of approximately 8 inches and watered or dried, as needed, to achieve moisture contents generally at or slightly above the optimum moisture content. The scarified materials should then be compacted to a relative compaction of 90 percent as evaluated in accordance with ASTM D 1557. The evaluation of compaction by the geotechnical consultant should not be considered to preclude any requirements for observation or approval by governing agencies. It is the contractor's responsibility to notify the geotechnical Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 11 consultant and the appropriate governing agency when project areas are ready for observation, and to provide reasonable time for that review. Fill materials should be moisture conditioned to generally at or slightly above the laboratory optimum moisture content prior to placement. The optimum moisture content will vary with material type and other factors. Moisture conditioning of fill soils should be generally consistent within the soil mass. Prior to placement of additional compacted fill material following a delay in the grading operations, the exposed surface of previously compacted fill should be prepared to receive fill. Preparation may include scarification, moisture conditioning, and recompaction. Compacted fill should be placed in horizontal lifts of approximately 8 inches in loose thickness. Prior to compaction, each lift should be watered or dried as needed to achieve a moisture content generally at or slightly above the laboratory optimum, mixed, and then compacted by mechanical methods, to a relative compaction of 90 percent as evaluated by ASTM D 1557. The upper 12 inches of street subgrade and aggregate materials beneath pavement areas should be compacted to a relative compaction of 95 Percent as evaluated by ASTM D 1557. Successive lifts should be treated in a like manner until the desired finished grades are achieved. 7.1.11 Trenchless Construction We understand that trenchless construction methods are being considered for portions of the pipeline installation. Based on our understanding of the project, medium dense cohesionless sands are present within the fills and old paralic deposits. The contractor should take appropriate measures to reduce the loss of material at the casing head. Depending on the depth of the access pits and seasonal variations in the groundwater elevation, the access pits may require dewatering during excavation. It should be anticipated that more resistant cemented zones (concretions) may be present within the old paralic deposits. In addition, cemented zones could affect the installation of the jacked portions of the pipelines by deflecting the bore-and-jack equipment away from its design alignment. We recommend that an experienced specialty contractor be used for the trenchless construction operations. For preliminary design purposes, a soil moist unit weight of 120 pounds per cubic foot (pcf), an internal friction angle of 31 degrees, and an apparent cohesion of 30 pounds per square foot (psf) can be used for the onsite materials. A friction coefficient of 0.35 can be assumed at the soil-sleeve interface. Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 12 Minor ground surface settlements may occur from the trenchless construction operations. The specialty contractor should implement appropriate mitigation measures to reduce the potential for settlements to impact existing improvements. 7.1.12 Lateral Pressures for Thrust Blocks and Jacking Thrust restraint for buried pipelines and lateral pressures for jacking may be achieved by transferring the thrust force to the soil outside the pipe through a thrust block. Thrust blocks may be designed using the lateral passive earth pressures presented on Figure 5. Thrust blocks should be backfilled with granular backfill material and compacted in accordance with recommendations presented in this report. 7.2 Preliminary Flexible Pavement Design We understand that the project will include the construction of new pavements. Our laboratory testing of a near surface soil samples at the project site indicated an R-value 51. We have used an R-value of 50 for preliminary design of the pavement. This R-value, along with estimated design Traffic Indices (TI) of 5.0 through 9.0 has been the basis of our preliminary flexible pavement design. Actual pavement recommendations should be based on R-value tests performed on bulk samples of the soils that are exposed at the finished subgrade elevations across the site at the completion of the grading operations. The preliminary recommended flexible pavement sections are presented in Table 1. Table 2 – Recommended Preliminary Flexible Pavement Sections Traffic Index (Pavement Usage) Design R-Value Asphalt Concrete Thickness (inches) Aggregate Base Thickness (inches) 5.0 50 4 4 6.0 50 4 6 7.0 50 4 6 8.0 50 4 7 9.0 50 6 6 As indicated, these values assume TIs of 9.0 or less for site pavements. If traffic loads are different from those assumed, the pavement design should be re-evaluated. We recommend that the upper 12 inches of the subgrade be compacted to a relative compaction of 95 percent relative density as evaluated by the current version of ASTM D 1557. Additionally, aggregate base materials should be compacted to a relative compaction of 95 percent relative density as evaluated by the current version of ASTM D 1557. The AC materials should be compacted to 95 percent of the material’s Hveem density. Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 13 7.3 Soil Corrosivity Laboratory testing was performed on a representative sample of the onsite earth materials to evaluate pH and electrical resistivity, as well as chloride and sulfate contents. The pH and electrical resistivity tests were performed in accordance with California Test (CT) 643 and the sulfate and chloride content tests were performed in accordance with CT 417 and CT 422, respectively. These laboratory test results are presented in Appendix C. The results of the corrosivity testing indicated an electrical resistivity of 11,300 ohm-centimeters (ohm-cm), a soil pH of 7.5, a chloride content of 50 parts per million (ppm), and a sulfate content of 0.001 percent (i.e., 10 ppm). Based on a comparison with the California amended (Caltrans, 2019) AASHTO (2017) corrosion criteria, the onsite soils would not be classified as corrosive. Corrosive soils are defined as soil with an electrical resistivity of 1,100 ohm-cm or less, a chloride content of 500 ppm or greater, a sulfate content of 0.15 percent (1,500 ppm) or greater, and/or a pH equal to or less than 5.5. However, the project is located within 300 feet of saltwater, brackish water, and seawater spray. Due to the site proximity to the Pacific Ocean, along with the potential variability of groundwater elevations, consideration should be given to retaining a corrosion consultant to further evaluate the laboratory tests and provide appropriate mitigation recommendations, if warranted. 7.4 Concrete Placement Concrete in contact with soil or water that contains high concentrations of water-soluble sulfates can be subject to premature chemical and/or physical deterioration. As noted, the soil samples tested in this evaluation indicated a water-soluble sulfate contents of 0.001 percent by weight (i.e., 10 ppm). Based on the ACI 318 criteria, the site soils would correspond to exposure class S0. Due to the potential for variability of site soils, we recommend that normal weight concrete in contact with soil use Type II, II/V, or V cement. 7.5 Pre-Construction Conference We recommend that a pre-construction meeting be held prior to commencement of grading. The owner or their representative, the agency representatives, the civil engineer, Ninyo & Moore, and the contractor should attend to discuss the plans, the project, and the proposed construction schedule. 7.6 Plan Review and Construction Observation The conclusions and recommendations presented in this report are based on analysis of observed conditions in widely spaced exploratory borings. If conditions are found to vary from Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 14 those described in this report, Ninyo & Moore should be notified, and additional recommendations will be provided upon request. Ninyo & Moore should review the final project drawings and specifications prior to the commencement of construction. Ninyo & Moore should perform the needed observation and testing services during construction operations. The recommendations provided in this report are based on the assumption that Ninyo & Moore will provide geotechnical observation and testing services during construction. In the event that it is decided not to utilize the services of Ninyo & Moore during construction, we request that the selected consultant provide the client with a letter (with a copy to Ninyo & Moore) indicating that they fully understand Ninyo & Moore’s recommendations, and that they are in full agreement with the design parameters and recommendations contained in this report. Construction of proposed improvements should be performed by qualified subcontractors utilizing appropriate techniques and construction materials. Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 15 8 LIMITATIONS The field evaluation, laboratory testing, and geotechnical analyses presented in this report have been conducted in general accordance with current practice and the standard of care exercised by geotechnical consultants performing similar tasks in the project area. No warranty, expressed or implied, is made regarding the conclusions, recommendations, and opinions presented in this report. There is no evaluation detailed enough to reveal every subsurface condition. Variations may exist and conditions not observed or described in this report may be encountered during construction. Uncertainties relative to subsurface conditions can be reduced through additional subsurface exploration. Additional subsurface evaluation will be performed upon request. Please also note that our evaluation was limited to assessment of the geotechnical aspects of the project, and did not include evaluation of structural issues, environmental concerns, or the presence of hazardous materials. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. This report is intended to present characterization of the anticipated soil, rock, and groundwater conditions at the time of evaluation. It is suggested that the bidders and their geotechnical consultant perform an independent evaluation of the subsurface conditions in the project areas. The independent evaluations may include, but not be limited to, review of other geotechnical reports prepared for the adjacent areas, site reconnaissance, and additional exploration and laboratory testing. Our conclusions, recommendations, and opinions are based on an analysis of the observed site conditions. It should be understood that the conditions of a site could change with time as a result of natural processes or the activities of man at the subject site or nearby sites. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which Ninyo & Moore has no control. This report is intended exclusively for use by the client. Any use or reuse of the findings, conclusions, and/or recommendations of this report by parties other than the client is undertaken at said parties’ sole risk. Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 16 9 REFERENCES American Concrete Institute (ACI), 2019, ACI 318 Building Code Requirements for Structural Concrete and Commentary. American Society of Civil Engineers (ASCE), 2022, ASCE 7 Hazard Tool website, https://asce7hazardtool.online/: accessed August. Building News, 2021, “Greenbook”, Standard Specification for Public Works Construction: BNI Publications. California Building Standards Commission, 2019, California Building Code (CBC), Title 24, Part 2, Volumes 1 and 2. California Department of Transportation (Caltrans), 2021, Corrosion Guidelines (Version 3.2), Division of Engineering and Testing Services, Corrosion Technology Branch: dated May. California Emergency Management Agency, 2009, Tsunami Inundation Map for Emergency Planning, National City Quadrangle: dated June 1. City of Carlsbad, 2022, City of Carlsbad Engineering Standards, Volume 3, Standard Drawings and Specifications. Geotracker website, 2022, www.geotracker.waterboards,ca.gov: access in June. Google Earth, 2022, https://www.google.com/earth/: accessed in June. Harden, D.R., 2004, California Geology, 2nd ed.: Prentice Hall, Inc. Hartley and Duncan, 1987, E’ and Its Variation with Depth, Journal of Transportation Engineering, Volume 113, Issue 5: dated September. Historic Aerials website, 2022, www.historicaerials.com: accessed in June. Jennings, C.W. and Bryant, W.A., 2010, Fault Activity Map of California and Adjacent Areas: California Division of Mines and Geology, California Geologic Data Map Series, Map No. 6, Scale 1:750,000. Kennedy, M.P., Tan, S.S., 2007, Geologic Map of the Oceanside 30’ x 60’ Quadrangle, California, California Geological Survey, Scale 1:100,000. Ninyo & Moore, In-house Proprietary Data. Ninyo & Moore, 2022, Updated Proposal for Geotechnical Evaluation, Carlsbad Boulevard Water and Sewer Improvements at Terramar Project, Carlsbad, California, Proposal No. 02-02561: dated February 28. Norris, R. M. and Webb, R. W., 1990, Geology of California, Second Edition: John Wiley & Sons, Inc. SCST, Inc., 2018, Geotechnical Investigation, Carlsbad Municipal Water District, Recycled Water Pipeline Expansion Segments 2, 5, and 7, Carlsbad, California, SCST No. 170147P4: dated January 12. United States Department of the Interior, Bureau of Reclamation, 1989, Engineering Geology Field Manual. United States Geological Survey (USGS), 2022, Topographic Map of the San Luis Rey Quadrangle, California, 7.5-Minute Series: Scale 1:24,000. United States Geological Survey (USGS), 2022, 2008 National Seismic Hazard Maps – Fault Parameters, World Wide Web, http://earthquake.usgs.gov/cfusion/hazfaults_2008_search/query_main.cfm/: accessed July. Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 Appendix A Photograph hic DocumentationFIGURES SITE " !o 0 1,500 3,000 FEET §¨¦8§¨¦805 §¨¦5 §¨¦15§¨¦5 UV78 UV52 UV94 MAP INDEX San DiegoCounty 1_ 1 0 9 4 0 9 0 0 1 _ S L . m x d 7 / 2 8 / 2 0 2 2 A O B NOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE. | SOURCE: ESRI WORLD TOPO, 2022 SITE LOCATION FIGURE 1 109409001 | 8/22 CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMARCANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA @A @A @A @? @? @? S H O R E D R I V E E L A R B O L D R I V E L O S R O B L E S D R I V E A V N D A E N C I N A S C A R L S B A D B O U L E V A R D CEREZ O D R I V E MANZA N O D R I V E L O S R O B L E S D R I V E CANNO N R O A D E L A R B O L D R I V E LEGEND SITE BOUNDARY 2_ 1 0 9 4 0 9 0 0 1 _ B L . m x d 8 / 3 / 2 0 2 2 A O B NOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE. | SOURCE: GOOGLE EARTH, 2022 BORING LOCATIONS FIGURE 2 !o 0 400 800 FEET @A B-3 TD=16.5 BORINGTD=TOTAL DEPTH IN FEET 109409001 | 8/22 @?B-36TD=16.5 BORING (SCST, 2018)TD=TOTAL DEPTH IN FEET B-1 TD=20.0 B-2 TD=16.5 B-3TD=16.5 B-36 TD=16.5 B-35 TD=30.5 B-34 TD=30.5 !"^$ CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMARCANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA SITE " REFERENCE: KENNEDY, M.P., TAN, S.S., 2007, GEOLOGIC MAP OF THE OCEANSIDE 30 X 60-MINUTEQUADRANGLE, CALIFORNIA 3_ 1 0 9 4 0 9 0 0 1 _ G . m x d 8 / 3 / 2 0 2 2 A O B NOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE. GEOLOGY FIGURE 3 !o 0 2,000 4,000 FEET 109409001 | 8/22 Qop6-7 Qvop13 LEGEND_____________________________________ CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMARCANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA Geotechnical & Environmental Sciences Consultants FIGURE 4 CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMARCANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA 109409001 I 8/22 LATERAL EARTH PRESSURES FORBRACED EXCAVATION pP D H CONSTRUCTION MATERIALS ARE NOT INCLUDED 5. SURCHARGES FROM EXCAVATED SOIL OR 4. ASSUMES GROUNDWATER IS NOT PRESENT 3. PASSIVE LATERAL EARTH PRESSURE, P P = 350 D psf 2. P = 120 psf CONSTRUCTION TRAFFIC INDUCED SURCHARGE PRESSURE, P 1. P = 24 H psf APPARENT LATERAL EARTH PRESSURE, P Pa Ps GROUND SURFACE a a s s p p 6. H AND D ARE IN FEET + SHORING BRACES NOTES: NOT TO SCALE 10 9 4 0 9 0 0 1 D E T A I L F I G U R E S . D W G A O B Geotechnical & Environmental Sciences Consultants FIGURE 5 CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMARCANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA 109409001 I 8/22 THRUST BLOCK LATERAL EARTH PRESSURE DIAGRAM NOTES: GROUNDWATER BELOW BLOCK GROUNDWATER ABOVE BLOCK2. 1. P = 180p (D -d )2 2 lb/ft THRUST BLOCK d (VARIES) P Pp p D (VARIES) 3.ASSUMES BACKFILL IS GRANULAR MATERIAL 4.ASSUMES THRUST BLOCK IS ADJACENT TO COMPETENT MATERIAL 1 Pp2 pP = 1.6 ( D - d )[ 124.8h + 55 ( D+d )] GROUNDWATER TABLE6. D, d AND h ARE IN FEET5. h lb/ft NOT TO SCALE 10 9 4 0 9 0 0 1 D E T A I L F I G U R E S . D W G A O B Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 APPENDIX A Boring Logs Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 APPENDIX A BORING LOGS Field Procedure for the Collection of Disturbed Samples Disturbed soil samples were obtained in the field using the following method. Bulk Samples Bulk samples of representative earth materials were obtained from the exploratory borings. The samples were bagged and transported to the laboratory for testing. Field Procedure for the Collection of Relatively Undisturbed Samples Relatively undisturbed soil samples were obtained in the field using the following method. The Modified Split-Barrel Drive Sampler The sampler, with an external diameter of 3 inches, was lined with 1-inch-long, thin brass rings with inside diameters of approximately 2.4 inches. The sample barrel was driven into the ground with the weight of a hammer in general accordance with ASTM D 3550. The driving weight was permitted to fall freely. The approximate length of the fall, the weight of the hammer, and the number of blows per foot of driving are presented on the boring logs as an index to the relative resistance of the materials sampled. The samples were removed from the sample barrel in the brass rings, sealed, and transported to the laboratory for testing. 0 5 10 15 20 XX/XX SM CL Bulk sample. Modified split-barrel drive sampler. No recovery with modified split-barrel drive sampler. Sample retained by others. Standard Penetration Test (SPT). No recovery with a SPT. Shelby tube sample. Distance pushed in inches/length of sample recovered in inches. No recovery with Shelby tube sampler. Continuous Push Sample. Seepage. Groundwater encountered during drilling. Groundwater measured after drilling. MAJOR MATERIAL TYPE (SOIL): Solid line denotes unit change. Dashed line denotes material change. Attitudes: Strike/Dipb: Bedding c: Contactj: Joint f: FractureF: Fault cs: Clay Seams: Shear bss: Basal Slide Surfacesf: Shear Fracture sz: Shear Zonesbs: Shear Bedding Surface The total depth line is a solid line that is drawn at the bottom of the boring. DE P T H ( f e e t ) Bu l k SA M P L E S Dr i v e n BL O W S / F O O T MO I S T U R E ( % ) DR Y D E N S I T Y ( P C F ) SY M B O L CL A S S I F I C A T I O N U. S . C . S . BORING LOG EXPLANATION SHEET BORING LOG 20 Soil Classification Chart Per ASTM D 2488 Primary Divisions Secondary Divisions Group Symbol Group Name COARSE- GRAINED SOILS more than 50% retained on No. 200 sieve GRAVEL more than 50% of coarse fraction retained on No. 4 sieve CLEAN GRAVEL less than 5% fines GW well-graded GRAVEL GP poorly graded GRAVEL GRAVEL with DUAL CLASSIFICATIONS 5% to 12% fines GW-GM well-graded GRAVEL with silt GP-GM poorly graded GRAVEL with silt GW-GC well-graded GRAVEL with clay GP-GC poorly graded GRAVEL with clay GRAVEL with FINES more than 12% fines GM silty GRAVEL GC clayey GRAVEL GC-GM silty, clayey GRAVEL SAND 50% or more of coarse fraction passes No. 4 sieve CLEAN SAND less than 5% fines SW well-graded SAND SP poorly graded SAND SAND with DUAL CLASSIFICATIONS 5% to 12% fines SW-SM well-graded SAND with silt SP-SM poorly graded SAND with silt SW-SC well-graded SAND with clay SP-SC poorly graded SAND with clay SAND with FINES more than 12% fines SM silty SAND SC clayey SAND SC-SM silty, clayey SAND FINE- GRAINED SOILS 50% or more passes No. 200 sieve SILT and CLAY liquid limit less than 50% INORGANIC CL lean CLAY ML SILT CL-ML silty CLAY ORGANIC OL (PI > 4)organic CLAY OL (PI < 4)organic SILT SILT and CLAY liquid limit 50% or more INORGANIC CH fat CLAY MH elastic SILT ORGANIC OH (plots on or above “A”-line)organic CLAY OH (plots below “A”-line)organic SILT Highly Organic Soils PT Peat USCS METHOD OF SOIL CLASSIFICATION Geotechnical & Environmental Sciences Consultants Apparent Density - Coarse-Grained Soil Apparent Density Spooling Cable or Cathead Automatic Trip Hammer SPT (blows/foot) Modified Split Barrel (blows/foot) SPT (blows/foot) Modified Split Barrel (blows/foot) Very Loose < 4 < 8 < 3 < 5 Loose 5 - 10 9 - 21 4 - 7 6 - 14 Medium Dense 11 - 30 22 - 63 8 - 20 15 - 42 Dense 31 - 50 64 - 105 21 - 33 43 - 70 Very Dense > 50 > 105 > 33 > 70 Consistency - Fine-Grained Soil Consis-tency Spooling Cable or Cathead Automatic Trip Hammer SPT (blows/foot) Modified Split Barrel (blows/foot) SPT (blows/foot) Modified Split Barrel (blows/foot) Very Soft < 2 < 3 < 1 < 2 Soft 2 - 4 3 - 5 1 - 3 2 - 3 Firm 5 - 8 6 - 10 4 - 5 4 - 6 Stiff 9 - 15 11 - 20 6 - 10 7 - 13 Very Stiff 16 - 30 21 - 39 11 - 20 14 - 26 Hard > 30 > 39 > 20 > 26 LIQUID LIMIT (LL), % PL A S T I C I T Y I N D E X ( P I ) , % 0 10 107 4 20 30 40 50 60 70 0 20 30 40 50 60 70 80 90 100 MH or OH ML or OLCL - ML Plasticity Chart Grain Size Description Sieve Size Grain Size Approximate Size Boulders > 12”> 12”Larger than basketball-sized Cobbles 3 - 12”3 - 12”Fist-sized to basketball-sized Gravel Coarse 3/4 - 3”3/4 - 3”Thumb-sized to fist-sized Fine #4 - 3/4”0.19 - 0.75”Pea-sized to thumb-sized Sand Coarse #10 - #4 0.079 - 0.19”Rock-salt-sized to pea-sized Medium #40 - #10 0.017 - 0.079”Sugar-sized to rock-salt-sized Fine #200 - #40 0.0029 - 0.017”Flour-sized to sugar-sized Fines Passing #200 < 0.0029”Flour-sized and smaller CH or OH CL or OL 0 5 10 15 20 26 32 38 28 5.1 3.3 102.1 99.5 GM SM SM SP ASPHALT CONCRETE:Approximately 6 inches thick. AGGREGATE BASE:Brown, moist, medium dense, silty GRAVEL, approximately 6 inches thick. FILL:Reddish brown, moist, medium dense, silty fine to medium SAND. OLD PARALIC DEPOSITS:Reddish brown, moist, medium dense, silty fine to medium SAND; trace clay. Light brown and reddish brown. Light brown and reddish brown, moist, medium dense, poorly graded SAND. Light brown. Light gray. FIGURE A- 1 CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMARCANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA 109409001 |8/22 DE P T H ( f e e t ) Bu l k SA M P L E S Dr i v e n BL O W S / F O O T MO I S T U R E ( % ) DR Y D E N S I T Y ( P C F ) SY M B O L CL A S S I F I C A T I O N U. S . C . S . DESCRIPTION/INTERPRETATION DATE DRILLED 6/23/22 BORING NO.B-1 GROUND ELEVATION 48'  (MSL)SHEET 1 OF METHOD OF DRILLING 6" Hollow Stem Auger (Pacific) DRIVE WEIGHT 140 lbs (Auto-Trip)DROP 30" SAMPLED BY KWK LOGGED BY KWK REVIEWED BY ZH 2 20 25 30 35 40 Total Depth = 20 feet.Groundwater not encountered during drilling.Backfilled with neat cement and patched with Aquaphault. Note: Groundwater, though not encountered at the time of drilling, may rise to a higherlevel due to seasonal variations in precipitation and several other factors as discussed inthe report. The ground elevation shown above is an estimation only. It is based on our interpretationsof published maps and other documents reviewed for the purposes of this evaluation. It isnot sufficiently accurate for preparing construction bids and design documents. FIGURE A- 2 CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMARCANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA 109409001 |8/22 DE P T H ( f e e t ) Bu l k SA M P L E S Dr i v e n BL O W S / F O O T MO I S T U R E ( % ) DR Y D E N S I T Y ( P C F ) SY M B O L CL A S S I F I C A T I O N U. S . C . S . DESCRIPTION/INTERPRETATION DATE DRILLED 6/23/22 BORING NO.B-1 GROUND ELEVATION 48'  (MSL)SHEET 2 OF METHOD OF DRILLING 6" Hollow Stem Auger (Pacific) DRIVE WEIGHT 140 lbs (Auto-Trip)DROP 30" SAMPLED BY KWK LOGGED BY KWK REVIEWED BY ZH 2 0 5 10 15 20 33 27 43 6.7 6.0 111.5 106.7 SM SM SP ASPHALT CONCRETE:Approximately 6 inches thick. FILL:Reddish brown, moist, medium dense, silty fine to medium SAND. OLD PARALIC DEPOSITS:Reddish brown, moist, medium dense, silty fine to medium SAND; trace clay. Light brown, moist, medium dense, poorly graded SAND. Light brown and reddish brown, dense. Total Depth = 16.5 feet.Groundwater not encountered during drilling.Backfilled with neat cement and patched with Aquaphault on 6/23/22. Note: Groundwater, though not encountered at the time of drilling, may rise to a higherlevel due to seasonal variations in precipitation and several other factors as discussed inthe report.The ground elevation shown above is an estimation only. It is based on our interpretationsof published maps and other documents reviewed for the purposes of this evaluation. It isnot sufficiently accurate for preparing construction bids and design documents. FIGURE A- 3 CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMARCANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA 109409001 |8/22 DE P T H ( f e e t ) Bu l k SA M P L E S Dr i v e n BL O W S / F O O T MO I S T U R E ( % ) DR Y D E N S I T Y ( P C F ) SY M B O L CL A S S I F I C A T I O N U. S . C . S . DESCRIPTION/INTERPRETATION DATE DRILLED 6/23/22 BORING NO.B-2 GROUND ELEVATION 51'  (MSL)SHEET 1 OF METHOD OF DRILLING 6" Hollow Stem Auger (Pacific) DRIVE WEIGHT 140 lbs (Auto-Trip)DROP 30" SAMPLED BY KWK LOGGED BY KWK REVIEWED BY ZH 1 0 5 10 15 20 25 32 37 6.3 3.7 117.7 108.9 SM SM ASPHALT CONCRETE:Approximately 6-6.5 inches thick. FILL:Reddish brown, moist, medium dense, silty fine to medium SAND; scattered angulargravel.OLD PARALIC DEPOSITS:Reddish brown, moist, medium dense, silty fine to medium SAND; trace clay. Micaceous. Total Depth = 16.5 feet.Groundwater not encountered during drilling.Backfilled with neat cement and patched with Aquaphault on 6/23/22. Note: Groundwater, though not encountered at the time of drilling, may rise to a higherlevel due to seasonal variations in precipitation and several other factors as discussed inthe report.The ground elevation shown above is an estimation only. It is based on our interpretationsof published maps and other documents reviewed for the purposes of this evaluation. It isnot sufficiently accurate for preparing construction bids and design documents. FIGURE A- 4 CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMARCANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA 109409001 |8/22 DE P T H ( f e e t ) Bu l k SA M P L E S Dr i v e n BL O W S / F O O T MO I S T U R E ( % ) DR Y D E N S I T Y ( P C F ) SY M B O L CL A S S I F I C A T I O N U. S . C . S . DESCRIPTION/INTERPRETATION DATE DRILLED 6/23/22 BORING NO.B-3 GROUND ELEVATION 48'  (MSL)SHEET 1 OF METHOD OF DRILLING 6" Hollow Stem Auger (Pacific) DRIVE WEIGHT 140 lbs (Auto-Trip)DROP 30" SAMPLED BY KWK LOGGED BY KWK REVIEWED BY ZH 1 Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 APPENDIX B Previous Boring Logs (SCST, 2018) Logged by: Project Manager: DR I V E N BU L K SM 14 19 DS By:Date: Job Number:Figure: DE P T H ( f t ) 10 4 5 6 inches of asphalt concrete over 8 inches of aggregate base. 8 FFILL (Qf): POORLY GRADED SAND with SILT, dark orange brown, fine to coarse grained, gravel present, moist, medium dense. 9 6 7 1 2 3 SILTY SAND, dark orange brown, fine grained, moist, medium dense. AKN CJM Depth to Groundwater (ft): 9/5/2017 ± 44 Equipment: CME-95 with 8-inch Hollow Stem Auger Date Drilled: Not encounteredElevation (ft): 20 18 17 SPT 19 DR Y U N I T W E I G H T ( p c f ) LOG OF BORING B-34 US C S SUMMARY OF SUBSURFACE CONDITIONS SAMPLES LA B O R A T O R Y T E S T S DR I V I N G R E S I S T A N C E (b l o w s / f t o f d r i v e ) N60 MO I S T U R E C O N T E N T ( % ) January,2018 Recycled Water Pipeline Expansion Segments 2, 5, and 7 49 I-37170147P4-1 BJGSCST, Inc.Carlsbad, California BORING CONTINUED ON I-38 SPT SAAL 11 15 12 36SANDY SILT, orange brown, fine grained, moist, well indurated. Becomes medium gray. OOLD PARALIC DEPOSITS (Qop): SILTY SAND, light yellowish brown fine grained moist moderately cemented CAL 37 SP-SM 13 16 14 SA AL 12345678910 SM ML Date Drilled:Logged by: Equipment: CME-95 with 8-inch Diameter Hollow-Stem Auger Project Manager: Elevation (ft): DR I V E N BU L K SPT 50/5" By:Date: Job Number:Figure: 110.217.6 SA AL CJM AKN Not encountered DE P T H ( f t ) 30 24 25 26 27 21 22 23 28 34 I-38170147P4-1 39 CJMSCST, Inc.Carlsbad, California 40 38 37 DR Y U N I T W E I G H T ( p c f ) LOG OF BORING B-34 (Continued) US C S SUMMARY OF SUBSURFACE CONDITIONS SAMPLES LA B O R A T O R Y T E S T S DR I V I N G R E S I S T A N C E (b l o w s / f t o f d r i v e ) N60 MO I S T U R E C O N T E N T ( % ) January, 2018 Recycled Water Pipeline Expansion Segments 2, 5, and 7 33 36 31 35 32 29 9/1/2017 ± 44 OLD PARALIC DEPOSITS (Qop): SILTY SAND interbedded with SANDY CLAY, moderate gray, fine grained, moist, strongly cemented and well indurated, subhorizontal bedding, oxidation observed. Depth to Groundwater (ft): 50/5" BORING TERMINATED AT 30½ FEET CAL SILTY SAND, light grayish brown, fine grained, moist, very dense, strongly cemented, massive. CLAYEY SAND, medium gray, fine grained, moist, hard, well indurated, silty,subhorizontal bedding.SPT 76/10" SM SC SM Logged by: Project Manager: DR I V E N BU L K SC 65 DS 12.5 112.7 By:Date: Job Number:Figure: CAL 11 15 12 SM 13 11 10 I-39170147P4-1 BJGSCST, Inc.Carlsbad, California BORING CONTINUED ON I-40 11Becomes fine to medium grained. OLD PARALIC DEPOSITS (Qop):CLAYEY SAND, dark brown, fine grained, moist, loose to medium dense, weakly cemented, massive.SPT 8 DR Y U N I T W E I G H T ( p c f ) LOG OF BORING B-35 US C S SUMMARY OF SUBSURFACE CONDITIONS SAMPLES LA B O R A T O R Y T E S T S DR I V I N G R E S I S T A N C E (b l o w s / f t o f d r i v e ) N60 MO I S T U R E C O N T E N T ( % ) January, 2018 Recycled Water Pipeline Expansion Segments 2, 5, and 7 16 14 18 17 CAL 19 20 AKN CJM Depth to Groundwater (ft): 9/1/2017 Approximately 44 Equipment: CME-95 with 8-inch Hollow Stem Auger Date Drilled: ± 21Elevation (ft): SA AL DE P T H ( f t ) 10 4 5 6 inches of asphalt concrete over 9 inches of aggregate base. 8 FILL (Qf): SILTY SAND, dark orange brown, fine to coarse grained, gravel, moist, medium dense. Becomes dark brown to black, fine to medium grained, slight organic scent. 9 6 7 1 2 3 CLAYEY SAND, mottled dark brown, fine grained, moist, loose. SC Date Drilled:Logged by: Equipment: CME-95 with 8-inch Diameter Hollow-Stem Auger Project Manager: Elevation (ft): DR I V E N BU L K SPT 50/5" 44 By:Date: Job Number:Figure: 26 27 CJM AKN ± 21 Depth to Groundwater (ft): DE P T H ( f t ) 9/1/2017 ± 44 111 21 22 23 24 25 28 34 38 37 33 36 30 31 35 32 29 I-40170147P4-1 39 CJMSCST, Inc.Carlsbad, California 40 DR Y U N I T W E I G H T ( p c f ) LOG OF BORING B-35 (Continued) US C S SUMMARY OF SUBSURFACE CONDITIONS SAMPLES LA B O R A T O R Y T E S T S DR I V I N G R E S I S T A N C E (b l o w s / f t o f d r i v e ) N60 MO I S T U R E C O N T E N T ( % ) January, 2018 Recycled Water Pipeline Expansion Segments 2, 5, and 7 BORING TERMINATED AT 30½ FEET SPT 2 3 OLD PARALIC DEPOSITS (Qop):CLAYEY SAND, moderate yellowish brownto dark brown, fine to medium grained, moist, very loose, weakly cemented, subhorizontal bedding. Groundwater encountered at 21 feet. SILTY SAND, light yellowish brown, fine grained, wet, very dense, stronglycemented.SPT 83 SA AL SM SC Logged by: Project Manager: DR I V E N BU L K SP COR 5.8 111.3 38 52 By:Date: Job Number:Figure: AKN DJM/ACL Depth to Groundwater (ft): 9/5/2017 ± 48 Equipment: CME-75 with 8-inch Hollow Stem Auger Date Drilled: Not encounteredElevation (ft): 11 15 12 9 13 16 BORING TERMINATED AT 16½ FEET 14 18 17 Becomes strongly cemented.SPT DE P T H ( f t ) 10 4 5 12-inches of aggregate base. 8 6 7 1 2 3 FILL (Qf): POORLY GRADED SAND, moderate brown, fine to coarse grained, gravel encountered, moist, medium dense. DR Y U N I T W E I G H T ( p c f ) LOG OF BORING B-36 US C S SUMMARY OF SUBSURFACE CONDITIONS SAMPLES LA B O R A T O R Y T E S T S DR I V I N G R E S I S T A N C E (b l o w s / f t o f d r i v e ) N60 MO I S T U R E C O N T E N T ( % ) January, 2018 Recycled Water Pipeline Expansion Segments 2, 5, and 7 I-41170147P4-1 19 CJMSCST, Inc.Carlsbad, California 20 45SPT Becomes loose, less gravel. CAL 8 33OLD PARALIC DEPOSITS (Qop):SILTY SAND, light brown, fine to medium grained, moist, very dense, weakly to moderately cemented. 7 SM Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 APPENDIX C Geotechnical Laboratory Testing Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 APPENDIX C GEOTECHNICAL LABORATORY TESTING Classification Soils were visually and texturally classified in accordance with the Unified Soil Classification System (USCS) in general accordance with ASTM D 2488. Soil classifications are indicated on the logs of the exploratory borings in Appendix A. In-Place Moisture and Density Tests The moisture content and dry density of relatively undisturbed samples obtained from the exploratory borings were evaluated in general accordance with ASTM D 2937. The test results are presented on the logs of the exploratory borings in Appendix A. Gradation Analysis Gradation analysis tests were performed on selected representative soil samples in general accordance with ASTM D 422. The grain-size distribution curves are shown on Figures B-1 through B-3. These test results were utilized in evaluating the soil classifications in accordance with the USCS. Direct Shear Test Direct shear tests were performed on relatively undisturbed samples in general accordance with ASTM D 3080 to evaluate the shear strength characteristics of the selected material. The samples were inundated during shearing to represent adverse field conditions. The results are shown on Figures B-4 and B-5. Soil Corrosivity Tests Soil pH and electrical resistivity tests were performed on a representative sample in general accordance with CT 643. The sulfate and chloride contents of the selected sample were evaluated in general accordance with CT 417 and CT 422, respectively. The test results are presented on Figure B-6. R-Value The resistance value, or R-value, for site soils was evaluated in general accordance with California Test (CT) 301. Samples were prepared and evaluated for exudation pressure and expansion pressure. The equilibrium R-value is reported as the lesser or more conservative of the two calculated results. The test results are shown on Figure B-7. Coarse Fine Coarse Medium SILT CLAY 3" 2"¾"½" ⅜"4 8 30 50 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 B-1 15.0-16.5 ------0.18 0.33 SP0.44 2.5 1.4 4 Sample Location 100 D10 16 200 PassingNo. 200 (percent) Cc GRAVEL SAND FINES Symbol Plasticity Index Plastic Limit Liquid Limit 1½" 1" Depth (ft)D30 Cu USCSD60 Fine 0.0 10.0 20.0 30.0 40.0 50.0 60.0 70.0 80.0 90.0 100.0 0.00010.0010.010.1110100 PE R C E N T F I N E R B Y W E I G H T GRAIN SIZE IN MILLIMETERS U.S. STANDARD SIEVE NUMBERS HYDROMETER CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMAR PROJECTCANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA 109409001 | 8/22 FIGURE C-1 GRADATION TEST RESULTS 109409001_SIEVE w No 8 B-1 @ 15.0-16.5 Coarse Fine Coarse Medium SILT CLAY 3" 2"¾"½" ⅜"4 8 30 50 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 PassingNo. 200 (percent) Cc GRAVEL SAND FINES Symbol Plasticity Index Plastic Limit Liquid Limit 1½" 1" Depth (ft)D30 Cu USCSD60 Fine Sample Location 100 D10 16 200 B-2 5.0-6.5 ----------SM------13 0.0 10.0 20.0 30.0 40.0 50.0 60.0 70.0 80.0 90.0 100.0 0.00010.0010.010.1110100 PE R C E N T F I N E R B Y W E I G H T GRAIN SIZE IN MILLIMETERS U.S. STANDARD SIEVE NUMBERS HYDROMETER CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMAR PROJECTCANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA 109409001 | 8/22 FIGURE C-2 GRADATION TEST RESULTS 109409001_SIEVE w No 8 B-2 @ 5.0-6.5 Coarse Fine Coarse Medium SILT CLAY 3" 2"¾"½" ⅜"4 8 30 50 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 B-3 10.0-11.5 ----------SM------13 Sample Location 100 D10 16 200 PassingNo. 200 (percent) Cc GRAVEL SAND FINES Symbol Plasticity Index Plastic Limit Liquid Limit 1½" 1" Depth (ft)D30 Cu USCSD60 Fine 0.0 10.0 20.0 30.0 40.0 50.0 60.0 70.0 80.0 90.0 100.0 0.00010.0010.010.1110100 PE R C E N T F I N E R B Y W E I G H T GRAIN SIZE IN MILLIMETERS U.S. STANDARD SIEVE NUMBERS HYDROMETER CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMAR PROJECTCANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA 109409001 | 8/22 FIGURE C-3 GRADATION TEST RESULTS 109409001_SIEVE w No 8 B-3 @ 10.0-11.5 10.0-11.5Poorly Graded SAND B-2 Peak Cohesion (psf) Friction Angle (degrees)Soil Type SP31 34 70 SP Description Symbol Sample Location 80 Depth (ft) Shear Strength PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080 Poorly Graded SAND X Ultimate10.0-11.5B-2 0 1000 2000 3000 4000 5000 0 1000 2000 3000 4000 5000 SH E A R S T R E S S ( P S F ) NORMAL STRESS (PSF) FIGURE C-4 DIRECT SHEAR TEST RESULTS CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMAR PROJECT CANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA 109409001 | 8/22 109409001_DIRECT SHEAR B-2 @ 10.0-11.5 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080 Silty SAND X Ultimate5.0-6.5B-3 Cohesion (psf) Friction Angle (degrees)Soil Type SM28 29 150 SM Description Symbol Sample Location 230 Depth (ft) Shear Strength 5.0-6.5Silty SAND B-3 Peak 0 1000 2000 3000 4000 5000 0 1000 2000 3000 4000 5000 SH E A R S T R E S S ( P S F ) NORMAL STRESS (PSF) FIGURE C-5 DIRECT SHEAR TEST RESULTS CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMAR PROJECT CANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA 109409001 | 8/22 109409001_DIRECT SHEAR B-3 @ 5.0-6.5 1 PERFORMED IN ACCORDANCE WITH CALIFORNIA TEST METHOD 643 2 PERFORMED IN ACCORDANCE WITH CALIFORNIA TEST METHOD 417 3 PERFORMED IN ACCORDANCE WITH CALIFORNIA TEST METHOD 422 SULFATE CONTENT 2 (ppm)(%) CHLORIDE CONTENT 3 (ppm) pH 1SAMPLE DEPTH (ft) SAMPLE LOCATION RESISTIVITY 1 (ohm-cm) 7.5 5011,300 10 0.001B-1 1.0-5.0 CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMAR PROJECT CANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA 109409001 | 8/22 FIGURE C-6 CORROSIVITY TEST RESULTS 109409001_CORROSIVITY B-1 @ 1.0-5.0 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 2844/CT 301 51Silty SAND (SM)0.5-5.0B-2 SAMPLE LOCATION SAMPLE DEPTH (ft)SOIL TYPE R-VALUE R-VALUE TEST RESULTS CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMAR PROJECT CANNON ROAD AND CARLSBAD BOULEVARD, CARLSBAD, CALIFORNIA 109409001 | 8/22 FIGURE C-7 109409001_RVTABLE Ninyo & Moore | Cannon Road and Carlsbad Boulevard, Carlsbad, California | 109409001 | August 5, 2022 5710 Ruffin Road | San Diego, California 92123 | p. 858.576.1000 ARIZONA | CALIFORNIA | COLORADO | NEVADA | TEXAS | UTAH ninyoandmoore.com Appendix D Record Drawings .,WLY EDGE E%ST. PVM1 -- 0 1 ~-i 51 .E'LY EDGE E'$.IST PVMT 45:40' v.C. o; 44 0 52 r 2 I 0 r D GEWERAL iJOTES I. A L L WORK -ro F-'5 F- 00 t.4 E. I A. CC 0 C) A1 P4 C E i ST A P C) A ID 5 A P40 F' E C I F 0 AT 0 -4 5 0 F T 1-4 E C. IT OF C. A LG AID I. TN a F 0 L L 0 V I P4 G C I T ( OF CA L 5 c A1 ID ST A P4 ID A I 0 C) A..\N I P4 a 5 A. IR E -ro I, a OS E. CD F 0 M CO P4 ST FR U C T 10 P4 140 I -2 PE COB At40 GmUTTe R, CEP4TEL%PJE GRADE 4S~ 06 48 N 44 62 '22.70 22.70 LY on do 10.0 - w OD (U () L:/d. /''75'h/J.95•' '9.'Z' +10 0 O C' 'I -4. CAMLSSAP 0.I •3 40 ' ce.i.e5 CS. RETURt4 CAMLSOAD BL'lO. 48 17 - - - - IT (3 N ALL E -r" r=- ES F'0 P4(3% I2 1 L IT ? c) i= T 1-4 E CO P4 T C. t 0 TO LCD C AT E. A LL 50 ST I Li C. Li C E S S I-I CD W 1 1-4 E CD P4 0 r N40-r, A P40 F' or ECT T 1-4 B PI F O P.il ID A Pv1 G B.. T 1-4 B. c-o"-rm^c-roqM. 514 ALL f3 B A T 1-1 B TOT A L B X P B P4 (3 B OF= r B C)A.I . 0 1 E F' L AC B B t4 -r 0 F 5 A I ID G U E ST U C T U t. B. S C) A P1 A1 G B C)m%%e "If.- 1114 C. 0 P4 E CT 10 P4 W IT 14 r 14 B F' I 0(3 E C LrT I D P.4 CD ! T I-I IS S¼ 0 1 COt4ST1UCT E.99=ANS'OP.4 30IP4TS 1P4 CL) At-JO 0TTB A-r IETUr44ab A P4 C) AV ID I I V B. AI I P.4T B 5 B CT 10 P45. A% 1= o. H E'L( 0-so, I A" P.C.C. .IDWALK. / FU TLA .& a ) 0.50 C.P. r CROW PRIMED TYPE CU Ap. r-r V 3s% Ii I 3 "A.C. RVMT. wrrl-4 s.G OkIo CHIP 'SEAL COAT BENCI'-% 1/2 TRET BECTI04 CALSI3tD BLVD. ' — — 14ORI. PROFILE I Itt 20 44 PLA1N PROFILE 1% 1. I 3o- 'I 70' C041.5Co Z 'C 1?E'41 / 4 5M'WM / z'&J :!5;c 4 P.C.C. SIOEWAL1(. (F.tT..eE B1QC/( 5/0EPt'4 L K =8Z*27'00" / ff/0.00' A- 82027 1 00' 4 - 14.391 wt a 3o.00 -J4 ,Y , .— L 43.17 , / I - -J-,it ifl o I G'_f/4! T C, I COP.JST. T1PE 14 COG 14')J J •O,( QA - cJ ' GUTTER- ,v EXIST. EDGE! / Q PV MT. I I. x'o'7O" I In C41 CON%T. STANDARD I G X '.. G" P.C.C. SPAN DRI. / 0 I.- - •-48,.27'--'ocV - N30°38'SO"W CLSB'D BLVD. w /V,:2,x- 70 1 N ot " - 34/ 30' 36' 30' 26' 26' 370 /4' _/2 I /4' S4•' I -. 6" 5'a25c ,wq.'7cR,'q carlo4b gd Blt,'d f' El Arbol Di'. TYPICA L. STREET SECTIO?4 TERRA,-MAR DR1V U. . CopT ome EP4C%4 "416WK .-I'31 • A STA.NDAD 0 P4 Z B SC. S B T I" C O4 C. • A1 C) TAPvWBD I% E.LEV. 4-T4IS FE:E-r. L0CAVB.01 20a E.E -r SOUTS-4 OF s.a. C.0P4E OF E.NC1P4A1 r-P FX0PM9Z-rY AL.Ot4 CIP A. r. ç. S. F. I. ., 4 F E E T E AS p./nLE Pos-r Z2 E AS T 0 F I A C lS. No. I TO P 0 I O P.4 PIN t.4. E, CO LM . I r. -TEA1A O. & CALSA0 LvO. (w. c.o. spcocatm PoF',) LE/. 45.1G 45C' REVISED D47E. 5d°T A'REV Oi L/ L P/ 7. 9E /7972 C/fl' Et/3/NEE P4GIP4EE a;= womoc<7/pl,%Z CK( ZCE 3OCci RtT' or CARLSBAD P 2 PLAN hNVJ PROFILE FOR, T$4E IMPROVEMENT OF CARLSBAD BLVD. A.PPO'IEQ 7TL.. - DtE 1-V3-tI2. 7ZI(Z 1vLLO.t.LAh SCALES .E 11972 CT EtG-4EE 20 PO-.CT V ERT. DAWIp4G 'tO. Ft LD / ' 4WAMM .. i u.s I.CJ FREEWAY A, T. ~ s_ t=·, "· .. · PACIFIC OCEAN VICINITY MAP N.O SC.AL~ -- SREET '2 0 g (t .i )·· i/ ' CONSTRUCTION PLANS FOR SEWERAGE SYSTEM IN TER A. T. ._..;.--· SHEET 7 ~--- E\.. RBOI.. DR ,.,.---S\4EET 11 ~"' l..0$ ROBI..ES OR. '5HEET G .......__~ SI-IEE.T ,_,.,- ·PROJECT MAP '<'>CALE. -I"~ '200' A.O. 2 -1964 · PROJECT 4-1, 1911 ACT CAl2LSBAD BOULEVARD, CANt,,JQN ROAD, CEREZO DRIVE, ELARBOL DRIVE, LOS R06LES 0121VE, SHORE CRIVE, TIERRA DEL ORO, AND PUBLIC RIGHT-OF·WA'V EASEMENTS IN LOT 171 TERRAMAR UNIT N!' I, MAP N!? 2G9"1, LOTS 8 ANO 20, TIERRA DEL 0120, MAP N! 3052, AMO P012TION OF LOT H, R! AGUA HEOIONOA, MAP N! 823. s. F. R ... BO\.. D . LOS RC)l!,LES DR '::il-lEET 5 a: 0 EXISTING FEATURES ' EDGE OF PllVE:MENT---· -· ---·-· --------·-·-· -- WATER MAIN------· ·---· ~-·· --·---:-------~ $E\VER MAIN---·-. -----· ------.-----·-· - GA5 Mt.IN-~--·•-· ----~--------·• ------- Ml\NI-IOLE~-----':-•·· -·---. ·-·------·· ____ . -. ·---~-------(J-·-----·:· \VATE.R V!\LVE;;~-. -----· --· ---·--·---·--·-· - GA5 SERVICE--·· -· -------··----·-------- \VATER SERVICE-'-·-----·-· -----·-----·· - WORK TO BE DONE --~-~@ -~~~-e THE cbNSTR\JCTlbN OF SEWER MA.11'.l STIJBS SHOWN THV5-~~ Q-t Tl-IE CONSTRUCTION OF E.S.VC.P =:.E\VE.R MAlt-..1 :-----.-•-·--·"5 ... v..,c_.t> _ _.,..,...,wi....,_.,_ T\-lE. CONSTRUCTION OF 4" VCP SE\VER LATERAL.ct. 4" WYE'S Tf4E CONSTRUCT \01-J OF CONCRl:cTE. MAN\.-IOLE. . Tl-IE. CONSTRUCTION OF \/CP STANDARD DEAD ENO-, --- ALL O'TI-IER \VORK $1-10\VN GN PLAN$. Tl-IE. COl-!STRUCTIO\\.l OF COlJCRETE. DROP MIX~\-\OLE.:-.. · ---- iJ.41:. CONS,RUCTION. OF CONCRE"TE CRADLE~------~--~- THE CONS'TRUCTION OF CONCRETE ENCASEMeNT-----~ THE CONSTRUCTION OF SE.WAGE PUMPING STATION----~ THE. CONSTRUCTION OF !='ORCE MAIN SYSTEM Tl-IE. CONSTE!UCTION OF -::,E.VJE..i< MA.IN ,S F OleC.E. fV\AIN WITl-l TUNNEL LIIJEF<;'. -----.-- GENERAL NOTES . -. _) : .. : ( 7 6 rre? 7 ? 61 ?1?' 25 #))) )) iL iJ, ,, w,rJ../ -r1.INN£L .,f 1...1tv€..e / I. ALL \\/ORK TO: 5E DONE IN ACCORDANCE. \VIT\-l STANDARDS Al'JD SPEC\FICAT\O~S OF T~IE. CIT'( OF CARLSBAD '2. RE.FER TO CITY OF CARLSBAD STANDARD DRA\Vl"-IG PACKET. (5E.E:. Nlb.9 BE.Low) ?.. IT S\-lALL BE T\-\E. RE':.POMSIBILIT'l oi=: Tl-IE coi-,rtRACTOR TO LOCATE. ALL SUB-STRUCTllRES St-10\Vkl \-\E.RE0\..1 OR NOT AWD PROTECT THEM FROM DAMAGE. Tl-IE. CONTRACTOR 5AALL BEAR Tl-IE TOTAL E)(PEtJSE. OF REPAIR OR REPLAC.EME.\IJT OF SAID $UB5TRLJc:TURES DAMAGED B'< \.,\\S OPERAT\OtJS ltJ C.DN\\lECilON ~ffTI-I Tl-\lS \VCiRK . . 4. ALL STATIONttJG REFERS TO T\-\E CEWTERLINE OF SE'VE.R. S. UNLESS OT\-IER'}JISE. S\-10\VN 4" \I.CP SE.\VER LATERAL'i:> SHALL RlltJ NC5P,\AAL TO T\-\E.. I-JAIN AND TE\IJINATE AT Tl-IE PROPERT'f LINE 6. .E.'l<ACT LOCAilON OF LATE.Rtl-LS TO BE DETERMINED B'< E.lJGlt-..lEE.R AT T\.\E 1tME OF. ~ON'2;,RUCTt0M. I "1.. REPLACE PAVING \N. LIKE KUJD. ' ' · 8. ~ MEANS NORTH; E MEANS EAST; S MEANS SOUTH; W MEAt..15 \VEST, R.Q.M. MEA14S troAD OIL Ml)(_; A.C. MEANS ASPHALTIC CONCl<ETE; it MEANS Pi;?OPEITTY LINE:; <t, MEANS CENTEl<UNE ; E. s.v.c.P. MEANS EXTRA 'STRENGTH VITRIFIED CLAY PIP£; CONC. MEANS COIJCRETE; M.i:I. MEANS M/\NOOLE:; CONST. MEANS CONS1'R'UCTION; B.C. MEAN$ 6EGINNIN<; OF CURVE; P.V.C. MEANS. POINT OF VERTICAL CLIINE; E.C. MEANS END OF CURVE; SUBDIV. MEANS SUBDIVISION; 6DRY, MEAN$ BOUNDA12Y; G.V. MEANS GAS VALVE; W.V. MtANS WATER VALVE; D.t. MEAN$ 01::AD END; STD. MEil.NS STANDARD; C. R.B. MEANS CRUS\.IED ROCK &DDIN6; F. L. MEANS FLO\\/ LINE; EL MEANS ELEVATION. 9. M,<;Nf/OLE5 TO H;:JVE. ft MINIMUM OF SIX (G) F€£.T OF 48" 5£.CT/0NS tlll-l£R£V€.R POSS/BL£ RNO 1v111,r1Mv1v1 o"=-€.JGHTr8JF_E£T .q;yo !J.IROF rHc_pl<'Of::.~§crioN oNLY oN DROP MRNHOLeS. RLL _/YJ.c/NHOL£.5 .... ZO.EIRV:E-:5T/i?Bl.GBL.5 .. DE~.COl:'JES"' .. --.. -· .. =~=-··==---~-= STANDARD DRAWINGS sr) 52, $3, $4,SS, SE>, Se, S9, SIO, S\I. BENCH ;MARKS (U.S. G. S, DATUM) I. f:.LEVA1'10kl 41.cns "+" lN TOP OF CURB tJORTI-NJEST CUR?., Rl~TlJRl:l M~K12Am6 DRI\JE . AMD EL ARBOL DRIVE.,. '2. E.LE.VATION 45.E,S':) TOP .. OF FIREl-l't'DRAWT A, RESIDEJ<ICE 5400 EL AROOL DRIVE.. .. 3. ELE:VATlOtJ,; 4=,.e,53 SPIKE lN PO\,VER POLE lt 1'24fi':>4 AT ~ESIDEt,JCE. 5'201 EL..ARBOL. bR(VE.'. 4. ELEVATIOW 56.e,71 SPIKE lN PO\VER POLE 1,1, \'c.'2.~4~ SOUT\.I SIDE CANWO~ ROAD Al,.ID CARLSBAD B\...VD. CITY OF CARLSBAD I s~~TS I EtJGIIJEEl.!ltJG DEPARTMENT ~-----------~ PLAN FOR SEWERAGE SVSTE;M TERRAMAl2 SE\VER DISTRICT ASSESSMENT DISTRICT N! 2-19&4 . DRAWN R.L~, £. \, CHK'o. 'n>Py Fle:~o 1:k 17 PROJECT Ng 4-1 SCALES HO!:?. AS $\..JO't'v':N V~QT.. AS S"O\'VN DRAWING N2. 141 ... 5 so· 504' '• "'', ' ,,,$ le"n.~.· ,.;.;,_-:c..,...,.,,...'/O"E.S:JKCP. (!) = '66°S4'1(!!)~£'. K---------~~;:~w:_~:~::~~--'o,~~------~---=.-_-_-... -... -_-_-_-_---=-~-,-w--'--_-::~.,=-~--+~ -.,....,~-......,._,_. -----,---- T07.9!' S-3.90' /0!1.93' /93-93' I I I I I ---__ _j 5Cl \ --1 E_-'"R, ' ~ 11 /:: R /-'I, 'v' -\, U ~11-1 I : '~: I ., I SEE SHEET N!! 3 .:Kf'STfaEL PIPE' CASING (¾, .. WALL) 10 .. E . .5.V.C.R __ .../ PROVIDE SI.IPPO/:?T A'S ___ , NECESSA/:?Y 7D PLACE PIPE 0/.I G/;?ADE. MIN'. 4·;,4" '(7 /) • " " .. " JACKED PIPE DETAIL SCAL£ /', t.o' ::.J-a ' V , ,1i-i. -r 1..,1-; I 4'MIAI. I I ~- SEE SHEET Al~ 1'1: CA'S/NG ro BE FILLED WITH C£ME/.IT GROUT(!,3 MIX) \ w \ ,J ,-'3 ,, ~ \ r,· .i1 ~-;}.!..; ......... ;,~•t I J (\ I I -r L1'JI I 2 u~ 1•·r I\ I I CANNON ROAD ,..\.,. ''" ; ..... _. '~ 1-I II l,\ I I '1'""'"' '(~. l'"'A I L.;...L ✓I .... '1 "itL...r ',s o:i I I 118.68' G '--- l-5' ,5 3 see .SHEET I.J~ 7 t..<1A-r) f"v•• I 1 i i 1,7 8. . .. ,. ,. __ , ".,. -. ,--"' .. 1:::-~·..:·.: ·: ···::··.::·· ·L·-~-'-":J-:-_~-_1,=---;---,-----,------ Q ') ''.:i t., l-,, Ii '' I, \) (),ii l\; I (,& : 80R1MG , ;(IS. j' LOCATION. R€.V , ,;,, NO. ' ORT(!;. [)€;5CR!PTION 0 ·7/20/65 R£Vl5€. GR/lDE.. ' IG+59. /6 70 Pl/MP ST/JT/ON AS BUJL'TS BV RPPROl/€./J c.._2T. WJ'I. 1-3-66 A,._, ~CIA7'A .4, 4°39$7" /f?,;?,540' ,L•/80 . .3.3' "' ·. 115 0 -~- 100' 50' O::'. ""' er. "'o <S'· R \V 50' ·o I ,o I ~ t, ~ -) I ·1 T Wt: ~~ co ·~jj: 0 \1-~· e .. s,us ~-~~. 49' I- ~ ,,~ 0 :,ti2· ?;, tPi~i; i:,O ~ ~-CITY OF CARLSBAD ENGINEERING OEPAR1'MENT . <{ ~~ ii l'l ~ \.) • ~ " ~ k Q;' PLAN f PROFILE FOR SEWEl<S IN CANNON ROAD !3£TWEEN A,7:'fS.F. R.R. AND CA/;?LS8AO 8LVJ:>, A.PPROVt.D WS_ Cl41CO. Zt16~r I flEJ..O Bl<:. /7 J:>ROJECT N$!. 4-1 ' SCtll..Es ~O~. 1"0 40' VERT. f'e 4' Dl<:'1\VING N~ 141-5 '"""~""~'" '. t,:J.&.t/'T f3A:OWA.1. .. MOIS'J·· c,_,_,,p,;c;r .. '✓§K.o,O . ;,;'/P,:f AZT.6'"><?'1MT4' . .: . ..' ($,F,!" '°6TAI,. S<.IEE7: »el!}, r· ~ ., ~~ I ,, 8 I ,i,_. ,, -, I I 19+.53 ~ t=l 41.00 Z0+07 Fl <l!!.00 i:0+-83 FL 31:.00 Ft= 38.oo · ~SMT<!,5,00 ~ ~ (); ' l,j ::,,: 4j g •· 'o ' ' ~ 0 0 C:9.0J~7o·~ ij • ' &4SMTZ7. ,80 F.F. a,;,.oo ' ,'~ . :: ,:i~-~--~-::r .. :;:·::y· · .. :_-;·:: :,· ·,:·.;, ··.,, :;.,,.,· :;·,:-};::··~-:.,),:,".iT.-, ;:: :,·::~:~~'.:~;.;:,,·"' ",~"I",.""",,", Ll _, +t) ' ~ ' 1',. •\ ,? ,s, 0 2 ,, l0 ~~2 ,,; _I ":)'"' 0 I !>Jg ~ ... eo,s,a u ,$ '<I ~ Fl Mi.oar ... ., ~ l( -7 <fl J, • 1 ,;2.so' 0 ., 1' .,., " ... ' ... .., i( .., (}) . , I I. r 4"-' 100 11 * • ,l f I 0-. Q oo-· 0., ,1 , ...... ... ::flt 10 &4SM''f; '",!!765 14 F.P'. 88. 70 F-F .;J 6.<:)0 24 ~ ,,, ~-,_ :::) Cl " ' 'b ., 0~ ... ~ If ti ., )> "-f l!i ~ 75' RI 60' 60' "" 60' 60' 'I> GO ... N ., '-[>; 0 "' "''' ... "i ~ ~ :.-;.. ... ., ~" .... ~it' " ~ i,: " ... 1? ,, ~ ~ -, 'J ' I " . '--' • , r:r: 40. eo F.f'. 4f.G7 GO'. <i>O' I,:, IX) ~ ;J: ., ., .... II:, 11) I • ... ~ ,I) ., ~ II) '~ .. 1\,1 l( -, 7 1..., 'O -~ :ii' h 1:, .. ..., Fr. -5,;,, 54 F:t< 59.50 FF 4-600 ,£L£1,{ 8Z Z-BA5£MEk/T 'fTcY DATE.. D£5Cr.?IPT/ON BY BPPf.?O'r/€0 0 7/zo/e5 Re-VISE Gl?llDE 577-l-\\~ ·,v..r'H,.. IG-f59.loi, TO ST,t:/. 2.e-t-1z. 34 . . . . D =--· ~;;:;?C. rc:::r--:r ColZt-11£ : · ...,_.] ,L.:,-Jee--"AF"._,.., 'I . . . Q; l\j \Ii 29-1-49,83 '/(, Z9-r64.5I Ah'D. REVISED AS BVILT5 r,J,i.,-0-i::,0-0 7 ).!7[.{/ M.H ,'./9 ! I ~------ ~ CITY OF CARLSBAD il37 ~ ENG.INEERING DEPAR:TMENT ~ PLAN f PQOF/LE OF SEWEl<S IA/ CAQLSBAD BLVD. Dl?AWN W.S. C~IICQ 7e4y FIELO 51<. /7 51-/0RE DRIVE PROJECT N!!. 4-1 ScA1..e;., 140R, 1"=40' \/ERi. /"=4' Dl'<A\VING N,;, 141 -5. Ft 1N . ',;,/" j) i ,,,,, .. : .. , •. :J 45c·-~r . ,,_ (" -~~t i-~--------- ' -1 ,48 0 r--~ «I '<I-• 0) ii'. ~ <>t < ~ J.... ~ ~ :;;; 0) OJ l:j - (fl I G ~ ~ ,i 7.5' ~3 1 I • -'t I I ~ 47 60" ----l"li.q ' ' --""" ' ~ ., ~:i •'<I-Q) ,t ---( ----I j_:--+---- __ · ___ -_j_ --<,-- - --_ i - ' -,_ ·-. : :· -·--r· ,_ ---: -_ WIT l-1_ C :e/3.,.; __ 0.4-C>¼ "'">"" '""!" ' .. ,. ' ---------~--.;,,'f_.,,, __ _ 46 04 ,::: Q) r--_ ~J I ~; I\ ~ ,, w ~ ·,;, 0 '11-If) ·it :--J I.( G G 60' ----+-~-'-,a,t-w _______ _. .:;. ·c. .S, V. C p WITH w G" f:?.TA.C. WATER MAIM ' . , ... ,. "···-------~~-"--. 1-----falrs:ido· --~--,- ' ' ' ' [ ~-:_ (-'-, ..;.::. __ -:_.::,:_:~~3=i=::f: ==-=-c--c-----i-- .. ·r· . ~I..c ___ -~~----,--~ ' ·::c:::·:;,: ' --------------i--- ____ • ·"i,.~32 ... -----~---•-----··---· . .3':s . 44 43 ,l 2 f • t 0 11, 0 "? "' /\ i -,. i ½ 'S ' ;,: ~ 60' 60 60' .... ·1 " ~ .!+01 I I I "' 0 ~ m ~ .., ... ~ "" ii! -,. ½ ~ I). \( ' © ® .. o· 64,87' ~ 14 ' Q I l;l~ ti~ ' oc, ., ~G w I I\) '<I- ~ 69' : : ' ·· i -+-" w-"" " L-~ C:R.l.3- __ ,, G'"E..S. VCP CR/.3. CARLSBAD 3~ 6 !1-~-~ _23 _____ ~ __ B_O_U_L_E_V._A ____ R_D w1r/.l ff E.S. V.CP WITH C,€,S. .,I,, ., ______ _ -------+---•w----"-<~W,~'4-TE_'R_!!,1Al,V A8Ai\fDOi\fED) ,,,, 75' 75' GZ.50' w 33 3 'i U~~!T 1 I '3 ,., I I ~ ._, SHORE DRIVE @) 1 __ ...,,_+dt'.7;-=-. .p-++.5t?::: .. ii'---. -_J I \ 7. ~ I ~1--1+--,~--=s.,_1_.o.;;'-'--"'---- l\i ' \iW > ~ ·-,.__ ', I :s! 0::-,-,--,---@ II 85' •• I 2 75' \. G~~ ~:<·- I CE,... L"O<>L I ,w ti; 0:: \J 0 :,; I vj (j) "l-----_____ Ftc!\....b r-/, I 4 ~~B ___ j 4.Q.0'5, fi:JP 15'l(.l'li """"' I I ·---- I ,:~~ Ill \i.J :{11 I I I I ~ .. , .... -.. --;1;;;,"_---~----_, ___ ,_ -~-----:.::_ _ _______,_-=.=_ --· -- --..: IQ ,__ ... ~ ...... il r·--,R I .._' • 4 -: • or..' , I • .... --, I I / ,5" £. S. .v < P-__ ,., .. ~ ~ 1--1 ,..., -::i ...... : c.... ;,..,} I ~·--·- I [ w > 0::: ol. I i • II i, I ...,. -, , , I I I I -~ 3· ,-, .... i IC.. sd 'o ,5"' E. S. VCR ¢2'A.C. OV£e I 8"'COAIC. '""',11,"'',,,,,,,.(, 'I, IQ ~i ; ~1 .. , ..,, -----------~+-- ''\ ,,I,,_ WITH .tl r,r, ! C. l._) 0 /',; ~ ~: <\, t 69" C..<?.B. 8"ES. V.c.P ~1.J,...,-----------------~----,----,.---, ,, , . I I ,. ' -I l{IITJ./ C R.8. /?E:1/ISEO 2- """ "f' ., ' ' I 1-,42 __ -__ 69" ,,,-:--::====== i ' ,,,/ ,-- -so ~ CITY OF CARLSBAD f737 ~ ENGINEERING DEPARTMENT ~ PLAIJ f PROFILE OF 5EWEl<S IN CARLSBAD BLVD. SHORE DRIVE CITY ENGINEEli: PRAWM ~W.~-5:~---PROJECT Ng_ C"ICO. r.,_t,,_,, , l'IELD 6K. /7 4--1 SCALES 1-K>R. r·, 40" VERT. f"= 8' DRAWIMG M<:! 141-5 n ~ ~~ 2 :D O 0 IT l ~ ~ Or 1'_ ~ 0 "' . z ~ ~ti~ l l J!: : . ~ c... I Pl . . . . '- j z 10 m ~ ffi '- - - - - l \ \s : , )> :g "' ~ " 0 ): l ; i i B o ~§ ~ _ ! I ~-~ _ z ~ ~. . , - . . . I • !> ~ 1_, .. - = 0 -'1 ' 1 • · - u, ili CD_ ~f ; ; f \ . 0, Il l lf j ~ s: i (~~ ; ; ~ c:" ; . lJ . R~ ~b I" ' ~ 5~ ~- - - rt i v ~ t. l J ~ "~ ij ~ ( ) )> :: : 0 f" " ' " C/ ' l (I J )> 0 B "' n z - ~- 1 ~-< ~o z- n Iii n ~· l l ,0 l> r ~U J ~a l "' > ~a • ~ I ~ : c __ -_ -- _ --_--,_ ~~ (J I : - ~ - ~ - - - ~ - - ~ ~ - ~ - I ◊ S e c S H E E T N 9 4 "" ~ ,, '- $ , ! & _ , . ·v . ,c ~ <l ' / + 0 6 i'> I "& e I ~ I !; z , ~ ~ = f l 8 ; l I , 4~ . , . . 9 "' :, : I \ I ¥8 + 2 5 ~ I I _4 0 , s 3 ) I I l I f. - I 1✓ 49 1 3 1 1 - - . C'l .3 • 4 $ ell I I l•O Fl 4w . O O -- • j\ ) "' • 1-• ... , ~ ~ - - • _ - _ - ¾. H. , v ~ ~ -, 01 4, 1 - , . I :I I I I lo D F l ,; t 5 . 8,C ) " "' a, 4 + 8 j j Ul F l 9- 5 : 4 0 ll1 S • S , l 'I I 11 IU l FL 45 . 4 0 _. ! , , ; [\ . ) (. , ) __ ;,!; . l' \ ) _ .! : 4 _. , f\ ) I .. . . v • _J ' ff l I - " - - - ' - ' - ~- ~ ;r j -: : 0 -~ C'l 6 •e ' , t '° F l 45 . 6 0 -- • r , ) I " 0) ;; > -- , .s . . :t_ , ; :: 0 ,- - ~ I ~ ~ - - ~ " " - - - - - Z j -, _ 6 • 9 t J r0 - ~ Ft . . 45 . 0 0 --- . J ?• o o ~ H. 4" " . a : : , ... , ___ _ _ ___ _ ll1 7• b S i I ~II ! I lll l Fl 45 . 8 0 ,0 \ a, : : : a ,'1 1 F l 40 . l O ·- ~ r\ , I • (X ) • __ ,, - , , _ - - , zn 1 + L - , . - wv -· -g & ·f i i ( : - % -~ ~ - . e . : , ~ . - c ~ - 4 : : k ¼ ; : : ; ; ; o _ , - ; = : ! , ' . , i " . _ s : ? f f ¾ -,v , - , . , ~! i : F . . , : t ' r B Y • C - c -- -y , . ~~ = ~ ; j ; e y ' I < ! ~ ~~ ~ C i : . ' . . - i i ' : ~ ~ ~ - 4 t . ~ ' e : s ~ ~ ~ : K ~ ~ ' : " . _ ; ; , ½ - - . f f e . - ~ ~ - ~ ~ ~ ~ ; f f : ~ ~ i j : . ' ~ " ' ~ £ f , ~ ; . ~ ~ l ~ ~ - ' t - ~ ~ ~ # " L ~ ~ J i ' . ~ ~ i , ; t ~ : " ~ * g ~ ; ¥ : - : · , f f c · · 1 . ' -"4&~ - : : f > . 2 , : > i : r ± ~d i : : R x: : : : : z : : = ~ 2 0 _ : . - ~ a· 0:: I i::· ~-,:;.-.. "'II 5(3 ::,, .... .._) I z ----7 0 I I I ,.J 2 I ,. 2 I + c5 I <$ ,, I I ' I I Z6:03• GO' GO l w "1 ~ see SHEET ;V9 S I I '--_ _J w w 11: > 0 Ct: I 0 (/) SEE Sh'EET A/"'3 ,... ,. .. ::->::) 0 M ~ "l 1-I;/, 0 ~ GO -- - 6"E. S. V. C P ., ~2..50' '\I I\, ., 0 "' ., :t ~ Ll --I I 1" ,,.,· <?-' 54 0 ,~ 01. .,,,, ~~ ® '(i ' GO' . ~ G • 75' -3,--_,, -_, 2 <:) N r,_ It ;. 'il:'. ® ~ ~-,,., c• I.-.. i::. 1 ::)..::, ~)<-~.1 ~ 0 g 1.~ ~ ~~ K ~<Xi I!-~ I!-~'~ ~ ~ (\J ~ ., '<:. ;. 'l' I':) It " ~ t\J ~ G ao· ,60' 60' ,, I -w ' " ·= .,. w-- ' (. ---~--+-><-----+----t--+-'--t---•------.., 75' 75' 75' G ~ ~ ~ " \} ~ 3Ei -3" ~ ~) i 1N1'T ..,., I I CARLSBAD BLVD. ~lo •'•- w ® 0 t> '' ½ ----+--+--+ -------+-+-f--w -------..:..~- g rs· ~ G w it FF. 4zeo SHEET N~4 RE/118€0 I sw6EET I .~--_c_1T_v_o_F_c_A_R_1..:_s_e_A_o___, _ ENGINEERING DEPARTMENT PLAIJ _, P/20FILE F0/.2.SEWEt:?S IN CARLSBAD BOULEVARD FROM SrA. 0+00 $0Url-lERLY 70 srn. 7+02. DRA\VN WSf l=.I. PROJECT N~ CHK'D, TG by FIELD BK, /7 4-1 DATE; ~- DRAWING N<a 141 ·5 n ~ -- - - - ' - - = - " ' 7 :: ' l n o 1'1 :i : .' i i 6 l' \ . . ~ ! ' i Ill · ~,~ 1) ~~ ~~ ra ' ( ~ '." : : ; (} i . fl ' t -~ ffi ~ (I ) I Ol I - ~ li f -.. . . . : - i( l ;- 1 0 ) ,, f L1 rn r )> ;a tD 0 r 0 :: 0 -< rn fi& ~ ~ ii fi t . l-i , I ' ,s , ' ~ z .• ~ i ~ .J . "' :g 0 ~t ,. ~ !l ~ :i i ~ ~r t . ~ · Q I ' , ~ h ;g ,: : ~ Q !l ) Cti :- : . ! ~o ~ g" ~ ~ t) ~ ~ ~ I l l -; : ~ ! ~ ~ , _ . . . I Il l i~ ~ ~~~ ~ - ~ "'\ -- ; w ' • r 1 . 0 f \ .. . z -II_ ,I : , , ~ I v• " 0' " " ,( l l u, Ii i 8 ~ l1 i i ~ :.: : ,. N 1-..~ 1 "' n z -~-- ff i < ~o z- n (i i n li l > j ~ ~C P :t CP !T l > ~o ~ -. . ly -. ; [T 1 ;.i : J --. , . 7 . , )> -- , -~ :: 0 c: CA N N O N , ,,. . . , t~ . J ~ (0 01 / r 0 6 PL 37 . z o -1 ' 3 s - PL 38 . o o /• 9 0 l' I- . r "' " " c : c - : - - - , m I jj .. . . . , . ~ (0 i= l 39 . o o © - - .. -o 'j ) 0 \. , -i . I/ ,3 ; 4 e © - · 3< · j Fl . .: S 9 . 0 0 , ,, ,u '. . J ~ 3, o e F l 39 . 4 0 (0 ~ co @- - " - - - @ = == t - i t ,r , 1l \. . , ! . . , I ~ (.J ' ' . !I ., /~ J r 9 $ 11 Ft . 40 . o o ' ' 4 r Z 3 - > Ft . 40 . 0 0 -- , ©- - - - - l l \ l._ . , l 0 ,.. . . , ",;_ , . , . , -> . ( ) s .. oo '! I II I - • FL 40 . 0 0 -- 1 - -- , c.._ .. - f' \ ) s~ a e F l 40 . 0 o .. I I t i \ 1 • 9 0 .. l" L 38 . 0 C ) 2, s o Ft . 38 . 0 6 .3 , 1 0 r l s1 . e o 3+ 7 0 F l 30 . 7 5 4. d" : 1 4 .f ? J -4 - + 3 3 - - - - - - r l 37 . 0 0 ~ ~ ~ ~ -~ · I S ' . . s : , . ', : . c f, , -- -? + 9 0 F l 37 0 0 ,s - , - . . s o FL 37 6 0 RD . 8, " ~ £: S lt ' C . , t ? ,: : : , ~~ ~ . .. . . . .., . -· <J > _ _ . . _ ~ " l ' , . . ,: : > - ~ ~~ . ~ ~ 'A r , , , ~- ~ o ·u ,-- - \. _ } -:. : 0 ,· - ' ,- - . v - - l . :: c ~ '- s . . -· + i '·, : /. . ; . , --. - . . : • .J . . :: ; 11 H~ l · I · €,; '0 --- 1 -- · (l\ l · .. 1', ; ; I '. f ' l 30 . 9 0 , - , D r- . , . ) ;> .. _ .. W rt i r Z a . ,~ , IJ I , , F l 39 . s o w . ,,_ ©- : : - ® = c. : ;> ' ' -· · . ~ I I A. 9 • ~ - ~ ~ rJ » • l f > ? .. . .•.•• , } ; 1; ; ; 7 0 · 7 7~ F l ~9~ - - - & h i \ [I ~; Fl 36 . 3 6 <., .. _ .. _ -- , . -. -- rT - 1 I- ~ I r. - , -. . _ , l ~ J: , , . . C) -. - , V / \ ) ' . (X ) .,. . ... . \_ ) - } ' ... . . . . . . .! -~ (_ _ ) , ,., '- ' ' ~ () I · ~\r > ' { 7 , 3 3 1J I .. . . · F l 3" 1 o o - - y L. . r· 1 :t> ... ... . . . <' __ .... . . . -,., ; . , . ,> - - - , "" I ,, 7, - < 1 - 8 - ,~ i , F l 38 . 5© , - - ' !l\ • . 1 · · , . l . .. yi ' 7, . 7 , : ; : _s , t · ~-= t ~ ' -~ "> : - ' ,: ; , ~ ; 7, < , 9 6 sJ > . -- n V 0) I\ J FL S, 8 . 1 0 (" j - ' Fl 2 ~ ~ .. . , . 7 0 -- • ,- , '- · ' er , ' --~ © - - - 9 -<o \ '\ t I "' ~ I\ ~ . ~ \ -:i. 8 • . 7 s - ey \ l . 1·· ,- , - = ~ , : . : ; , - 9 , ~ 1 '- ~ FL .J ? J j Q \I \ '~ J !" \ l 01 - 0 0 r \ ·1 F w\ F l 37 . 0 Q \ 7 .t \ __ , ©-- - ~ r - \ (" ) ._ , ,,_ l, . . I t\ l \ I I 81 ' 6" ? f l 3S lil O 91 - / 8 Fl .J t i . ( ; o .s > . 0 -C , . . ~ · d ! ·- s - <::5 ' - '- t - - . p . ~ j , ' l. , . J 9 ,,_ ?t , ~ f' l 35 . 5 6 ... . ~: ,- ' ) --~ ({ ) ~i~ · I ~ .. ·. "l. ' ...... ··.·· ... ·· .. ·., .... , ·,·\ .• ,.'.• : · . · . 1 · · . · · . • . t\ l ,1 1 1 li t . l· • • · . · · 1 ® - . ~-~ ~ ' f · · ~ _, _. , . r, '- · ' __ , ~"-" --- ' ~ __ , ~ {) j : ~, - /Q , , /9 , " . .. I ry Ft . 31 i l . o o . 1 . ~l\ ~I II ' ,i i ~ " . // • ? , i i ! ~ - ~ ~ -- - - --- - - - - ([ J ~ }/ · O· w· 8 FL 3S t , · o 1 SU B D I V I S I O N BO U N D A R Y ii b !t i '< > l / 0 , . 9 5 ~ c ' 4- 1 , ' h' . :: k . ! ! 3 , ¢ 0; w ~ -- - 1 rr ,. l l :u ~ :c , . .,.. , . . : ! . . · (·: - . ) , I \ ) ~ -c - , : a, ; ; _ ~ - ~~ - - - - - - _, (J f _ .. _,_ < -- .! ' y :: 0 ,-' . ' " - . \, ~ -- , - ,L _ --- - 1 I , , \_ _ , . l - ~ : ./ c ' ~ <o. 6 0 -- - - - - : . - - - - - - - SE E SH E E T N ~ 8 !''' · l ' · · . ' · · · • • ... ;. i a ,, _ . , ·: :, :-- - 1 - ,~ ! . ,; ; _ : - , , · , -0~. ; ; , , . , , . ' . - c _ a . , c - " " - : . , - ' ~ = _ . , - c ; c , • . ; c c . e e _ : _ . . . , , . ~ ~ _ , ~ ~ - - " " ' - ' = - = • - = - = = c - = . . o . . . , . - ~ ,:. ; _ - / _ , =- , c - . c ; . , : ~ - : - , . , . . ; · . : . " " " ' . ; . .; : ; . c · ° ' c e - - 0 a ~ - , ; _ , ; _ . _ . ; , • s C ; , - ~ 0 ,-. , . c _ ; _ _ • __ _ ,- a : . , . , . - ~ . " " - - " ~ ~ - - . : - , ~ - , . , . - , ; c . , ; , - , ~ : , , ; . ~ - - - = - ~ . o a , ; . < , _ : c ; , , . : ~ · ~ ~ - - " " " ' % - - . j , u : ; c > ~ " - - " < u ~ ~ - , ; ; ; . z . ; - ; ; ; - __ ii . ! £ i < ~ ? " ~ . ; , , , . ; . . ; : , . , _ ' : " - - s : ~ - - : ; : ~ " " " ' - - . ~ - ' 1 ! ' J 0 c ~ A , , " ' - · % l , c & , - - ' C . • " . : : , ' .. a.,; - , - _ > . > . ~< o e O . , ,,, . . . . o .'. • c i - _ , . - S ' ! - a , c . - . a " . · · - " ! <C = /4 · , ' . ' . · · . · . • - • . i . < s c . o , - _ , t . .,,_ , . _ , ; _ ; ., ,•, c - , _ a _ o - . > ~•- ~ - • ,-.. . , ,< . o : • ~ = - · c ~,. < ; . - c - . . , ~··. - < = ~ '. < . , ,~ 1 / • = · , e . . . , , _ - = : . : " , ; : . ' . . : t - = · . " 4 = , ..c a • . ¼ - > : - c ~ - ; , . _ ~" ' ° ' · C · cc = . - . . . , - . - : = - , = : , . . . - c e •- e - · , - , • o , . e , . • .= - . . . c , . = • • • · • 0 ct 0::: I I I I I I I I I ! I z I~ o I~ z uj Z I 'I,· a t ~ V .~ 1 lo ,(v !;) !o / ' I I ( I I I ~ I I . ' I <:I- I I I ~ ..... i;; 'Z l( \ 6304' 62' '\ '\ -/ I 46.98 60' I • ---1 w I C t'-'-1) 'Q ~ ' 0 ii: "' ""I .... "' "· I{ I Q ii:' c:r;i .._.) ..... _,} l.'.:i""r' ... \:,-._: ) ~ ~ i? 0: ~ 0 llQ ..... 00 .... '<I-0: <:r--'<I-I'-I:!-.. i\J ~ --~ 0 '? \\J ti! w I~~ ~ii ., • 0 GZ 52' 6Z' 62' c=l==l=;;w~-+-==.:::t--c-FC-=F,:::::;t=.;:~;::.:;:;cc:::::i=;--::;gr-,=+;.;c::.; WI CR.8 ---~- 60' 60' 60' 60' • ., " w • 0 : I & \o p 0 ~ -0 ,9 'I, :;; ~ [',_ ~ ;.., t( Q) .. l\j~ \\J ~ ,, 1 '-"' ~ .. C.' ~, ,~ oc. o.;:, ,__. ,-, ~-() ,) <? ~ ~ & -_.,..,_ '· \_ ...... ,,., __ -----. 8 --, • I r:r .se os- ,0 ~ g 1<! \ ) ------~~---,- " j 6 .,,. .. ~ ... r.-, l .....,_ .._, ... ;; 60' l..OS '' 60' • G 0 ~ C, ~ ~ ~ I;)'. .... "" l.f) 1,-, ii .. \I) '-' "- t)f3 ROBLES 60' 60' o· 60 I w © & ,0 g 0 '-ll ' C, ~ -~ lil: ~~ I'-. . Ir,; "1 ½ ¼)~ \r, to .... 'I, -& >J I'-i1 ~ '-' (() it t;:: "-_,_ ·71 --,r, t,C. ~ DRIVE ~ !1 ~ p R II) ") C .; I'<)['"} ' ½ l'rj "" 0\ ~ Ii; it w 6 ~ . ' & ~ r ~ ~ \lj -1.. \I) :::,_ I::, ' it'. !\i "' -:t ' 6Z' 60' '50' 60 • ., w • 0 ID ~l\J p l o~ a~ .. ✓ 0 I}\ -,: 1173 zt 2 ~ .... °' ti: ). ~ ~ ~. ~ ' ·1 4 i;::_ ' ,J '!44 ,o V) ., lr, " "- ,.70:/,:z r 69.10' 0 .... o, < 1-,, r ~ ~ 6.S.21· "/ ~ /*'?f:R<i If) 65108' .. '3'~ I -... ., .__c_EN_1:rv_,N_E_E0_R_~_e_c_~_ER_PA_LRT_,_!_!-_N_~~ ~ Pl.ANf PRO/:'ILE FOR SEWEl<S /Al LOS &>OBLES DRIVE FROM STA. o+oo SOVTHIEl?t.'r' TO STA.11+80~ OEAIVN _W=•S,o. __ _ PIZOJE'CT N2. .CHl<O, T"4/zf' FIEl.,0 BK. /7 4-1 SCALES !" • 40" f"::c. 4' DEAIVING N" 141-5 Ii ' I ,I ; ' l ___ _ - --------'~-- -· f ,- r . : ---' ,.--,,""', '----'-'-'--'-..:...;_;,-"-"-=..1.::-"-=.:...L:..Jro,_-=--==··=,. == 10 ,, a ' I _, l':r'. 418<! -. ~. ·: .. ·t.-·~.· . .-.~·.=·::·.:·;·::~.:<!·.::·: . . .. -····· .... ····-···· .. ' . ·.:-· ./ : .... +···· .•..••.... I ••• ·-•• : •••• ···: ••••• ... .::::_:::.,:-_:i·· ... 1 ................ : ..... L·::: ·>· •••• ., • - -.! - • _____ [ ___ ~ ,.,r,R I .__JI • .. ,. -. . ,, . ,·,'. .. . ...... ~-10:10' .,,, 4· /:J0"4R" PENCE P.J:?11/~S A A I . ' , .. .., . /G0,82 I I ,.., .. 1 ,:' ' -' ~~ '-' . " "" I)) G '-I l( , 7 I . -- e· ;I!)' ~ ~ . t ' 0 n:: 0 _j w 0 <! a:: ct: w f- -~ f-w w ct: f- CJ) j I __ \ -7 I .. ,.-, s e4•4s·5_ "'I BOULEVARD n· I I ~ (CJ ,-, . r:. I'\) <;j.'. '-0 I)) ~ 44.56' GO.OE' ., i''. ,- ,,f," _, --',-•---: ,,!'.:.··~ ·!:-.---_"';",_ ,,,,,,--~" _, ___ ----~•-~--- I I 3 ~ V) 0-~ <O .::::: --s n") In ;. ., ~ "' & ~ 'i} i;'. ~ rt \ v " ~ 60.03' TYP,g-£-I s L I I --, - , . •➔ Godii· .·-' ' ' C'1R'.i9 ' ,_ ,3 "ES. I/ C P. WITH CRB. 8"£SV.C:P. ----w 63.03' ,,, I I ,-)·-· I ,_ L L., L- TIERRA " -------- 63.03' 60.03' 60.03' ' ® \o ½ ~ , ao ~ I'< ~ :t <\J ::i ~ ~ .. 'I. "" .. ';)-"' ~ ") ~ ,3 I( I ·i 2 I , I - ;&;F, 33 NJ I Fl" 38:10 ,-,[.) ,, ,_,, I ; ~-., ·► I, /\ i-.. ;\. !r .... 1-.., ....,r"t.-') .. .J\,..J :) '-.. DEL ORO STREET ,, 64.03' @ •• A ' I ' FF3775 ,_ ' 60.0E' WITH. CRB. 63.83' ,I --1 I ' ,.., J ---'-- f3 Efi'V NO, 0 ·•2t) I •• \., T 1-- ----1- I SEE SHEET N2 3 \ , '""I ·~ 1 j -T -•-' · Ii· i TEF~F?Arv'i;.-;,R _j_ ---~ U~ I 1,-, \j I I ~ .. Io ~11 I 'II-· '' ' ''";"~""'"' --, , . ,01,':J.i---· 1. ! ,· ~ v'~ DE-.SCRIPTION REVISE. GRPD€:. ST!l. o+oo TO STr:I. 3+00 BY C.RT. ;4PPROV€D 4!,9,01' ORT£ R€l/!SEO fl.S Bt/tlTS 0-z.0-{o? <RV' I ff) ;,, SHORE DR . <: -'-1\ 1-. "I i I tu ~ 45.99' I I __ J CITY OF CARLSBAD EI\IGIIJEERllJG DEPARTMENT PLAN { PROFILE FOR SEWERS IN TIERRA DEL 01<'0 .STl<'EET ORA\VN Cl,H<O. w.s. FIELD Elli:. /7 PROJECT 1\1!? 4-1 _DATE SCl:.LES · .. r:101:.?:. r -40' \/f.li!T. f" a 4 , 01:?A\VING N!': 141-5 I I ,I r-.i:-~.,.:,!~!~,~-1,m~~'~ . . ' " . ' ' : i: f ' ' • :1• ll I G.I. P. oo,de -~ .[!, ~ ~ ~~Cj ·1: ~ <'1l .. ' ~ri":. ~'.;::'ti -~ ~ -~<li. ~ -~ l Ii, i..r r I I L Ja-.;-=-~ I I I ll . I L\,..:..... -J ;---t -. I I • II I_ I #~ ~ ...,_ <O '' "-x r~ ~"" s~ ',,_f ~i, • A I\J ~" .. -~ § "} \ I :,.(; t--~, -~~ ' s &' ,, • I \ I I =-7 A ---------'-<--~~-4' ,;.;;e w,lh "-'I° far ,.;,.rfa//.;,I.M ~ ,r.!Pmovo,I ,,;rf/4.;,f r_.s-. f3 --I- TOP PLAN .5c.,,/e , {/4c • ~ 1'-0' "'~"-t.e ... d Cov,-,krwejyhf k· ~~nee c//6.,tf 'Y./2en /2.;,I(, svf>m,,r_g-,,d- r/a.;lral .She.,ve 1scl1i. //eol ,".,;,> .C,oc I- " ,, '-' • .__..,,~r7 ,,.,,;-re,/ . ' f--;,/"'-.. I, .. . .1 . -.. 13 I .. .;;;~ <I; ' ..., ... ,15 --.. ' fi,i 17~,1 ' /~.:;ids...______, ' .. it' ' I' ;k';. r.' l!Jna'r"//,7 • (I" ~ t==r,=,a;":F.="'Pr11 . ,·, .,_ ' II ,: : I!= 1"'='=1'=:,,,==-~ ., ~!Oh ' •.· . .. ... f-': . ; ' . ' .. ~· ' .. ' .. " .. /.f&" i I;:. .'.,I , , - I I ' I I I 1te.n / / / , . ~ -·c -': l -. . : . . ·.. . . . : ; • • • • r .3'-2¼· I 7 A Nore, .. • . . .. ·· · · .· ... ror loc,;,/10/7, p/.;,;,, and _proJ";le of" A-/n,p .fl.,;hon. ,;,,-,d pr,:-o~ore //r,e, .Jee Sheer 2 o/" /3 S/2,,.,•J.s, hi-I.xi "p;,,-,,.., <"'nd P=/"!1/e f"or-..5e.wer-s ,;., Cc>r,nor, Ra,,,d, Prvecf 4-1." : ,·I,,',, ' ''!',." •. , ' ..,.,., ,., .. , ,t.;,'p,;.., ~r¢n3e '.bU.ihing -1-\cr":..._ ___ ,, 1 ?emo""l:,/e I t----/2,n3e block:. 1 ;;~ -- I-"-- - f.i<';. 2''sfe& ·· 1H1ge -ol-r.,;_p. ---...c:a¾," plow Mh. -Jfi,', t/2",¼" .t.. -'C-oookrweifhl-"""".-.~,-_ --i,J,,....,_~_ -,-c---,-, . ' • • • • . • • • 11 • r • • -"'4 d'e,wels , 0/i!"'c.c- canl!huaus nrot.1nd slrvc:;..1-,,,,,-re /JOOR... PL. A ,A.../ l'/✓rtg~ ·enc/osbr'~ w.,.;d I I 1·-...~-- 1 ¾'b~/I @'p),e ""?""~r .J" K _$ I'',< f/4,. L. •.•••• 11 •. ··-·· I ' ' ' '--e °' ;. r: -11 --.. ~ ... _ ' . / • '.· II • • • r 1 I I I ~-_j z' G-./.?. H.W.L. /,. w. .t.. .. LJETA/1- PUMP CONTROLS Jca/e; ½~/!.0~1 2 Re<:;;VIReO r A C,mcref.e-/ill .;,/ /7oor ,,/ f<lel Ne!/- ' . -, B ---+·· MOTOR rLOOR PLAN Sc;/~.-fft_n= ;.!o,., NOTE: .Sw;fche.>" for L,ghf-f .and Venf ,1";;,n re be /ocalec' .ol . cn:lro.nc~ 1/1.r/d~ MClo..rvri!!! - Prowd~ plc.,13 rec~,.ofacl~s -fer Ve17f ?.an .J Svlllp Pump. ~nd oehurn/O//'/er1 •.s .. /nd/~,a f&::I ~I? <=ltec./-r/CJ I ..Schern..1/JC £J.1~gr.a l'T?S., in addil-/or, fQ .I-hose ..rhowrr .on lhe p/.;1n,:. Plv.,9 R""""l"f""""/e '~ " s.ecT/ON A·A J/. .,, I n .Scele ,-/4 ~ J-IJ (Fl""fral 1 Er,gin~ "'.fl~ 1:?".::J_c. bc;,fh w~g~ l --.~.;.....;..1,, ·" C,;,,,~rele /1.:,.;,l--::::::xCc...+H,c'i;~ Al&mbr.;, nfs. # A-1z,.;4 8 Pres.rur.e k.l..,mhol~ C9yer //'] rop -ohb <'/ Wsl-Nell. Co,-,,;=k ;f!.,_,;- Ccncrek fMd 1e~l/21cl<- ,,f //4,or al Wst We//. #4 da=h@J;?'"·"· &"., c,', c;;. ,E"c,d. xi' $II. ½ ~ ~ .e, ,o" v,c;p. /n/e,/-.slu6. Inv. e;. i?4. oo PVMP FLOOR PLAN ' We.&" SECTION B·B Sc;,/c,:, ¼'~ /;o" •,', ' ,' . ,' ;it14,.,.doW~ls e /f:HO,C:-, •,' a~ ,-,, 0 l/2° Iron Jl/~ld PUMP "a:IVT,E"O,: SE,(lt./i!f,</CE ~ " ") • ') •I --.. • ... ~-..: I ·, { ~ ·~~ 61!. ii: C ~ + ' ' 19' L ~ ,Pt>ili '(_ Vprqhf.,-f,, k Jp.i!tced .no;"-mar~ fh.iln d!.o,,. ,;_p~rf. ~'~3"wfe"p/.1fo bevel edy~~- ~ DETAIL 4-,14 b,,;rs #3 hao,..o:t' ·@12~.a- Lap end~ ."T l,oop .J"re-,,/ ,;; ._ 8UA.CP- OETAIL CONCReTE ,eJ,./CASEMetVT Seal~: 1 11=;!..0 11 ' '' P<k77pS &nd eng;i-,e nmp<!'/ Pump #z -Ei7g1/?e.. ~r?e Th,; &nine,/ .t=hval?bn;r Siar!-Jt"p i?4.4'7 21.50 i:4. GO ;:1,70 24.$0 2/.,SO Run Idle 24.80 22.00 NO"T,:- .3'l.J@ s:o"" ,.i! S N ,r f/4 ,-L.,. S/ee/ .J"pr1ag fo h..,v., 550# .,,,,,,-,, ~hng lo.=' ~no' .f,c, e/ong,;,k .:'l.037.Snper lb. :t,' s/4>./,',,,-,.d plak .?Pz"-,,: E"'lf; fa~ L. 1'$,.,1,-: ,o.P,, dr.,;;,., 1-oi,i,-,,,;,,/,.,,-,cJ-; ;,.., P</m,J) 'rlaor-. · , Con',:;r~I~ {/e", ,:;" ar,,,,hcr l:,,;,/;',t Ell lial l!I :¼:' .f! s,oring cov,"r. · .. \ p;-okd,~e ca,'11~ .. I I -----, I I I I .51:CT/O,<.l .,.......,_~ Ma/rJ On=. e,r;wk~ o~, f LJre .. ferS . ~ • Pehum/dif;er. (t;-A.) ••· Plug (.s-A) A"""=epf.,1c/es. Jp,;,re. SCHEMATIC OIAGRAM ELECTRICAL.. If., 3 w,r,; S/N_, IIO·?ZO V. Plug Recepf.,1c/e c..._l- ,--, __ Tr,ck/e· Cmrger, 15-13 t'Jg/-ferg · On Service· Pait=! ;½,· p,pe ¾" eyeba/l-J,,,± ,;nj/US"i-m(!n I ""--'......~--- SI-eel spr,ng (.:e" ncf<e-) {/p"pff.ls _..,-r--Zc/}f~,¼"i,,,r..< .S'-:.3"'"' -¾sJ"L~--...J 11--~.c, Jf,-,.-./ L ... dder : :. ,5• 1-¼"g .!,o,, 4' " :· . ._ .. wide localed ... : . • . . .. • .a/-"~ ~=' ;l,,r , • · , . · .' · :.. .spnfl~ cat .. 117kf"- .' : _., 1-------1~--~~.3~0_0_· _4·------1----1·. · : , : · ." - · ,bg/dlfce /~v,5.r . -·~·,· ·••"• ,. . . . ' ~ . ,;,•. j/4" ,i J/..,lr .;fr/hgt:FrJ . . .. 0 Si:'CTIO,V A-A• /4 h .. _I'.· h Sc,;,e.-1~1-0 8/LK0 DOOR PER CII.IIN6€ ORDER NO./ r ...... , ..... , [g] Cg] ., , \ I l J LOCK DETAIL ·. ,_, f-· .. : .. -.,: ~ .' ., ' . ' ' M'e/er. OcTAIL5 -' cl}b,vreR8AL.4AJCcD STecL M:,i1//7 HIA/Gc . LJE"t'AlL Sc;,,/e .· /f.;,//r,;,// .J"{5~ .. . . , .. ¼,• I ,,:,d conli/2uaus . J'poT w't!:ld f.O: ,Fr.ime L ~ Covr,ler.6.,,4.nced Jreel d<>cr. Trame ,L. £JETAIL -WcATHcR Se'AL -.5c.,,;,.,, 11 .. 1,,.-r&II .s"3e . cn_ghe sf.,,,-;- confrol- o~. ,/:5renkeJ-; /. S~ims ..s-h~~;,-;;j no '_re1?JT0r,.p(:?re,;;,f ...rMII ,d,e r-G'n/'t:U"Ce.d ..;s skwn o/7 .recf/o/7$ .:how.1h.9 /y,,,ctcJ/ ~,nro.1"'?:6'/llen/-;'br Me pc1r.Tku/~r '-"t7/"r. . . . . . . . , ·· ji'~' sl,;1,;.,;,,.,.J .J"ke/ rod. ~r,i-,d f'l..-1 I-a =ci::ive • 1/'e', 1/a" boPrJ". E..ng/;.,s (gnil-,'.w, C,:,11!-rol -"1e•r---, 3· "tr. .se,=ge. 2. -.S.,P/,.Ces ..rh.;f// be_ /.;;,pfaed 40 d..rl7'.l~fer.r .,;;,,rg/ sh;,//. ·be .f-_,-~·,'d·Wirh 0 Eng{.iJe.. Th,,,,we c-anl-rc/, · 'f{t." C. "'c. P<!mp "'e. /0.. 3/P. 'ij r/a.,1-r;,/, ;t-/YJ/n;inum .s-,,o..:c~ be/-ween ,6qr.Y. W"eh'd w1rte r:,br.-~ sh~// ,be. l~p.,,od .I?{:}/-/~SJ" -7'".b...;lt;: c'?e: ~s/2. . . . . .... . . . : .,3. Sf~~/ $/?~// l?J've / m1n1n?~ln.proJ~cr.1on ·ekct!'~/ i'./iajls~/:'I~ .s/4,.0s on ~rl-h .s-h,;;,// h.:,ve Z-"' .mii7Jmf..lm p_rckcl-k:Jn. M.,.;..-;., ..rf-s-:I .f/2~// nof 6~ pk!Jcc.d .i,v,,_:.½ rnor<:!. /"hd,-, 1/,j d;..;~fers prokc//0/7 eJt"cepf /IS 8l/lLT .RUTO -CON £).ETA/ L .. r-L.i:iAt Ro/J GLll £Jc SCHeMATIC 0/AGRAM ELECTRICAL., ,!3A7Tel'!Y POWele • . SCHEMATIC LJIAGRAM eLl:CTR/CAL.. -3?1 2ZO v, A/OTeS • $.!' ~<:'."/i'f~d ~'6¢ve. w~d:/«/ IV,'~ N.6,...,.-2 ..rh~I/ hv~ -1#. .. m10. p.,--~r ... ~. 4-. N~ .,-e-/;-,M.n::+.!!#Tlenf .s/J,H/·.be ~u/red in n,.ils.t concre./-~. , ' .5. .4/I sk~I d~l&Jl..r .s-/2,;z/l c,:,n/or,.,..., I-¢ ,,,-,:~,:.N'r~t77i:nfJ .a/ /At!. Uni,r'orn? /5.{.J/ldrn.9 Code. : . . . . ... . ... · . ~-Wh~re ,,,..,..,,.n ~,1n/orc/n.5l ✓s. 1.nkrropfecl h,.;1 .P//?t!.1 c,r cpemhj.r p,;;tS'Hrl..3. .1-hrouyh Concr:e=~/-e ·w.;,//.s::_ ~.,-•.J'kib,,.1 ,T.t,~ m.un .re~nr~.::;n_g_ ,sh~// o~ .rp~"J«:/l'a rn,-.r.s Th~· p.1pe r:i.r .f.he ~uiv~/,!!",n/_ ,a1re~ or.if-~~/. __ _: .shdll be, m.5111"?./di,-,,.t:d .6_y .;ddll_.-~n .• 111~ 6.-,~$ e )(/'ena❖,-,,__g ~ d'.l.rl.;r/iae e£u.z( f'o f-/2e h-,jy>f or,,,.,., o_peain_y pl<','.< 40 d"""",.,✓.,....,. C'dCh .,.,;,;.,. ,:,f' lk o,penm.9 . i; ' ' • ! '/.'' . M~nVT~Yqri;;.}.::a~>a✓;s1 ,dr,d ~~A~~~-· d~f;V//?g.$'~. dpprc V(;!d 6_/_fhe en.5,-~e·e..--., /1?,ijfi' .6~ il✓~-d ,,;... ::.r~.,..-,;✓/2..1>;.;-(/'~j~,;:bki'l-;'i ~ IC¢F.>~r~fe /7,3;$~.$.,-".S'/-,..-.ot::le,,r.::s.s -..=-nd G>~/n.9,!° .. .st?~// conY-orn? .r~ JB/d d,,-t!!c/",1bn dr.-:1w.1n.f1.J". ' ' : ,,' ' ', ':. . ·.,:' 'i .... : '·, ' ', ' ' ... , .; , i?., Th_~· .l71<#<?<f!/4clurcr;$ ~r 't:t.rJ_g/0=4_., ~.l"n,;:'S,1 b/o/.Vt:r,J" ·9.nd ~// oAh~.-eyv~l'"~l?I, J/2.2'// Oe ,,,-es;pqns/.6/~ for:M~ .r.:1~.f/dclc:a;r:y· o/~,,:;/'1.:,n or .$dtd -~?u-07m·t!Y1/1. ',,, ' ' '" . ' ' ' . ' ' ·, : ", ,;' :·; '', i . '" '' , S. . //lJ'/a// 3u,,;rd.s---r~~ncl wll "fl'~ .,s-/2.,;f".l'...f'i p~ll~jl..f'_,. _g~.:1'.,,. .&ell's·.,_ ~k. ~ .,,...&o e:n3.1t71'!' ~x/2.v.J'f -P~Pl"?.9 ~nd r;,u/'//e.rJ _ii-? ·,;,,1cca!r=7,;,,r-t'ce .wd~ --. ___ ....;2:..J;Lg,~,-1,~~:"---- fhe. C.:;/ir:o.r.n/d £J/vis/or-,· Qr /fidq.s?.r✓j./ S,:y.r'slg. "C:'fiY/~l!!";/TU?n:rJ". ~ . . . . .. ~ .. :; . , : : ! . , '£." J';...5_ s . 4. All p~.1'?:J 'qlrra.n..:;~r:!!Fl.l-J-&re. ..rv~./e.cl-.l'a c"n.;n.3e1 .a~ Ce;in.f...---~c/'ors e;r;p¢,'?.J"~~ 1-c $u/.l p,,;;;.r/_,.L,.J,gr e9·c.1lp.rn~n,J-,, .:fuc/2 ..;;rs e.n3".1/"Je!·SJ ,-...:..:.:....:::~'--"=--~---~---------! pµ,nps, ere. , . cur;:111e EIJG-IIJEEIZIIJ(i. COMPANY COIJSULTI/JG-EIJG-IIJEEIZS ,.,., .. ,,. ... ,, Sc:~/-,, : /i$//t'ul/ ..>"5e. · ~ ~---------------~ CITYOF CAR.LSBAD Dl"PAR.TMIWT PLAJ,.J FO,f .51:WAC-e PUMPING ;57'A7i'OA1 A/JO rORCc MAIN SYSTeMi Ill TeR;f'.dMAR S/flVER DISTRICT ,4.0. Z·l!JU A.PPR..oveo RC.l::.7/9 DRAWN. J.,MJ; . P20JECT ... t.J~ 4-/ SCA.LG-'$ flOl<. .As ,Voled VE"-T. ;4.,-iVof~d DRAWING ...i.~ 141-5 ' ., ' Ii II ., ,, I ,• I0- 0 8 z -D 0 co BLVD. 49'tJ'd' - .•. - - - I) A ••. 0 1 0 - 5vaQe ae $r SHEET CITY OF CARLSBAD II5T5I ENGINEERING DEPARTMENT_II______ CARLSBAD BLVD. APPROVED: DATE: RE. CITY ENGINEER VERT: SCALE DWN. BY: -" '4' I PROJECT N o . HORZ: "s 7 CHKD.BY: _______Ii DRAWING NO. FIELD BK: I p n co I: ) Al s-.6- £'/t;: 4? 14w- .iIII 6-1 II IIT1 Ir7r —!--.L IkII ixisro e3J J._LJ CU'P8 I 4 a 97'e L C FP o' 2I - I .,• 58 I 57 55 s.dv$- ars -... 10 - caN5r "ec-•• ___ ____ / r rFPR,.NdL\r.? L.i..J L7 46_HU 45 ] *AI 1it 60' o'e'o a -Nf [\. '-caysr 7r4Qe ,/fq9 if m'we - - I I / ,•1 'or !± •:1.c SHEETIICITY OF CARLSBAD MSHEETS ENGINEERING DEPARTMENT 01c44'rzor N... L 4.. ... I Y.IC,4N7 L07 3.7 \•- ! /.\ a 4'E7ViV 4=1900 'em so, 4 4,Z /J' CARLSBAD BLVD. APPROVED: RE. CITYNGINEER DWN.BY: 11 PROJECT NO. CHKD.BY: FIELD BK: II 69'/O DATE: SCALE VERT: HORZ: DR W NG NO. / -'6 03 NSZI tG N3Dfl vcn Ni 30V edVd %OOI NO - - \ -- - ___ - - -- W _ I -• -- I -( N ___ - N -- - IA-o6 44 F ss 48 So th 49, 4-44 SI N ss £ —1 - ___ ______ F ~ FTT ST 0406 -- --- - -- \ .- ------ ------- -- - N -- Go 1 N 49 -'R' - — IC 4 - -+ -H- qz> o -- *sJ61to 1 ----—- \II S4jt+ 36 ---- - - 419, I -T34O ----! - - sI0-4Jz 4 So NNN L ± - N 7 -L % 5o Nt _ -_--------54IUO-iç'Ni - I NLL - 4ft 50 - ± -— - -LW 4b40 - Go In L:l NN `NN 53 - - - --r 53 Co SI - J7 6 -- -- - - - - 55 - 4ii if. II1TL W'H -- - -- - .- -- - - - - 5..27.Cé I • .. ('\ ., ('\ l'ITY OF OCElNSIDE 0 ('\ ~::---,i .. ,~..--·7 I I \ Ll..,E 2 \. "" INDEX MAP NO SCALE ' •• 0 0 ,. BEFORE EXCAVATING VERIFY LOCATION OF EXISTING UNDERGROUND UTILITIES. CONTACT: ' 30-32 , , SAN DIEGO GAS 8 ELECTRIC CO ..•••••• 714-232-4252, EXT.7543 PACIFIC TELEPHONE CO ..........•... 714-298 -0595 CITY OF CARLSBAD WATER DEPT. ......... 714-729 -11 81, EXT. 45, 46 PACIFIC LIGHTING SERVICE •.......... 714-496-5712 CARLSBAD MUNICIPAL WATER DISTRICT .•.. 714-729 -2348 CITY OF CARLSBAD SAN DIEGO COUNTY, CALIFORNIA CITY COUNCIL DAVID M. DUNNE ••••..••..•...... MAYOR GLENN E. MCCOMAS •••••..•.•.. VICE-MAYOR COUNCILMEN JACK B. HUNTER BOB L. NEELY •• JOE A. CASTRO J.E. JARDINE CLAUDE A. LEWIS • • • • • • • ■ ■ • • • • CITY MANAGER ARNOLD COOK •... • • • • • • • • • • • CITY ENGINEER • • ■ ■ • • • • • PUBLIC WORKS GENERAL FOREMAN PLANS FOR THE CONSTRUCTION OF WATER SYSTEM IMPROVEMENTS CONTRACT No. 1poo HUD PROJECT NO. WS-6-015-0240 SHEET NO . TITLE I OCEAN ST STA 04·00-14+ 15 2 OCEAN ST. STA 14+15 -29+915 3 OCEAN ST STA 29+95-43+88 4 CARLSBAD BLVD. NORTH STA 0+00-6+61 5 CARLSBAD Bl.VD. NORTH STA 6♦61-14+35 6 CARLSBAD BLVD. NORTH STA 14+315-21 +48 7 OAK AVE. WEST STA 0+00-10+9~ 8 CARLSBAD BLVD. SOUTH STA 0+00-1+02 PINE AVE. WEST STA 0+00-3+52 CHESTNUT l,VE. WEST STA 0+00-4+35 9 CARLSBAD RLVD. SOUTH STA l•02-16+r& 10 CARLSBAD BLVD. SOUTH STA 16+18-31+00 I t CARLSBAD BLVD. SOUTH STA 31 +00-43+10 12 ACACIA AVE STA 0+00-4+15& SHEET NO. 29 30 31 32 ~ 315 36 37 38 39 TITLE PARK OR. SOUTH STA 0•59-10+31 PARK C~,-EAS1 STA. C+00-14•45 PARK 1:'R. fAf7 STA. 14 + 45 -19 +6 4 ClfAJ;VIEW DR .. EXT: SYA. 25+50-29+90 .CLEARVIEW DR. EXT. STAl4+50-25+50 LAGOON CROSSING STA 0+03-12+10 LAGOON CROSSING STA 12+10-21+96 .CHESTNUT AVE. EAST STA0+00-9+32 WASHINGTON ST. STA 0+00-4+4 3 LAGUNA ,OR .. STA 0+00•6+29 BUENA VISTA WAY STA 0+00-12.+58 BUE:NA VISTA WAY STA 12+58-16+frJ LINE 4 STA 0+00-9 + 12 VALLEY ST. STA 0+00-1+26 LINE 4 STA 9 +12 -14+27 SHEET NO. 62 83 64 65 66 67 68 69 70 71 72 73 74 TITLE CHANNEL CROSSING ELLERY RES. 5 MG SITE PLAN ELLERY RES. INLET/ OU;LET ELLE RY RES. PUMP STA. DETAILS ELM RES. 1.5 M G SITE PLAN $1("#1.!NE RES. 1.5 MG SITE PLAN 5 M G RES. FOOTING 8 ROOF PLANS 5 MG RES. ROOF FRAMING PLANS 1.5 M G RES. FOOTING 8 ROOF PLANS 1.5 M G RES. ROOF FRAM ING PLANS RESERVOIR SECTIONS 8 DETAILS RESERVOIR SECTIONS 8 DETAILS RES. NOTES 8 TYPICAL DETAILS 75 RES. VALVE VAULT DETAILS .. ,. TAMAR~-CK AVE.WEST STA 0+00-15+28 VALLEY ST. STA I ♦26-16+05 76 RES. No.I BALANCING RES. 8 STEEL RES. DET. VALLEY ST.STA 16+05-28+98 77 BALANCING RES. INLET LINE VALLEY ST. STA 28+98~33+14 78 BUENA VISTA PUMP STA. DETAILS OAK AVE. EAST STA0+00-8♦80 79 PRESSURE REDUCING VALVE VAULT DETAILS PINE AVE. EAST STA Ot00-7+40 BO . ELM AVE. METERING VAULT DETAILS CARLSBlD -... n 0 n "' 2 13 CARLSBAD BLVD. SOUTH STA 43+10-55+40 14 CARLSBAD BLVD. SOUTH STA 55+40-67+93 I 5 CARLSBAD BLVD. SOUTH STA 67+93-80-t70 16 CARLSBAD BLVD, SOUTH STA 80+70-93+68 17 CARLSBAD BLVD. SOUTH STA 93+68-95+30 40 ◄ I 42 43 44 45 ELM AVE. EXT. STA 0+00-9+58 81 . ELLERY RES. 8 BUENA VISTA RES. LANDSCAPING DET. .,.,...,,:tlt_OJ ECT LOCATION INCi Nl'l"A$ ll</ \ \'--'-.... on 1111.&1 LA JOLLA i ELM AVE.EXT. STA 9 ... sa-25+00 82 ELLERY RES. 8 BUENA VISTA RES. IRRIGATION svs: DET. ELM AVE.EXT. STA 25<"~'0--35+88 83 ELM RES. LANDSCAPING 8 IRRIGATION DETAILS 49 ELM AVE. EXT STA 35-t88-49+ 14 MONROE ST. S7A 0•·00-13+48 84 SYMBOL LIST, DETAILS -ELECTRICAL 85 ELLERY RESERVOIR -ELECTRICAL PLAN :so E. CHESTNUT AVE. INLET STA 0+00-4+65 LINE I LINE I LINE I 19 LINE I 20 LINE I 18 SEQUOIA AVE. STA 0+00-8+29 CHINQUAPIN AVE, WEST STA 0+00-6+89 CHINQUAPIN AVE, WEST STA 6+89-21+69 CHINQUAF'IN AVE., WEST STA 21+69-22+55 CHINQUAPIN AVE. ~AST STA 0+00-15+115 21 JEFFERSON AVE, STA 0+00-7+83 TAMARACK AVE. EAST STA O+OO-a·•·91 LINE I 22 CHINQUAPIN AVE. EAST STA ~+115-18+15 51 52 53 154 515 56 157 58 E. CHESTNUT AVE. OUTLET STA OtOG-7+81 WEST HAVEN DR. STA 0+00-ti+&O SKYLINE RO. STA 0+00-12 + 61 86 ELLERY RESERVOIR -ELECTRICAL DETAILS 87 SKYLINE RESERVOIR -ELECTRICAL PLAN 8 DETAILS 88 ELM RESERVOIR -ELECTRICAL PLAN 8 DETAILS 89 KELLY DRIVE 8 ELM AVE. METER VAULTS -ELECTRICAL VICINITY · MAP NO SCALE LINE 23 CHINQUAPIN AVE. EAST STA 18+15-19+9(', LINE HILLSjDE DR. STA 0+00-11+64 PARK DR. SOUTH STA 0+00-0+59 LINE I@ HILLSIDE DR. EXT, STA 0+00-9+58 LINE I@ HILLSIDE DR.EXT. STA 9+58-17+32 LINE I 26 HILLSIDE DR. EXT. STA 17+32-18+41 CLEARVIEW DR. EXT. STA 0-03-14+50 LINE I 27 SKYLINE TO KELLY ESMT-STA0+00-I4+92 LINE I 28 SKYLINE TO KELLY ESMT.STAl4+92-28 ♦64 Cil) ~ ALDER AVE STA 0+00-6+66 JANIS WAY STA 0+00-2.,1,-9~ LINE 2 STA 0+00-11+44 LINE 2 STA 11+44-26+44 LINE 2 STA 26+44-31 +55 SKYLINE RES. LANDSCAPING & iRRIGATION DET. LINE 3 STA 0+00-10+50 LI NE 3 Sl'A 10+50-19+00 LINE 3 STA 19+00-27+72 90 BUENA VISTA PUMP STA. 8 PRESSURE VAULT-ELECTRICAL 91 CAMEO 8 CHESTNUT. VAULTS-ELECTRICAL @) SHEETS CIRCLED, NOT IN CONTRACT .. WS-6-05-0240 t<L,/J.6 L PROJECT ENGi~/ 143"13 C. E, No. 15 Qe.c-r-rzo DATE ENGINEERING -SCIENCE, INC. WATER SYSTEM IMPROVEMENTS CITY OF CARLSBAD, CALIFORNIA SHE ET.lA_OF APPROVED: , 92 . _ ~ ~J--'., / ~ /' -/ 5 HE E TS lf~z< . .,9,~ (6?88 ENGINEERS ANO CONSULTANTS r . I I ' ' I \ I I I ;a ! :tc' ~ i Ii ! ~ ~ ~ I ~ i z • i • I i ii • z I I I f I I lj I q I Ii I I I "' I OFFICE MANAGER C. E. No. OGN. W. L, 0 OWN. W A IDBERTS CHKO. IS: Q,:c. /'27.!J DATE W. L. Q 3260 ;, ROSECRANS STREET SAN TITLE SHEET DIEGO, CALIFORNIA 92110 (714) 224-3618 ~---~b,~c:;__, /r < ?f~<---MARCH 31, 11171 l'A'OJerrM>. lit,-20 CITY ENGINEER R C. E No 15068 DATE "'ow=•..,,· NO,,.... -1 5-=9;::;.. _ _;::;..,9;::;.._~ I . I l • . I.,.,. . . ' □ I 2 Ii) 2 C s:: ID m D \ ~\\~~b \ 1 \ ' 40 30 4-"G.V. ,veWIO" 10"1,.11. -i , ;--18,, i ~~5-, ..... ,s-,-O ET Al L (B~1~- g N.T.5. f-. ;i:: .,, i~ -· "' s' ~ /FURNISH & INSTALL 6''6. v.,1o"x1o"x 6"TEE ~ 10"6.V. i CITY TO MAKE CONN/cCT!CN TO EXI.T/1,C, \._ 6"A.c,P. &cc ot---TAJL ® \\, ~ N-364, 50 0 t J X45.6 _1<_46.3 I I I I 32 NOTE: WATER SERVICE CONNECTIONS TO BE MADE BY THE CITY D 5TA 14-r/S 2"/3.o. ';II f-. ,., "' ::i: "' "' "' "' "' i!: -..J ::i: <., . f-. ~ < (/) ~ - THE CITY OF CARLS/3/JD ENGR. DEPARTMENT HAS 8"J1;8"x 6"'TE"E) g "){4" RED. 4·•,;.v.-......_ EXl.5T,'3:,;8,,X6,...T,G"E NEW •G-V. (l_ CON7ROL nr THIS AREi\. CHECK WITH CITY 13£/'0P.E LA\'IN6 OUT LINE IN THI~ AREA PHOTOGRAPH E-I,66I,250 I ( I x34.I STA 6"69 L\ = 29°4-.5'LT CURVE DATA A~ 94• R: 115' L = /fi,8 1 T" 103 5 ~5 MATCH LINE SEE LEFT STA, 7 + 70 TOPOGRAPHY STA. 3 + 75 FURNISH .$ IN5 TA LL IO"xlO"x 6" TEE .t 6 11 G.11. SUPPLY 40' 6" k C. P. ,t 6" 45° ELL ,, I EX{ r. 4-w.TO' B ABIINl>ONeD IS,::, /7 ' 4 .(i.'( CURVE DATA n.=22 6 R = 600' L =230.4' T = l /6. 6' ~ \ L@___. 23-4'' NOTE: 5TA. 5+00 TO STA. 6+ 69 USE 6. 5' PIPE LENGTHS i· ,\ (... k 6"6 ,✓• NEW td'xe" 8"G. V-HC0---0/ 0\ ~ EX!5T. NEW o~-~ ~-1 L (D N-364,750 4 = 2/ 0 18' R ~ 196' L= 72-9' T-" 3G-9' .... STA OtOO REMOVE NECESSARY LENr;TH OF EX/STING '1-''C.!., FURNISH & 1NSTALL 1o"'x9''REDUCER, &B"G.V. SE[ DE TAIL (A'. 'CD E-I,662,000 . ---STJRM DRAIN ~G;:y•"f I TENNIS 1COURTS _,._,,.- NOT£: CITY TO CUT,# CAP-4•C .• '. / BEFORE co,vs;. -f-./E: 10" A.c.A ------~~ ' ----- 38.4 X 4 30 GENERAL NOTES: (TYPICAL FOR ALL SHEETS) 8. ALL SEWERS. UNDERCUT SHALL BE ENCASED IN ACCORDANCE WITH STD. DWG.S-I3 IN SPECS. , /. FOR SYMBOL~ AND ABBREVIATIONS SEE STD .. DWG. W-15 lN SPECS. o---+----,,..__,_.___, 9. CONCRETE CROSS GUTTERS SHALL BE CUT WITH CONC. SAW ANO REPLACED IN LIKE K!t-;'O AS DIRECTED I3Y ENGR. INVERT GRADES SHOV✓!✓-ARE APP~OXlfviATC 10. FIR£ HYDRANTS {F.H.1 SHALL HAVE 2 '1/X 4" OUTLETS UNLESS OTHERWISE S,.OWN. THEY WILL BE FIELD LOCATED AS TO VERT & HORIZ. POSITION. IT SHALL BE UNDERSTOOD THAT F.H. ASSEM · !ES WILL INCLUDE APPURTENANCES SHOWN ON1----•---+, CONTRACTOR SHALL LOCATE ALL UTILITIES, BOTH HORIZ. AND VERTICAL PRIOR TO EXCAVATIO,V t==t:'-=--===+-1=-=-=1--=-=-.=1 STD. DWG W-1 INCLUDING THE MAIN LINE x 6" TEE ANO 6" GATE VALV SEWER WATER, GAS. ELECTRICAL & TELEPHONE SFliVICE::i HAVE NOT BEEN SHOWN, CARE MUST BE TAKEN IN II. BENDS REQ'O. FOR VERT ALIGNMENT V,,'/LL BE SUPPLIED BY Tl-/£ co"lvTRACTOR AT NO EXTRA EXPENSE TO THE CfTY1-. --- EXCAVATION TO AVOID SEVERING SAID SERVICES. IT WILL BE Ti-IE RESPONSIBILITY OF THE CONTRACTOR TO r---, ALL FITTINGS TO BE SUPPLIED TO THE CITY BY THE CONTRACTOR SHALL 8£ ORDERED WITHIN TEN (/0) DAYS OF LOCATE AND OR REPAIR ANY DAMAGED SERVICES t===!===::i:=+==lc::. THE CONTRACT AWARD. CONTACT PUBLIC WORKS GE/\IERAL FOREMAN FOR MATERIALS LIST 6. W4.TER SERVICE CONNECTf0NS TO BE f~ADE BY THE CITY BACKFILL AT DIRECTION OF ENGINEER ---' ~-------' ------, 7. VALVES AND APPURTEt./ANCES Cl./ EXiST!NG Li/1/£5 WHICH 4.RE REPLACED IN Tl-IE SAME ALiGNMENT SHALL BE -!11/20/01 LA/AR.& ADDED PERFl!ELDCRE\M-NOTAPART ENGINEERING DRAWING REMOVED BY THE CONThACTOR ANC 0£:..IVERED TO THE CITY YARD. / . . :==ls~. ~F~O~R~T~H:R~u~siTtB~Lo~ctKiDiE~T.~A~tL[s~s~E~E~s~ci1-1iE~o~u~L~E~u~•N;g 1 s~H;E~E~T[41Jfr-".i~t=".~'._'~_-=::~~~':':'_~~~~~~Jiliili[~EAACsKEMF. ~E/\~:T .,s:M~u:s:T~B:E~C~L:E~A:R:E~o:o:F~T~R~E~E~s~, ~s~H~Riuia;s AND RO 01S. VO!lfS SHALL BE FIL LE o w1TH ACCEPTABLE 8 9 10 II 12 13 14 7 5 4 3 2 ,, ~-.,, i£)5 _6 _05_02 4-0 • PROJECT ENGINEER ~ ~~JJ~ OftCEMANAGER DGN. W.L.O. OWN. GOLDI 14 3q3 C. E. No. ;,;,; 813 C. E. No. /.$" /J.u.. 1970 DATE /.s-f}e,,.. 117" DATE CHKD. W. L.O. ENGINEERING -SCIENCE, ENGINEERS ANO CONSULTANTS 3260 l-, ROSECRANS STREET SAN DIEGO, CALIFORNIA 92110 INC. (714) 224-3618 WATER SYSTEM IMPROVEMENTS OCEAN STREET STA. o ... 00 -STA. 14+15 CITY OF CARLSBAD, CALIFORNIA SHEET I OF 2 SHEETS ,._ G9·20 DWG. NO. 15 9 -9 I IL-, __ _, I I I I 1 :,, ~ " 0 6 I I 8 § ~ • ~ I i ~ 2 ii ffi • i s -! !; ; I I I , ' I I I 1 I I l j: ,:tjl . ... I ~ ~ z ,. ! ' / 0 I z Ci) z C ~ m m JJ EXISTING AC PAVEMENT OVER PIPELINE AVENIDA E N C I N A S EX 2 " G A S EL U N K N INITIALDATEDATE INITIAL ENGINEER OF WORK DATE INITIAL CITY APPROVALREVISION DESCRIPTION EXP.P.E. REVIEWED BY: DATEINSPECTOR DATE "AS BUILT" SUBMITTED: APPROVED: APPROVED: BROWN AND CALDWELL PROJECT MANAGER DATE: DATE: DATE: HORIZONTAL VERTICALSCALE WARNING 1/2 0 1 IF THIS BAR DOES NOT MEASURE 1''THEN DRAWING IS NOT TO SCALE. RVWD BY: SHEET SHEETS DWN BY: CHKD BY:PROJECT NO. UTILITIES DEPARTMENT AVENIDA ENCINAS RECYCLED WATER LINE DRAWING NO. 5027 32 474-5 SHEET NAME MA T C H L I N E - S E E S H E E T C - 9 F O R C O N T I N U A T I O N M A T C H L I N E - S E E S H E E T C - 9 F O R C O N T I N U A T I O N CAUTION! EX 2" HP GAS 18" RW 30 35 40 45 50 55 60 65 30 35 40 66+00 67+00 68+00 69+00 70+00 45 50 55 60 65 EX E L E C T R I C EL U N K N EX E L E C T R I C EL U N K N EX E L E C T R I C EL U N K N EX T E L E P H O N E EL U N K N 36 " H D P E F O R C E M A I N IE = 2 7 . 0 ± SE E N O T E 4 B- 1 3 B- 1 4 PLAN SCALE: 1" = 40' PROFILE HORIZ: 1" = 40'VERT: 1" =4' 5010 25 CA N N O N R O A D B-14 B-13 ST A 6 9 + 2 6 . 2 1 ST A R T O F H O R I Z C U R V E IE = 3 8 . 9 2 ST A 7 1 + 8 0 . 8 4 EN D O F H O R I Z C U R V E IE = 3 7 . 9 1 ST A 7 3 + 4 9 . 5 0 45 ° B E N D IE = 3 6 . 6 9 ST A 7 3 + 7 6 . 1 8 CO N N E C T T O EX 2 4 " G V IE = 3 6 . 1 9 EX E L E C T R I C EL U N K N EX E L E C T R I C EL U N K N EX 3 0 " S D IE = 3 6 . 0 ± ROAD CL CAUTION! EX 2" GAS STA 73+50.00BO, PERCMWD W-11A R/W EX 6" WATER EX 30" RCP SDSEE NOTE 4 EX 8" WATER R/W EX 8 " W A T E R TO P = 4 3 . 4 ± STA 67+58.08 END CURVE 25 71+00 72+00 73+00 74+00 ST A 6 7 + 5 8 . 0 8 EN D O F H O R I Z C U R V E IE = 3 9 . 5 8 STA 71+80.84 END CURVE SEE DETAIL EX T E L E P H O N E EL U N K N EX E L E C T R I C EL U N K N EX E L E C T R I C EL U N K N EX 6 " F H W A T E R TO P = 4 2 . 4 ± EX 2 " W A T E R S E R V I C E EL U N K N 70 ' R / W EX UG TELEPHONE 2 3 ' 7 0 ' R / W 23 ' 12 ' 1 2 ' 5051 ST A 6 8 + 0 0 . 0 0 GR A D E B R E A K IE = 3 9 . 4 2 ST A 7 3 + 4 7 . 2 2 45 ° B E N D IE = 3 8 . 9 7 EX 3 0 " S D IE = 3 3 . 1 ± C-15 B EX UG TELEPHONE EX CURB EX CURB EX UG ELECTRIC EX UG ELECTRICEX UG TELEPHONE 20 21 22 5050 4990 EX I S T I N G DR I V E W A Y EX I S T I N G DR I V E W A Y 17 RMK VCH GCS 18, 12-INCH RECYCLED WATER PIPELINE 1" = 40' 1" = 4' CIVIL PLAN AND PROFILE STA 66+00 TO STA 75+00 CONSTRUCT 732.22 L.F. OF 18" PVC C-905, DR-18 (235 PSI) B-12 GROUND WATER= 17.5' BGS 24 NEW 54" TRUNK SEWER,SEE SCHEDULE C EX I S T I N G DR I V E W A Y 1. EXISTING UTILITY LOCATIONS AND ELEVATIONS SHOWN ARE APPROXIMATE AND BASED ON AVAILABLE RECORD INFORMATION UNLESS NOTED OTHERWISE. CONTRACTOR SHALL FIELD VERIFY INFORMATION SHOWN AND FIELD LOCATE EXISTING UTILITIES. 2. CONTRACTOR SHALL VERIFY EXISTING INVERT ELEVATION(S) PRIOR TO START OF CONSTRUCTION. 3. CONTRACTOR SHALL PROTECT-IN-PLACE ACTIVE SEWER PIPES AND MAINTAIN ACCESS TO ALL EXISTING ACTIVE MANHOLES DURING CONSTRUCTION. 4. FOR PAVEMENT REPLACEMENT REQUIREMENTS SEE SPECIFICATION SECTIONS 02350 AND 02345 AND DETAIL A, SHEET C-16. FROM CANNON ROAD AND SOUTH, SEE SCHEDULE C SHEETS C-22 THROUGH C-25. 5. CONTRACTOR SHALL SURVEY ALL EXISTING MEDIANS AND SHALL REPAIR OR REPLACE IN KIND ANY THAT ARE IMPACTED BY CONSTRUCTION OPERATIONS. SEE SCHEDULE C SHEETS C-22 THROUGH C-25 FOR RECORD DRAWING INFORMATION. GENERAL NOTES: 1. PROVIDE A MINIMUM COVER OVER RECYCLED WATER PIPELINES OF 4.5 FEET UNLESS NOTED OTHERWISE ON PIPELINE PROFILE. 2. PROVIDE A MINIMUM VERTICAL CLEARANCE OF 1 FT BETWEEN RECYCLED WATER PIPELINES AND CROSSING UTILITIES EXCEPT WHERE NOTED OTHERWISE ON PIPELINE PROFILE. 3. A 10-FT HORIZONTAL SEPARATION BETWEEN POTABLE WATER AND RECLAIMED WATER LINES MUST BE MAINTAINED AT ALL TIMES UNLESS OTHERWISE SHOWN ON PLAN. 4. EXISTING UTILITY LOCATIONS AND ELEVATIONS SHOWN ARE APPROXIMATE AND BASED ON AVAILABLE RECORD DRAWING INFORMATION UNLESS NOTED OTHERWISE. 5. PROVIDE RESTRAINED PIPE JOINTS AS SPECIFIED WHERE SHOWN. PROVIDE THRUST BLOCKS PER CMWD STD DWG W-15 FOR 12-INCH DIAMETER PIPE AND LESS AND PER SHEET C-16 FOR PIPE GREATER THAN 12-INCH DIAMETER. 6. EXISTING GRAVITY SEWER TO BE ABANDONED. REMOVE SEGMENTS OF EXISTING 42" SEWER PIPE WHERE ALIGNMENTS CONFLICT PRIOR TO CONSTRUCTION OF 18" RECYCLED WATER PIPELINE. 7. RECYCLED WATER SERVICE SHALL BE INSTALLED PER CMWD STD DWG W-3 OR W-4. SEE NEW RECYCLED SERVICE SCHEDULE ON SHEET G-5. 8. PROVIDE RESTRAINED COUPLING AT PVC/STEEL TRANSITIONS PER SPECIFICATION SECTION 15085. COUPLINGS SHALL BE RATED TO THE HYDROSTATIC TEST AND OPERATIONAL PRESSURE REQUIREMENT OF THE ADJACENT PIPING. CONSTRUCTION NOTES: CONSTRUCT 43.96 L.F. OF 18" WELDED STEEL PIPE W/ THRUST WALL PER CMWD STD. DWG. W-34 CONNECT TO EX. RWPIPELINE PER CMWDSTD. DWG. NO. W-4 12 " M I N . SEE NOTE 7 SEE NOTE 7 SEE NOTE 7 SEE NOTE 7 ST A 7 2 + 0 0 . 0 0 GR A D E B R E A K IE = 3 7 . 8 4 ST A 7 2 + 7 5 . 0 0 GR A D E B R E A K IE = 3 9 . 1 2 STA 72+00.00BO, PERCMWD W-6 STA 72+75.00AVA, PERCMWD W-7 ST A 7 3 + 7 4 . 1 8 18 " x 2 4 " R E D U C E R IE = 3 6 . 6 9 STA 73+74.1818"x24" REDUCER RECYCLED WATER SERVICE SCHEDULE No.STD DWG. STREET No.STREET ACCOUNT No.COMMENTS 22 5010 5008510 65576093 21 5050 5008300 65576109 20 5051 NEW NEW STATION 66+66 66+71 69+86 24 4990 NEW N/A 2" 2" 1" 2"N/A CMWD W3 CMWD W4 CMWD W4 CMWD W4 EX UG CATV EX T E L E P H O N E EL U N K N C-10 36" HDPE FORCE MAIN,SEE SCHEDULE B RESTRAIN JOINTS (SEE NOTE 5) STA 69+26 TO STA 73+32.22 STA 73+42 CT, SEE SHT C-18 EX UG ELECTRIC 75+00 STA 73+85.6312" TEE CONSTRUCT 90.05 L.F. OF 12" WELDED STEEL PIPE W/ THRUST WALL PER CMWD STD. DWG. W-34 ST A 7 4 + 5 3 . 8 7 ST A R T O F H O R I Z C U R V E IE = 3 3 . 6 0 ST A 7 3 + 8 5 . 6 3 12 " T E E IE = 3 6 . 6 9 ST A 7 3 + 8 6 . 9 6 12 " 4 5 ° B E N D IE = 3 3 . 7 5 EX 1 8 " S D IE 3 9 . 9 ± EX T E L E P H O N E EL 4 1 . 9 7 ± EX 2 0 " H P G A S T. O . P . 4 0 . 7 ± EX 3 " H P G A S T. O . P . 4 2 . 0 ± EX 2 4 " S E W E R IE 3 7 . 3 ± AB A N D O N E D EX 1 0 " S E W E R I E 3 8 . 6 ± EX 1 2 " W A T E R T. O . P . 4 2 . 4 ± B- 1 2 12" RW STA 74+53.87 BEGIN CURVE 54 " D E S A L I N A T I O N WA T E R IE = 1 5 . 5 ± 54" DESALINATION WATER CAUTION! EX 20" GAS CAUTION! EX 3" GAS EX 18" SD EX 24" SEWER STA 69+26.21 BEGIN CURVE STA 74+73.68 CT, SEE SHT C-18 M A T C H L I N E - S E E S H E E T C - 1 1 F O R C O N T I N U A T I O N CONSTRUCT 24.32 L.F. OF 12" PVC C-900, DR 14 (305 PSI) W/ RESTRAINED JOINTS EX 2 4 " S T L R W MB04/15 ADDENDUM NO. 51 1 JUNE 2014 CONSTRUCTION PLANS FORCARLSBAD DESALINATION CONVEYANCE PIPELINE CONSOLIDATED PLAN SET SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 PIPELINE PACKAGE SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 CARLSBAD VISTA SAN MARCOS OCEANSIDE LAGOON PALOMAR AIRPO R T ALIGNMENTPROJECT CARLSBAD DESALINATION PLANT SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 O SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 DEVIATIONS FROM SDCWA STD DETAIL 1 1-800-227-2600SERVICE ALERT ! DIG UOEORYEBF LAC L (619)480-1991 CALLFOR EMERGENCY UNDERGROUND FOR FREE LOCATIONCALL TO PROSECUTIONVIOLATORS SUBJECT IN THIS VICINITY WARNING BURIED CABLE SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 DEVIATIONS FROM SDCWA STD DETAIL1 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY P:\35200\135-35200-13001\CAD\SheetFiles\V&A\08-0587CP-1.dwg Jan 31, 2017 - 3:07pm www.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 155 Grand Avenue, Suite 700 Oakland, CA 94612Tel. (510) 903-6600, Fax (510) 903-6601 CATHODIC PROTECTION NOTES DESCRIPTION AC ALTERNATING CURRENTACP ASBESTOS CEMENT PIPE AWG AMERICAN WIRE GAGE CA CALIFORNIACCP CONCRETE CYLINDER PIPE CLSB CARLSBAD CML&C CEMENT MORTAR LINED AND COATED STEEL PIPE CML&TW CEMENT MORTAR LINED STEEL PIPE WITH DIELECTRIC COATING AND MORTAR OVERCOAT CP CATHODIC PROTECTION CTS CORROSION TEST STATION DC DIRECT CURRENTDIA DIAMETER EA EACH ELEC ELECTRICFCF FLOW CONTROL FACILITY FLG FLANGE FT FOOT GEN GENERALGRS GALVANIZED RIGID STEEL HDPE HIGH DENSITY POLYETHYLENE HMWPE HIGH MOLECULAR WEIGHT POLYETHYLENEI.D. INTERNAL DIAMETER IFK INSULATING FLANGE KIT INSUL INSULATOR MIJ MONOLITHIC INSULATING JOINTNEG NEGATIVE O.D. OUTSIDE DIAMETER PCF POUNDS PER CUBIC FOOTPLS PLACES PVC POLY VINYL CHLORIDE PSI POUNDS PER SQUARE INCH SCH SCHEDULESDG&E SAN DIEGO GAS AND ELECTRIC SDCWA SAN DIEGO COUNTY WATER AUTHORITY SPEC SPECIFICATION SS STAINLESS STEELTHWN HEAT AND MOISTURE RESISTANT THERMOPLASTIC WIRE INSULATION WITH NYLON JACKET TYP TYPICAL VWD VALLECITOS WATER DISTRICT ABBREVIATIONS ALIGNMENT SCHEMATIC SYMBOL DETAIL SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY P:\35200\135-35200-13001\CAD\SheetFiles\V&A\08-0587CP-8.dwg Mar 23, 2017 - 4:30pm www.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 155 Grand Avenue, Suite 700 Oakland, CA 94612Tel. (510) 903-6600, Fax (510) 903-6601 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY P:\35200\135-35200-13001\CAD\SheetFiles\V&A\08-0587CP-9.dwg Jan 31, 2017 - 3:07pm www.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 155 Grand Avenue, Suite 700 Oakland, CA 94612Tel. (510) 903-6600, Fax (510) 903-6601 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY P:\35200\135-35200-13001\CAD\SheetFiles\V&A\08-0587CP-10.dwg Jan 31, 2017 - 3:07pm www.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614Phone: (949) 809-5000 Fax: (949) 809-5010 155 Grand Avenue, Suite 700 Oakland, CA 94612Tel. (510) 903-6600, Fax (510) 903-6601 3" SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY P:\35200\135-35200-13001\CAD\SheetFiles\V&A\08-0587CP-12.dwg Mar 23, 2017 - 4:30pm www.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 155 Grand Avenue, Suite 700 Oakland, CA 94612Tel. (510) 903-6600, Fax (510) 903-6601 CP TEST SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY P:\35200\135-35200-13001\CAD\SheetFiles\V&A\08-0587CP-15.dwg Mar 24, 2017 - 11:25am www.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 155 Grand Avenue, Suite 700Oakland, CA 94612Tel. (510) 903-6600, Fax (510) 903-6601 CPTS NUMBER PIPELINE STATION TYPE ADDRESS WIRE LENGTH (FT)NOTES AND ADDITIONAL INFORMATION 1 25+75 4-WIRE CASING AVENIDA ENCIANS / NRG 66.77 2 27+56 4-WIRE CASING AND COUPON AVENIDA ENCINAS 77.33 STREET BOX WITH CTS #2 AND #3 INSIDE 3 27+86 4-WIRE CASING AVENIDA ENCINAS 69.52 STREET BOX WITH CTS #2 AND #3 INSIDE 4 33+75 4-WIRE CASING AVENIDA ENCINAS / CANNON 87.26 SPLICED REFERENCE ELECTRODE WIRE 5 34+21 4-WIRE CASING AND COUPON AVENIDA ENCINAS / CANNON 13.6600 SPLICED REFERENCE ELECTRODE WIRE 6 49+00 4-WIRE CASING CANNON / PASEO DEL NORTE 77.28 7 50+75 MIJ AND COUPON CANNON RD.80.52 8 59+55 2-WIRE CANNON / CAR COUNTRY 61.88 9 69+99 2-WIRE CANNON RD.57.56 10 77+97 2-WIRE CANNON RD. / LEGOLAND 74.80 11 95+93 2-WIRE CANNON RD.63.25 12 101+18 2-WIRE CANNON RD. / TUNNEL PIT 69.30 13 117+80 2-WIRE TUNNEL PIT / FARADAY AVE.75.35 FLANGE TEST BOX 14 133+00 4-WIRE PIPE CURRENT FARADAY AVE.75.90 RECTIFIER 1 140+30 RECTIFIER FARADAY AVE.67.43 15 155+92 4-WIRE PIPE CURRENT FARADAY AVE.71.50 16 170+21 2-WIRE FARADAY AVE.61.71 17 186+00 2-WIRE FARADAY AVE.64.13 18 200+10 2-WIRE FARADAY AVE.66.33 SPLICED REFERENCE ELECTRODE WIRE 19 204+96 4-WIRE CASING FARADAY AVE. / VAN ALLEN 82.50 20 206+31 4-WIRE CASING FARADAY AVE. / VAN ALLEN 70.40 21 210+93 4-WIRE CASING FARADAY AVE. / COLLEGE AVE.68.56 SPLICED ELECTRODE INSTALLATION PER 4/CP-8 22 212+58 4-WIRE CASING FARADAY AVE. / COLLEGE AVE.59.40 RMU TEST STATION, SPLICED ELECTRODE INSTALLATION PER 4/CP-8 23 217+38 4-WIRE CASING FARADAY AVE. / RUTHERFORD 71.9400 24 219+05 4-WIRE CASING FARADAY AVE. / RUTHERFORD 74.80 SPLICED ELECTRODE INSTALLATION PER 4/CP-8 25 231+03 2-WIRE FARADAY AVE.63.06 26 243+58 4-WIRE CASING FARADAY AVE. / PRIESTLY 58.66 27 245+30 4-WIRE CASING FARADAY AVE. / PRIESTLY 56.65 28 253+78 4-WIRE CASING FARADAY AVE. / EL CAMINO 82.50 SPLICE WIRE IN BOX 29 256+14 4-WIRE CASING FARADAY AVE. / EL CAMINO 57.20 STREET BOX 30 271+67 4-WIRE CASING FARADAY AVE. / ORION 58.66 31 274+37 4-WIRE CASING FARADAY AVE. / ORION 69.52 32 289+00 2-WIRE FARADAY AVE.61.05 33 299+00 2-WIRE FARADAY AVE.62.48 34 311+85 2-WIRE FARADAY AVE.60.50 35 322+63 2-WIRE FARADAY AVE.56.10 36 339+18 2-WIRE FARADAY AVE.61.60 37 347+86 4-WIRE CASING FARADAY AVE. / S MELROSE 84.15 38 349+91 4-WIRE CASING PARK CENTER / S MELROSE 71.50 39 355+00 2-WIRE S MELROSE DR.61.16 40 374+33 2-WIRE LIONSHEAD AVE.62.26 41 385+06 2-WIRE LIONSHEAD AVE.68.42 42 400+00 2-WIRE LIONSHEAD AVE.67.10 43 415+00 4-WIRE PIPE CURRENT LIONSHEAD AVE.61.38 RECTIFIER 2 422+38 RECTIFIER BUSINESS PARK / POINSETTIA 68.20 44 427+64 4-WIRE PIPE CURRENT POINSETTIA AVE.62.37 45 444+94 2-WIRE POINSETTIA AVE.53.46 46 463+05 2-WIRE POINSETTIA AVE. / SPECIALTY 51.81 47 475+87 2-WIRE POINSETTIA AVE. / W LINDAVISTA 58.96 48 493+86 2-WIRE W LINDAVISTA 76.23 49 505+98 2-WIRE W LINDAVISTA / LAS FLORES 55.00 50 516+47 2-WIRE LAS FLORES / LA MIRADA 113.30 51 530+05 2-WIRE 9TH STREET 46.15 52 536+83 4-WIRE CASING 9TH STREET / RANCHO SF 50.93 53 539+43 4-WIRE CASING RANCHO SF / 9TH STREET 62.15 RMU TEST STATION, SPLICED ELECTRODE INSTALLATION PER 4/CP-8 54 14+70 2-WIRE NRG PLANT - 55 22+73 4-WIRE CASING NRG PLANT / RAILROAD - 56 25+49 4-WIRE CASING NRG PLANT / RAILROAD - 57 25+75 MIJ AND COUPON NRG PLANT / RAILROAD - SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY P:\35200\135-35200-13001\CAD\SheetFiles\V&A\08-0587CP-16.dwg Jan 31, 2017 - 3:08pm www.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 155 Grand Avenue, Suite 700 Oakland, CA 94612Tel. (510) 903-6600, Fax (510) 903-6601 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY P:\35200\135-35200-13001\CAD\SheetFiles\V&A\08-0587CP-17.dwg Jan 31, 2017 - 3:08pm www.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 155 Grand Avenue, Suite 700 Oakland, CA 94612Tel. (510) 903-6600, Fax (510) 903-6601 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY P:\35200\135-35200-13001\CAD\SheetFiles\V&A\08-0587CP-18.dwg Jan 31, 2017 - 3:08pm www.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 155 Grand Avenue, Suite 700 Oakland, CA 94612Tel. (510) 903-6600, Fax (510) 903-6601 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY P:\35200\135-35200-13001\CAD\SheetFiles\V&A\08-0587CP-19.dwg Jan 31, 2017 - 3:08pm www.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 155 Grand Avenue, Suite 700 Oakland, CA 94612Tel. (510) 903-6600, Fax (510) 903-6601 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY P:\35200\135-35200-13001\CAD\SheetFiles\V&A\08-0587CP-20_Rev06.dwg Mar 24, 2017 - 11:25am www.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 155 Grand Avenue, Suite 700 Oakland, CA 94612Tel. (510) 903-6600, Fax (510) 903-6601 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY P:\35200\135-35200-13001\CAD\SheetFiles\V&A\08-0587CP-21_Rev06.dwg May 10, 2017 - 2:58pm www.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 155 Grand Avenue, Suite 700 Oakland, CA 94612Tel. (510) 903-6600, Fax (510) 903-6601 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY P:\35200\135-35200-13001\CAD\SheetFiles\V&A\08-0587CP-22_Rev06.dwg Mar 24, 2017 - 11:25am www.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 155 Grand Avenue, Suite 700 Oakland, CA 94612Tel. (510) 903-6600, Fax (510) 903-6601 I SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITY 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 SAN DIEGO COUNTY WATER AUTHORITY RECORD DRAWING SAN DIEGO COUNTY WATER AUTHORITYwww.tetratech.com 17885 Von Karman Ave, Suite 500Irvine, California, 92614 Phone: (949) 809-5000 Fax: (949) 809-5010 5 78 AVE CHESTNUT S A N D I E G O F W Y C A R L S B A D B L V D KE L L Y DR TAMARA C K AV E MARRON RD RONALD PACKARD PKWY CARLSBAD VILLAGE DR CANNON RD E L C A M I N O R E A L P O N T I A C D R PARK DR EL CAMINO REA L C O L L E G E B L V D C I T Y O F C A R L S B A D RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 IMPROVEMENT PLAN FOR: 5208-B 128 508-6 RECORD DRAWINGS THIS RECORD DRAWINGS HAVE BEEN PREPARED BASED ON INFORMATIONPROVIDED BY THE CONTRACTOR AND OTHERS. KENNEDY/JENKS CONSULTANTS HAS NOT VERIFIED THE ACCURACY OR COMPLETENESS OF THE INFORMATIONPROVIDED TO THEM AND DOES NOT WARRANT THE ACCURACY OR COMPLETENESSOF THIS RECORD DRAWING. USERS OF THIS RECORD DRAWING ASSUME ALL RISKOF LOSS RESULTING FROM ITS USE. USERS OF THIS DOCUMENT IN ELECTRONIC FORM ARE CAUTIONED AGAINST USE WITHOUT FIRST DETERMINING WHETHERCHANGES MAY HAVE BEEN MADE TO THE DOCUMENT SUBSEQUENT TO ITSPREPARATION BY KENNEDY/JENKS CONSULTANTS. ORIGINALS OF SIGNED ANDSEALED HARD COPIES OF THIS DOCUMENT ARE THE ONLY TRUE RECORD OF THECONTRACT DOCUMENTS PREPARED BY KENNEDY/JENKS CONSULTANTS C 83374 03/31/2023 08/06/2021 TITLE SHEET G-01 pw : \ \ k j c e - p w . b e n t l e y . c o m : k j c e - p w \ D o c u m e n t s \ C l i e n t s \ C a r l s b a d , C i t y o f C A \ P r o j e c t s \ P h a s e I I I R W P i p e l i n e S e g m e n t 5 _ 1 7 4 4 1 0 0 . 0 0 \ 1 0 - D e s i g n \ 1 0 . 0 6 - D r a w i n g s \ G e n e r a l \ 1 7 4 4 1 0 0 . 0 0 - G - 0 1 01 5 AVECOSTALA B L V D C A R L S B A D ROAD ALGA PACIFIC OCEAN PALOMAR AIRPO R T ROAD EL CAMI N O R E A L I N T E R S T A T E HIGHWAY 78 CITY OFSANMARCOS CITY OF ENCINITAS CITY OF VISTA NTS RA N C H O SAN T A F E ROA D CITY OF OCEANSIDE DIAL TOLL FREE1 - 800 - 422 - 4133 AT LEAST TWO DAYSBEFORE YOU DIG T.M. UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA NTS RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B JUNE 2018 RW SEGMENT 7 RW SEGMENT 5-1 PW CARLSBAD PALISADES RW SEGMENT 2 RW SEGMENT 5-3 PW FLOWER FIELDS RW SEGMENT 2 RW SEGMENT 5-3 RW SEGMENT 7 RW SEGMENT 5-1 PW CARLSBAD PALISADES PW FLOWER FIELDS PW _ P A T H RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 IMPROVEMENT PLAN FOR: 5208-B 128 508-6 RECORD DRAWINGS THIS RECORD DRAWINGS HAVE BEEN PREPARED BASED ON INFORMATIONPROVIDED BY THE CONTRACTOR AND OTHERS. KENNEDY/JENKS CONSULTANTS HAS NOT VERIFIED THE ACCURACY OR COMPLETENESS OF THE INFORMATIONPROVIDED TO THEM AND DOES NOT WARRANT THE ACCURACY OR COMPLETENESS OF THIS RECORD DRAWING. USERS OF THIS RECORD DRAWING ASSUME ALL RISKOF LOSS RESULTING FROM ITS USE. USERS OF THIS DOCUMENT IN ELECTRONIC FORM ARE CAUTIONED AGAINST USE WITHOUT FIRST DETERMINING WHETHERCHANGES MAY HAVE BEEN MADE TO THE DOCUMENT SUBSEQUENT TO ITS PREPARATION BY KENNEDY/JENKS CONSULTANTS. ORIGINALS OF SIGNED ANDSEALED HARD COPIES OF THIS DOCUMENT ARE THE ONLY TRUE RECORD OF THECONTRACT DOCUMENTS PREPARED BY KENNEDY/JENKS CONSULTANTS C 83374 03/31/2023 08/06/2021 DRAWING INDEX, LEGEND & ABBREVIATIONS G-02 pw : \ \ k j c e - p w . b e n t l e y . c o m : k j c e - p w \ D o c u m e n t s \ C l i e n t s \ C a r l s b a d , C i t y o f C A \ P r o j e c t s \ P h a s e I I I R W P i p e l i n e S e g m e n t 5 _ 1 7 4 4 1 0 0 . 0 0 \ 1 0 - D e s i g n \ 1 0 . 0 6 - D r a w i n g s \ G e n e r a l \ 1 7 4 4 1 0 0 . 0 0 - G - 0 2 02 T TOP, TELEPHONE TOP TDHTEMP T&BTBM T/C, TOC, TC TEMPERATURE TOP AND BOTTOM T/S, TOS V, VERT WW/ TYP TOP OF STEEL WITH VERTICAL TYPICAL AT WMH WV & @ # WWF W/O WATER VALVE WITHOUT AND WATER MANHOLE POUND, NUMBER TOTAL DYNAMIC HEAD TOP OF PAVEMENT TOP OF CONCRETE TEMPORARY BENCHMARK WATER, WELDED, WEST WELDED WIRE FABRIC ABANDONEDABAND OCOD ON CENTEROUTSIDE DIAMETER REINF REQ'D P/LPRV R PI PT PSI REQUIRED RADIUS REINFORCE(D), (MENT) PROPERTY LINEPOINT OF INTERSECTIONPC ADDITIONAL ALUMINUMAGGREGATE AC, A.C. ADDIT. ADJ. ALUMAGG ACP APPRO. AB, A.B. BUILDING ASSEMBLY ASPHALT BALL VALVE BLOW-OFF BOTTOM BFVBF BLDG ASPH AVAR ASSY BV BOBOC BM BOT, BOTT AUTOMATIC AIR VACUUM RELEASE VALVE BENCH MARK BLIND FLANGEBUTTERFLY VALVE BEGINNING OF CURVE ASPHALT CONCRETE ADJUSTABLE APPROXIMATELY CLEANOUT CENTERLINE CABLE TV COUPLING CONCRETE CLR CO CL, C CLSM L CATV CPCPLGCTS CONT CONST CONC DRAINDEFLECTION DIMENSIONDIAMETER EACH FACE ELEVATION DOWN EACH DRAWING(S) DDEFL DIDEPT DIA, Ø DIPDIM EF DN EA E DWG(S) EL., ELEV DUCTILE IRON PIPE DEPARTMENT ELECTRICAL, EAST CONTINU(ED), (OUS) CLEAR(ANCE) CONSTRUCTION CALIFORNIA DEPARTMENT OF TRANSPORTATIONCALTRANS EQUIPMENT EXISTING EQUAL ELBOW EACH WAY FUTURE EQUIP EQ ELLELEC(T) (F) EW FC EXIST, (E) FCA FLEXIBLE COUPLING ELECTRIC(AL) ASBESTOS CEMENT PIPE AGGREGATE BASE, ANCHOR BOLT DUCTILE IRON CONTROLLED LOW STRENGTH MATERIAL CATHODIC TEST STATION CONTROL POINT, CATHODIC PROTECTION FLANGE COUPLING ADAPTER PRESSURE RELEASE VALVE, POUNDS PER SQUARE INCH POINT OF TANGENT (END CURVE) POINT OF CURVE (BEGIN CURVE) SPEC RWGV SDMHSECT SHT STA SST SQ SF SDS SQUARE STATION SECTION STORM DRAIN SHEET SPECIFICATION(S) SQUARE FOOT SEWER, SOUTH RESILIENT WEDGE GATE VALVE STORM DRAIN MANHOLE STR(UCT) STLSTD SV STANDARDSTEEL SOLENOID VALVE STRUCTUR(E), (AL) GAS FLANGEFLANGED FLEXIBLE G FLFH FLGFLEX FIRE HYDRANT GATE VALVEGV GB GS GI GALVANIZED STEEL GRADE BREAKGALVANIZED IRON GALV GALVANIZED STAINLESS STEEL C CURVE POLYVINYL CHLORIDEPVC CENTERLINE 4750 W W OH OH T T CULVERT NATIVE EARTH IN SECTION CONCRETE IN SECTION AC IN SECTION POWER POLE CRUSHED ROCK IN SECTION EXISTING STRUCTURE (E) CONTOUR ELEVATION LINE NEW STRUCTURE (N) EXISTING WATERLINE BURIED TELEPHONE CABLE OVERHEAD ELECTRICAL FENCE LINE UTILITY POLE W/ GUY WIRE 10+00 PIPE IN PROFILE MAR (PLAN) BO (PLAN) RECYCLED WATER SERVICE GV (PLAN) PIPELINE ALIGNMENT FCA (PLAN) ABBREVIATIONS GENERAL LEGENDS PIPING SYMBOLS DRAWING INDEX WORK TO BE DONE THE IMPROVEMENT WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE FOLLOWING DOCUMENTS, CURRENT AT THE TIME OF CONSTRUCTION, AS DIRECTEDBY THE CITY ENGINEER. 1. CARLSBAD MUNICIPAL CODE. 2. CITY OF CARLSBAD AND CMWD ENGINEERING STANDARDS. 3. SEGMENT 5 PLANS AND SPECIFICATIONS. 4. THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREEN BOOK) CURRENT EDITION. 5. THE SAN DIEGO AREA REGIONAL STANDARD DRAWINGS AND AS MAY BE MODIFIED BY THE CITY OF CARLSBAD STANDARDS. 6. CALIFORNIA STORM WATER QUALITY ASSOCIATION BMP CONSTRUCTIONHANDBOOK AND CALTRANS CONSTRUCTION SITE BMP MANUAL. DRAWING INDEX (CONT) ALIGNMENTALIGN RW RECYCLED WATER POTABLE WATERPW P&P PLAN & PROFILE SHEET NO.DWG NO.TITLE CARLSBAD MUNICIPAL WATER DISTRICTCMWD HORIZ. HPG HORIZONTAL (N)NEW NORTH NTS NPT NCTD NICNO.NUMBERNOT IN CONTRACT NOT TO SCALE NORTH COUNTY TRANSIT DISTRICT NATIONAL PIPE THREAD HIGH-PRESSURE GAS HDPE HIGH DENSITY POLYETHYLENE N/A NOT APPLICABLE N SHEET NO. DWG NO.TITLE GENERAL 01 G-01 TITLE SHEET 02 G-02 DRAWING INDEX, LEGEND & ABBREVIATIONS 03 G-03 GENERAL NOTES 04 G-04 KEY MAP I 05 G-05 KEY MAP II CIVIL 06 C-01 CIVIL NOTES, SURVEY NOTES & CUSTOMER LIST 07 C-02 FILL STATION DETAIL 08 C-03 CIVIL DETAILS 09 C-04 CONNECTION DETAILS 10 C-05 NOT USED 11 C-06 NOT USED CIVIL SEGMENT 2 12 C-07 RW P&P, CANNON RD STA 1+00 TO STA 8+50 13 C-08 RW P&P, CANNON RD STA 8+50 TO STA 15+19 14 C-09 SEGMENT 2 CANNON ROAD NCTD RR TUNNEL XINGPLAN AND PROFILE 15 C-10 SEGMENT 2 CANNON ROAD JACK & BORE DETAILS CIVIL SEGMENT 5-1 16 C-11 RW P&P, KELLY DR ALIGN A - STA 1+00 TO STA 7+00 17 C-12 RW P&P, KELLY DR ALIGN A - STA 7+00 TO STA 15+50 18 C-13 RW P&P, KELLY DR ALIGN A - STA 15+50 TO STA 20+58 19 C-14 RW P&P, TAMARACK AVE ALIGN B - STA 1+00 TO STA 9+50 20 C-15 RW P&P, TAMARACK AVE ALIGN B - STA 9+50 TO STA 19+50 21 C-16 RW P&P, TAMARACK AVE ALIGN B - STA 19+50 TO STA 29+50 22 C-17 RW P&P, TAMARACK AVE ALIGN B - STA 29+50 TO STA 39+00 23 C-18 RW P&P, TAMARACK AVE ALIGN B - STA 39+00 TO STA 48+00 24 C-19 RW P&P, TAMARACK AVE ALIGN B - STA 48+00 TO STA 57+50 25 C-20 RW P&P, TAMARACK AVE ALIGN B - STA 57+50 TO STA 66+50 26 C-21 RW P&P, TAMARACK AVE ALIGN B - STA 66+50 TO STA 77+57 27 C-22 RW P&P, PALISADES DR / E POINT AVE ALIGN C - STA 2+53 TO STA 12+00 28 C-23 RW P&P, HIGH RIDGE AVE ALIGN C - STA 12+00 TO STA 22+00 29 C-24 RW P&P, HIGH RIDGE AVE ALIGN C - STA 22+00 TO STA 26+12 30 C-25 RW P&P, TELESCOPE AVE / SPYGLASS CT ALIGN N - STA 1+00 TO STA 6+86 31 C-26 RW P&P, PALISADES DR ALIGN D - STA 1+00 TO STA 9+00 32 C-27 RW P&P, BIRCHWOOD CR ALIGN E -STA 1+00 TO STA 4+39 33 C-28 RW P&P, REGENT RD ALIGN F - STA 3+38 TO STA 10+00 34 C-29 RW P&P, REGENT RD ALIGN F - STA 10+00 TO STA 16+71 35 C-30 RW P&P, SALISBURY DR ALIGN G - STA 1+89 TO STA 10+00 36 C-31 RW P&P, SOUTHAMPTON RD ALIGN G - STA 10+00 TO STA 19+00 37 C-32 RW P&P, SOUTHAMPTON RD ALIGN G - STA 19+00 TO STA 28+00 38 C-33 RW P&P, SOUTHAMPTON RD ALIGN G - STA 28+00 TO STA 37+00 39 C-34 RW P&P, SOUTHAMPTON RD ALIGN G - STA 37+00 TO STA 40+77 40 C-35 RW P&P, DORCHESTER PL ALIGN H - STA 1+00 TO STA 5+71 41 C-36 RW P&P, CARNABY CT ALIGN I - STA 1+00 TO STA 3+82 42 C-37 RW P&P, BUCKINGHAM LN ALIGN J - STA 3+35 TO STA 6+63 43 C-38 RW P&P, CHELSEA CT ALIGN K - STA 1+00 TO STA 6+16 44 C-39 RW P&P, CHANCERY CT ALIGN L - STA 1+00 TO STA 4+97 45 C-40 RW P&P, PONTIAC DR ALIGN M - STA 1+00 TO STA 9+50 46 C-41 RW P&P, PONTIAC DR ALIGN M - STA 9+50 TO STA 13+82 CIVIL SEGMENT 5-3 47 C-42 RW P&P, EL CAMINO REAL ALIGN A - STA 1+00 TO STA 10+00 48 C-43 RW P&P, EL CAMINO REAL ALIGN A - STA 10+00 TO STA 20+00 49 C-44 RW P&P, EL CAMINO REAL ALIGN A - STA 20+00 TO STA 29+50 50 C-45 RW P&P, EL CAMINO REAL ALIGN A - STA 29+50 TO STA 39+00 51 C-46 RW P&P, EL CAMINO REAL ALIGN A - STA 39+00 TO STA 48+50 52 C-47 RW P&P, EL CAMINO REAL ALIGN A - STA 48+50 TO STA 58+00 53 C-48 RW P&P, EL CAMINO REAL ALIGN A - STA 58+00 TO STA 67+50 54 C-49 RW P&P, HAYMAR DR ALIGN A - STA 67+50 TO STA 77+00 55 C-50 RW P&P, HAYMAR DR ALIGN A - STA 77+00 TO STA 80+74 56 C-51 NOT USED 57 C-52 RW P&P, MARRON RD ALIGN B - STA 11+41 TO STA 20+00 58 C-53 RW P&P, MARRON RD ALIGN B - STA 20+00 TO STA 29+00 59 C-54 RW P&P, MARRON RD ALIGN B - STA 29+00 TO STA 38+50 60 C-55 RW P&P, MARRON RD ALIGN B - STA 38+50 TO STA 48+00 61 C-56 RW P&P, MARRON RD ALIGN B - STA 48+00 TO STA 57+00 62 C-57 RW P&P, MARRON RD / AVENIDA DE ANITA ALIGN B - STA 57+00 TO STA 62+23 63 C-58 RW P&P, MONROE ST ALIGN C - STA 1+00 TO STA 8+39 SECTION (LETTER) DETAIL (NUMERAL) DRAWING NUMBER DRAWN ON DISCIPLINE DESIGNATION USED ONLY WHEN GOINGOUTSIDE DISCIPLINE REFERENCED ON A M-2 CIVIL SEGMENT 7 64 C-59 RW P&P, TAMARACK AVE STA 1+00 TO STA 5+87 65 C-60 NOT USED CIVIL FLOWER FIELDS & PALISADES POINT 66 C-61 PW PLAN, FLOWER FIELDS 67 C-62 PW PLAN, CARLSBAD PALISADES 68 C-63 PW PROFILES, FLOWER FIELDS ALIGN A, B & C 69 C-64 PW PROFILES, CARLSBAD PALISADES ALIGN A, B, C, D & G 70 C-65 PW PROFILES, CARLSBAD PALISADES ALIGN E, F, H & I TRAFFIC CONTROL 71 TC-1 TRAFFIC CONTROL TITLE SHEET 72 TC-2 TRAFFIC CONTROL SHEET INDEX (SHEET 1 OF 3) 73 TC-3 TRAFFIC CONTROL SHEET INDEX (SHEET 2 OF 3) 74 TC-4 TRAFFIC CONTROL SHEET INDEX (SHEET 3 OF 3) 75 TC-5 TYPICAL LATERAL CENTER CLOSURE 76 TC-6 TYPICAL LATERAL CURB LANE CLOSURE 77 TC-7 STAGE 1 TRAFFIC CONTROL (SHEET 1 OF 2) 78 TC-8 STAGE 1 TRAFFIC CONTROL (SHEET 2 OF 2) 79 TC-9 STAGE 2 TRAFFIC CONTROL 80 TC-10 STAGE 3 TRAFFIC CONTROL 81 TC-11 STAGE 4 TRAFFIC CONTROL 82 TC-12 STAGE 5 TRAFFIC CONTROL 83 TC-13 STAGE 6 TRAFFIC CONTROL 84 TC-14 STAGE 7 TRAFFIC CONTROL 85 TC-15 STAGE 8 TRAFFIC CONTROL 86 TC-16 STAGE 9 TRAFFIC CONTROL 87 TC-17 STAGE 10 TRAFFIC CONTROL 88 TC-18 STAGE 11 TRAFFIC CONTROL 89 TC-19 STAGE 12 TRAFFIC CONTROL 90 TC-20 STAGE 13 TRAFFIC CONTROL 91 TC-21 STAGE 14 TRAFFIC CONTROL 92 TC-22 STAGE 15 TRAFFIC CONTROL 93 TC-23 STAGE 16 TRAFFIC CONTROL 94 TC-24 STAGE 17 TRAFFIC CONTROL (SHEET 1 OF 2) 95 TC-25 STAGE 17 TRAFFIC CONTROL (SHEET 2 OF 2) 96 TC-26 STAGE 18 TRAFFIC CONTROL 97 TC-27 STAGE 19 TRAFFIC CONTROL 98 TC-28 STAGE 20 TRAFFIC CONTROL 99 TC-29 STAGE 21 TRAFFIC CONTROL 100 TC-30 STAGE 22 TRAFFIC CONTROL 101 TC-31 STAGE 23 TRAFFIC CONTROL 102 TC-32 STAGE 24 TRAFFIC CONTROL 103 TC-33 STAGE 25 TRAFFIC CONTROL 104 TC-34 STAGE 26 TRAFFIC CONTROL 105 TC-35 STAGE 27 TRAFFIC CONTROL 106 TC-36 STAGE 28 TRAFFIC CONTROL 107 TC-37 STAGE 29 TRAFFIC CONTROL 108 TC-38 STAGE 30 TRAFFIC CONTROL 109 TC-39 STAGE 31 TRAFFIC CONTROL 110 TC-40 STAGE 32 TRAFFIC CONTROL 111 TC-41 STAGE 33 TRAFFIC CONTROL 112 TC-42 STAGE 34 TRAFFIC CONTROL 113 TC-43 TYPICAL LATERAL CENTER CLOSURE 114 TC-44 TYPICAL LATERAL CURB LANE CLOSURE 115 TC-45 STAGE 35 TRAFFIC CONTROL 116 TC-46 STAGE 36 TRAFFIC CONTROL 117 TC-47 STAGE 37 TRAFFIC CONTROL 118 TC-48 STAGE 38 TRAFFIC CONTROL 119 TC-49 STAGE 39 TRAFFIC CONTROL 120 TC-50 STAGE 40 TRAFFIC CONTROL 121 TC-51 STAGE 41 TRAFFIC CONTROL 122 TC-52 STAGE 42 TRAFFIC CONTROL 123 TC-53 STAGE 43 TRAFFIC CONTROL 124 TC-54 STAGE 44 TRAFFIC CONTROL 125 TC-55 STAGE 45 TRAFFIC CONTROL 126 TC-56 STAGE 46 TRAFFIC CONTROL 127 TC-57 STAGE 47 TRAFFIC CONTROL 128 TC-58 STAGE 48 TRAFFIC CONTROL RW BO (PROFILE) AVAR (PROFILE) GV PROFILE)TB THRUST BLOCK MAR (PROFILE) ID INSIDE DIAMETER INV IPS IN LR LT LG JB LONG RADIUS LEFT TURN LENGTH, LINE INVERTINCHES LONG IRON PIPE SIZE INVERT ELEVATION JUNCTION BOX MECH MAX MNTD MISC MJ MINMH MFR, MNFR MANHOLE MOUNTED MINIMUM MECHANICAL MAXIMUM MECHANICAL JOINT MISCELLANEOUS MANUFACTURER MAR MANUAL AIR RELEASE AND VACUUM THRUST BLOCK BEGINNING OF PIPEBOP END OF CURVEEOCEND OF PIPEEOP PRESSURE REDUCING VALVE NGVD NATIONAL GEODETIC VERTICAL DATUM L AML APPROVED MATERIAL LIST COMPACTED EARTH IN SECTION AVAR (PLAN) R/W RIGHT OF WAY COLD MILL AND OVERLAY ENVIRONMENTALLY SENSITIVE/ CULTURAL MONITORING REQUIRED RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 IMPROVEMENT PLAN FOR: 5208-B 128 508-6 C 83374 03/31/2023 08/06/2021 GENERAL NOTES GENERAL NOTES G-03 pw : \ \ k j c e - p w . b e n t l e y . c o m : k j c e - p w \ D o c u m e n t s \ C l i e n t s \ C a r l s b a d , C i t y o f C A \ P r o j e c t s \ P h a s e I I I R W P i p e l i n e S e g m e n t 5 _ 1 7 4 4 1 0 0 . 0 0 \ 1 0 - D e s i g n \ 1 0 . 0 6 - D r a w i n g s \ G e n e r a l \ 1 7 4 4 1 0 0 . 0 0 - G - 0 3 03 1. THIS PLAN SUPERSEDES ALL OTHER PLANS PREVIOUSLY APPROVED BY THE CITY OF CARLSBAD REGARDING IMPROVEMENTS SHOWN ON THIS SET OF PLANS. 2. A RIGHT-OF-WAY PERMIT FROM THE CITY ENGINEER WILL BE REQUIRED FOR ANY WORK IN THE PUBLIC RIGHT OF WAY. PRIOR TO PERMIT ISSUANCE, A CERTIFICATE OF INSURANCE MUST BE FILED NAMING THE CITY OF CARLSBAD AS AN ADDITIONAL INSURED ON THE PERMITTEE'S POLICY IN THE MINIMUM AMOUNT OF $1,000,000.00 FOR EACH OCCURRENCE OF LIABILITY. THE INSURANCE COMPANY WRITING THE POLICY MUST HAVE A RATING OF "A-" OR BETTER AND A SIZE CATEGORY OF CLASS V OR BETTER AS ESTABLISHED BY "BESTS" KEY RATING GUIDE. 3. NO WORK SHALL BE COMMENCED UNTIL ALL PERMITS HAVE BEEN OBTAINED FROM THE CITY AND OTHER APPROPRIATE AGENCIES. 4. NO REVISIONS SHALL BE MADE TO THESE PLANS WITHOUT THE WRITTEN APPROVAL OFTHE CITY ENGINEER, NOTED WITHIN THE REVISION BLOCK, ON THE APPROPRIATE SHEET OF THE PLANS AND TITLE SHEET. 5. ACCESS FOR FIRE AND OTHER EMERGENCY VEHICLES SHALL BE MAINTAINED TO THE PROJECT SITE AT ALL TIMES DURING CONSTRUCTION. 6.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, INSPECTION, SUPERVISION, TESTING AND ALL OTHER ASPECTS OF THEWORK. THE CONTRACTOR SHALL SCHEDULE THE MEETING BY CALLING THE INSPECTIONLINE AT (760) 438-3891 AT LEAST FIVE (5) WORKING DAYS PRIOR TO STARTING CONSTRUCTION. APPROVED DRAWINGS MUST BE AVAILABLE PRIOR TO SCHEDULING. 7. THE CONTRACTOR SHALL NOTIFY THE CITY OF CARLSBAD ENGINEERING INSPECTION 48 HOURS PRIOR TO THE BEGINNING OF CONSTRUCTION AT TELEPHONE NO. (760) 438-3891. ALL INSPECTION REQUESTS OTHER THAN FOR PRECONSTRUCTION MEETING WILL BE MADE BY CALLING THE ENGINEERING 24-HOUR INSPECTION REQUEST LINE AT (760) 438-3891. INSPECTION REQUESTS MUST BE RECEIVED PRIOR TO 2:00 P.M. ON THE DAYBEFORE THE INSPECTION IS NEEDED. INSPECTIONS WILL BE MADE THE NEXT WORK DAYUNLESS YOU REQUEST OTHERWISE. REQUESTS MADE AFTER 2:00 P.M. WILL BE SCHEDULED FOR TWO FULL WORK DAYS LATER. 8. THE CONTRACTOR SHALL DESIGN, CONSTRUCT AND MAINTAIN ALL SAFETY DEVICES INCLUDING SHORING, AND SHALL BE SOLELY RESPONSIBLE FOR CONFORMING TO ALL LOCAL, STATE AND FEDERAL SAFETY AND HEALTH STANDARDS, LAWS AND REGULATIONS. 9. THE CONTRACTOR SHALL CONFORM TO LABOR CODE SECTION 6705 BY SUBMITTING ADETAILED PLAN TO THE CITY ENGINEER AND/OR CONCERNED AGENCY SHOWING THEDESIGN OF SHORING, BRACINGS, SLOPED EXCAVATION, OR OTHER PROVISIONS TO BE MADE FOR WORKER PROTECTION FROM THE HAZARD OF CAVING GROUND DURING THE EXCAVATION OF 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 CALIFORNIAADMINISTRATIVE CODE, THE PLAN SHALL BE PREPARED BY A REGISTERED ENGINEER ATTHE CONTRACTOR'S EXPENSE. A COPY OF THE OSHA EXCAVATION PERMIT MUST BE SUBMITTED TO THE INSPECTOR PRIOR TO EXCAVATION. 10.IF ANY ARCHAEOLOGICAL RESOURCES ARE DISCOVERED WITHIN ANY WORK ZONE DURING CONSTRUCTION, OPERATIONS WILL CEASE IMMEDIATELY, AND THE CONTRACTOR WILL NOTIFY THE CITY ENGINEER. OPERATIONS WILL NOT RESTART UNTIL THE CONTRACTOR HAS RECEIVED WRITTEN AUTHORITY FROM THE CITY ENGINEER TODO SO. 11. ALL OPERATIONS CONDUCTED ON THE SITE OR ADJACENT THERETO, INCLUDINGWARMING UP, REPAIR, ARRIVAL, DEPARTURE OR OPERATION OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT AND ANY OTHER ASSOCIATED GRADING EQUIPMENT SHALL BE LIMITED TO THE PERIOD BETWEEN 7:00 A.M. AND 6:00 P.M. EACH DAY, MONDAY THRU FRIDAY AND NO CONSTRUCTION OPERATIONS SHALL BE CONDUCTED ON WEEKENDS OR HOLIDAYS. A LIST OF CITY HOLIDAYS IS AVAILABLE AT THE ENGINEERING DEPARTMENT COUNTER. MORE RESTRICTIVE WORK HOURS AREIMPOSED FOR CERTAIN SECTIONS OF THE WORK, AND ARE SHOWN IN THE TRAFFICCONTROL PLANS. ADDITIONALLY, THE CONTRACTOR SHALL COMPLY WITH ANY WORKHOUR RESTRICTIONS IMPOSED BY PERMITS. 12.ALL OFF-SITE HAUL ROUTES SHALL BE SUBMITTED BY THE CONTRACTOR TO THE CITY 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. 13. THE EXISTENCE AND LOCATION OF UTILITY STRUCTURES AND FACILITIES SHOWN ONTHE 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. 14. THE CONTRACTOR SHALL POTHOLE THE TOP AND BOTTOM OF ALL UTILITIES FOR EACHPIPELINE ALIGNMENT, INCLUDING CONCRETE ENCASEMENTS, AND SURVEY THE UTILITYLOCATION AT LEAST 4 WEEKS IN ADVANCE OF ANY MOBILIZATION AND EXCAVATION OF APIPELINE SEGMENT. UTILITIES THAT ARE FOUND TO BE IN CONFLICT WITH THE PROPOSED WORK MAY REQUIRE REVISIONS TO THE CONSTRUCTION PLANS. 15. UTILITY INFORMATION WAS OBTAINED FROM AVAILABLE RECORD DRAWINGS OR UTILITY MAPS. VERTICAL ELEVATIONS ARE UNKNOWN. CONTRACTOR SHALL VERIFY HORIZONTAL AND VERTICAL LOCATIONS AND BEARING AND INCLINATIONS SUFFICIENTLY AHEAD OF SCHEDULE TO ALLOW TIME FOR DESIGN REVISIONS, IF NECESSARY.PROVIDE A MINIMUM OF 12 INCHES OF VERTICAL SEPARATION BETWEEN UTILITYCROSSINGS, UNLESS OTHERWISE APPROVED BY THE ENGINEER. LESS THAN 12 INCHES OF VERTICAL SEPARATION SHALL REQUIRE A "SAND CUSHION". 16. WATER SERVICES, RECYCLED WATER SERVICES AND SEWER LATERALS ARE SHOWN IN THEIR APPROXIMATE LOCATIONS. ALL SERVICES SHALL BE KEPT ACTIVE UNLESS REQUIRED FOR CONSTRUCTION ACTIVITIES. SCHEDULED SERVICE INTERRUPTIONS SHALL BE COORDINATED WITH THE CITY REPRESENTATIVE PRIOR TO SERVICE INTERRUPTION. SERVICES DAMAGED DURING CONSTRUCTION SHALL BE REPLACED TOTHEIR ORIGINAL WORKING CONDITION AND TESTED PER CITY REQUIREMENTS INACCORDANCE WITH CITY OF CARLSBAD ENGINEERING STANDARDS AT THE EXPENSE OF THE CONTRACTOR. SEE CARLSBAD NOTE 1. 17. CONSTRUCTION STAGING SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. CONTRACTOR SHALL NOT USE ANY PUBLIC RIGHT-OF-WAY FOR STOCKPILING OR STAGING OF WORK WITHOUT WRITTEN APPROVAL BY THE CITY OF CARLSBAD. 18. CONTRACTOR SHALL NOT MAKE CONNECTIONS BETWEEN NEW RECYCLED WATER SERVICES AND EXISTING ON-SITE IRRIGATION SYSTEMS. 19. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRAFFIC CONTROL, NOT INCLUDEDHEREIN. CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR OBTAINING ANY REQUIRED CITY APPROVALS FOR TRAFFIC CONTROL AND PERMITTING. INCLUDING PREPARATION OF APPROVED TRAFFIC CONTROL PLANS. 20. TRENCH RESURFACING FOR ASPHALT CONCRETE PAVEMENT FOR TRENCH SHALL BE PER CITY SUPPLEMENTAL STANDARD NO. GS-25 AND GS-26, FULL LANE WIDTH (12 FEET MINIMUM). STRIPING DAMAGED DURING CONSTRUCTION SHALL BE REPLACED BY THECONTRACTOR AT NO ADDITIONAL COST TO THE CITY OF CARLSBAD OR CARLSBADMUNICIPAL WATER DISTRICT. GENERAL NOTES (CONTINUED) CARLSBAD MUNICIPAL WATER DISTRICT (760) 438-2722 CITY OF CARLSBAD (STREETS AND STORM DRAIN) (760) 802-4754 UNDERGROUND SERVICE ALERT 811 SDG&E (858) 547-3335AT&T DISTRIBUTION (510) 645-2929TIME WARNER CABLE (760) 438-7741CROWN CASTLE/NEXTG NETWORKS, INC. (724) 416-2193 MCI (VERIZON BUSINESS) (972) 729-6322 SC GAS ALISO VIEJO (818) 701-4546 LEUCADIA WASTEWATER DISTRICT (760) 753-0155 WATER NOTES 1. WATER MAIN AND APPURTENANCES SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE "CITY OF CARLSBAD ENGINEERING STANDARDS" (LATEST EDITION) VOLUMES 2 & 3 AND SAN DIEGO COUNTY DEPARTMENT OF ENVIRONMENTAL HEALTH REQUIREMENTS. 2. 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 CONSTRUCTIONSAFETY ORDERS. 3. 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 THE CITY OF CARLSBAD'S DEPUTY CITY ENGINEER AND THE UTILITY OPERATIONS' PUBLIC WORKS MANAGER. SEE CARLSBAD NOTE 1. 4. NO TREES SHALL BE REMOVED AS PART OF WORK - ANY EXCEPTIONS SHALL REQUIRE WRITTEN PERMISSION FROM THE CITY ENGINEER. 5. ALL BURIED COPPER PIPING AND APPURTENANCES SHALL BE PROTECTED BY MEANS OFCATHODIC PROTECTION. 6. MINIMUM SPACING BETWEEN RECYCLED WATER LATERALS, POTABLE WATER SERVICESAND SEWER SERVICES SHALL BE 10 FEET. A MINIMUM 4-FOOT SEPARATION MAY BE CONSIDERED AT THE DISCRETION OF THE CMWD. 7. THE TOP OF WATER METER BOXES SHALL BE FLUSH WITH THE FINISHED SURFACE GRADE. REPAIR ANY DAMAGE IN KIND CAUSED BY CONSTRUCTION ACTIVITIES TO EDGES, WALLS, SLOPES AND LANDSCAPE. 8. CONSTRUCTION OF WATER MAINS SHALL ADHERE TO THE "CRITERIA FOR THESEPARATION OF WATER MAINS AND SANITARY SEWERS" PUBLISHED BY THE STATE OFCALIFORNIA'S DEPARTMENT OF PUBLIC HEALTH. 9. AXIAL DEFLECTION AT THE PIPE JOINTS ARE NOT ALLOWED. THE USE OF A HIGH-DEFLECTION COUPLING AT A PIPE JOINT MAY BE PERMITTED BY THE INSPECTOR ON A CASE BY CASE BASIS, NOT TO EXCEED 4 DEGREES TOTAL DEFLECTION PER COUPLING (2 DEGREES/EACH GASKET). USE NORTH AMERICAN PIPE CORPORATION FLUID-TITE PVC HIGH DEFLECTION COUPLINGS. 10. INSTALL APPROVED, METALLIC BACKED AND STENCILED WARNING TAPE OVER ALLPRESSURE PIPING AND PROVIDE AT LEAST 18" OF COVER OVER RECYCLED WATERLINES. STENCIL AND COLOR CODE (PURPLE PANTONE #522) ALL RECYCLED WATER PIPE. ORIENT THE STENCILING TO THE TOP OF THE TRENCH. 11. INSTALL A PROTECTIVE SLEEVE WHEN RECYCLED AND POTABLE LINES CROSS IF REQUIRED. EXTEND THE SLEEVE 10' TO EACH SIDE OF THE CROSSING. MAINTAIN A 4' MIN HORIZONTAL SEPARATION BETWEEN RECYCLED WATER LINES AND POTABLE WATER OR SEWER LINES. PROVIDE 12" VERTICAL SEPARATION BETWEEN POTABLE/RECYCLED WATER/SEWER. INSTALL SEWER BELOW RECYCLED WATER AND RECYCLED WATERBELOW POTABLE WATER. 12. EXACT LOCATION OF LATERALS, METERS, AVARs, BOs, AND MARs SHALL BE DETERMINEDIN THE FIELD BY THE CONTRACTOR AND APPROVED BY THE CITY INSPECTOR. 13. PRIOR TO BACKFILL, INSTALL TRACER WIRE ON TOP OF PVC PIPE AND SECURE IN PLACE WITH 2-INCH WIDE PLASTIC ADHESIVE TAPE AT MAXIMUM 10-FOOT INTERVALS. RUN TRACER WIRE CONTINUOUSLY ALONG PIPE AND TERMINATE IN ADJACENT VALVE BOXES FOR BURIED ASSEMBLIES OR BURIED VALVES. WHERE BURIED SPLICES OCCUR, USE ANELECTRICAL SPLICING KIT CONSISTING OF A SPLIT BOLT CONNECTOR, MOLD AND A TWOPART ENCAPSULATING EPOXY RESIN SUCH AS SCOTCHCAST, OR CITY APPROVEDEQUAL. PROVIDE 24 INCHES OF COILED WIRE AT ACCESS POINTS FOR ATTACHMENT OF PIPE LOCATING EQUIPMENT. EACH INSTALLED RUN OF PIPE SHALL BE CAPABLE OF BEING LOCATED USING THE TRACER WIRE. PROTECT WIRE INSULATION FROM DAMAGE DURING INSTALLATION AND BACKFILLING. USE AWG NO. 8 STRANDED COPPER WIRE WITH HIGH MOLECULAR WEIGHT POLYETHYLENE (HMW/PE) INSULATION SPECIFICALLY DESIGNED FOR DIRECT BURIAL IN CORROSIVE SOIL OR WATER. POLYETHYLENE INSULATION SHALL CONFORM TO ASTM D1248, TYPE 1, CLASS C. WIRES WITH CUT ORDAMAGED INSULATION ARE NOT ACCEPTABLE AND REPLACEMENT OF THE ENTIRE WIREWHICH HAS BEEN DAMAGED WILL BE REQUIRED AT THE CONTRACTOR'S EXPENSE. 14. ALL RECYCLED WATER VALVE BOXES SHALL BE 10" BINGHAM & TAYLOR MARK V WITH LOCKING LID. BLOW OFF AND MAR CANS SHALL BE ALHAMBRA A-1244-C/R. CARLSBAD NOTES 1. CONTRACTOR SHALL SUBMIT UTILITY SHUTDOWN/CONNECTION REQUEST FORM E-28 ANDSHUTDOWN PLAN AS FOLLOWS: 2. ALL EQUIPMENT USED DURING CONSTRUCTION, INCLUDING EXCAVATORS, SHALL HAVE RUBBER TIRES OR RUBBER TRACKS. CONTRACTOR IS RESPONSIBLE FOR ALL REPAIRS THAT ARE REQUIRED TO THE EXISTING PAVEMENT TO THE SATISFACTION OF THE CITY INSPECTOR AND AT NO ADDITIONAL COST TO THE CMWD. 3. CONSTRUCTION STAGING OR STORAGE WITHIN THE PUBLIC RIGHT-OF-WAY IS PROHIBITED. OFF-SITE STAGING AND STORAGE AREAS SHALL BE THE CONTRACTOR'S RESPONSIBILITY AND SHALL BE APPROVED BY THE CITY ENGINEER. SEE GENERAL NOTE 17. TO THE CITY ENGINEER 2 WEEKS PRIOR TO ANY SHUTDOWN TO CARLSBAD UTILITY DEPARTMENT 2 DAYS PRIOR TO ANY SHUTDOWN ENVIRONMENTAL NOTES BIO-IF CONTRACTOR TRAINING. IF IT IS CONFIRMED THROUGH THE IMPLEMENTATION OF MITIGATION MEASURE BIO-IB THAT THE PROJECT WOULD OCCUR IMMEDIATELY ADJACENT TO SENSITIVE HABITAT AREAS AND/OR HABITAT POTENTIALLY SUITABLE FOR SPECIAL STATUS SPECIES, THE CMWD SHALLRETAIN A QUALIFIED BIOLOGIST TO ATTEND PRE-CONSTRUCTION MEETINGS TO INFORMCONSTRUCTION CREWS OF THE SENSITIVE RESOURCES AND ASSOCIATED AVOIDANCE AND/OR MINIMIZATION REQUIREMENTS. HAZ-1 EXCAVATION MONITORING. DURING EXCAVATION ACTIVITIES, CMWD SHALL PROVIDE MONITORING BY AN INDIVIDUAL LICENSED IN THE STATE OF CALIFORNIA TO ASSESS SOIL CONDITIONS FOR THE POTENTIAL PRESENCE OF CONTAMINATED SOILS. IN THE EVENT OF ENCOUNTERING HYDROCARBONCONTAMINATED SOILS, THESE SOILS SHALL BE PROPERLY TESTED, MANAGED, ANDDISPOSED OF AT A LICENSED FACILITY IN ACCORDANCE WITH DEPARTMENT OFENVIRONMENTAL HEALTH REQUIREMENTS. HAZ-2 CONSTRUCTION WORKER HEALTH AND SAFETY WORK PLAN. CONTRACTOR SHALL BE RESPONSIBLE FOR PREPARING AND SUBMITTING A CONSTRUCTION WORKER HEALTH AND SAFETY WORK PLAN FOR THE REVIEW AND APPROVAL OF CMWD. CULTURAL RESOURCES PER CLASS I CULTURAL RESOURCE INVENTORY FOR THE CARLSBAD MUNICIPAL WATERDISTRICT PHASE III RECYCLED WATER PROJECT, SEGMENTS 1A, 2, 4A, 5, 7, AND 9, ANARCHAEOLOGICAL AND NATIVE AMERICAN MONITOR SHALL BE PRESENT FOR GROUNDDISTURBING ACTIVITIES IN ALL AREAS THAT INTERSECT KNOWN ARCHAEOLOGICAL SITES AND A 100 FT. BUFFER SURROUNDING THEM. THE CONTRACTOR WILL PROVIDE A CONSTRUCTION SCHEDULE THAT CLEARLY IDENTIFIES WORK IN THE GENERAL AREAS OF CULTURAL SIGNIFICANCE AS NOTED IN THE PLANS. THE CONTRACTOR WILL INCLUDE A LINE ITEM IN THE SCHEDULE FOR ANTICIPATED “CULTURAL MONITORING”. NOTIFY CITY TWO WEEKS PRIOR TO STARTING THE WORK TO ALLOWCOORDINATION TIME WITH CULTURAL MONITOR. THE MONITORS SHALL BE PRESENT FULL-TIME DURING ALL SOIL DISTURBING AND GRADING/EXCAVATION/TRENCHING WHICH COULD RESULT IN IMPACTS TO ARCHAEOLOGICAL RESOURCES AS IDENTIFIED WITHIN THE CULTURAL RESOURCES CLASS I INVENTORY. IN THE EVENT OF A DISCOVERY, THE ARCHAEOLOGICAL MONITOR SHALL DIRECT THE CONTRACTOR TO TEMPORARILY DIVERT ALL SOIL DISTURBING ACTIVITIES. THE MONITOR SHALL IMMEDIATELY NOTIFY THEIR SUPERVISOR AND THE CITY OF THE DISCOVERY. NO SOIL SHALL BE EXPORTED OFF-SITE UNTIL A DETERMINATION CAN BE MADE REGARDING THESIGNIFICANCE OF THE RESOURCE, ESPECIALLY IF NATIVE AMERICAN RESOURCES AREENCOUNTERED. DURING CONSTRUCTION ACTIVITIES, CMWD AND CONTRACTOR SHALL COMPLY WITH PUBLIC RESOURCES CODE SECTION 5097.98 AND CALIFORNIA STATE HEALTH AND SAFETY CODE 7050.5, UPON UNINTENTIONAL DISCOVERY OR DISTURBANCE OF HUMAN REMAINS. CALIFORNIA STATE HEALTH AND SAFETY CODE SECTION 7050.5 DICTATES THAT NO FURTHER DISTURBANCE WILL OCCUR UNTIL THE COUNTY CORONER HAS MADE THE NECESSARY FINDINGS AS TO ORIGIN AND DISPOSITION PURSUANT TO PUBLIC RESOURCES CODESECTION 5097.98. IF THE REMAINS ARE DETERMINED BY THE COUNTY CORONER TO BENATIVE AMERICAN, THE NATIVE AMERICAN HERITAGE COMMISSION (NAHC) WILL BE NOTIFIED WITHIN 24 HOURS, AND THE GUIDELINES OF THE NAHC WILL BE MET IN THE TREATMENT AND DISPOSITION OF THE REMAINS. A PROFESSIONAL ARCHAEOLOGIST WITH NATIVE AMERICAN BURIAL EXPERIENCE WILL CONDUCT A FIELD INVESTIGATION OF THE SPECIFIC SITE AND CONSULT WITH THE MOST LIKELY DESCENDANT (MLD), IF ANY, IDENTIFIED BY THE NAHC. AS NECESSARY AND APPROPRIATE, A PROFESSIONAL ARCHAEOLOGIST WILL BE RETAINED BY CMWD TO PROVIDE TECHNICAL ASSISTANCE TO THE MLD, INCLUDING BUT NOT LIMITED TO,THE EXCAVATION AND REMOVAL OF THE HUMAN REMAINS. CMWD STANDARD DRAWINGS THE FOLLOWING CMWD STANDARD DRAWINGS ARE INCLUDED IN THE CONTRACT DOCUMENTS AND ARE ATTACHED TO THE PROJECT SPECIFICATIONS AS APPENDIX F, FOR CONVENIENCE OF REFERENCE. THIS LIST ISNOT INTENDED TO BE ALL INCLUSIVE OF REQUIRED STANDARDS. DWG. NO.DRAWING NAME GS-6 LOCATIONS OF UNDERGROUND UTILITIES GS-6A LOCATIONS OF UNDERGROUND UTILITIES GS-9 SPECIAL CROSS GUTTER (STEEP GRADES) GS-18 MEDIAN CURB GS-25 TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS LESS THAN 25" GS-26 TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS FROM 26" TO 48" GS-27 TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS GREATER THAN 48" GS-28 NOTES FOR ASPHALT CONCRETE TRENCH RESURFACING W-2 TYPICLA TRENCH SECTION W-3 1" WATER SERVICE CONNECTION FOR 5/8", 3/4" & 1" METERS W-4 2" WATER SERVICE CONNECTION FOR 1-1/2" & 2" METERS W-6 2" BLOW-OFF / MANUAL AIR RELEASE ASSEMBLIES W-7 ABOVE SURFACE 2" AIR VACUUM VALVE ASSEMBLY & APPURTENANCE W-8 OUTLETS ON A.C. OR P.V.C. MAIN FOR 1" THRU 2" ASSEMBLIES W-12 FIRE HYDRANT ASSEMBLY W-13 VALVE BOX ASSEMBLY W-15 CONCRETE THRUST BLOCKS FOR NON-RESTRAINED JOINTS W-16 GATE VALVE INSTALLATION P.V.C., D.I.P., A.C.P. & STEEL PIPE W-17 BUTTERFLY & PLUG VALVE INSTALLATION FOR P.V.C. W-18 THRUST ANCHOR FOR WATER MAIN REDUCER - 4 THRU 16 INCH W-19 THRUST BLOCK BEARING AREAS - 4" THRU 16" W-24 PROTECTION POST W-25 ZINC ANODE AND CONNECTORS FOR 1" & 2" WATER SERVICE MITIGATION MEASURES BIO-IA AVOIDANCE OF NESTING BIRDS AND RAPTORS, TO PREVENT IMPACTS OF NESTING BIRDS, INCLUDING RAPTORS, PROTECTED UNDER THE FEDERAL MBTA AND CDFG CODE, THE CMWD SHALL ENFORCE THE FOLLOWING: PRIOR TO CONSTRUCTION ACTIVITIES REQUIRING THE REMOVAL, PRUNING, OR DAMAGE OF ANYTREES, SHRUBS, AND MAN-MADE STRUCTURES (E.G., BUILDINGS, BRIDGES, ETC.) DURING THEGENERAL BREEDING SEASON, THAT BEING FROM JANUARY 15 TO SEPTEMBER 15, THE CITY SHALL RETAIN A QUALIFIED BIOLOGIST TO PERFORM A PRE-CONSTRUCTION SURVEY TO DETERMINE IF THERE ARE ANY ACTIVE NESTS WITHIN 600 FEET OF THE AREAS PLANNED FOR CONSTRUCTION. THE SURVEYS SHALL TAKE PLACE NO MORE THAN 30 DAYS PRIOR TO THE START OF CONSTRUCTION FOR A PARTICULAR PROJECT COMPONENT. IF ANY ACTIVE RAPTOR NESTS ARE LOCATED ON OR WITHIN 500 FEET OF THE AREAS PLANNEDFOR CONSTRUCTION, OR IF ANY ACTIVE PASSERINE (SONGBIRD) NESTS ARE LOCATED ON ORWITHIN 300 FEET OF THE AREAS PLANNED FOR CONSTRUCTION, THE CITY SHALL RETAIN THE NESTS AND MONITOR CONSTRUCTION ACTIVITIES. NO CONSTRUCTION ACTIVITIES SHALL OCCUR UNTIL IT IS DETERMINED BY A QUALIFIED BIOLOGIST THAT THE NESTS ARE NO LONGER ACTIVE AND ALL NESTLINGS HAVE FLEDGED THE NEST OR UNTIL THE END OF THE GENERAL BREEDING SEASON, WHICHEVER OCCURS LATER. A QUALIFIED BIOLOGIST SHALL CONFIRM IN WRITING THAT NO DISTURBANCE TO ACTIVE NESTS OR NESTING ACTIVITIES WOULD OCCUR OCCUR AS A RESULT OF CONSTRUCTION ACTIVITIES. DOCUMENTATION FROM A QUALIFIED BIOLOGISTCONSISTENT WITH THESE REQUIREMENTS SHALL BE SUBMITTED TO THE CITY PLANNER FORREVIEW AND APPROVAL BIO-1B PRE-CONSTRUCTION BIOLOGICAL RESOURCE SURVEYS PRIOR TO CONSTRUCTION OF PROJECT COMPONENTS ES 1, ES 2, ES 5, ES 8, AND ES 9 THAT WILL OCCUR WITHIN DISTURBED OR DEVELOPED LAND, BUT ARE SITED IMMEDIATELY ADJACENT TO AN UNDEVELOPED OPEN SPACE AREA (I.E. AN AREA SUPPORTING NATURALIZED HABITAT, SENSITIVE HABITAT, AND/OR HABITAT POTENTIALLY SUITABLE FOR SPECIAL STATUS SPECIES),THE CMWD SHALL RETAIN A QUALIFIED BIOLOGIST TO PERFORM A PRE-CONSTRUCTION SURVEYTO VERIFY EXISTING BIOLOGICAL RESOURCES ADJACENT TO THE PROJECT CONSTRUCTIONAREAS. THE SURVEYS SHALL TAKE PLACE NO MORE THAN 30 DAYS PRIOR TO THE START OF CONSTRUCTION FOR A PARTICULAR PROJECT COMPONENT. THE CMWD SHALL PROVIDE THE BIOLOGIST WITH A COPY OF THE PROJECT PLANS THAT CLEARLY DEPICT THE CONSTRUCTION WORK LIMITS, INCLUDING CONSTRUCTION STAGING AND STORAGE AREAS, IN ORDER TO DETERMINE WHICH SPECIFIC PORTION(S) OF THE PROJECT WILL REQUIRE INSPECTION OF ADJACENT OPEN SPACE AREAS DURING THE PRE-CONSTRUCTION SURVEY. AT A MINIMUM, THEBIOLOGIST SHALL PERFORM A VISUAL INSPECTION OF THE ADJACENT OPEN SPACE AREA INORDER TO CHARACTERIZE THE EXISTING HABITAT TYPES AND DETERMINE THE LIKELIHOOD FORSPECIAL STATUS SPECIES TO OCCUR, INCLUDING THE COASTAL CALIFORNIA GNATCATCHER (POLIOPTILA CALIFORNICA CALIFORNICA), MIGRATORY SONGBIRDS, AND OTHER BIRD SPECIES WITH THE POTENTIAL TO BREED. THE PRE-CONSTRUCTION SURVEY RESULTS SHALL BE SUBMITTED TO THE CMWD PRIOR TO CONSTRUCTION IN ORDER TO VERIFY THE NEED FOR ADDITIONAL CONSTRUCTION MEASURES PROPOSED WITHIN BIO-1C THROUGH BIO-1F. BIO-IC ORANGE CONSTRUCTION FENCING. IF IT IS CONFIRMED THROUGH THE IMPLEMENTATION OF MITIGATION MEASURE BIO-IB THAT THEPROJECT WOULD OCCUR IMMEDIATELY ADJACENT TO SENSITIVE HABITAT AREAS AND/OR HABITAT POTENTIALLY SUITABLE FOR SPECIAL STATUS SPECIES, THE CMWD SHALL RETAIN A QUALIFIED BIOLOGIST TO SUPERVISE THE INSTALLATION OF TEMPORARY ORANGE CONSTRUCTION FENCING, WHICH CLEARLY DELINEATES THE EDGE OF THE APPROVED LIMITS OF GRADING AND CLEARING, AND THE EDGES OF ENVIRONMENTALLY SENSITIVE AREAS THAT OCCUR BEYOND THE APPROVED LIMITS. THIS FENCING SHALL BE INSTALLED PRIOR TO CONSTRUCTION, AND MAINTAINED FOR THE DURATION OF CONSTRUCTION ACTIVITY. FENCINGSHALL BE INSTALLED IN A MANNER THAT DOES NOT IMPACT HABITATS TO BE AVOIDED. IF WORKOCCURS BEYOND THE FENCED OR DEMARCATED LIMITS OF IMPACT. ALL WORK SHALL CEASEUNTIL THE PROBLEM HAS BEEN REMEDIED AND MITIGATION IDENTIFIED. TEMPORARY ORANGE FENCING SHALL BE REMOVED UPON COMPLETION OF CONSTRUCTION OF THE PROJECT. IMPLEMENTATION OF THE MEASURE SHALL BE VERIFIED BY THE CITY PLANNER PRIOR TO AND CONCURRENT WITH CONSTRUCTION. BIO-ID CONSTRUCTION-RELATED NOISE. CONSTRUCTION NOISE CREATED DURING THE GENERAL BREEDING SEASON (JANUARY 15 TOSEPTEMBER 15) THAT COULD AFFECT THE BREEDING OF THE COASTAL CALIFORNIAGNATCATCHER, MIGRATORY SONGBIRDS, AND OTHER BIRD SPECIES ASSOCIATED WITH ADJACENT UNDEVELOPED AREAS SHALL BE AVOIDED. NO LOUD CONSTRUCTION NOISE (EXCEEDING 60 DBA HOURLY AVERAGE, ADJUSTED FOR AMBIENT NOISE LEVELS, AT THE NESTING SITE) MAY TAKE PLACE WITHIN 600 FEET OF ACTIVE NESTING SITES DURING THE GENERAL BREEDING SEASON (JANUARY 15 THROUGH SEPTEMBER 15). IF IT IS CONFIRMED THROUGH THE IMPLEMENTATION OF MITIGATION MEASURE BIO-IB THAT THE PROJECT COULD RESULT IN CONSTRUCTION-RELATED NOISE IMPACTS TO BREEDING BIRDSDURING THE GENERAL BREEDING SEASON, THE CMWD SHALL RETAIN A QUALIFIED BIOLOGISTTO MONITOR THE CONSTRUCTION OPERATIONS. THE BIOLOGICAL MONITOR SHALL BE PRESENT TO MONITOR CONSTRUCTION ACTIVITIES THAT OCCUR ADJACENT TO THE UNDEVELOPED OPEN SPACE AREA POTENTIALLY SUPPORTING BREEDING BIRDS. THE MONITOR SHALL VERIFY THAT CONSTRUCTION NOISE LEVELS DO NOT EXCEED 60 DBA HOURLY AVERAGE AND SHALL HAVE THE ABILITY TO HALT CONSTRUCTION WORK, IF NECESSARY, AND CONFER WITH THE CITY PLANNER, US FISH AND WILDLIFE SERVICE, AND CALIFORNIA DEPARTMENT OF FISH AND GAME TO ENSURE THE PROPER IMPLEMENTATION OF ADDITIONAL PROTECTION MEASURES DURINGCONSTRUCTION. THE BIOLOGIST SHALL REPORT ANY VIOLATION TO THE USFWS AND/OR CDFGWITHIN 25 HOURS OF ITS OCCURRENCE. BIO-IE CONSTRUCTION STAGING AREAS IF IT IS CONFIRMED THROUGH THE IMPLEMENTATION OF MITIGATION MEASURE BIO-IB THAT THE PROJECT WOULD OCCUR IMMEDIATELY ADJACENT TO SENSITIVE HABITAT AREAS AND/OR HABITAT POTENTIALLY SUITABLE FOR SPECIAL STATUS SPECIES, THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING CONSTRUCTION STAGING AREAS SUCH THAT NO STAGING AREASSHALL BE LOCATED WITHIN SENSITIVE HABITAT AREAS. THE CONTRACTOR SHALL RECEIVEAPPROVAL BY THE CITY PLANNING & ENGINEERING DIVISIONS PRIOR TO MOBILIZATIONS ANDSTAGING EQUIPMENT OUTSIDE OF THE PROJECT BOUNDARIES. ENVIRONMENTAL NOTES (CONT.) 21. THE CONTRACTOR SHALL NOTIFY AFFECTED UTILITY COMPANIES (SEE BELOW) AT LEAST TWO FULL WORKING DAYS PRIOR TO STARTING CONSTRUCTION NEAR THEIR FACILITIES AND SHALL COORDINATE WORK WITH A COMPANY REPRESENTATIVE. 22. THE ORIGINAL DRAWINGS SHALL BE REVISED TO REFLECT AS-BUILT CONDITIONS PRIOR TO FINAL ACCEPTANCE OF WORK BY THE CITY. 23. THE CONTRACTOR SHALL REPLACE IN KIND AND IN ACCORDANCE WITH ALL CITY OF CARLSBAD STANDARDS ALL EXISTING IMPROVEMENTS INCLUDING BUT NOT LIMITED TOPAVEMENT, SIDEWALKS, CURBS AND GUTTERS, MEDIAN IMPROVEMENTS, BERMS, PAVEDAND DIRT ROADS, DRAINAGE DITCHES, CULVERTS, DRAIN PIPES, SEWER LATERALS,WATER SERVICES, LANDSCAPING, HARDSCAPE IRRIGATION FACILITIES, TRAFFIC CONTROL LOOPS, LIGHTING AND ELECTRICAL, ABOVE AND BELOW GROUND, DAMAGED DURING CONSTRUCTION OF THE PROJECT, EXCEPT AS SPECIFICALLY INDICATE DRAWINGS. 24. CONTRACTOR SHALL PROVIDE ASBESTOS CEMENT PIPE COUPON FROM EXISTING ASBESTOS CEMENT PIPE REMOVED DURING CONSTRUCTION OF WORK. COUPONS WILLBE SELECTED BY CMWD DURING CONSTRUCTION. CUT AND TEST ASBESTOS CEMENT INACCORDANCE WITH SECTION 02080. 25. A DRAFT ASSET MANAGEMENT TABLE HAS BEEN PREPARED AND IS INCLUDED IN APPENDIX E. CONTRACTOR SHALL PREPARE A FINAL ASSET MANAGEMENT TABLE UPDATED PER AS-BUILT CONDITIONS AND SUBMIT TO CITY OF CARLSBAD WITH THE FINAL RECORD DRAWING MARKUPS. 26. CONTRACTOR SHALL SUBMIT COMPLETE TRAFFIC CONTROL PLANS FOR APPROVAL FOR ALL ASSOCIATED WORK NOT INCLUDED IN THE PROVIDED TRAFFIC CONTROL PLANS,INCLUDING DETAILED TRAFFIC CONTROL PLANS FOR EACH LATERAL. 27. CONTRACTOR IS RESPONSIBLE FOR COMPLETING PERMITTING PROCESS WITH NCTD INCLUDING BUT NOT LIMITED TO PROPERTY ACCESS REQUESTS, DETAILED WORK PLAN, FINAL TRAFFIC CONTROLS PLANS, ACTIVITY HAZARD ANALYSIS, PRIOR TO CONSTRUCTION IN NCTD RIGHT-OF-WAY. RECORD DRAWINGS THIS RECORD DRAWINGS HAVE BEEN PREPARED BASED ON INFORMATIONPROVIDED BY THE CONTRACTOR AND OTHERS. KENNEDY/JENKS CONSULTANTSHAS NOT VERIFIED THE ACCURACY OR COMPLETENESS OF THE INFORMATIONPROVIDED TO THEM AND DOES NOT WARRANT THE ACCURACY OR COMPLETENESSOF THIS RECORD DRAWING. USERS OF THIS RECORD DRAWING ASSUME ALL RISKOF LOSS RESULTING FROM ITS USE. USERS OF THIS DOCUMENT IN ELECTRONICFORM ARE CAUTIONED AGAINST USE WITHOUT FIRST DETERMINING WHETHERCHANGES MAY HAVE BEEN MADE TO THE DOCUMENT SUBSEQUENT TO ITSPREPARATION BY KENNEDY/JENKS CONSULTANTS. ORIGINALS OF SIGNED ANDSEALED HARD COPIES OF THIS DOCUMENT ARE THE ONLY TRUE RECORD OF THECONTRACT DOCUMENTS PREPARED BY KENNEDY/JENKS CONSULTANTS RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 IMPROVEMENT PLAN FOR: 5208-B 128 508-6 RECORD DRAWINGS THIS RECORD DRAWINGS HAVE BEEN PREPARED BASED ON INFORMATIONPROVIDED BY THE CONTRACTOR AND OTHERS. KENNEDY/JENKS CONSULTANTS HAS NOT VERIFIED THE ACCURACY OR COMPLETENESS OF THE INFORMATIONPROVIDED TO THEM AND DOES NOT WARRANT THE ACCURACY OR COMPLETENESSOF THIS RECORD DRAWING. USERS OF THIS RECORD DRAWING ASSUME ALL RISKOF LOSS RESULTING FROM ITS USE. USERS OF THIS DOCUMENT IN ELECTRONIC FORM ARE CAUTIONED AGAINST USE WITHOUT FIRST DETERMINING WHETHERCHANGES MAY HAVE BEEN MADE TO THE DOCUMENT SUBSEQUENT TO ITSPREPARATION BY KENNEDY/JENKS CONSULTANTS. ORIGINALS OF SIGNED ANDSEALED HARD COPIES OF THIS DOCUMENT ARE THE ONLY TRUE RECORD OF THECONTRACT DOCUMENTS PREPARED BY KENNEDY/JENKS CONSULTANTS C 83374 03/31/2023 08/06/2021 RECYCLED WATER SEGMENT 5-1 KEY MAP I G-04 pw : \ \ k j c e - p w . b e n t l e y . c o m : k j c e - p w \ D o c u m e n t s \ C l i e n t s \ C a r l s b a d , C i t y o f C A \ P r o j e c t s \ P h a s e I I I R W P i p e l i n e S e g m e n t 5 _ 1 7 4 4 1 0 0 . 0 0 \ 1 0 - D e s i g n \ 1 0 . 0 6 - D r a w i n g s \ G e n e r a l \ 1 7 4 4 1 0 0 . 0 0 - G - 0 4 04 RECYCLED WATER SEGMENT 5-1 ENLARGED VIEW RECYCLED WATER SEGMENT 2 C-07 C-08 C-11 C-12 C-13 C-22 C-19 C-24 C-23 C-18 C-17 C-16C-27 C-14 C-26 C-15 C-20 C-21 C-37 C-28 C-30 C-35 C-31 C-33 C-41 C-40 C-38 C-36 C-32 C-34 C-39 C-62 C-62 POTABLE WATER CARLSBAD PALISADES POTABLE WATER CARLSBAD PALISADES SEE BELOW RIGHT RECYCLED WATER SEGMENT 5-1 SEE ABOVE RIGHT CANNON R O A D KE L L E Y D R TAM A R A C K A V E T A M A R A C K AV E H I G H R I D G E A V E T A M A R A C K A V E TAM A R A C K A V E PA L I S A D E S D R DR I F T W O O D C I R A M B E R W O O D C T BI R C H W O O D C T BI R C H W O O D C I R E P O I N T E A V E R E G E N T R O A D TAMA R A C K A V E CHA N C E R Y C T CHELSEA CT BUCKINGHA M L N SOUTHA M P T O N R D SOU T H A M P T O N R D REGENT R O A D CA R N A B Y CT SALI S B U R Y D R DO R C H E S T E R P L PO N T I A C D R ED I N B U R G H D R EL C A M I N O R E A L EL C A M I N O R E A L PARK DR C A R L S B A D B L V D A V E N I D A E N C I N A S EL C A M I N O R E A L C-29 C-25 RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 IMPROVEMENT PLAN FOR: 5208-B 128 508-6 RECORD DRAWINGS THIS RECORD DRAWINGS HAVE BEEN PREPARED BASED ON INFORMATIONPROVIDED BY THE CONTRACTOR AND OTHERS. KENNEDY/JENKS CONSULTANTS HAS NOT VERIFIED THE ACCURACY OR COMPLETENESS OF THE INFORMATIONPROVIDED TO THEM AND DOES NOT WARRANT THE ACCURACY OR COMPLETENESSOF THIS RECORD DRAWING. USERS OF THIS RECORD DRAWING ASSUME ALL RISKOF LOSS RESULTING FROM ITS USE. USERS OF THIS DOCUMENT IN ELECTRONIC FORM ARE CAUTIONED AGAINST USE WITHOUT FIRST DETERMINING WHETHERCHANGES MAY HAVE BEEN MADE TO THE DOCUMENT SUBSEQUENT TO ITSPREPARATION BY KENNEDY/JENKS CONSULTANTS. ORIGINALS OF SIGNED ANDSEALED HARD COPIES OF THIS DOCUMENT ARE THE ONLY TRUE RECORD OF THECONTRACT DOCUMENTS PREPARED BY KENNEDY/JENKS CONSULTANTS C 83374 03/31/2023 08/06/2021 KEY MAP II G-05 pw : \ \ k j c e - p w . b e n t l e y . c o m : k j c e - p w \ D o c u m e n t s \ C l i e n t s \ C a r l s b a d , C i t y o f C A \ P r o j e c t s \ P h a s e I I I R W P i p e l i n e S e g m e n t 5 _ 1 7 4 4 1 0 0 . 0 0 \ 1 0 - D e s i g n \ 1 0 . 0 6 - D r a w i n g s \ G e n e r a l \ 1 7 4 4 1 0 0 . 0 0 - G - 0 5 05 RECYCLED WATER SEGMENT 5-3 RECYCLED WATER SEGMENT 7 C-59 C-52 C-58 C-53 C-54 C-55 C-48 C-49 C-50 C-56 C-57 C-42 C-43 C-44 C-45 C-46 C-47 C-61 POTABLE WATER FLOWER FIELDS POTABLE WATER FLOWER FIELDS SEE BELOW RIGHT AVE N I D A D E A N I T A MARRON RD MARRON R D E L C A M I N O R E A L E L C A M I N O R E A L HAYM A R D R MARRON RD MO N R O E S T FLO W E R F I E L D S WA Y TAM A R A C K A V E CHE S T N U T A V E CA R L S B A D V I L L A G E D R HOSP W A Y RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 IMPROVEMENT PLAN FOR: 5208-B 128 508-6 GENERAL NOTES 1. CUSTOMERS ( ) ARE SHOWN ON DWG C-01. 2. LATERALS FOR SERVICES AND AVARS ARE SHOWN IN APPROXIMATE LOCATIONS. CMWD REPRESENTATIVES WILL DETERMINE FINALLOCATIONS IN THE FIELD DURING CONSTRUCTION. 3. TYPICAL TRENCH SECTION PER CMWD STD DWG W-2. 4. TYPICAL TRENCH REPAIR AND REPAVING PER CMWD STD DWGS GS-25 AND GS-36 (FULL LANE WIDTH, 12' MIN). 5. UTILITY LOCATION AND ELEVATION SHOWN IS APPROXIMATE. POTHOLE ALL UTILITIES 4 WEEKS PRIOR TO CONSTRUCTION. REFER TO GENERAL NOTES 14 AND 15 ON DWG G-03. 6. REPLACE ALL DAMAGED CONCRETE (SIDEWALKS, CURBS, ANDGUTTERS) JOINT-TO-JOINT. 7. REPLACE ALL DAMAGED TRAFFIC STRIPING IN-KIND. 8. INSTALL HIGH DEFLECTION COUPLING WITH 20' PIPE LENGTH FOR HORIZONTAL CURVE RADII OVER 573' 9. INSTALL HIGH DEFLECTION COUPLING WITH 10' PIPE LENGTH FOR HORIZONTAL CURVE RADII BETWEEN 572' AND 287' 10. INSTALL HIGH DEFLECTION COUPLING WITH 5' PIPE LENGTH FOR HORIZONTAL CURVE RADII BETWEEN 286' AND 144' INSTALL THRUST BLOCK PER DWG C-01 AND CMWD STD DWG W-151 CONSTRUCTION NOTES INSTALL 1" WATER SERVICE CONNECTION PER CMWD STD DWG W-32 INSTALL 2" WATER SERVICE CONNECTION PER CMWD STD DWG W-43 INSTALL 2" BO PER CMWD STD DWG W-64 INSTALL 2" MAR PER CMWD STD DWG W-65 INSTALL 2" AVAR PER CMWD STD DWG W-76 7 INSTALL RWGV PER CMWD STD DWGS W-13 AND W-16. REFER TOTYPICAL TEE AND IN-LINE VALVE DETAILS ON DWG C-03. 8 INSTALL THRUST ANCHOR FOR REDUCER PER CMWD STD DWG W-18 9 REPAIR MEDIAN CURB PER CMWD STD DWG GS-18 # REPAIR TEXTURED CONCRETE MEDIAN TO MATCH EXISTING REPAIR CONCRETE SWALE TO MATCH EXISTING REPLACE TRAFFIC LOOP PER CALTRANS STD DWG ES-5B, TYPE E. TRAFFIC LOOP DRAWINGS ARE INCLUDED AS AN APPENDIX TO THE SPECIFICATIONS. 10 11 12 C 83374 03/31/2023 08/06/2021 CIVIL NOTES, SURVEY NOTES& CUSTOMER LIST C-01 pw : \ \ k j c e - p w . b e n t l e y . c o m : k j c e - p w \ D o c u m e n t s \ C l i e n t s \ C a r l s b a d , C i t y o f C A \ P r o j e c t s \ P h a s e I I I R W P i p e l i n e S e g m e n t 5 _ 1 7 4 4 1 0 0 . 0 0 \ 1 0 - D e s i g n \ 1 0 . 0 6 - D r a w i n g s \ C i v i l \ 1 7 4 4 1 0 0 . 0 0 - C - 0 1 06 1. PERFORM WORK IN ACCORDANCE WITH CARLSBAD MUNICIPAL WATER DISTRICT STANDARDS. 2. THIS PROJECT IS WITHIN THE CITY OF CARLSBAD RIGHT-OF-WAY. CONFORM TO THE CITY OF CARLSBAD ENCROACHMENT PERMIT AND REQUIREMENTS. 3. THE LOCATION, PIPE DIAMETER, MATERIAL, AND/OR ELEVATIONS OF UNDERGROUNDUTILITIES SHOWN ON THESE DRAWINGS ARE APPROXIMATE ONLY. NOTIFY UNDERGROUND SERVICE ALERT (USA) AT 811 A MINIMUM OF 48 HOURS IN ADVANCE OF CONSTRUCTION. 4. PROTECT EXISTING UTILITIES, WHETHER SHOWN OR NOT SHOWN ON THE DRAWINGS. EXPEDITIOUSLY REPAIR OR RECONSTRUCT ALL UTILITIES DAMAGED BY CONSTRUCTION OPERATIONS. 5. SHORE AND OTHERWISE PROTECT ALL TRENCH EXCAVATIONS 5 FEET OR MORE IN DEPTH IN ACCORDANCE WITH STATE AND FEDERAL OSHA REQUIREMENTS WITH ENGINEEREDSUPPORT. 6. MAINTAIN RECORD DRAWINGS FOR ALL WORK THROUGHOUT THE COURSE OFCONSTRUCTION. RECORD THE LOCATION AND GRADE OF ALL UNDERGROUND IMPROVEMENTS CONSTRUCTED. DELIVER RECORD DRAWINGS TO THE OWNER PRIOR TO AND IN CONSIDERATION OF THE OWNER'S ACCEPTANCE OF THE WORK. 7. REMOVE AND PROPERLY DISPOSE OF ALL SURPLUS EXCAVATION MATERIAL AND DEBRIS PROMPTLY FROM THE SITE. MAINTAIN THE SITE IN A NEAT AND ORDERLY CONDITION. 8. PROVIDE TEMPORARY FENCING TO PROTECT LAYDOWN AREAS. MAINTAIN TEMPORARYFENCING 24 HOURS A DAY, 7 DAYS A WEEK. COORDINATE LAYDOWN AREA WITH CMWDDURING CONSTRUCTION. 9. RESTORE ALL ITEMS DISTURBED DURING CONSTRUCTION BACK TO THEIR ORIGINAL CONDITION OR BETTER AS APPROVED BY CARLSBAD MUNICIPAL WATER DISTRICT. 10. MAXIMUM LENGTH OF PIPE TO BE INCLUDED IN ANY ONE (1) HYDROSTATIC TEST SHALL NOT EXCEED 2,500 LINEAR FEET OR VERTICAL ELEVATION DIFFERENCE OF 58 FEET. 11. REMOVE EXIST POLYETHYLENE ENCASEMENT WHERE IT CONFLICTS WITH NEW PIPING. PROVIDE NEW POLYETHYLENE ENCASEMENT AROUND NEW FITTINGS. SEAL NEWPOLYETHYLENE ENCASEMENT TO EXISTING POLYETHYLENE ENCASEMENT WITH PLASTICADHESIVE TAPE A MINIMUM OF 4 MILS THICK AND AT LEAST 2-INCHES WIDE. 12. HAND-DIG ONLY WITHIN 5-FEET OF HIGH-PRESSURE GAS PIPELINES. NO MECHANICAL DIGGING. NO VACUUM DIGGING. 13. MECHANICALLY RESTRAIN ALL JOINTS WITHIN 40-FEET OF RWGVs ON 6-INCH PIPELINES AND WITHIN 55-FEET OF RWGVs ON 8-INCH PIPELINES. CIVIL NOTESCUSTOMER NO. SHEET NO. STREET NO.STREET ACCOUNT NO. WATER METER NO.SEGMENT ALIGNMENT STATION SERVICE SIZE (IN.) 1 C-07 200 CANNON RD NEW NEW SEGMENT 2 N/A 1+14.89 2 2 C-11 4898 PARK DR 3924500 45818208 SEGMENT 5-1 ALIGNMENT A 1+01.00 2 3 C-11 4885 KELLY DR 3900000 45386157 SEGMENT 5-1 ALIGNMENT A 4+52.99 2 4 C-16 4707 AMBERWOOD CT 3500400 44279912 SEGMENT 5-1 ALIGNMENT C 22+14.00 2 5 C-19 2501 TAMARACK AV 4818800 45369904 SEGMENT 5-1 ALIGNMENT B 48+87.00 2 6 C-19 2521 TAMARACK AV 4818700 45369896 SEGMENT 5-1 ALIGNMENT B 58+59.00 2 7 C-20 2541 TAMARACK AV 4818600 45369908 SEGMENT 5-1 ALIGNMENT B 63+65.00 2 8 C-21 2561 TAMARACK AV 4818450 45369867 SEGMENT 5-1 ALIGNMENT B 69+71.00 2 9 C-21 2601 TAMARACK AV 4800000 45369901 SEGMENT 5-1 ALIGNMENT B 73+43.20 2 10 C-21 2402 TAMARACK AV 4818510 45386141 SEGMENT 5-1 ALIGNMENT B 74+68.62 2 11 C-21A 2701 TAMARACK AV 4818200 45369859 SEGMENT 5-1 ALIGNMENT B 77+28.38 2 12 C-22 1815 PALISADES DR 3517300 45369943 SEGMENT 5-1 ALIGNMENT C 2+54.00 2 13 C-22 1808 PALISADES DR 3514600 45369941 SEGMENT 5-1 ALIGNMENT C 2+77.13 2 14 C-22 1751 EAST POINTE AV 3516300 45369931 SEGMENT 5-1 ALIGNMENT C 8+41.82 2 15 C-22 2100 TAMARACK AV 3604500 45369959 SEGMENT 5-1 ALIGNMENT C 11+87.60 2 16 C-22 1812 HIGH RIDGE AV 3614300 44279921 SEGMENT 5-1 ALIGNMENT C 12+98.13 2 17 --------- 18 C-24 1901 HIGH RIDGE AV 3611700 45386197 SEGMENT 5-1 ALIGNMENT C 26+10.68 2 19 C-25 1868 SPYGLASS CT 3610600 44747399 SEGMENT 5-1 ALIGNMENT N 6+84.67 2 20 C-26 1898 PALISADES DR 3512300 45369909 SEGMENT 5-1 ALIGNMENT D 0+93.00 2 21 C-26 1910 EAST POINTE AV 3601000 45369928 SEGMENT 5-1 ALIGNMENT D 0+59.00 2 22 C-26 1906 PALISADES DR 3512200 45386195 SEGMENT 5-1 ALIGNMENT D 3+47.26 2 23 C-26 2000 PALISADES DR 3506400 45386194 SEGMENT 5-1 ALIGNMENT D 7+15.00 2 24 C-27 4739 BIRCHWOOD CR 3506100 44279933 SEGMENT 5-1 ALIGNMENT E 4+38.01 2 25 C-28 2601 REGENT RD 4003801 45369902 SEGMENT 5-1 ALIGNMENT F 3+39.00 2 26 C-28 15 REGENT RD 4003900 45369899 SEGMENT 5-1 ALIGNMENT F 5+00.00 2 27 C-28 16 REGENT RD 4004000 45369838 SEGMENT 5-1 ALIGNMENT F 9+23.00 2 28 C-30 13 SALISBURY DR 4103500 45369934 SEGMENT 5-1 ALIGNMENT G 1+69.00 2 29 C-31 7 SOUTHAMPTON RD 4104200 44279947 SEGMENT 5-1 ALIGNMENT G 10+29.00 2 30 C-31 11 SOUTHAMPTON RD 4104100 45369935 SEGMENT 5-1 ALIGNMENT G 11+91.00 2 31 C-32 9 SOUTHAMPTON RD 4107300 44279973 SEGMENT 5-1 ALIGNMENT G 21+58.87 2 32 C-33 2739 SOUTHAMPTON RD 4000050 45369891 SEGMENT 5-1 ALIGNMENT G 28+32.00 2 33 C-34 3 SOUTHAMPTON RD 4000200 44747389 SEGMENT 5-1 ALIGNMENT G 39+91.26 2 34 C-34 1 SOUTHAMPTON RD 4000005 45369897 SEGMENT 5-1 ALIGNMENT G 39+85.00 2 35 C-35 8 DORCHESTER PL 4105600 44747392 SEGMENT 5-1 ALIGNMENT H 5+59.00 2 36 C-36 6 CARNABY CT 4107710 45369834 SEGMENT 5-1 ALIGNMENT I 3+78.30 2 37 C-37 4612 BUCKINGHAM LN 4107326 45369919 SEGMENT 5-1 ALIGNMENT J 3+58.00 2 38 C-38 4553 CHELSEA CT 4000100 45386201 SEGMENT 5-1 ALIGNMENT K 1+07.00 2 39 C-39 4566 CHANCERY CT 4000098 45369843 SEGMENT 5-1 ALIGNMENT L 1+03.00 2 40 C-40 14 PONTIAC DR 4104000 45386200 SEGMENT 5-1 ALIGNMENT M 2+47.00 2 41 C-40 2700 SOUTHAMPTON RD 4000210 45369872 SEGMENT 5-1 ALIGNMENT M 7+54.00 2 42 C-41 19 PONTIAC DR 4000000 45369844 SEGMENT 5-1 ALIGNMENT M 12+07.02 2 43 C-42 3600 CELINDA DR 3107200 44747402 SEGMENT 5-3 ALIGNMENT A 3+85.18 2 44 C-43 3500 EL CAMINO REAL 3221600 4538972 SEGMENT 5-3 ALIGNMENT A 14+06.00 1 45 --------- 46 C-45 2381 CARLSBAD VILLAGE DR 3112400 4569867 SEGMENT 5-3 ALIGNMENT A 30+77.47 2 47 C-45 3150 EL CAMINO REAL 3019700 45818174 SEGMENT 5-3 ALIGNMENT A 33+01.00 2 48 C-45 3101 EL CAMINO REAL 3100100 45385970 SEGMENT 5-3 ALIGNMENT A 36+67.19 1 49 C-45 3144 EL CAMINO REAL 3019800 45385973 SEGMENT 5-3 ALIGNMENT A 36+42.00 1 50 C-46 3140 EL CAMINO REAL 3019900 45818207 SEGMENT 5-3 ALIGNMENT A 39+36.00 2 51 C-46 2751 EL CAMINO REAL 2700000 44752342 SEGMENT 5-3 ALIGNMENT A 42+92.00 1 52 C-46 2630 EL CAMINO REAL 2703130 44279908 SEGMENT 5-3 ALIGNMENT A 44+94.62 2 53 C-46 2634 EL CAMINO REAL 2703120 44747228 SEGMENT 5-3 ALIGNMENT A 44+96.62 1 54 C-46 2630 EL CAMINO REAL 2703110 45386030 SEGMENT 5-3 ALIGNMENT A 44+98.62 1 55 C-46 2760 CIRCULO SANTIAGO 2620600 45369916 SEGMENT 5-3 ALIGNMENT A 45+34.08 2 56 C-47 2500 EL CAMINO REAL 2703200 45369917 SEGMENT 5-3 ALIGNMENT A 53+60.00 2 57 C-47 2500 EL CAMINO REAL 2702900 45369923 SEGMENT 5-3 ALIGNMENT A 51+75.00 2 58 C-47 2600 EL CAMINO REAL 2700200 45369914 SEGMENT 5-3 ALIGNMENT A 52+65.88 2 59 C-45 2580 EL CAMINO REAL 2700700 44747212 SEGMENT 5-3 ALIGNMENT A 59+87.62 1 60 C-48 2500 EL CAMINO REAL 2700800 45382114 SEGMENT 5-3 ALIGNMENT A 59+89.62 1 61 C-48 2550 EL CAMINO REAL 2700900 45386093 SEGMENT 5-3 ALIGNMENT A 61+80.91 2 62 C-48 2515 EL CAMINO REAL 2703300 16869568 SEGMENT 5-3 ALIGNMENT A 64+10.97 2 63 C-48 2500 EL CAMINO REAL 2701100 45386063 SEGMENT 5-3 ALIGNMENT A 63+75.00 2 64 C-49 2500 EL CAMINO REAL 2701400 45369939 SEGMENT 5-3 ALIGNMENT A 68+21.00 1 65 C-56 2500 EL CAMINO REAL 2702200 45369930 SEGMENT 5-3 ALIGNMENT B 52+40.00 2 66 C-50 2711 HAYMAR DR 2701120 45369964 SEGMENT 5-3 ALIGNMENT A 80+70.00 2 67 C-53 2525 EL CAMINO REAL 2704500 45369952 SEGMENT 5-3 ALIGNMENT B 21+17.00 2 68 C-53 2525 EL CAMINO REAL 2704600 45369962 SEGMENT 5-3 ALIGNMENT B 21+19.00 2 69 C-54 2525 EL CAMINO REAL 2705300 45369940 SEGMENT 5-3 ALIGNMENT B 31+33.31 2 70 C-55 2525 EL CAMINO REAL 2703600 45369968 SEGMENT 5-3 ALIGNMENT B 40+05.35 2 71 C-55 2525 EL CAMINO REAL 2705500 45369890 SEGMENT 5-3 ALIGNMENT B 40+07.35 2 72 C-55 2590 EL CAMINO REAL 2700600 45386095 SEGMENT 5-3 ALIGNMENT B 46+34.13 2 73 C-56 2500 EL CAMINO REAL 2702100 45369918 SEGMENT 5-3 ALIGNMENT B 48+33.00 2 74 C-56 2550 MARRON RD 2813415 45696870 SEGMENT 5-3 ALIGNMENT B 56+63.00 2 75 C-57 2554 MARRON RD 2813416 4569863 SEGMENT 5-3 ALIGNMENT B 57+13.00 2 76 C-57 2665 FLOWER FIELDS WY 2810400 45818209 SEGMENT 5-3 ALIGNMENT B 61+99.00 2 77 C-58 1850 MARRON RD 2704440 45369953 SEGMENT 5-3 ALIGNMENT C 3+34.00 2 78 C-58 2571 EL CAMINO REAL 2704305 44752316 SEGMENT 5-3 ALIGNMENT C 8+31.00 1 CUSTOMER LIST NOTE: ADDRESSES SHOWN ARE FOR CURRENT PW METERS, NOT NEW RW METERS SHOWN IN TABLE. SURVEY BY THE SURVEY WAS PERFORMED BY SNIPES-DYE ASSOCIATES CIVIL ENGINEERS & LAND SURVEYORSIN MARCH 2017, AND SUPPLEMENTAL SURVEY IN OCTOBER 2017. SNIPES-DYE ASSOCIATES 8348 CENTER DRIVE, SUITE G LA MESA, CA 91942
 (619) 697-9237 BASIS OF BEARINGS BENCHMARK DATA THE BASIS OF BEARINGS FOR THIS SURVEY IS THE CALIFORNIA COORDINATE SYSTEM, NAD83,ZONE 6, EPOCH 1991.35, BETWEEN STATION "CLSB-085" AND STATION "CLSB-137" PER R.O.S. 17271. STATION "CLSB-085" FOUND 2.5" DISK IN DRAINAGE BOX INLET SOUTH SIDE OF VISTA WAY, 0.7 MI. EAST OF EL CAMINO REAL AND 0.2 MI. WEST OF RANCHO DEL ORO IN THE CITY OF OCEANSIDE. N - 2010994.566 E - 6235853.901 ELEV = 60.744 NGVD29 STATION "CLSB-137"FOUND ROD WITH 2.5" DISK IN CENTER OF TURN AROUND CIRCLE, SOUTH BOUND CARLSBADBOULEVARD IN THE SOUTHWEST QUADRANT OF THE JUNCTION WITH PALOMAR AIRPORT ROAD.N - 1990194.279E - 6231466.046ELEV = 60.700 NGVD29 THRUST BLOCK BEARING AREA FITTING TYPE 6" PIPE SIZE 8" PIPE SIZE DEAD END 11 SF 18 SF TEE 11 SF 18 SF 90° BEND 15 SF 25 SF 45° BEND 9 SF 14 SF 22.5° BEND 4 SF 7 SF 11.25° BEND 4 SF 7 SF THE FOLLOWING THRUST BLOCK BEARING AREAS ARE DERIVED FROM CMWD STANDARD DRAWING W-19, FOR A PIPELINE PRESSURE OF 225 PSI AND A SAND SOIL TYPE. USE VALUES IN TABLE UNLESS DIRECTED OTHERWISE BY CMWD. THRUST BLOCKS ARE TO BE PLACED AT ALLHORIZONTAL AND VERTICAL BENDS AND PIPE TERMINATIONS, WHETHER SHOWN ON THEDRAWINGS OR NOT. THRUST BLOCKS ARE NOT REQUIRED WHERE RESTRAINED JOINTS ARE USED. ALL JOINTS SHALL BE RESTRAINED MECHANICAL RESTRAINT LENGTHS FITTING 6" PIPE SIZE 8" PIPE SIZE DEAD END/VALVES 40' 13'90° HORIZONTAL BEND 6' 3'22.5° HORIZONTAL BEND 2'11.25° HORIZONTAL BEND 21' MECHANICAL RESTRAINT MAY BE USED IN LIEU OF THRUST BLOCKS WITH APPROVAL FROM CMWD. VALUES IN TABLE BELOW ARE FOR A SAND SOIL TYPE WITH 4-FEET DEPTH OF BURY. NOTIFYENGINEER IF FIELD CONDITIONS VARY. 45° HORIZONTAL BEND 22.5° VERTICAL BEND 11.25° VERTICAL BEND 45° VERTICAL BEND 10' 5' RESTRAINED JOINT LENGTH 55' 17' 7' 4' 2' 28' 13' 7' RECORD DRAWINGS THIS RECORD DRAWINGS HAVE BEEN PREPARED BASED ON INFORMATIONPROVIDED BY THE CONTRACTOR AND OTHERS. KENNEDY/JENKS CONSULTANTSHAS NOT VERIFIED THE ACCURACY OR COMPLETENESS OF THE INFORMATIONPROVIDED TO THEM AND DOES NOT WARRANT THE ACCURACY OR COMPLETENESSOF THIS RECORD DRAWING. USERS OF THIS RECORD DRAWING ASSUME ALL RISKOF LOSS RESULTING FROM ITS USE. USERS OF THIS DOCUMENT IN ELECTRONICFORM ARE CAUTIONED AGAINST USE WITHOUT FIRST DETERMINING WHETHERCHANGES MAY HAVE BEEN MADE TO THE DOCUMENT SUBSEQUENT TO ITSPREPARATION BY KENNEDY/JENKS CONSULTANTS. ORIGINALS OF SIGNED ANDSEALED HARD COPIES OF THIS DOCUMENT ARE THE ONLY TRUE RECORD OF THECONTRACT DOCUMENTS PREPARED BY KENNEDY/JENKS CONSULTANTS 2'-0" 2'- 0 " CONCRETE BASE, PER DETAIL 2" COPPER PIPE,TYPE 'K' SOFT PER CMWD STD W-7 2" WATER SERVICE PER CMWD STD DWG W-8 13" DIA X 36" HIGH ENCLOSURE, PIPELINE PRODUCTS MODEL WTS-1336-ZP-CSBD SEE NOTE 3 FOR COATING REQUIREMENTS PROTECTION POST PER CMWD STDDWG W-24TYP OF 4 2" TRAFFIC-RATED METER BOX W/ PURPLE LID PER CMWD APPROVED MATERIAL LIST, MODIFIED FOR 18" DEPTH RECYCLED WATER SIGNMOUNTED ON 2" GROUT-FILLEDGALV STEEL PIPE 3 - 2 - CONCRETE BASE, 1'-0" THICK2 #4 T&B EW 1' - 0 " A - 1'-0" A 2" QUICK DISCONNECT W/ DUST CAP CONCRETE BASE,PER DETAIL 3- 1 / 4 " 2" 2,000 LB THREADED BRASS 90° ELBOW HINGE 2" SCH 80 RED BRASS PIPE 2" M I N 30 MIL PVC TAPE WRAP 1" BEYOND CONCRETE 2" BRASS ANGLE VALVE W/ SHORT HANDLE 2" 3,000 LB BRASS UNION (BONNEY FORGE OR EQUAL) SIGN MOUNTED ON 2" GROUT-FILLED GALV STEEL PIPE 2" TRAFFIC-RATED METER BOX W/ PURPLE LID APPROVED MATERIAL LIST PER CMWD AML, MODIFIED FOR 18" DEPTH 2" COPPER PIPETYPE 'K' SOFT PER CMWD STD DWG W-7 3 - FIELD ADJUST AS NECESSARY TO CLEAR ENCLOSURE HASP FOR PADLOCK W/ 5/8" HOLE 2" SCH 80 RED BRASS PIPE W/ THREADED ENDS, TYP 2" ANGLE METERSTOP 4' - 0 " 1' - 6 " ' 0'- 9 " RECYCLED WATER SIGN 2 - 4" CRUSHED ROCK 6" CRUSHED ROCK 4" SCH 40 PVC SLEEVE 3/8" 316 SS CONCRETE ADHESIVE ANCHORS W/ DOUBLE HEX NUTS W/ WASHERS FOR LEVELING, TYP 2'-0" 1' - 0 " 13" DIA X 36" HIGH ENCLOSURE 1/ 2 " C L E A R 4" M I N E M B E D M E N T #4 @ 10" T&B EW 6" NOTES: 1. OUTLET ORIENTATION PER PLAN VIEW. 2. RECYCLED WATER FACILITIES SHALL BE IDENTIFIED WITH PURPLE COATING,IDENTIFICATION LABELS, WARNING TAPE, AND SIGNS IN ACCORDANCE WITH DEPARTMENTOF DRINKING WATER RULES AND REGULATIONS. 3. MANUFACTURER FINISH: PRIMER (3 MILS) CONTRACTOR FINISH: SHERWIN WILLIAMS STEEL SPEC: ALKYD - PURPLE, PANTONE #522C (2 COATS AT 3 MILS EACH) 4. LOCATION OF METER BOX, RISER, AND SIGN TO BE COORDINATED WITH CMWD DURING CONSTRUCTION. FILL STATION DETAIL SCALE: NTS PLAN CONCRETE BASE DETAIL 3- RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 IMPROVEMENT PLAN FOR: 5208-B 128 508-6 RECORD DRAWINGS THIS RECORD DRAWINGS HAVE BEEN PREPARED BASED ON INFORMATION PROVIDED BY THE CONTRACTOR AND OTHERS. KENNEDY/JENKS CONSULTANTSHAS NOT VERIFIED THE ACCURACY OR COMPLETENESS OF THE INFORMATION PROVIDED TO THEM AND DOES NOT WARRANT THE ACCURACY OR COMPLETENESSOF THIS RECORD DRAWING. USERS OF THIS RECORD DRAWING ASSUME ALL RISKOF LOSS RESULTING FROM ITS USE. USERS OF THIS DOCUMENT IN ELECTRONICFORM ARE CAUTIONED AGAINST USE WITHOUT FIRST DETERMINING WHETHER CHANGES MAY HAVE BEEN MADE TO THE DOCUMENT SUBSEQUENT TO ITSPREPARATION BY KENNEDY/JENKS CONSULTANTS. ORIGINALS OF SIGNED ANDSEALED HARD COPIES OF THIS DOCUMENT ARE THE ONLY TRUE RECORD OF THECONTRACT DOCUMENTS PREPARED BY KENNEDY/JENKS CONSULTANTS C 83374 03/31/2023 08/06/2021 FILL STATION DETAIL C-02 pw : \ \ k j c e - p w . b e n t l e y . c o m : k j c e - p w \ D o c u m e n t s \ C l i e n t s \ C a r l s b a d , C i t y o f C A \ P r o j e c t s \ P h a s e I I I R W P i p e l i n e S e g m e n t 5 _ 1 7 4 4 1 0 0 . 0 0 \ 1 0 - D e s i g n \ 1 0 . 0 6 - D r a w i n g s \ C i v i l \ 1 7 4 4 1 0 0 . 0 0 - C - 0 2 07 1 - 12"x12" ALUMINUM "DO NOT DRINK" SIGN SCALE: NTS 2 - SECTION A SCALE: NTS STREET OR GROUND SURFACE REMOVE EXISTING ACP & INSTALL C900 PVC DR-18 REPLACEMENT SECTION AT CROSSING (MATCH SIZE AND SLOPE OF EXISTING), SEE NOTES TRENCH EXCAVATION LIMIT ALONG ACP EXISTING ACP NEW RECYCLED WATER ORPOTABLE WATER PIPE COUPLING AT EXISTING ACP JOINT TYP NOTES: 1. REPLACE SECTION OF ACP WATER PIPE WHERE NEW WATER PIPE CROSSES BELOW EXISTING ACP. ASSUME ALL WATER PIPE CROSSINGS GREATERTHAN 2 IN DIAMETER ARE ACP AND REQUIRE REPLACEMENT, UNLESS STATED OTHERWISE ON THE DRAWINGS. 2. ACP SHALL BE REPLACED TO NEAREST JOINT ON EITHER SIDE OF CROSSING. IF JOINT IS WITHIN 2 FT OF WATER TRENCH, REPLACE TO NEXT JOINT. 3. NO CUTTING OF EXISTING ACP SHALL BE PERMITTED. ACP SHALL BE LEGALLY REMOVED AND DISPOSED BY THE CONTRACTOR. 4. PERFORM ACP COUPON TESTING IN ACCORDANCE WITH SECTION 02080 AS DIRECTED BY CMWD DURING CONSTRUCTION. SEE GENERAL NOTE 24 ON SHEET G-03. 5. NEW PVC PIPE AND FITTINGS SHALL BE DISINFECTED PRIOR TO INSTALLATION PER CMWD SPECIFICATIONS. PRESSURE TESTING NOT REQUIRED FOR NEW PVC PIPE AND FITTINGS USED TO REPLACE ACP. DISINFECT NEW PIPE AND EXISTING PIPE AT POINT OF CONNECTION IN ACCORDANCE WITHSPECIFICATION SECTION 15041. 6. SUBMIT A SHUTDOWN REQUEST IN ACCORDANCE WITH CARLSBAD NOTE 1 ON SHEET G-03. 2' MIN TYP 12" TYP DUCTILE IRON PIPE #5 @ 12" 4 - #5 CONT. 6" M I N TY P . NOTES: 1. PIPE WITHIN CONCRETE ENCASEMENT SHALL BE DUCTILE IRON AND FULLY RESTRAINED. 2. PROVIDE CONCRETE ENCASEMENT FOR ANY PIPE THAT HAS LESS THAN 3 FEET OF COVER, WHETHER SHOWN ON THE DRAWINGS OR NOT. STREET OR GROUND SURFACE EXISTING POTABLE WATER MAIN (N) RECYCLED WATER PIPELINE PVC SLEEVE IS REQUIRED WHEN VERTICAL SEPARATION, O.D. TO O.D. IS LESS THAN 12". EXTEND PVC SLEEVE 8 FT IN EACH DIRECTION FROM PIPE CROSSING, MAINTAIN MIN 4' HORIZONTALSEPARATION, O.D. TO O.D. TO POTABLEWATER MAIN OR SEWER LINES. 12" MIN VERTICAL SEPARATION. SAND CUSHION REQUIRED FOR LESS THAN 12" VERTICAL SEPARATION 3'-6" TYP 3' MIN (TYP.) GV (TYP.) FL x MJ SIZE PER PLAN TEE (TYP.) FLANGED SIZE PER PLAN 3' MIN (TYP.) TB (TYP.) NOTES: 1. TYPICAL DETAIL APPLIES TO ALL NEW IN-LINE VALVES UNLESS OTHERWISE STATED. 2. MAR, AVAR, AND BO TO BE 3' FROM FITTINGS. 3. INSTALL GV IN ACCORDANCE WITH CMWD STD DWG W-16. APPURTENANCE PER PLANAPPURTENANCE PER PLAN 3' MIN (TYP.)3' MIN (TYP.) NOTES: 1. TYPICAL DETAIL APPLIES TO ALL NEW IN-LINE VALVES UNLESS OTHERWISE STATED. 2. MAR, AVAR, AND BO TO BE 3' FROM FITTINGS. 3. INSTALL GV IN ACCORDANCE WITH CMWD STD DWG W-16. GV (TYP.) MJ x MJ SIZE PER PLAN APPURTENANCEPER PLAN APPURTENANCEPER PLAN RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 IMPROVEMENT PLAN FOR: 5208-B 128 508-6 RECORD DRAWINGS THIS RECORD DRAWINGS HAVE BEEN PREPARED BASED ON INFORMATIONPROVIDED BY THE CONTRACTOR AND OTHERS. KENNEDY/JENKS CONSULTANTS HAS NOT VERIFIED THE ACCURACY OR COMPLETENESS OF THE INFORMATIONPROVIDED TO THEM AND DOES NOT WARRANT THE ACCURACY OR COMPLETENESSOF THIS RECORD DRAWING. USERS OF THIS RECORD DRAWING ASSUME ALL RISKOF LOSS RESULTING FROM ITS USE. USERS OF THIS DOCUMENT IN ELECTRONIC FORM ARE CAUTIONED AGAINST USE WITHOUT FIRST DETERMINING WHETHERCHANGES MAY HAVE BEEN MADE TO THE DOCUMENT SUBSEQUENT TO ITSPREPARATION BY KENNEDY/JENKS CONSULTANTS. ORIGINALS OF SIGNED ANDSEALED HARD COPIES OF THIS DOCUMENT ARE THE ONLY TRUE RECORD OF THECONTRACT DOCUMENTS PREPARED BY KENNEDY/JENKS CONSULTANTS C 83374 03/31/2023 08/06/2021 CIVIL DETAILS C-03 pw : \ \ k j c e - p w . b e n t l e y . c o m : k j c e - p w \ D o c u m e n t s \ C l i e n t s \ C a r l s b a d , C i t y o f C A \ P r o j e c t s \ P h a s e I I I R W P i p e l i n e S e g m e n t 5 _ 1 7 4 4 1 0 0 . 0 0 \ 1 0 - D e s i g n \ 1 0 . 0 6 - D r a w i n g s \ C i v i l \ 1 7 4 4 1 0 0 . 0 0 - C - 0 3 08 ACP WATER CROSSING 1 - CONCETE ENCASEMENT DETAIL 2 -SCALE: NTS RECYCLED WATER / POTABLE WATER CROSSING (TYPICAL)3 -SCALE: NTSSCALE: NTS TEE DETAIL (TYPICAL)4 -SCALE: NTS IN-LINE VALVE (TYPICAL)5 -SCALE: NTS INSTALL 6" PVC W PIPELINE INSTALL 6"x8" REDUCER (MJ x MJ) INSTALL THRUST ANCHOR PER CMWD STD DWG W-18 INSTALL RESTRAINED FCA REMOVE (E) THRUST BLOCK REMOVE (E) END CAP (NOT SHOWN FOR CLARITY) (E) 8" PVCW PIPELINE INSTALL 2'-0" SPOOL 8" PVC W PIPELINE INSTALLRESTRAINED FCA (E) 8" PVCRW PIPELINE REMOVE (E) END CAP(NOT SHOWN FOR CLARITY) REMOVE (E) THRUST BLOCK INSTALL HD COUPLING INSTALL 8" PVC RW PIPELINE (E) 6" GV (E) 6" PVC PW PIPELINE (E) 8" PVC RW PIPELINE (E) 8"x6" TEE REMOVE (E) END CAP AND SPOOL REMOVE (E) THRUST BLOCK INSTALL 8" PVC RW PIPELINE INSTALL 6" GV (FL x MJ) INSTALL RESTRAINED FCA (E) 12" PVCRW PIPELINE INSTALL 6" GV(FL x MJ) INSTALL 6" PVC RW PIPELINE INSTALL RESTRAINED FCA INSTALL 2'-0" SPOOL 12" PVC RW PIPELINE INSTALL 12"x6" TEE CUT & REMOVE PORTION OF (E) 12" PVC RW PIPELINE INSTALL THRUST BLOCK, SIZINGPER TABLE ON SHEET G-3 INSTALL 12" GV (MJ x MJ) CUT-IN INSTALL 2'-0" SPOOL 12" PVC RW PIPELINE INSTALL 12" GV (MJ x MJ) CUT-IN (E) 12" PVC RW PIPELINE (E) 8" GV (E) 8" CROSS (E) 8" BF (E) 12" PVCRW PIPELINE (E) 8"x12" REDUCER (E) 8" GV (E) PVC PWPIPELINE INSTALL (N) 6" PVCRW PIPELINE (BELOW) INSTALL (N) RESTRAINEDFCA (BELOW), TYP OF 3 INSTALL (N) 6" PVC RW PIPELINE(BELOW)REMOVE (E) BF INSTALL (N) 8" GV(FL x FL) (E) THRUST ANCHOR INSTALL (N) 8"x6"x6" TEE (FL x FL x FL) (BELOW) INSTALL (N) 8" 90° VERT BEND (FL x FL) INSTALL THRUST ANCHOR PER CMWD STD DWG W-18 INSTALL 8" PVC RW PIPELINE REMOVE (E) BF INSTALL (N) 8"x12" REDUCER (E) THRUST BLOCK (E) 12" GV (E) 12"x24" REDUCER (E) 12" TEE (E) 12" 45° BEND DN INSTALL 8" GV ( FL x MJ) (E) THRUST ANCHOR RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 IMPROVEMENT PLAN FOR: 5208-B 128 508-6 RECORD DRAWINGS THIS RECORD DRAWINGS HAVE BEEN PREPARED BASED ON INFORMATIONPROVIDED BY THE CONTRACTOR AND OTHERS. KENNEDY/JENKS CONSULTANTS HAS NOT VERIFIED THE ACCURACY OR COMPLETENESS OF THE INFORMATIONPROVIDED TO THEM AND DOES NOT WARRANT THE ACCURACY OR COMPLETENESSOF THIS RECORD DRAWING. USERS OF THIS RECORD DRAWING ASSUME ALL RISKOF LOSS RESULTING FROM ITS USE. USERS OF THIS DOCUMENT IN ELECTRONIC FORM ARE CAUTIONED AGAINST USE WITHOUT FIRST DETERMINING WHETHERCHANGES MAY HAVE BEEN MADE TO THE DOCUMENT SUBSEQUENT TO ITSPREPARATION BY KENNEDY/JENKS CONSULTANTS. ORIGINALS OF SIGNED ANDSEALED HARD COPIES OF THIS DOCUMENT ARE THE ONLY TRUE RECORD OF THECONTRACT DOCUMENTS PREPARED BY KENNEDY/JENKS CONSULTANTS C 83374 03/31/2023 08/06/2021 CONNECTION DETAILS C-04 pw : \ \ k j c e - p w . b e n t l e y . c o m : k j c e - p w \ D o c u m e n t s \ C l i e n t s \ C a r l s b a d , C i t y o f C A \ P r o j e c t s \ P h a s e I I I R W P i p e l i n e S e g m e n t 5 _ 1 7 4 4 1 0 0 . 0 0 \ 1 0 - D e s i g n \ 1 0 . 0 6 - D r a w i n g s \ C i v i l \ 1 7 4 4 1 0 0 . 0 0 - C - 0 4 09 - 1SEGMENT 2 CANNON ROAD & AVENIDA ENCINAS - 2SEGMENT 5-1 KELLY DR & EL CAMINO REAL - 3SEGEMENT 5-1 TAMARACK AVE & EL CAMINO REAL - 6CARLSBAD PALISADES TAMRACK AVE - 5SEGMENT 7 TAMARACK AVE - 4SEGMENT 5-3 CHESTNUT AVE AND EL CAMINO REAL NTSNTS NTS NTS NTS NTS DID NOT INSTALL INSTALLED PER PLAN INSTALLED PER PLAN INSTALLED PER PLAN INSTALLED PER PLAN INSTALLED PER PLAN 30 35 40 45 50 55 60 65 70 30 35 40 45 50 55 60 65 70 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 8+50 EXIST GRADE ABOVE PIPE CENTERLINE MA T C H L I N E S T A SE E S H E E T C - 0 8 8+ 5 0 2" G S= 0. 0 5 0 3 S= 0.0029 S= 0.0078 1.5" G E 4" W E 6" S HD C O U P L I N G ST A : 2 + 6 0 . 0 0 IE : 5 0 . 4 9 HD C O U P L I N G ST A : 5 + 3 3 . 0 0 IE : 4 7 . 3 4 HD C O U P L I N G ST A : 5 + 8 6 . 5 4 IE : 4 6 . 9 3 45 ° B E N D , RO T A T E D U P ST A : 7 + 7 3 . 5 3 IE : 3 3 . 8 7 S= 0.04 4 2 BO P ST A : 1 + 0 3 . 0 0 IE : 4 3 . 4 2 2" O U T L E T ST A : 1 + 1 4 . 8 9 3 6 4 5 8" R W G V ST A : 4 + 1 0 . 0 0 7 1 1" W 2" G 1.5" E SDGE ENCASEMENT COC/TWCENCASEMENT AT&T ENCASEMENT SDGE ENCASEMENT 3 4" UNK HD C O U P L I N G ST A : 4 + 5 8 . 8 3 IE : 5 1 . 0 7 S= 0.0035 S= 0 . 0 6 9 8 1 3 RW 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 6" S 10"S 10"S 10"S 10"S 10"S 10"S 10"S 10"S 10"S 18"SD 18"SD 18"SD 18"SD 18"SD 18"SD 18" S D 8"S 2"HPG 2"HPG 2"HPG 2"HPG 2"HPG 2"HPG 2"HPG 2"HPG 2"HPG 2"HPG 2"HPG 12"W 6 " W 3 0 " S D 10"W 10"W 10"W 10"W 10"W 10"W 10"W 10"W 10"W 1- 1 / 2 " H P G 5"W E E E E E E E E E E E E E EEEEE E 1- 1 / 2 " H P G E E EWWW E E EE E E 1- 1 / 2 " H P G E 8"W 8"S 8"S T T T T T T TTTT T T T T T T T T T T T T T T T T T T T T T T T T T T T 8"S 24"SD 1 3 RW 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 8" RW SEGMENT 2 CANNON ROAD L O S R O B L E S D R I V E EL A R B O L DR I V E C A R L S B A D B O U L E V A R D 79 ' 12 ' 20 ' 79 ' 12 ' - 9 " 19 ' - 4 " SDG&E FACILITY 10 ' - 2 " BEGIN ALIGN END CAP W/ THRUST BLOCK STA 1+00.00 N 1 993 606.36 E 6 229 411.74 STA 7+29.43 45° BEND N 1 993 845.00 E 6 229 994.16 STA 7+73.53 45° BEND ROTATED N 1 993 826.79 E 6 230 034.33 7 1 5 6 4 1 1 12 STA 7+00.00 HD COUPLING N 1 993 834.63 E 6 229 966.62 RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 IMPROVEMENT PLAN FOR: 5208-B 128 508-6 GENERAL NOTES 1. CUSTOMERS ( ) ARE SHOWN ON DWG C-01. 2. LATERALS FOR SERVICES AND AVARS ARE SHOWN IN APPROXIMATE LOCATIONS. CMWD REPRESENTATIVES WILL DETERMINE FINALLOCATIONS IN THE FIELD DURING CONSTRUCTION. 3. TYPICAL TRENCH SECTION PER CMWD STD DWG W-2. 4. TYPICAL TRENCH REPAIR AND REPAVING PER CMWD STD DWGS GS-25 AND GS-36 (FULL LANE WIDTH, 12' MIN). 5. UTILITY LOCATION AND ELEVATION SHOWN IS APPROXIMATE. POTHOLE ALL UTILITIES 4 WEEKS PRIOR TO CONSTRUCTION. REFER TO GENERAL NOTES 14 AND 15 ON DWG G-03. 6. REPLACE ALL DAMAGED CONCRETE (SIDEWALKS, CURBS, ANDGUTTERS) JOINT-TO-JOINT. 7. REPLACE ALL DAMAGED TRAFFIC STRIPING IN-KIND. 8. INSTALL HIGH DEFLECTION COUPLING WITH 20' PIPE LENGTH FOR HORIZONTAL CURVE RADII OVER 573' 9. INSTALL HIGH DEFLECTION COUPLING WITH 10' PIPE LENGTH FOR HORIZONTAL CURVE RADII BETWEEN 572' AND 287' 10. INSTALL HIGH DEFLECTION COUPLING WITH 5' PIPE LENGTH FOR HORIZONTAL CURVE RADII BETWEEN 286' AND 144' INSTALL THRUST BLOCK PER DWG C-01 AND CMWD STD DWG W-151 CONSTRUCTION NOTES INSTALL 1" WATER SERVICE CONNECTION PER CMWD STD DWG W-32 INSTALL 2" WATER SERVICE CONNECTION PER CMWD STD DWG W-43 INSTALL 2" BO PER CMWD STD DWG W-64 INSTALL 2" MAR PER CMWD STD DWG W-65 INSTALL 2" AVAR PER CMWD STD DWG W-76 7 INSTALL RWGV PER CMWD STD DWGS W-13 AND W-16. REFER TOTYPICAL TEE AND IN-LINE VALVE DETAILS ON DWG C-03. 8 INSTALL THRUST ANCHOR FOR REDUCER PER CMWD STD DWG W-18 9 REPAIR MEDIAN CURB PER CMWD STD DWG GS-18 # REPAIR TEXTURED CONCRETE MEDIAN TO MATCH EXISTING REPAIR CONCRETE SWALE TO MATCH EXISTING REPLACE TRAFFIC LOOP PER CALTRANS STD DWG ES-5B, TYPE E. TRAFFIC LOOP DRAWINGS ARE INCLUDED AS AN APPENDIX TO THE SPECIFICATIONS. 10 11 12 RECORD DRAWINGS THIS RECORD DRAWINGS HAVE BEEN PREPARED BASED ON INFORMATIONPROVIDED BY THE CONTRACTOR AND OTHERS. KENNEDY/JENKS CONSULTANTS HAS NOT VERIFIED THE ACCURACY OR COMPLETENESS OF THE INFORMATIONPROVIDED TO THEM AND DOES NOT WARRANT THE ACCURACY OR COMPLETENESSOF THIS RECORD DRAWING. USERS OF THIS RECORD DRAWING ASSUME ALL RISKOF LOSS RESULTING FROM ITS USE. USERS OF THIS DOCUMENT IN ELECTRONIC FORM ARE CAUTIONED AGAINST USE WITHOUT FIRST DETERMINING WHETHERCHANGES MAY HAVE BEEN MADE TO THE DOCUMENT SUBSEQUENT TO ITSPREPARATION BY KENNEDY/JENKS CONSULTANTS. ORIGINALS OF SIGNED ANDSEALED HARD COPIES OF THIS DOCUMENT ARE THE ONLY TRUE RECORD OF THECONTRACT DOCUMENTS PREPARED BY KENNEDY/JENKS CONSULTANTS C 83374 03/31/2023 08/06/2021 PROFILE PLAN 200 1"=40' 40 60 20 1"=4' 4 6 HORIZ: VERT: 200 1"=40' 40 60 RW P&P, CANNON RDSTA 1+00 TO STA 8+50 C-07 pw : \ \ k j c e - p w . b e n t l e y . c o m : k j c e - p w \ D o c u m e n t s \ C l i e n t s \ C a r l s b a d , C i t y o f C A \ P r o j e c t s \ P h a s e I I I R W P i p e l i n e S e g m e n t 5 _ 1 7 4 4 1 0 0 . 0 0 \ 1 0 - D e s i g n \ 1 0 . 0 6 - D r a w i n g s \ C i v i l \ 1 7 4 4 1 0 0 . 0 0 - C - 0 7 12 MA T C H L I N E S T A SE E S H E E T C - 0 8 8+ 5 0 20 25 30 35 40 45 50 55 60 20 25 30 35 40 45 50 55 60 8+50 9+00 10+00 11+00 12+00 13+00 14+00 15+00 16+00 EXIST GRADE ABOVE PIPE CENTERLINE MA T C H L I N E S T A SE E S H E E T C - 0 7 8+ 5 0 84" SD 18" SD 4" E 2" HPG E 12" G 12" W 4 36" SD R/WR/W TT 1" UNK 2" W 6" S AT&T ENCASEMENT SDG&E ENCASEMENT 42" S SDG&EENCASEMENT 3-1.5" E SDCWA ENCASEMENT 4" T 3" E ST A : 1 2 + 4 4 . 0 1 ST A : 1 3 + 8 9 . 5 7 8" AWWA C900 DR14 ST A : 1 0 + 0 0 . 0 0 ST A : 1 0 + 3 1 . 3 6 ABANDONED 30" STL CASING, FILLED W/ GROUT (BEYOND) S= 0.0020 STEEL CASING INSTALLED AND ABANDONED IN PLACE. DRILL HEAD ABANDONED IN PLACE AT STA 13+19,EXTERIOR AND INTERIOROF CASING GROUTED;WELDED STEEL PLATE AT BEGINNING OF STA 12+46, BACKFILLED AND COMPACTED AT JACK AND RECEIVING PIT CLEANED ANDRESTORED AREA ST A : 1 2 + 4 6 . 0 0 ST A : 1 3 + 1 9 . 0 0 EXISTING42" STEELCASINGS= 0.0142S= 0.0035 ELECTRICAL CONDUITS 30"SD 30"SD 30"SD 30"SD 30"SD 30"SD 30"SD 30"SD 84 " S D 8"S 8"S 8"S 8"S 8"S 18 " S D 24"SD 24"SD 24"SD 24"SD 24"SD 24"SD 2"HPG 2"HPG 2"HPG 2"HPG 2"HPG 2"HPG 3"HPG 3"HPG 3"HPG 12"W 12"W 12"W 12"W 12"W 12"W 12"W 12"W 12"W 12"W 24" S D 15 " S D 30"SD 30"SD 24"S 24"S 24"S W 12"W 12"W 10 " W 10 " W W 24"RW 24"RW 18 " R W E E E E E T T T T T 24"SD 12"S 42 " S 42 " S 12 " R W E E E E E E 8"W 8"W 8"W 8"W 8"W8"S 8"S 8"S 8"S 8"S 8"S 8"S 8"SWW E E E E E E E E E E E E E E E E E E E E E E E 2" H P G W 12"W W WWWWW W 3"G 3"G 3"G 3"GW WRW 20"HPG 20"HPG 20"HPG 20"HPG 20"HPG 20"HPG 20"HPG 54"W 54"W 54 " W 12 " H P G E E EE T T T T T T T T T T T TT T T T 12"S 12"S6"S 6"S 6"S 6"S 6"S 24"SD 9+00 10+00 W CANNON ROAD NC T D RA I L R O A D CR O S S I N G 8" RW SEGMENT 2 91 ' - 2 " 10 2 ' 73 LF OF TRENCHLESS INSTALLATION IN ACCORDANCE WITH NCTD STANDARDS STA 9+98.2645° BENDN 1 993 904.08E 6 230 245.33 STA 10+31.36CAP AND PLUGN 1 993 889.47E 6 230 275.04 AV E N D I A EN C I N A S 6'x12' RECEIVING PIT, SEE NOTE 1 ONDRAWING C-09 12'x36' JACKING PIT,SEE NOTE 1 ON DRAWING C-09 4 1 STA 9+35.33 HD COUPLINGN 1 993 883.79E 6 230 185.77 BEGIN 12" W REPLACEMENT N 1,993,920.79E 6,230,349.47 45° BEND 12" W REPLACEMENT N 1,993,975.39 E 6,230,468.69 45° BEND END 12" W REPLACEMENT N 1,993,970.65 E 6,230,481.43 1 12" W REPLACEMENT145 LF OF AWWA C900 DR18 REMOVE 12" W TO EXTENTS SHOWN 142 LF RECONNECT 2 WATER SERVICES ABANDONED 30" STL CASING, FILLED WITH GROUT, 12' COVER2" WATER SERVICE INSTALLED OFF OF 12" WATER LINE 9+00 10+00 W Alignment Curve Table Curve # 1 Radius 3971.88 Length 158.57 Tangent 79.29 BOC 10+31.36 EOC 11+89.93 RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 IMPROVEMENT PLAN FOR: 5208-B 128 508-6 GENERAL NOTES 1. CUSTOMERS ( ) ARE SHOWN ON DWG C-01. 2. LATERALS FOR SERVICES AND AVARS ARE SHOWN IN APPROXIMATE LOCATIONS. CMWD REPRESENTATIVES WILL DETERMINE FINALLOCATIONS IN THE FIELD DURING CONSTRUCTION. 3. TYPICAL TRENCH SECTION PER CMWD STD DWG W-2. 4. TYPICAL TRENCH REPAIR AND REPAVING PER CMWD STD DWGS GS-25 AND GS-36 (FULL LANE WIDTH, 12' MIN). 5. UTILITY LOCATION AND ELEVATION SHOWN IS APPROXIMATE. POTHOLE ALL UTILITIES 4 WEEKS PRIOR TO CONSTRUCTION. REFER TO GENERAL NOTES 14 AND 15 ON DWG G-03. 6. REPLACE ALL DAMAGED CONCRETE (SIDEWALKS, CURBS, ANDGUTTERS) JOINT-TO-JOINT. 7. REPLACE ALL DAMAGED TRAFFIC STRIPING IN-KIND. 8. INSTALL HIGH DEFLECTION COUPLING WITH 20' PIPE LENGTH FOR HORIZONTAL CURVE RADII OVER 573' 9. INSTALL HIGH DEFLECTION COUPLING WITH 10' PIPE LENGTH FOR HORIZONTAL CURVE RADII BETWEEN 572' AND 287' 10. INSTALL HIGH DEFLECTION COUPLING WITH 5' PIPE LENGTH FOR HORIZONTAL CURVE RADII BETWEEN 286' AND 144' INSTALL THRUST BLOCK PER DWG C-01 AND CMWD STD DWG W-151 CONSTRUCTION NOTES INSTALL 1" WATER SERVICE CONNECTION PER CMWD STD DWG W-32 INSTALL 2" WATER SERVICE CONNECTION PER CMWD STD DWG W-43 INSTALL 2" BO PER CMWD STD DWG W-64 INSTALL 2" MAR PER CMWD STD DWG W-65 INSTALL 2" AVAR PER CMWD STD DWG W-76 7 INSTALL RWGV PER CMWD STD DWGS W-13 AND W-16. REFER TOTYPICAL TEE AND IN-LINE VALVE DETAILS ON DWG C-03. 8 INSTALL THRUST ANCHOR FOR REDUCER PER CMWD STD DWG W-18 9 REPAIR MEDIAN CURB PER CMWD STD DWG GS-18 # REPAIR TEXTURED CONCRETE MEDIAN TO MATCH EXISTING REPAIR CONCRETE SWALE TO MATCH EXISTING REPLACE TRAFFIC LOOP PER CALTRANS STD DWG ES-5B, TYPE E. TRAFFIC LOOP DRAWINGS ARE INCLUDED AS AN APPENDIX TO THE SPECIFICATIONS. 10 11 12 RECORD DRAWINGS THIS RECORD DRAWINGS HAVE BEEN PREPARED BASED ON INFORMATIONPROVIDED BY THE CONTRACTOR AND OTHERS. KENNEDY/JENKS CONSULTANTS HAS NOT VERIFIED THE ACCURACY OR COMPLETENESS OF THE INFORMATIONPROVIDED TO THEM AND DOES NOT WARRANT THE ACCURACY OR COMPLETENESSOF THIS RECORD DRAWING. USERS OF THIS RECORD DRAWING ASSUME ALL RISKOF LOSS RESULTING FROM ITS USE. USERS OF THIS DOCUMENT IN ELECTRONIC FORM ARE CAUTIONED AGAINST USE WITHOUT FIRST DETERMINING WHETHERCHANGES MAY HAVE BEEN MADE TO THE DOCUMENT SUBSEQUENT TO ITSPREPARATION BY KENNEDY/JENKS CONSULTANTS. ORIGINALS OF SIGNED ANDSEALED HARD COPIES OF THIS DOCUMENT ARE THE ONLY TRUE RECORD OF THECONTRACT DOCUMENTS PREPARED BY KENNEDY/JENKS CONSULTANTS C 83374 03/31/2023 08/06/2021 PROFILE PLAN 200 1"=40' 40 60 20 1"=4' 4 6 HORIZ: VERT: 200 1"=40' 40 60 RW P&P, CANNON RDSTA 8+50 TO STA 15+19 C-08 pw : \ \ k j c e - p w . b e n t l e y . c o m : k j c e - p w \ D o c u m e n t s \ C l i e n t s \ C a r l s b a d , C i t y o f C A \ P r o j e c t s \ P h a s e I I I R W P i p e l i n e S e g m e n t 5 _ 1 7 4 4 1 0 0 . 0 0 \ 1 0 - D e s i g n \ 1 0 . 0 6 - D r a w i n g s \ C i v i l \ 1 7 4 4 1 0 0 . 0 0 - C - 0 8 13 MA T C H L I N E S T A SE E S H E E T C - 0 7 08 + 5 0 NOTES 1. REFER TO DWGS C-09 AND C-10 FOR ADDITIONAL INFORMATION. 2. REFER TO NCTD GENERAL NOTES ON DWG C-10 FOR WORKING WITHIN NCTD RIGHT-OF-WAY. SEE ENLARGED PLAN ON C-09 SEE ENLARGED PROFILE ON C-09 30 35 40 45 50 30 35 40 45 50 12+00 13+00 14+00 14+50 140'-1" LF 30" O.D. STEEL CASING MIN 35,000 PSI YIELD STRENGTH 5'-6" MINSEE NOTE 5 30" STEEL CASING PIPE WITH MINIMUM THICKNESS OF 0.469"8" PVC CARRIER PIPE EXIST NCTD TRACK 1 EXIST NCTD TRACK 2 ℄ R A I L R O A D ST A : 1 3 + 2 7 . 0 2 ℄ R A I L R O A D ST A : 1 3 + 1 1 . 6 7 R/WR/W SEE NOTE 5 SEE NOTE 5 ST A : 1 3 + 6 1 . 8 4 ST A : 1 2 + 6 1 . 8 4 ST A : 1 2 + 4 6 . 2 3 BE G I N S T E E L C A S I N G ST A : 1 3 + 8 6 . 3 5 EN D S T E E L C A S I N G RWGVSEE NOTE 7 RWGV SEE NOTE 7 EXIST GRADE ABOVE PIPE CENTERLINE JACKING PIT RECEIVING PIT 2" HPG 18" SD E 12" HPG 4" E S=0.0020 T T 2" PVC SCH 40 PIPE 3-1.5" E 1" UNK 2" W 42" S SDG&E ENCASEMENT SDG&E ENCASEMENT SDCWENCASEMENT 18"SD 18"SD 30"SD 30"SD 30"SD 30"SD 30"SD 30"SD 30"SD 30"SD 30"SD 30"SD 30"SD 30"SD 30"SD 30"SD 30"SD 30"SD 8"S 18 " S D 18 " S D 18 " S D 18 " S D 18 " S D 24"SD 24"SD 24"SD 24"SD 24"SD 24"SD 24"SD 24"SD 24"SD 24"SD 24"SD 24"SD 3"HPG 3"HPG 3"HPG 3"HPG 3"HPG 3"HPG 3"HPG 3"HPG 3"HPG 3"HPG 3"HPG 3"HPG 3"HPG 3"HPG 12"W 12"W 12"W 12"W 12"W 12"W 12"W 12"W 12"W 12"W 12"W 12"W 12"W 12"W 12"W 12"W 12"W 30"SD 24"S 24"S 24"S 24"S W W W E E E E E E E E 24"SD 24"SD 42 " S 42 " S 42 " S 42 " S 42 " S 42 " S E 8"W 8"W 8"W 8"S 8"S 8"S 8"S 8"S 8"S 8"S 8"S 8"S 8"S 8"S E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E 2" H P G 2" H P G 2" H P G 2" H P G 12" W W W W W W W W W W W W W W W W W W W W3"G 3"G 3"G 12 " H P G 12 " H P G 12 " H P G 12 " H P G E E E E E E E E E E E E E E E E E E E T T T T T T T T T T T T T T T T T T T T T T T 12"S 12"S 12"S 12"S 12+00 13+00 14 + 0 0 TRACK 1 TRACK 2CANNON ROAD NC T D RA I L R O A D C R O S S I N G 8" RW SEGMENT 2 140 LF OF TRENCHLESS INSTALLATION INACCORDANCE WITH NCTD STANDARDS 12'x24' JACKING PIT SEE NOTE 1 12'x12' RECEIVINGPIT SEE NOTE 1 PROPOSED TUNNEL END STEEL CASING STA 13+86.35N 1 994 018.11E 6 230 605.79 ROAD C/L NTCD R/W NTCD R/W SEE NOTE 8 100' SEE NOTE 6 SEE NOTE 8 CAUTION!!! HIGH-PRESSURE GAS SEE NOTE 10 BEGIN STEEL CASING STA 12+46.23 N 1 993 964.67 E 6 230 476.27 SEE NOTE 11 SEE DWG C-8 FOR WATERLINE RELOCATION INFORMATION 12'x12' RECEIVING PIT POTENTIAL LOCATION 2 12'x12' RECEIVING PITPOTENTIAL LOCATION 1 RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 IMPROVEMENT PLAN FOR: 5208-B 128 508-6 RECORD DRAWINGS THIS RECORD DRAWINGS HAVE BEEN PREPARED BASED ON INFORMATIONPROVIDED BY THE CONTRACTOR AND OTHERS. KENNEDY/JENKS CONSULTANTS HAS NOT VERIFIED THE ACCURACY OR COMPLETENESS OF THE INFORMATIONPROVIDED TO THEM AND DOES NOT WARRANT THE ACCURACY OR COMPLETENESSOF THIS RECORD DRAWING. USERS OF THIS RECORD DRAWING ASSUME ALL RISKOF LOSS RESULTING FROM ITS USE. USERS OF THIS DOCUMENT IN ELECTRONIC FORM ARE CAUTIONED AGAINST USE WITHOUT FIRST DETERMINING WHETHERCHANGES MAY HAVE BEEN MADE TO THE DOCUMENT SUBSEQUENT TO ITSPREPARATION BY KENNEDY/JENKS CONSULTANTS. ORIGINALS OF SIGNED ANDSEALED HARD COPIES OF THIS DOCUMENT ARE THE ONLY TRUE RECORD OF THECONTRACT DOCUMENTS PREPARED BY KENNEDY/JENKS CONSULTANTS C 83374 03/31/2023 08/06/2021 PROFILE NOTES:1. JACKING AND RECEIVING PITS ARE SHOWN FOR REFERENCE ONLY. CONTRACTOR SHALL BERESPONSIBLE FOR ACTUAL LOCATION AND DIMENSIONS OF JACKING AND RECEIVING PITS. SEESPECIFICATIONS SECTION 15125. 2. CONTRACTOR SHALL POTHOLE ALL EXISTING UTILITIES AND CONFIRM THEIR DEPTHS PRIOR TO INSTALLATION OF JACKING & RECEIVING PITS AND CASING. CONTRACTOR SHALL SUBMIT INFORMATION TO ENGINEER AND INFORM ENGINEER IF THERE ARE ANY INTERFERENCES. 3. ABOVE GRADE PIPING, FOOTINGS FOR WALLS, AND OTHER ABOVE GRADE APPURTENANCES AND UTILITIES MAY NOT BE SHOWN ON THESE PLANS. CONTRACTOR SHALL INFORM ENGINEER OF ANYINTERFERING ABOVE GRADE APPURTENANCES OR UTILITIES PRIOR TO INSTALLATION OF BORE PITSAND CASING. 4. SHORING FOR JACKING AND RECEIVING PIT SHALL BE DESIGNED, SIGNED AND STAMPED BY A CIVIL OR STRUCTURAL ENGINEER REGISTERED IN THE STATE OF CALIFORNIA. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ON SITE SAFETY DURING CONSTRUCTION. 5. EXTEND STEEL CASING A MINIMUM DISTANCE OF 30'-0" FEET FROM CENTERLINE OF THE OUTSIDE TRACK AND LOCATE A MINIMUM OF 5'-6" FROM THE BASE OF THE RAILROAD RAIL TO THE TOP OF THE CASING. 6. COORDINATE SHUTDOWN OF EXISTING POTABLE WATER PIPELINE WITH CMWD AT LEAST TWO WEEKSPRIOR TO CONSTRUCTION. MAINTAIN EXISTING 12" ACP WATER IN SERVICE DURING CONSTRUCTION ATRECEIVING PIT OR PROVIDE TEMPORARY HIGH-LINE IF NECESSARY. IF 12" WATER IS HIGH-LINED, PERMANENTLY REINSTALL 12" PVC, PER DETAIL 3 ON DWG C-03, IN ORIGINAL LOCATION UPON COMPLETION OF WORK. MAINTAIN WATER SERVICE DURING WATERLINE REPLACEMENT AT JACKING PIT. 7. ACCESSIBLE EMERGENCY SHUT-OFF VALVES SHALL BE INSTALLED WITHIN EFFECTIVE DISTANCES ON EACH SIDE OF THE RAILROAD AND MARKED WITH SIGNS FOR IDENTIFICATION. PROVIDE RESTRAINED FCAs ON BOTH SIDES OF GATE VALVE. 8. CONTACT SDG&E TO REQUEST ELECTRICAL CONDUIT RELOCATION FOUR WEEKS PRIOR TOCONSTRUCTION AND UPON RECEIVING FAVORABLE REVIEW OF TRENCHLESS CROSSING PLAN PER THE REQUIREMENTS OF SECTION 15125. 9. CAL/OSHA MINING AND TUNNEL CLASSIFICATION LETTER IS ATTACHED TO THE SPECIFICATIONS. 10. PRIOR TO EXCAVATION ACTIVITIES, CONTACT GAS TRANSMISSION OF SDG&E. 12" HIGH-PRESSURE GAS (LINE 1026) MUST BE POTHOLED. STANDBY REQUIRED. NO MECHANICAL DIGGING. HAND EXCAVATION ONLY WITHIN 5'-0" OF 12" HPG. 11. EXISTING BEAMS AND PLATES FROM PREVIOUS TRENCHLESS CROSSINGS ARE KNOWN TO HAVE BEENBURIED IN THIS AREA. VERIFY AND REMOVE AS NECESSARY TO COMPLETE WORK AS SHOWN. SEGMENT 2 CANNON ROADNCTD RR TUNNEL XING PLAN AND PROFILE C-09 pw : \ \ k j c e - p w . b e n t l e y . c o m : k j c e - p w \ D o c u m e n t s \ C l i e n t s \ C a r l s b a d , C i t y o f C A \ P r o j e c t s \ P h a s e I I I R W P i p e l i n e S e g m e n t 5 _ 1 7 4 4 1 0 0 . 0 0 \ 1 0 - D e s i g n \ 1 0 . 0 6 - D r a w i n g s \ C i v i l \ 1 7 4 4 1 0 0 . 0 0 - C - 0 9 14 0 1"=10' 10 20 10 1"=2' 2 3 HORIZ: VERT: 0 1"=10' 10 20 1 C-10 NCTD SETTLEMENT MONITORING NOTES: 1. TRACK ELEVATION MONITORING REQUIREMENTS: a. TRACK ELEVATION MONITORING SURVEY SHALL BE PERFORMED BY A PROFESSIONAL SURVEYOROR SURVEYING FIRM LICENSED IN THE STATE OF CALIFORNIA.b. SURVEY SHALL BE PERFORMED AT DESIGNATED POINTS ON THE EXISTING RAIl.c. FIVE (5) SURVEY POINTS SHALL BE TAKEN AT BOTH MAIN TRACK 1 (MT-1) AND MAIN TRACK 2 (MT-2), A TOTAL OF TEN (10) SURVEY POINTS. d. SURVEY POINTS SHALL BE TAKEN ON POINTS ON THE MAIN TRACK RAIL. e. ONE (1) SURVEY POINT SHALL BE TAKEN AT CENTERLINE OF BOTH MT-1 AND MT-2, DIRECTLY ABOVE THE RECYCLED WATER PIPELINE AND STEEL CASING INSTALLATION LOCATION, AND FOUR (4) TAKEN AT 10 FEET AND 25 FEET FROM EITHER SIDE OF THE CENTERLINE SURVEY POINTS. f. INITIAL TRACK ELEVATION MONITORING SURVEY SHALL BE PERFORMED PRIOR TO CONSTRUCTIONTO CREATE A BASELINE ELEVATION.g. SUBSEQUENT TRACK ELEVATION MONITORING SHALL BE PERFORMED WEEKLY THROUGHOUT THE DURATION OF CONSTRUCTION. h. POST CONSTRUCTION TRACK ELEVATION MONITORING SURVEYS SHALL BE PERFORMED AFTER CONSTRUCTION COMPLETION, ON THE DAY OF COMPLETION; TWO (2) WEEKS AFTER COMPLETION, AND FOUR (4) WEEK AFTER COMPLETION. 2. SURVEY MONITORING DELIVERABLES TO NCTD:a. EXHIBIT INDICATING PROPOSED SURVEY POINTS FOR NCTD REVIEW AND APPROVAL, PROPOSEDMETHODOLOGY FOR MARKING THE SURVEY POINTS, AND COMPANY NAME AND LICENSEINFORMATION OF PROFESSIONAL SURVEYOR OR SURVEYING FIRM. b. PRE-CONSTRUCTION TRACK ELEVATION MONITORING DATA FOR NCTD REVIEW AND APPROVAl. c. WEEKLY TRACK ELEVATION MONITORING SURVEY DATA DURING CONSTRUCTION, TO BE ACCEPTED BY NCTD. d. POST CONSTRUCTION TRACK ELEVATION MONITORING SURVEY DATA, AT COMPLETION OF CONSTRUCTION, TWO WEEKS LATER, AND TWO WEEKS LATER, TO BE ACCEPTED BY NCTD.e. ALL SURVEYS SHALL BE SIGNED AND STAMPED BY A LICENSED SURVEYOR. 3. WORK PERFORMED WITHIN THE NCTD RIGHT-OF-WAY REQUIRES BOTH AN NCTD ISSUED PERMIT FORACCESS AUTHORIZATION AND RAILROAD FLAGGING PROTECTION. ADDITIONALLY, ALL PERSONNEL ENTERING THE NCTD RIGHT-OF-WAY ARE REQUIRED TO HAVE A CURRENT ROADWAY WORKER PROTECTION (RWP) TRAINING CERTIFICATION. 4. ADDITIONAL MONITORING OR REQUIREMENTS MAY BE REQUIRED IF UNACCEPTABLE TRACK MOVEMENT SHOULD OCCUR. SEE C-08 FOR CHANGES 8" PVC CARRIER PIPESEE NOTE 1 AND 4 30" STEEL CASING SEE NOTES 2, 3 AND 6 CONTACT GROUTING SHALL BE USED TO FILL ANY VOIDS CREATED BY BORING, JACKING OR TUNNELING PER SECTION 15125 CASING SPACER PER SPECIFICATION SECTION 15125 30" STEEL CASING SEE NOTE 2, 3 AND 6 END SEAL PER SPECIFICATIONSECTION 15125 BANDING STRAPS PER SPECIFICATION SECTION 15125 SECTION CASING ELEVATION 2'-0"TYP 2'-0"TYP 2'-0" TYP 8'-0" TYP 2" PVC SCH 40 PIPE FOR FUTURE USE CAPPED AT EACH END WITHIN12" OF CASING END 2" PVC SCH 40 PIPE FOR FUTURE USE CAPPED AT EACH ENDWITHIN 12" OF CASING END GROUT PLUGS PER SECTION 15125 NOT INSTALLED RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 IMPROVEMENT PLAN FOR: 5208-B 128 508-6 RECORD DRAWINGS THIS RECORD DRAWINGS HAVE BEEN PREPARED BASED ON INFORMATIONPROVIDED BY THE CONTRACTOR AND OTHERS. KENNEDY/JENKS CONSULTANTS HAS NOT VERIFIED THE ACCURACY OR COMPLETENESS OF THE INFORMATIONPROVIDED TO THEM AND DOES NOT WARRANT THE ACCURACY OR COMPLETENESSOF THIS RECORD DRAWING. USERS OF THIS RECORD DRAWING ASSUME ALL RISKOF LOSS RESULTING FROM ITS USE. USERS OF THIS DOCUMENT IN ELECTRONIC FORM ARE CAUTIONED AGAINST USE WITHOUT FIRST DETERMINING WHETHERCHANGES MAY HAVE BEEN MADE TO THE DOCUMENT SUBSEQUENT TO ITSPREPARATION BY KENNEDY/JENKS CONSULTANTS. ORIGINALS OF SIGNED ANDSEALED HARD COPIES OF THIS DOCUMENT ARE THE ONLY TRUE RECORD OF THECONTRACT DOCUMENTS PREPARED BY KENNEDY/JENKS CONSULTANTS C 83374 03/31/2023 08/06/2021 NOTES: 1. RESTRAIN ALL JOINTS OF THE CARRIER PIPE WITHIN CASING. 2. EXTEND STEEL CASING TO A MINIMUM DISTANCE OF 30'-0" FROM THE CENTERLINE OF THE OUTSIDE TRACK AND LOCATE 5'-6" FROM THE BASE OF THE RAILROAD RAIL TO THE TOP OF THE CASING, AS SHOWN. 3. CASING PIPE AND JOINTS SHALL BE LEAK-PROOF CONSTRUCTION, SUCH AS FULL-PENETRATION BUTT-WELDED OR INTERLOCKING JOINTS WHICH ARE CAPABLE OFWITHSTANDING RAILROAD LOADING. 4. PLASTIC CARRIER PIPE WILL BE UTILIZED. ALLOWABLE PLASTIC CARRIER PIPE MATERIAL INCLUDES THERMOPLASTIC AND THERMOSET PLASTIC PIPES. 5. ACCESSIBLE EMERGENCY SHUT-OFF VALVES SHALL BE INSTALLED WITHIN EFFECTIVE DISTANCES ON EACH SIDE OF THE RAILROAD AND MARKED WITH SIGNS FOR IDENTIFICATION. 6. STEEL CASING SHALL HAVE A MINIMUM YIELD STRENGTH OF 35,000 PSI WITH MINIMUM 0.469" THICKNESS. SEE SPECIFICATION SECTION 15125. SEGMENT 2 CANNON ROADJACK & BORE DETAILS C-10 pw : \ \ k j c e - p w . b e n t l e y . c o m : k j c e - p w \ D o c u m e n t s \ C l i e n t s \ C a r l s b a d , C i t y o f C A \ P r o j e c t s \ P h a s e I I I R W P i p e l i n e S e g m e n t 5 _ 1 7 4 4 1 0 0 . 0 0 \ 1 0 - D e s i g n \ 1 0 . 0 6 - D r a w i n g s \ C i v i l \ 1 7 4 4 1 0 0 . 0 0 - C - 1 0 15 - 1JACK AND BORE CASING DETAIL NOT TO SCALE NCTD GENERAL NOTES 1. IN CASE OF EMERGENCIES AND FOR TRACK AND TRAIN SAFETY CALL NORTH COUNTY TRANSIT DISTRICT (NCTD) 24/7 OPERATIONS CONTROL CENTER AT (760) 966-6700. 2. THE CONTRACTOR OR ENTITY BEING ISSUED AUTHORIZATION BY NCTD TO WORK IN THE RIGHT-OF-WAY (CONTRACTOR) SHALLCOMPLY WITH ALL APPLICABLE TERMS, CONDITIONS AND REQUIREMENTS OF NCTD'S POLICIES REGARDING NCTD'SRIGHT-OF-WAY (ROW) AND OTHER NCTD ORDINANCES, RULES AND REGULATIONS. THE CONTRACTOR SHALL COMPLY WITH ALL APPLICABLE LAWS AND REGULATIONS OF THE FEDERAL, STATE, COUNTY, LOCAL GOVERNMENTS AND ALL ADMINISTRATIVE AGENCIES WHICH MAY HAVE JURISDICTION OVER THE CONTRACTOR'S WORK OR WORK AREA. 3. ALL PERSONNEL ENTERING THE RAILROAD ROW SHALL COMPLY WITH NCTD SAFETY REQUIREMENTS. FAILURE TO COMPLY SHALL BE GROUNDS FOR TERMINATION OF WORK AND REVOCATION OF THE RIGHT TO ENTER NCTD'S ROW. 4. NO WORK SHALL BE PERFORMED WITHIN THE RAILROAD ROW WITHOUT A ROE PERMIT (PERMIT) AND/OR ACCESSAUTHORIZATION (AA), AS APPLICABLE. SEE NCTD'S WEBSITE AT GONCTD.COM/WORKING-AROUND-THE-RAILS (ORGONCTD.COM/ROW) FOR INFORMATION ON ACCESSING AND WORKING ON THE RIGHT-OF-WAY. 5. THE CONTRACTOR SHALL ADHERE TO ALL REQUIREMENTS SET FORTH BY NCTD, THE PERMIT, THE AA, PROJECT PLANS AND SPECIFICATIONS, AND THE JOB SITE RAILROAD FLAGMAN/EMPLOYEE-IN-CHARGE (EIC). FAILURE TO COMPLY MAY RESULT IN WORK STOPPAGE OR REMOVAL FROM NCTD PROPERTY. 6. PRIOR TO ENTERING ONTO THE ROW AND AT THE CONTRACTOR'S EXPENSE, ALL PERSONNEL WORKING IN OR AROUND THE ROW, INCLUDING SUBCONTRACTORS (JACK AND BORE CONTRACTOR) AND THIRD PARTIES, MUST COMPLETE NCTD ROADWAY WORKER PROTECTION (RWP) TRAINING COURSE. RWP TRAINING IS PROVIDED BY NCTD'S RAIL CONTRACTOR, BOMBARDIER.CONTACT INFORMATION IS SUBJECT TO CHANGE - PLEASE SEE NCTD'S WEBSITE AT GONCTD.COM/ROW FOR CURRENTCONTACT INFORMATION. 7. ALL PERSONS ENTERING THE RAILROAD ROW SHALL HAVE THE RWP STICKER AFFIXED TO THEIR HARD HAT AND RWP BADGE IN THEIR POSSESSION. 8. NCTD RAILROAD FLAG PROTECTION (FLAGGING) IS REQUIRED FOR WORKING IN THE ROW. ONLY AN NCTD AUTHORIZED RAILROAD FLAGMAN (RAILROAD FLAGMAN/EIC) IS PERMITTED TO PERFORM RAILROAD FLAGGING OPERATIONS WITHIN THE RAILROAD RIGHT-OF-WAY. NO MEN OR EQUIPMENT SHALL BE ACTIVELY WORKING, PARKED OR STATIONARY WITHIN THE ROW WITHOUT PRIOR APPROVAL FROM THE RAILROAD FLAGMAN/EIC). 9. THE RAILROAD FLAGMAN/EIC HAS SOLE RESPONSIBILITY TO PROTECT THE RAILROAD INFRASTRUCTURE AND OPERATIONS. ATALL TIMES THE CONTRACTOR SHALL FOLLOW THE RAILROAD FLAGMAN/EIC'S DIRECTION. 10. FLAGGING IS PROVIDED BY NCTD'S RIAL CONTRACTOR, BOMBARDIER. CONTACT INFORMATION IS SUBJECT TO CHANGE - SEE NCTD'S WEBSITE AT GONCTD.COM/ROW FOR CURRENT CONTACT INFORMATION. CONTRACTOR IS RESPONSIBLE FOR REQUESTING RAILROAD FLAGMAN SERVICES WITH ADEQUATE NOTICE TO MEET CONTRACTOR'S CONSTRUCTION SCHEDULE. 11. NCTD UTILITIES WITHIN THE NCTD ROW ARE NOT PART OF DIG ALERT/ CALL BEFORE YOU DIG (811). NCTD RAILROAD UTILITIES MUST BE MARKED OUT BY NCTD'S RAIL CONTRACTOR, BOMBARDIER. CONTRACTOR MUST REQUEST NCTD MARK OUT FROM BOMBARDIER A MINIMUM OF SEVEN (7) WORKING DAYS BEFORE ANY EXCAVATIONS OR ANY GRADE-LEVEL PENETRATION CANOCCUR. CONTACT INFORMATION IS SUBJECT TO CHANGE - PLEASE SEE NCTD'S WEBSITE AT GONCTD.COM/ROW FOR CURRENTCONTACT INFORMATION. 12. CONTRACTOR MUST CONTACT DIG ALERT/CALL BEFORE YOU DIG (811) BEFORE ANY EXCAVATIONS OR GRADE LEVEL PENETRATION CAN OCCUR. 13. THE CONTRACTOR SHALL PAY ALL COSTS ASSOCIATED WITH RWP TRAINING, FLAGGING, MARK OUT INSPECTIONS, AND REVIEWS, AS REQUIRED BY NCTD POLICY, THE PERMIT AND/OR AA. 14. THE CONTRACTOR SHALL MAKE THE NECESSARY ARRANGEMENTS FOR EACH EQUIPMENT OPERATOR TO HAVE RADIO COMMUNICATIONS WITH THEIR FOREMAN AND RAILROAD FLAGMAN/EIC AS ESTABLISHED AND REQUIRED PER NCTD RWPTRAINING. 15. THE CONTRACTOR SHALL HAVE THE PERMITTED STAMPED SET OF PLANS ON-SITE. WORK WILL BE TERMINATED BY NCTDSHOULD NO STAMPED PLANS BE ON-SITE. 16. IF APPLICABLE, ALL WORK ON OR ADJACENT TO THE SAN DIEGO TROLLEY SHALL ALSO ADHERE TO METROPOLITAN TRANSIT SYSTEM (MTS) REQUIREMENTS. 17. THE MOVEMENT OF TRAINS IS UNPREDICTABLE. TRAINS MAY APPROACH THE JOB SITE IN ANY DIRECTION, AT ANY SPEED, AT ANY TIME, AND MAY STOP AND OCCUPY THE TRACK WITHIN THE CONTRACTOR'S WORK ZONE FOR AN UNDETERMINED PERIOD OF TIME. 18. THE CONTRACTOR SHALL CONTACT NCTD 72-HOURS IN ADVANCE FOR ANY INSPECTIONS REQUIRED IN THE PERMIT AND/ORACCESS AUTHORIZATION, AS APPLICABLE. 19. UPON PROJECT COMPLETION THE NCTD ROW SHALL BE LEFT IN AS GOOD IF NOT BETTER CONDITION AS PRIOR TO THE START OF THE PROJECT. THE CONTRACTOR SHALL RESTORE ALL DISTURBED OR DAMAGED AREA AND FACILITIES AS APPROVED BY NCTD A THE CONTRACTOR'S EXPENSE. 20. NCTD PROPERTY SHALL NOT BE USED FOR STORAGE OR DISPOSAL OF SPOILS. 21. THE CONTRACTOR, AT HIS SOLE COST, SHALL BE SOLELY RESPONSIBLE FOR THE NECESSARY PHYSICAL SECURITY OF HIS PERSONNEL, AGENTS, SUPPLIERS, FACILITIES, MATERIALS, EQUIPMENT, AND OF THE WORK SITE. 22. CONTRACTOR TO CONTACT BOMBARDIER PRIOR TO START OF WORK TO SCHEDULE RAIL INSPECTIONS ON THE DAY ANYWORK TAKES PLACE ON THE TRACKS. 23. THE CONTRACTOR SHALL MAINTAIN IN EFFECT STANDARD NCTD INSURANCE MINIMUMS: CGL - $2M/$4M AUTO - $2M WORKER'S COMP - STATUTORY EMPLOYER'S LIABILITY - $1M RPL: $3M/$6M 24. NAME NCTD AS ADDITIONAL INSURED, AS FOLLOWS: NORTH COUNTY TRANSIT DISTRICT, AMTRAK, METROLINK, BNSF, PACIFIC SUN (WATCO), BOMBARDIER TRANSPORTATION HOLDINGS, USA, INC.; AND THEIR RESPECTIVE DIRECTORS, OFFICERS, EMPLOYEES, CONTRACTORS AND GENTS. CERTIFICATE HOLDER IS: ATTN: REAL ESTATE DEPARTMENT NORTH COUNTY TRANSIT DISTRICT810 MISSION AVE GRADING NOTES {IN ADDITION TO THE REQUIREMENTS OF CHAPTER 15.16 OF THE CARLSBAD MUNICIPAL CODE.) 1. THIS PLAN SUPERSEDES ALL OTHER PLANS PREVIOUSLY APPROVED BY THE CITY OF CARLSBAD REGARDING GRADING SHOWN ON THIS SET OF PLANS. 2. APPROVAL OF THIS PLAN DOES NOT LESSEN OR WAIVE ANY PORTION OF THE CARLSBAD MUNICIPAL CODE, RESOLUTION OF CONDITIONAL APPROVAL, CITY STANDARDS OR OTHER ADDITIONAL DOCUMENTS LISTED HEREON AS THEY MAY PERTAIN TO THIS PROJECT. THE ENGINEER IN RESPONSIBLE CHARGE SHALL REVISE THESE PLANS WHEN NON-CONFORMANCE JS DISCOVERED. 3. CITY APPROVAL OF PLANS DOES NOT RELIEVE THE DEVELOPER OR ENGINEER-OF- WORK FROM RESPONSIBILITY FOR THE CORRECTION OF ERRORS AND OMISSIONS DISCOVERED DURING CONSTRUCTION. ALL PLAN REVISIONS SHALL BE PROMPTLY SUBMITTED TO THE CITY ENGINEER FOR APPROVAL. 4. A RIGHT-OF-WAY PERMIT FROM THECITYENGINEERW/LLBEREQUJREDFORANY WORK IN THE PUBLIC RIGHT OF WAY. PRIOR TO PERMIT ISSUANCE, A CERT/FICA TE OF INSURANCE AS WELL AS ADDITIONAL INSURED ENDORSEMENT MUST BE FILED NAMING THE CITY OF CARLSBAD AS AN ADDITIONAL INSURED ON THE PERMITTEE'S POLICY IN THE MINIMUM AMOUNT OF $1,000,000.00 FOR EACH OCCURRANCE OF LIABILITY. THE INSURANCE COMPANY WRITING THE POLICY MUST HAVE A RATING OF ':,\-"OR BETTER AND A SIZE CATEGORYOFCLASSV/1 OR BETTER AS ESTABLISHED BY "BESTS" KEY RATING GUIDE. 5 . .NO WORK SHALL BE COMMENCED UNTIL ALL PERMITS HAVE BEEN OBTAINED FROM THE CITY AND OTHER APPROPRIATE AGENCIES. 6. APPROVAL OF THESE PLANS BY THE CITY ENGINEER DOES NOT AUTHORIZE ANY WORK OR GRADING TO BE PERFORMED UNTIL THE PROPERTY OWNER'S PERMISSION HAS BEEN OBTAINED AND A VALID GRADING PERMIT HAS BEEN ISSUED. 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 THE TITLE SHEET. 8. OR/G/N:,\L DRAWINGS SHALL BECOME THE PROPERTY OF Tr/E CITY UPON BEING SIGNED BY THE CITY ENGINEER. 9. THE ORIGINAL DRAWING SHALL BE REVISED TO REFLECT AS-BUil T CONDITIONS BY THE ENGINEER-OF-WORK PRIOR TO FINAL ACCEPTANCE OF THE WORK BY THE CITY. 10. ACCESS FOR FIRE AND OTHER EMERGENCY VEHICLES SHALL BE MAINTAINED TO THE PROJECT SITE AT ALL TIMES DURING CONSTRUCT/ON. 11. WHERE TRENCHES ARE WITHIN CITY EASEMENTS, A SOILS REPORT COMPRISED OF: (A) SUMMARY SHEET, (8) 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 THE COMPLETION OF FIELD TESTS. 12. A SOILS COMPACTION REPORT AND COMPLIANCE VERIFICATION REGARDING ADHERENCE TO RECOMMENDATIONS OUTLINED IN THE SOILS REPORT IS REQUIRED PRIOR TO THE ISSUANCE OF A BUILDING PERMIT, ALL CONTROLLED GRADING SHALL BE DONE UNDER THE DIRECTION OF A PROFESSIONAL ENGINEER OF THE STATE OF CALIFORNIA PRINCIPALLY DOING BUSINESS IN THE FJELD OF APPLIED SOILS MECHANICS. ALL FILL OR FUTURE FILL AREAS SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE CITY OF CARLSBAD STANDARD SPECIF/CATIONS AND THE " EARTHWORK SPECIFICATIONS " ATTACHED TO THE PRELIMINARY SOILS INVESTIGATION. DAILY FIELD COMPACTION REPORTS WILL BE SUBMITTED TO THE PROJECT INSPECTOR. '/3. A PRECONSTRUCTION MEETING SHALL BE HELD AT THE SITE PRIOR TO THE BEGINNING OF WORK ANO SHALL BE ATTENDED BY ALL REPRESENTATIVES RESPONSIBLE FOR CONSTRUCT/ON, INSPECTION, SUPERVISION, TESTING AND ALL OTHER ASPECTS OF THE WORK. THE CONTRACTOR SHALL REQUEST A PRECONSTRUCTION MEETING BY CALLING THE INSPECTION LINEAT(760}431i-389'/ AT LEASTFIVE(5) WORKING DAYS PRIOR TO STARTING CONSTRUCT/ON. THE CONTRACTOR WILL THEN BE CONTACTED BY THE PROJECT INSPECTOR TO COORD/N:,\ TE A DATE AND TIME FOR THE PRECONSTRUCTJON MEETING. APPROVED ORA WINGS MUST BE AVAILABLE PRIOR TO SCHEDULING. THE GRADING PERMIT WILL BE PROVIDED BY THE PROJECTINSPECTOR AT THE MEETING. '14. ALL INSPECTION REQUESTS OTHER THAN FOR PRECONSTRUCTION MEETING WILL BE MADE BY CALLING THEENGINEERING24-HOUR INSPECTION REQUEST LINE AT (760) 438-3891. INSPECTION REQUEST 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 RE;QUEST OTHERWISE. REQUESTS MADE AFTER 2:00 P,M. WILL BE SCHEDULED FOR TWO FULL WORKDAYS LATER. 15. 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 CONFORMING TO ALL LOCAL, STATE AND FEDERAL SAFETY AND HEALTH STANDARDS, LAWS AND REGULATIONS. 16. THE CONTRACTOR SHALL CONFORM TO LABOR CODE SECTION 6705 BY SUBMITTING A DETAIL PLAN TO THE CITY ENGINEER ANO/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 EXCAVATION 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 ANO APPROVED BY Tf/E 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 A REGISTERED ENGINEER AT THE CONTRACTORS EXPENSE. A COPY OF THE OSHA EXCAVATION PERMIT MUST BE SUBMITTED TO THE INSPECTOR PRIOR TO EXCAVATION. 17. NO BLASTING SHALL BE PERFORMED UNTIL A VALID BLASTING PERMIT HAS BEEN OBTAINED FROM THE CITY OF CARLSBAD. SUBMIT APPL/CATION FOR BLASTING PERMIT WELL IN ADVANCE OF THE SCHEDULING OF BLASTING OPERATIONS. '18. IF ANY ARCHAEOLOGICAL RESOURCES ARE DISCOVERED WITHIN ANY WORK AREA DURING CONSTRUCTION, OPERATIONS WILL CEASE IMMEDJATEL~ AND THE PERMITTEE WILL NOTIFY THE CITY ENGINEER, OPERATIONS WILL NOT RESTART UNTIL THE PERMITTEE HAS RECEIVED WRITTEN AUTHORITY FROM THE CITY ENGINEER TO DO SO. 19. ALL OPERATIONS CONDUCTED ON THE SITE OR ADJACENT THERETO, INCLUDING WARMING UP, REPAIR, ARRIVAL, DEPARTURE OR OPERATION OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT AND ANY OTHER ASSOCIATED GRADING EQUIPMENT SHALL BE LIMITED TO THE PERIOD BETWEEN 7:00 A.M. AND 6:00 P.M. EACH DAY, MONDAY THRU FRIDAY AND NO EARTHMOVING OR GRADING OPERA TJONS SHALL BE CONDUCTED ON WEEKENDS OR HOL/DA YS. (A LIST OF CITY HOLIDAYS JS AVAILABLE AT THE ENGINEERING DEPARTMENT COUNTER.) 20. ALL OFF-SITE HAUL ROUTES SHALi BE SUBMITTED BY THE CONTRACTOR TO THE CITY ENGINEER FOR APPROVAL TWO FULL WORKING DAYS PRIOR TO BEGINNING OF WORK. 21. IMPORT MATERIAL SHALL BE OBTAINED FROM, AND WASTE MATERIAL SHALL BE DEPOSITED AT, A SITE APPROVED BY THE CITY ENGINEER. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DEBRIS OR DAMAGE OCCURRING ALONG THE HAUL ROUTES OR ADJACENT STREETS AS A RESULT OF THE GRADING OPERATION. 22. BRUSH SHALL BE REMOVED ONLY WITHIN THE AREA TO BE GRADED. NO TREES ARE TO BE REMOVED UNLESS SPECIFICALLY NOTED ON THE PLAN. 23. ALL AREAS SHALL BE GRADED TO DRAIN. GRADING RE SUL TING IN THE PONDING OF WATER IS NOT PERMITTED. ALL EARTHEN SWALES AND DITCHES SHALL HAVE A MINIMUM ONE PERCENT SLOPE. 24. THESE PLANS ARE SUBJECT TO A SIGNED AND APPROVED SWPPP AND/OR SET OF EROSION CONTROL PLANS. EROSION CONTROL SHALL BE AS SHOWN AND AS APPROVED BY THE CITY ENGINEER OR AS DIRECTED BY THE PROJECT INSPECTOR. 25. ALL SLOPES SHALL BE TRIMMED TO A FINISH GRADE TO PRODUCE A UNIFORM SURFACE AND CROSS SECTION THE SITE SHALL BE LEFT IN A NEAT AND ORDERLY CONDITION. ALL STONES, ROOTS OR OTHER DEBRIS SHALL BE REMOVED AND DISPOSED OF AT A SITE APPROVED OF BY THE CITY ENGINEER. 26. ALL SLOPES SHALL BE IRRIGATED, STABILIZED, PLANTED AND/OR HYDROSEEDED WITHIN TEN {'10) DAYS OF THE TIME WHEN EACH SLOPE JS BROUGHT TO GRADE AS SHOWN ON THE APPROVED GRADING PLANS. 27. LANDSCAPING SHALL BE ACCOMPLISHED ON ALL SLOPES AND PADS AS REQUIRED BY THE CITY OF CARLSBAD LANDSCAPE MANUAL, THE LANDSCAPING PLANS FOR THIS PROJECT, DRAWING NO. LCP2019-0011, AND/OR AS DIRECTED BY THE CITY ENGINEER OR PLANNING DIRECTOR. 28. THE OWNER/APPLICANT SHALL INSURE THAT ALL CONTRACTORS SHALL COORDINATE THE WORK OF THESE GRADING PLANS WITH THAT SHOWN ON BOTH THE LANDSCAPE AND /RR/GA TION PLANS AND THE IMPROVEMENT PLANS AS REQUIRED FOR THIS WORK IN ACCORDANCE WITH THE LANDSCAPE MANUAL TIME REQUIREMENTS. 29. WHERE AN EXISTING PIPE LINEJSTOBEABANDONED AS A RESULT OF THE GRADING OPERATION, 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 PLUGGED WITH CONCRETE OR REMOVED AS APPROVED BY THE CITY ENGINEER. 30. THE CONTRACTOR SHALL VERIFY THE LOCATION OF ALL EXISTING FACILITIES (ABOVE GROUND AND UNDER GROUND) WITHIN THE PROJECT SITE SUFFJCIENTL Y AHEAD OF GRADING TO PERMIT THE REVISION OF THE GRADING PLANS IF IT JS FOUND THAT THE ACTUAL LOCATIONS ARE IN CONFLICT WITH THE PROPOSED WORK. 31. THE CONTRACTOR SHALL NOTIFY AFFECTED UTILITY COMPANIES (SEE BELOW) AT LEAST 2 FULL WORKING DAYS PRIOR TO STARTING GRADING NEAR THEIR FACILITIES AND SHALL COORDINATE THE WORK WITH A COMPANY REPRESENTATIVE. UNDERGROUND SERVICE ALERT (DIG ALERT) SDG&E /800) 422-4133 I 811 /800)4/1-7343 /619) 237-2787 /800) 227-2600 /6-/9)262-1122 (760) 434-2980 /760) 438-2722 AT&T SPECTRUM CABLE COX COMMUNICATIONS CITY OF CARLSBAD (STREETS & STORM DRAIN} CITY OF CARLSBAD (SEWER, WATER & RECLAIMED WATER) 32. PERMIT COMPLIANCE REQUIREMENTS: A. FOR CONTROLLED GRADING· THE APPLICANT HIRES A CIVIL ENGINEER, SOILS ENGINEER, AND/OR GEOLOGIST TO GIVE TECHNICAL ADVICE, OBSERVE AND CONTROL THE WORK IN PROGRESS (15.16.120A.8) CARLSBAD MUNICIPAL CODE. 8. PRIOR TO COMPLETION OF GRADING WORK. • THE FOLLOWING REPORTS MUST BE SUBMITTED TO THE CITY ENGINEER VIA THE PROJECT INSPECTOR PER SECTION 15.16.120 OF THE CARLSBAD MUNICIPAL CODE: /1) FINAL REPORT BY SUPERVISING GRADING ENGINEER STATING ALL GRADING JS G'JMPLETE. ALL EROSION CONTROL, SLOPE PLANTING AND IRRIGATION ARE INSTALLED IN CONFORMANCE WITH CITY CODE AND THE APPROVED PLANS (OBTAIN SAMPLE OF COMPLIANCE LETTER FROM CITY ENGINEERING DEPARTMENT). /2) AS-BUILT GRADING PLAN. • (3) REPORT FROM THE SOILS ENGINEER, WHICH INCLUDES RECOMMENDED SOIL BEARING CAPACITIES, A STATEMENT AS TO THE EXPANSIVE QUALITY OF THE SOIL, AND SUMMARIES OF FIELD AND LABORATORY TESTS. THE REPORT SHALL ALSO INCLUDE A STATEMENT BY THE SOILS ENGINEER THAT THE GRADING WAS DONE IN ACCORDANCE WITH Tf/E REQUIREMENTS AND RECOMMENDATIONS OUTLINED IN Tf/E PRELIMINARY SOILS REPORT AND ANY SUPPLEMENTS THERETO. /4) REPORT WITH AS-BUILT GEOLOGIC PLAN, IF REQUIRED BY THE CITY. /5) PERMANENT STRUCTURAL BMP INSTALLATION CERTIFICATE. /6) PERMITTED WALL FINAL INSPECTION REPORT. 33. UNLESS A GRADING PERMIT FOR THIS PROJECT IS ISSUED WITHIN ONE /1) YEAR AFTER THE CITY ENGINEER'S APPROVAL, THESE PLANS MAY BE REQUIRED TO BE RESUBMITTED FOR PLANCHECK. PLANCHECK FEES WILL BE REQUIRED FOR ANY SUCH RECHECK. 34. IN ACCORDANCE WITH THE CITY STORM WATER STANDARDS, ALL STORM DRAIN INLETS CONSTRUCTED BY THIS PLAN SHALL INCLUDE "STENCILS" BE ADDED TO PROf/JBIT WASTEWATER DISCHARGE DOWNSTREAM. STENCILS SHALL BE ADDED TO THE SATISFACTION OF THE CITY ENGINEER. EROSION CONTROL NOTES STREET NOTES 1. ACTUAL STRUCTURAL SECTIONS WILL BE DETERMINED AFTER "R" VALUE TESTS HAVE BEEN CONDUCTED BY A PROFESSIONAL ENGINEER OF THE STATEOF CALIFORNIA, PRINCIPALLY DOING BUSINESS JNTHE FIELD OF APPLIED SOIL MECHANICS, ON THE PREPARED BASEMENT SOIL. THE "R" VALUE TESTS ANO THE ENGINEERED STRUCTURAL SECTION MUST BE SUBMITTED TO THE ENGINEERING INSPECTOR FOR REVIEW AND APPROVAL A MINIMUM OF TWO /2) CITY WORKING DAYS BEFORE THE WORK BEGINS. 2. STREET LIGHTS SHALL BE INSTALLED AS SHOWN ON THESE PLANS, UNDERGROUND CONDUIT RUNS, SERVICE POINTS AND HAND-HOLES SHALL BE SHOWN ON THE ':<\S-BUIL r' PLANS. NO DIRECT BURIAL STREET LIGHT FOUNDATIONS WILL BE ALL LUM/NA/RES SHALL BE "CUT OFF" TYPE ALLOWED. 3. ALL UNDERGROUND UTILITIES AND LATERALS SHALL BE INSTALLED PRIORTOCONSTRUCTIONOFCURBS, CROSS GUTTERS OR SURFACING OF STREETS. 4. WHERE AN EXISTING PIPE LINE IS TO BE ABANDONED IT SHALL BE REMOVED WITHIN TWENTY FEET OF BUILDING OR STREET AREAS ANO REPLACED WITH PROPERLY COMPACTED SOILS. IN OTHER AREAS THE PIPE WILL BE PLUGGED WITH CONCRETE OR REMOVED AS APPROVED BY THE CITY ENGINEER. 5. WHEELCHAIR RAMPS SHALL BE INSTALLED PER REQUIREMENTS OF TITLE 24, CALIFORNIA ADMINISTRATIVE CODE. 6. STREET TREES SHALL BE INSTALLED PER SECTION VJ OF THE CITY OF CARLSBAD LANDSCAPE MANUAL. 7. FIRE HYDRANT MARKERS SHALL BE PLACED IN THE STREET WITHIN THE LIMITS OF WORK OF THIS PLAN PER SDRSD DWG M19. 8. ALL SURVEY MONUMENTS ANO POINTS THAT ARE DISTURBED BY THIS WORK SHALL BE REESTABLISHED, PERPETUATED, AND DOCUMENTED PER THE PROFESSIONAL LAND SURVEYORS ACT. 9. TWO /2) SETS OF SURVEY (CUT} SHEETS SHALL BE PROI/IDED TO THE CITY ENGINEERING INSPECTOR. 10. STREET LIGHTS SHALL BE 5,500 LUMEN /40 WATT) OR 13,700 PUPIL LUMEN /100 WATT} HIGH EFFICIENCY INDUCTION LIGHTS. BASIS OF BEARINGS THE BASIS OF BEARINGS FOR THIS MAP JS THE CALIFORNIA COORDINATE SYSTEM OF 1983 (CCS-83), ZONE 6, EPOCH 1991.35, GRID BEARING N 03°5'1'38" W BETWEEN STATION "CLSB-130" AND STATION "5-50.7" AS SAID STATIONS ARE PUBLISHED IN THE CITY OF CARLSBAD SURVEY CONTROL NETWORK. PER RECORD OF SURVEY MAP NO. 17271, FILED IN THE OFFICE OF THE SAN DIEGO COUNTY RECORDER ON FEBRUARY 8, 2002. SOURCE OF TOPOGRAPHY TOPOGRAPHY SHOWN ON THESE PLANS WAS GENERATED BY JOHN 0. BAKER FROM INFORMATION GATHERED ON: MARCH 7, 2018 BY: BAKER LAND SURVEYS, INC TOPOGRAPHY SHOWN HEREON CONFORMS TO NATIONAL MAP ACCURACY STANDARDS. PROJECT LOCATION THIS PROJECT JS LOCATED WITHIN ASSESSORS PARCEL NUMBER/SJ: 2-J0-063-01-00 THE CALIFORNIA COORDINATE INDEX OF THIS PROJECT IS: N 350 E 1665 ·---- EARTHWORK QUANTITIES CUT: 150 CY IMPORT: _O _____ CY 20 y FILL: ______ C EXPORT: 130 CY REMEDIAL: ~65~ __ CY DISTURBED AND IMPERVIOUS AREA TOTAL LOT AREA= ~6,6_0_0_SF ______ _ TOTAL DISTURBED AREA= _6~,6_00_S_F ____ _ (THIS AREA INCLUDES BUT JS NOT LIMITED TO OFF-SITE WORK. INCLUDING PUBLIC IMPROVEMENTS AND TEMPORARY DISTURBANCE SUCH AS VEHICLE AND EQUIPMENT STAGING AREAS, CONSTRUCTION TRENCHES, BACKFILL CUTS AND SLOPE KEYWAYS) 1. IN CASE EMERGENCY WORK IS REQUIRED, CONTAC1 . £~,c. ~ lcA 24 HOURS A DAY. 4 , 88 5883 ec,:.<;, . TOTAL REPLACED IMPERVIOUS AREA= 1,786 SF 2. EQUIPMENT AND WORKERS FOR EMERGENCY WORK SHALL BE MADE AVAILABLE AT ALL TIMES DURING THE RAINY SEASON. ALL NECESSARY MATERIALS SHALL BE STOCKPILED ON SITE AT CONVENIENT LOCATIONS TO FACILITATE RAPID CONSTRUCTION OF TEMPORARY DEVICES WHEN RAIN IS EMINENT. 3. FOR PROJECTS COVERED BY STATE SWPPP/WDID, IN ACCORDANCE WITH THE CONSTRUCTION ORDER ISSUED BY THE CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD, THE QUALIFIED SWPPP PRACTITIONER (QSP) SHALL UPDATE AND MAINTAIN THE WATER POLLUTION CONTROL PLAN (WPCP) TO ADDRESS UPDATED SITE CONDITIONS OF THE PROJECT. THE UPDATED WPC PLAN AND UPDATED SWPPP SHALL BE KEPT AT THE PROJECT SITE AND MADE AVAILABLE TO THE CITY INSPECTOR. ADDITIONAL CONSTRUCTION BMP'S BEYOND THE ORIGINAL APPROVED SWPPP SHALL BE PROVIDED TO ADDRESS SITE CONDITIONS NOT ANTICIPATED. THE QSP SHALL REPORT BMP DEFICIENCIES TO THE CITY INSPECTOR. THE QSP SHALL OBTAIN APPROVAL FROM THE QUALIFIED SWPPP DEVELOPER AND THE CITY INSPECTOR REGARDING ANY SIGNIFICANT CHANGES TO BMP DEPLOYMENT. 4. THE CONTRACTOR SHALL RESTORE ALL EROSION CONTROL DEVICES TO WORKING ORDER TO THE SATISFACTION OF THE CITY ENGINEER AFTER EACH RUN-OFF PRODUCING RAINFALL. 5. THE CONTRACTOR SHALL INSTALL ADDITIONAL EROSION CONTROL MEASURES AS MAY BE REQUIRED BY THE CITY ENGINEER DUE TO UNCOMPLETED GRADING OPERATIONS OR UNFORESEEN CIRCUMSTANCES WHICH MAY ARISE. 6. THE CONTRACTOR SHALL BE RESPONSIBLE AND SHALL TAKE NECESSARY PRECAUTIONS TO PREVENT PUBLIC TRESPASS ONTO AREAS WHERE IMPOUNDED WATERS CREATE A HAZARDOUS CONDITION. 7. ALL EROSION CONTROL MEASURES PROVIDED PER THE APPROVED SWPPP AND/OR EROSION CONTROL PLAN SHALL BE INCORPORATED HEREON. 8. GRADED AREAS AROUND THE PROJECT PERIMETER MUST DRAIN AWAY FROM THE FACE OF SLOPE AT THE CONCLUSION OF EACH WORKING DAY. 9. ALL REMOVABLE PROTECTIVE DEVICES SHOWN SHALL BE IN PLACE AT THE END OF EACH WORKING DAY WHEN THE FIVE (5) DAY RAIN PROBABILITY FORECAST EXCEEDS FIFTY PER.CENT (50%). SILT AND OTHER DEBRIS SHALL BE REMOVED AFTER EACH RAINFALL. 10. ALL GRAVEL BAGS SHALL BE BURLAP TYPE WITH 3/4 INCH MINIMUM AGGREGRATE. 11. SHOULD GERMINATION OF HYDROSEEDED SLOPES FAIL TO PROVIDE EFFECTIVE COVERAGE OF GRADED SLOPES (90% COVERAGE) PRIOR TO NOVEMBER 15, THE SLOPES SHALL BE STABILIZED BY PUNCH STRAW INSTALLED IN ACCORDANCE WITH SECTION 35.023 OF THE EROSION AND SEDIMENT CONTROL HANDBOOK OF THE DEPARTMENT OF CONSERVATION, STATE OF CALIFORNIA DECLARATION OF RESPONSIBLE CHARGE (SHEETS 1-4) TOTAL PROPOSED IMPERVIOUS AREA= 4,500 SF SOILS ENGINEER'S CERTIFICATE I, Daniel Adler, A REGISTERED GEOTECHNICAL ENGINEER OF THE STATE OF CALIFORNIA, PRINCIPALLY DOING BUSINESS IN THE FIELD OF APPLIED SOILS MECHANICS, HEREBY CERTIFY THAT A SAMPLING AND STUDY OF THE SOIL CONDITIONS PREVALENT WITHIN THIS SITE WAS MADE BY ME OR UNDER MY DIRECTION ON SEPTEMBER 21. 2018. TWO COPIES OF THE SOIL REPORT COMPILED FROM THIS STUDY, WITH MY RECOMMENDATIONS, HAS BEEN SUBMITTED TO THE OFFICE OF THE CITYENGJNEE~.i~i SIGNED: .t:z=~--. -~7 ~\\OfESSto,t DANIEL AD ER J'~<,,\. B, 40 >1<<'0 G.E.!P.E. NO.: 2007136037 DATE: {-Z.C.~'Zo'Zo LICENSE EXPIRATION DATE: ~6-~30~-2~0 _____ _ OWNER'S CERTIFICATE ti<::J"'° <~ ~ ~ C 36037 ;.p ~ "' / ~ * EXP, 1,•)_1-lL * %,,.~ CJV\\. 41/J OF CALI~ I (WE) HEREBY CERTIFY THAT A REGISTERED SOILS ENGINEER OR GEOLOGIST HAS BEEN OR WILL BE RETAINED TO SUPERVISE OVER-ALL GRADING ACTIVITY AND ADVISE ON THE COMPACTION AND STABILITY OF THIS SITE. IF THIS PROJECT/DEVELOPMENT IS SUBJECT TO A STATE-REGULATED SWPPP, I (WE) ALSO AGREE A QUALIFIED SWPPP PRACTITIONER QSP HAS BEEN OR WILL BE RETAINED TO SUPERVISE IMPLENTATION OF THE SWPPP IN ACCORDANCE /4 T;;;;;~N ORDER AND MUNICIPAL PERMIT, LATEST VERS/0~ z/3/'ZfJiD --SIGNATURE GRADING NOTE NO GRADING SHALL OCCUR OUTSIDE THE PROPERTY BOUNDARY. BOUNDARY. ANY OFFS/TE GRADING WILL REQUIRE PERMISSION FROM ADJACENT PROPERTY OWNER. DATE \ SHORE OR CARLSBAD am PACIFIC OCEAN /TE I ~ ·~7'---~:L MAR AIRPORJ \\ VICINI TY MAP NOT TO SCALE ' R PROJECT ADDRESS 5170 CARLSBAD BL VD CARLSBAD, CA 92008 ABBREVIATION LEGEND BW = BOTTOM OF WALL ELEVATION REFERENCE DRAWINGS MAP 2696 CARLSBAD DWG. NO. 141-5 CARtSBAD DWG. NO. 270-2 INDEX OF SHEETS 1 GRADING PLAN TITLE SHEET 2 GRADING PLAN 3 TIER 2 SWPPP TITLE SHEET 4 TIER 2 SWPPP EROSION CONTROL PLAN 5 SHORING SITE PLAN 6 SHORING PLAN AND PROFILE 7 SHORING DETAILS 8 SHORING NOTES OWNER INFORMATION EG = EXISTING GRADE FS = FINISHED SURFACE FG = FINISHED GRADE FL = FLOWL/NE FF= FINISHED FLOOR GF = GARAGE FACE IE= INVERT ELEVATION LA = LANDSCAPE AREA TG = TOP OF GRATE ELEVATION RIM= TOP OF RIM ELEVATION TW= TOP OF WALL ELEVATION TW@EG = TOP OF WALL AT EXISTING GRADE TF = TOP OF FOOTING FYSB "FRONT YARD SETBACK RYSB = REAR YARD SETBACK SYSB = SIDE YARD SETBACK TSW = TOP OF STEM WALL PR. = PROPOSED EX. = EXISTING COG" CITY OF CARLSBAD NAME: ('A/!'.L<;;.-SA-1' 61 JO UL , Ai,) A"l.[c.oi'IA l/MITTl) · · · · '1. .. v,$1L\:C{ ·. C.DMPl,..,:l ADDRESS: i,(9(o JJ Ip;, ~IL\ SA~ l)n. '.j},:µo,s~ \JAl\..<f'I Ne . .isz<;::S PHONE NO.: {~ZJ :0">2-C;,31Y DEVELOPER NAME, ~So=L"'E.:.::~""-;,.._· ...;G;:;;E,,_,>J"'~'c--=--c"".,,.,=..,_;'\l.),_c._T_,,-;_6 _\~N=c..~--- ADDRESS: -IOl)b Soil-n\ (-;,11.13,;p:{1'bM> C'1ll'oEfl.T { A 2 ' £/52.'19 PHONE NO.: (IJ'i/,0) \;,8,g c59'c)~ ABBREVIATED LEGAL DESCRIPTION APN: 2-J0-063-01-00 LOT 50 OF MAP 2696, IN THE CITY OF CARLSBAD, COUNTY OF SAN DIEGO, STA TE OF CALIFORNIA. BENCH MARK DESCRIPTION: ON SITE BENCH MARK· BRASS CAP IN STREET MONUMENT "CLSB-057" LOCATION: LOT 50 OF MAP 2696 IN THE CITY OF CARLSBAD COUNTY OF SAN DIEGO STATE OF CALIFORNIA. RECORDED:-'1-"96e,8c._ _________________ _ ELEVATION: -'44-"'"-01'-----------DATUM: _c,N"'G'-'VD,_,2"'9 __ WORK TO BE DONE THE GRADING WORK SHALL CONSIST OF THE CONSTRUCTION OF ALL CUTS AND FILLS, REMEDIAL GRADING, DRAINAGE FACILITIES, EROSION CONTROL FACILITIES, AND PLANTING OF PERMANENT LANDSCAPING AND PREPARATION OF AS-BUILT GRADING PLANS, AS-BUil T GEOLOGIC MAPS AND REPORTS, ALL AS SHOWN OR REQUIRED ON Tfl/S SET OF PLANS AND THE CITY STANDARDS, SPECIFICATIONS, REQUIREMENTS, RESOLUTIONS AND ORDINANCES CITED ON THESE PLANS. THE GRADING WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE FOLLOWING DOCUMENTS, CURRENT AT THE TIME OF CONSTRUCTION, AS DIRECTED BY Tf/E CITY ENGINEER. 1. CARLSBAD MUNICIPAL CODE 2. CITY OF CARLSBAD ENGINEERING STANDARDS 8. CALIFORNIA COASTAL COMMISSION DEVELOPMENT PERMIT CONDITIONS DATED 3/21119 3. THIS SET OF PLANS 9. ENVIRONMENTAL APPROVAL DOCUMENTS DATED NIA 4. RESOLUTION NO 7323 DATED 3/20119 5. THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREEN BOOK) '/0. STORM WATER POLLUTION PREVENTION PLAN (TIER 2) PREPARED BY: PLSA 11. STORM WATER QUALITY MANAGEMENT PLAN PREPARED BY: NIA DATED: --6. SOILS REPORT AND RECOMMENDATIONS BY CHRISTIAN WHEELER ENGINEERING DATED AUGUST 7, 2018 & SEPTEMBER 21, 2018 12, CALIFORNIA STORM WATER QUALITY ASSOCIATION BMP CONSTRUCTION HANDBOOK AND CAL TRANS CONSTRUCT/ON SITE BMP MANUAL 7. THE SAN DIEGO REGIONAL STANDARD DRAWINGS AND AS MAY BE MODIFIED BY THE CITY OF CARLSBAD STANDARDS. 'AS MODIFIED BY CITY OF CARLSBAD STANDARDS DESCRIPTION LEGEND STD. SYMBOL PROPERTY LINE BOUNDARY EXIST. CONTOURS -------- ROAD CENTERLINE SETBACKS LIMIT OF BUILDING BASEMENT LINE ROOF LINE PROPOSED SDRSD RETAINING WALL C-1, C-3 PROPOSED TEMPORARY SHORING WALL PROPOSED WALL PER SEPARATE PERMIT POOL WALL PER SEPERA TE PERMIT PROPOSED BIORETENTION AREA PROPOSED PRIVATE PCC PAVING PROPOSED LANDSCAPE AREA PER LANDSCAPE PLANS PROPOSED IMPERVIOUS PAVERS AQUA-BRIC OR APPROVED EQUAL PROPOSED PUBLIC PCC DRIVEWAY G-14A' PROPOSED PUBLIC PCC SIOEWALK G-7' PROPOSED TRENCH DRAIN PRIVATE 4" STORM DRAIN PIPE PROPOSED AREA DRAIN NOS 788 OR APPROVED EQUAL DIRECTION OF DRAINAGE GRADE/ELEVATION CALLOUT PROPOSED BROOKS BOX PROPOSED FENCE PROPOSED 6" CURB PROPOSED 1" WATER SERVICE RIP RAP ENERGY DISS/PA TOR CMWDW-3A 0-40 'AS MODIFIED BY CITY OF CARLSBAD STOS STANDARD SOURCE CONTROL & SITE DESIGN BMP'S USED * SC-'/ PREVENTION OF ILLICIT DISCHARGES INTO THE MS4. ---56--- ---- I • I I I [' I : C 1i$;S:: I : I ;2--2-1 d • · bi I 0 0 " 1 - - - --- - - - - -= - FS 51.33 --lg] ------ --X x-- ® ~ SC-5 PROTECT TRASH STORAGE AREAS FROM RAINFALL, RUN-ON, RUNOFF & WINO DISPERSAL SC-6 BMPs BASED ON POTENTIAL SOURCES OF RUNOFF POLLUTANTS S0-1 MAINTAIN NATURAL DRAINAGE PATHWAYS & HYDROLOGIC FEATURES 50-J MINIMIZE IMPERVIOUS AREA 50-4 MINIMIZE SOIL COMPACTION 50-5 IMPERVIOUS AREA DISPERSION SD-6 RUNOFF COLLECTION SD-7 LANDSCAPING WIT/-/ NATIVE OR DROUGJ-JT TOLERANT SPECIES RCE ___ _ REVIEWED BY: INSPECTOR "AS BUil T" EXP, ___ _ QUANTITY 439S.F. 560S.F. 93S.F. 1,804 S.F. 4,500S.F. 94.45 S.F. 388S.F. 152S.F. 20.2 L.F. 301.66 fl 25 2 205LF 25LF -J EA 1 CY DATE DATE I HEREBY DECLARE THAT I AM THE ENGINEER OF WORK FOR THIS PROJECT, THAT I HAVE EXERCISED RESPONSIBLE 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 THATTHECHECKOFPROJECTDRAWJNGSAND SPECIFICATIONS BY THE CITY OF CARLSBAD DOES NOT RELIEVE ME, AS ENGINEER OF WORK, OF MY RESPONSIBILITIES FOR PROJECT DESIGN. 1---+----+------~----t------t-----t----t------t I SH1EET I CITY OF CARLSBAD I SH8EETS I ENGINEERING DEPARTMENT ~G;;R:::;:AD~I~N~G'.:;P;;LAN::;:;:S;;::;FO~R:=::::::::::::::::::::::::::::::===:==:::...:::=~ BY: ~ BRJA:"RDOiNo.R.c£ DATE: 1·2.' lO R.C.E. N0.: __ 71_65_1 ______________ _ REGISTRATION EXPIRATION DATE.:_ ~12~-3~1-~2~0I~~-l~o-l.\~---- FIRM: PASCO, LARET, SUITER, AND ASSOCIATES, INC. ADDRESS: 535 NORTH HIGHWAY 101, SUITE A CITY; STATE: SOLANA BEACH, CA 92075 TELEPHONE: /858) 259-8212 STRUCTURAL (POST-CONSTRUCTION) BMP TABLE STORMWATER REQUIR[MENTS rHAr APPI.Y: C><] STANDARD STO,~MWA TfR REQUIREMENTS □ PRIORITY PROJECT REQUIREMENTS TYPE DESCRIPTION OWNERSHIP T-:32 BIO RETENTION PHIVATE EXEMPT FROM HYOROMODJFICA TJON? Cl YES (SEE SWMP FOR DOCUMENTATION) ~ NO MAINTENANCE AGREEMENT SHEET NO. 2 MAINTENANCE FREQUENCY OA TE \NlllAL ENGINEER OF WORK /1\ DA TE INlllAL DATE INlllAL REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL GR 2019-0036 ALLANSON-SELVIDGE RESIDENCE TITLE APPROVED: F'O"' ------/ I ,_ / JASON s, bEL~ERT ---:,• ( lj 1~21 CITY ENGINEER OWN BY: -c':"II:/"6:,,- CHKD BY: ,½'( RVWD BY: JAH RCE 63912 EXPIRES 9 /:30 /21. DA TE PROJECT NO. DRAWING NO. CDP 2018-0038 520 4 A~'' -. J-\:.H .. f, j'. PLSA2912 ' ' ' .... 0 -CX) 0 ll ~ 2 (j) 2 C s: tD m ll 0 ll )> -~ 2 (j) 2 C s: tD m ll 0 ll ~ 2 (j) 2 C s: tD m ll i on ~ ~ ~ ll (/) A u, I I ""= 5!\._ F~~if r f~il&l} SfORM0/ATER ----.......__TW55.9 £TENTION BASIN 1W@fe,55o5 __ 93 SF. 54.6 FG BW@FG 54.6 , SDRS/:Tcclf ~tt ~ TYP.EA TW567 '. \ TW56.7 TW@FG567 BW@FS56.7 GRADING PLAN SELVIDGE RESIDENCE 5170 CARLSBAD BLVD CDP 2018-0038 5156 CARLSBAD BLVD APN 210-033-07-00 S59°22'39"W 110.00' TG56] IE 54.90 TW 60.0 BW52.8 POOL WALL PER SEPERATE PERMIT 1~ TG59.6 1~.IIE 57.0 TW 59.0 BW 56.5 ··.. I l APN 210-063-20-00 5183 LOS ROBLES DR ij TVV 59.2 I BW570 )1[1 EX. 6' FENCE TO BE ~ REMOVED AND RECONSTRUCTED I EX. 18" CMU WALL · ~ TO REMAIN \ii/ALL A/\10 FE::f\JCl COf?NE.:R:~ l.OCA 1101'! DETERNll,IED BY INTEllScC IION DUl TO LACK O!-ACCESS " 1<n EX "Hl<GAf /\I T fi6 "'-TRAFFIC SERVlf E _/ pl;f PER TY C RN/'~ STRIPING WGll 2 srf ("'oootpoo~ .. \ 4" P)/C WALL G1 DRAIN ------~-i:>-c-'1F5t6 TW@FG56:tf\· ~ BW@FG56.0 I ,----------Q -ii_~-~-- If'------~; :~G-E--1R-~(f)-,M,-E_N-_r-_--'-"'', --:;;-+---r1;:~osciPJNGAND I ~ IRRIGAJfONINR.O.W TO BE ffA!NTAINED . • z Q I z w u <n • ; ;f SIGHTLIN4 \j [L I (/) u. 0 w CJ G) I I Ill 12x12 BROOKS BOX W/ GRATE, OVERFLOW TG = 55.5 IE= 52.1 ORIFICE PLATE, SEE DETAIL THIS SHEET DEEPROOTED,DENSE,DROUGHT TOLERANT PLANTING SUITABLE FOR WELL DRAINED SOIL STORM WATER DETENTION AREA DETAIL NOTTO SCALE TW56.5 BW54.6 TF 51.6 • BIORETENTION "ENGINEERED SOIL" LAYER SHALL BE MINIMUM 24" DEEP "SANDY LOAM" SOIL MIX WITH NO MORE THAN 5% CLAY CONTENT THE MIX SHALL CONTAIN 50-60% SAND, 20-30% COMPOST OR HARDWOORD MULCH, AND 20-30% TOPSOIL. •• BOTTOM AND SIDES OF BIORETENTION PLANTER SHALL BE LINED WITH 30MIL PVC LINER PROVIDE ·IS-INCH OVERLAPPED, THERMAL WELDED SEAMS AT ALL SEAMS. PLACE NON-WOVEN FILTER FABRIC (MIRAFI 140N OR EQUAL) ON EITHER SIDE OF PVC LINER TO PROTECT LINER FROM PUNCTURE ON ALL SIDES, "SANDWICH" THE PVC LINER WITH A FABRIC CUSHION. CARLSBAD BLVD. CENTERLINE STA 78+47.9 4% APN 210-063-02-00 5184 CARLSBAD BLVD 10 5 0 10 20 30 l~~t----1====Jll111iii••1 GRAPHIC SCALE IN FEET OBTAIN CITY R.0.W PERMIT, SEE GRADING NOTE #4 50' 21.75' EDGE OF EXISTING PL 5' 12' FS 51.2 STA 0+55.00 FS 51.4 (EX.)_ PAVEMENT FS 51.7 FS 48.67 ·-· I 5' 3' -- GARAGE FACE STA0+28.25 I .22£. STA0+5o.ool 1~ STA0+67.oo '•'0:,!0.7;'"' ~-%'· I ;: .,':,':(,,~, ½-" , ~':.. 1 GF 48.22 SECTION B SCALE, /''=10' SECTION A DRIVEWAY PROFILE SCALE: 1"=10' SECTION D SCALE: 1"=10' PROJECT SITE PROPOSED RESIDENCE SECTION C SCALE: 1''= 1 o' Ro w ±22' VARIES 50' "BUBBLER"· NDS POP-UP EMITTER OR EQUAL PLANTER BMP AREA FG 54.6 1' WALL PER OTHERS TW57.5 TW@FG 56.0 BW@FS 48.2 TF=46.7 24x24 BROOKS BOX WITH STEEL COVER RIM 48.2 IE 45.7 TRENCH DRAIN PER NDS ~T'°~aEi--837 OR APPROVED R -EQUAL r'- TG 48.1 IE 47.6 ALTERNATING DUPLEX PUMP SYSTEM- 2-HYDROMATIC SK60A2 NON CLOGGING SUBMERSIBLE PUMP W/0.6HP, 1750RPM, --230/1/60 MOTOR AND INTEGRAL LEVEL CONTROL SWITCH (SEE SPECIFICATIONS AND DETAILS PER BARRET ENGINEERED PUMPS) OR EQUAL SUMP PUMP DETAIL NOT TO SCALE PL PL ±28' SECTION E SCALE, 1"=10' SECTION F SCALE: 1"=10' 100' , +28' I /CENTER LINE TW 55.9 TW@FG53.9 BW@FG 54.6 50' PL ±22' PERFORATED PVC~ PLMITER SUB-DRAIN 3" ORIFICE PER HYDROLOGY REPORT ii ·:;, • • ATTACH TO INSIDE OF STORM DRAIN STRUCTURE IN FROf/T OF SUB-DRAIN OUTLET. ·s"xs" SQUARE, l INCH THICK STEEL PLATE. HOT DIP GALVANIZE AFTER FABRICATION AND DRILLING PLACE NEOPRENE RING BETWEEN THE PLATE AND STRUCTURE WALL PRIOR TO ATTACHf,IENT FOR A WATER TIGHT CONNECTION ORIFICE PLATE DETAIL PL EX. 6' FENCE TO BE REMOVED AND REPLACED TW 59.0 BW 56.8 4" PVC AREA DRAIN TG 56.8 IE 56.0 NOT TO SCALE No. 71651 Exp. 12/31/21 VARIES VARIES VARIES . ,,, <~ . . .. - '-E!XISTING "'-\ I ~EDGE OF ✓-·// AC \ '-EDGE tJF PAVEMENT PAVEMENT PAVEIVJENT --"AS BUILT" -------------- CARLSBAD BL VD TYPICAL SECTION RCE __ _ EXP ___ _ DATE SCALE: 1"="/0' REVIEWED BY INSPECTOR DATE 1-------+------------;---+--+---t-----i I SHiET I CITY OF CARLSBAD j SH~ETS I ENGINEERING DEPARTMENT ;;G;;;R::;:AD~IN;;;:,G_::P~LAN~:;S=F;:;O;;R:~-========::::..::===: DATE INITIAL DA TE INITIAL OA TE INITIAL ENGINEER OF WORK REVISION DESCRIPTION OTHE~ APPROVAL CITY APPROVAL GR 2019-0036 ALLANSON-SELVIDGE RESIDENCE GRADING PLAN APPROVED:_____.-: ~ /. JASON S. QEL[)ERT 8'.f<.. ./' l___-.,,,4 I /28/2/ CITY ENGINEER RCE 63912 EXPIRES 9 30 22 DA lE DWN BY: ,/TB PROJECT NO. DRAWING NO. CHKD BY: -l:;![' CDP 2018-0038 520-4A RVWD BY: \ A\I PLSA2912 ' I ~ n 0 ' , N 0 .... 00 □ ll ~ 2 G'l 2 C s: Ill m ll 0 ll ~ 2 G'l 2 C s: Ill m ll □ ll ~ 2 G'l 2 C s: Ill m ll Cl Q; ~ ~ <.R ~ a): i ll -- _.a-.~n K ~. r°n <°o r.°~ a°oN ti N H H• M • M V11~ M NN • _..... _ JOf~J Q` Q._ ~45 NOR H FLOW LI n.00 a c~~ -+W~.~w ,~a~~a~_--.7 '0. 6I. -- -- ~~ _..'4 40 ORTH FLOW LINE Gt•0.0(E2~-4.fi 4S STAT90N LINE N ~ N~OO N Q~u+Q O NQO Qv~o O N04 N ONmOW6.~ W O~ to/~7Y. ~- L~ UQJ F R MEDIAN 4O - ELEVA IONS SEE---EXI TING MAIN TRACK M TN TRACK.tCONCETE PANEL~ma ^aoN ory o^ 45 mSOUH FLOW UN ~~ a~ Q ~~ Q Q_+ QwLL w~,~~~ao~~~w olti T • 101 J - - NORTH LOW LINE _ .~.~ M -_ N1~ rn F¢- ~Q~ U t C N 1~ Q a0 J> JF-i _.. °~ TOP OF CURB NM y SOUTH- LOW LINE Cif O toU' .- LL ____._... _..__'.. _ .. _.. FOR lEDIANELEVATIO S SEEWING N0. CP-O5 IRTH FLOW LINE L~10'~IQ Cl• 3.65% -- -- - _._-.&- .s'.-- - 4~____.a°o ..._____...a~'o o°~ c~•o.00z ~Q ~Q ~°•NC2•-3.65'>o ~NM ~O J __ > oa~LL •9 +00 ~I \ ''•. SM 1' i ~ I \ ~ EX MA1N oa ~~!\RO ., MNN TR N Mro / i0 i I EC rIZA 1.~-•'N7999832.29E6227540.76~o __ i- I ---- `a 1 ~'--- --~~ iTV al CARCSBAD Riw - ~- ~ -' ~_ " ~v - -_'----",-~ y ~ TAMApACK AVENUE 3 N aC - o ``_, , ., . _--o N1999T94 9}~,~6 ~ J ~ ^E6227487 41= ,,, ~,~Z 3 - - --~ oC 4J O N a~ o _ ~ ~_ GT~F O~~ARLSBAD R/W I •-_..~ N- _ ~x .... -. E _ IDHM/ ~~ ~- - ~-r~.c.Q -CTt O.~~OON ~ I NO ~~ ~('I ~~.~ W .:_,J --_...__•~~ '3 ua-j'~~ ~-"5' 0 5~ 10'lo~ 11~w -I Z 01 I~o~GRAPHIC SCALE V RT.: 1" Y~ ~~ I "20' 10' 0 40'j ~I I ~ GRAPHIC SCALE HORIZ.~ 1" 20' °uw u~o ~ 0 02-13-12 AS-BUILT PLANS REV DATE DESCRIPTION nol ~ _.~'ROFI~~~E~ ~ ~;.~ i ~ ~`.~~ ~ r; r t .', I ~~ a ~~h~ N T AG 1 a i Z I I m °~' ~~ ~, Z~ i'~ ! Z1 ~ '~ i ~ v,'.x i2 a., 4 4, •, ,...~ ' p: °w ` ~ - _ .GiY OF CARLSBAD RAW -_ -.. , „ - I-- ~ - -az-- Rip TAMARACK AVENUE R/W ~30' 30' 45 Z' S'23' 23•5, 2' Q ~~ t0'18' S 5. 18' 2/VARIES 2'/. 2% VARIES 2/.40 2% MAX ~-- 2/. MAX 45 PROFILE GRADE) 3STATION LINETYPICAL CROSS-SECTIONTAMARACK AVENUE SCALE NONE i~ 45 40 REMOVAL NOTES: ~1 REMOVE ASPHALT CONCRETE PAVEMENT 2~REMOVE EXISTING CONCRETE CURB ~3 REMOVE CONCRETE CURB &GUTTER ~5 REMOVE CONCRETE SIDEWALK ~6 REMOVE CONCRETE DRIVEWAY 7~REMOVE CONCRETE MEDIAN CONSTRUCTION NOTES: (~ CONSTRUCT ASPHALT CONCRETE PAVEMENT SECTION PERCITY OF CARLSBAD STANDARD N0. GS-17.MATCH EXISTING PAVEMENT (AC AND BASE) SECTION, 4" MIN AC Q2 INSTALL S'PRECAST CONCRETE PANELS AND INSTALL 6" HMACSECTION UNDER TRACK PER NCTD STD 2006 (712')BETWEEN MT012291.82 AND MT012292.54.(SEE NOTE 41 Q3 CONSTRUCT CONCRETE CURB PER SDRSD G-6, TYPE B-1 4O PROTECT IN PLACE QS CONSTRUCT CURB &GUTTER PER SDRSD G•6,TYPE B-2,TRANSITION 0" TO 6" CF PER NCTD STD. 2011 (MODIFIED TO PROVIDEMAX 5% SIDEWALK SLOPE) Q6 SAWCUT LINE f-_.z - -. __... _. ... .------ ----~~CURVE DATA 7 CONSTRUCT PCC SIDEWALK PER SDRSD G-7 (MODIFIED, 6" THICK PCC) ~ ~' --- - ~ 6 rAMARA~K CURVE R Q L T Qa CONSTRUCT 7" MIN AC PAVEMENT PER NCTD STD 2006 ~~ AVENUE c 1902.81'3°32'35"117.67'58.85'~0 INSTALL 2'x4'DETECTABLE WARNING SURFACE DEVICE PER DETAIL ,~'__ +2D` --- ___ON APWA STD. 111-3 _y - ~ --- ~".__ ~ N6J•go~38 E +61~ STA 1+84:68 --NOTES:n0 CONSTRUCT A.C. RAMP AT END OF CROSSING PANEL~ i__~- _N1999899.1 Z - - ----1. SIGNAL WORK ON THIS DRAWING IS SHOWN PER NCTD STD 2006. MAX 8~1 SLOPE - - - ---- _ _ E6227639 86 FOR INFORMATION ONLY. SIGNAL WORK Q REMOVE AND REPLACE MEDIAN TREATMENT IN KIND ~_-`-~ - --SHALL BE DONE IN ACCORDANCE WITH THE (CONCRETE SHALL BE 520-C-2500) ~ _ __ ---SIGNAL DRAWINGS.__ _---P--~--r -~-_; ~ _ 1-CLiY OF.~SB~ ~~ ~ ' -2 TRANSITION NEW CONSTRUCTION TO JOIN EXISTING 17 ADJUST UTILITY TO GRADE~ ,.. ~II~~IIS ~,,r -- .__i- - - * FEATURES THROUGH THE FINAL 5 FEET OF CONSTRUCTION. 1 ~~' ~ 3. INSTALL CONDUIT TO FUTURE PEDESTRIAN GATES PER SIGNAL DRAWINGS. 1 g ~' r `~ ~ i J SIGNAL WORKr ~,:y ~ j ~ ~ ''~ , ; I 4. INSTALL CONDUITS AND 6" PERFORATED PVC UNDERDRNN PER ~' , _ _____s,-_~-- S ! NCTD STANDARD 2006. CONDUITS TO BE INSTALLED BY THE 15' 10' z L ~-~ i - '~ti ~~ ~ ~> i CIVIL/TRACK CONTRACTOR. UNDERDRAINS SHALL DAYLIGHT TO Oi REMOVE EXISTING WPRNING DEVICES NEAREST DITCHES ALONG THE RNLROAD R/W.TC X ~" ,^ ,I ~I ~ ~ j. O2 INSTALL NEW WARNING DEVICES ~^ Z ~~.. '~ ~ i ~ ~~._ _ ~ 5. FOR UTILITY INFORMATION SEE DRAWING NOS. UA-Ol THRU UA-06. ~ao~ ~ Q REA10VE EXISTING INSTRUMENT HOUSE P L AN ~ ~~ II ~,!'!, 6. SEE DRAWING N0. CP-OS fOR DETNLS NOT SHOWN. O4 INSTALL NEW INSTRUMENT HOUSE `,_,.~' 7. FOR SIGNING AND STRIPING, SEE DRAWING N0. CS•02.o~,;,~~,;o,o~ DESIGNED BY ,~ NATIONAL RAILROAD PASSENGER CORPORATION I5. 5plCi(iC0" ~ O Pa~ESS/~ ew~lh sh~aY~ P~ lR~~ ~ `~'~' roperly o„„, DRAWN BY ~~ '~r~A M T R A K ~~Q= ~F, ~ SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.E ?ass„aloe CHECKED BY ~//~ar+s N c T D m CARLSBAD DOUBLE TRACK PROJECT 1i01~ Ond Sh011 ~M No. C058094 A Ior ony purpose PROVED BY PRTTERSON ~ E .06i ~, * TAMARACK AVENUE GRADE CROSSING for in ogrBe- pM g 775 TOWN 6 COUNTRY RDie Norlh San pSSOpgTE~, INC SUiiE 30~ ~ ~ CITY OF CARLSBAD Transit District. .w,+w. ..,.,; ORANGE. CA 92868 q ~~~~DATE FEBRUAItV 13, 2012 ~~ ~~~f~ CPUC "106-230.10/DOT a026822L V~ CP -03 O SHEET N0. 4 O AS SHOWN EX MAIN TRACK(PROP MAIN TRACK 2) -- --- -- :' ~.. ~~ -~ ~ EX. TOP Of_.-- ( CURB _ '~ ~`. ...----- -- -_.--,-_ i ~0 +60~ ~ CANNON ROAD '~`~ ~~ W ~ !T~ ~ Ifl__-- ~ , ~Wo~ ~~ 0 02-73-72 AS-BUILT PLANS a ~ REV DATE INSTRUMEISEE NO' DESCRIPTION MAIN TRACK rJ r~ ,~. ~ , -1- - — ~ ~` 1/ ~. -._~ ~! 4 BOLL I D .. 1~•3 65.A~, fS Id ~ ~~ '~--- 1 ` ',fit ~ I ~ `l I "~ ~ CROSSING DETAIL CP-04 i._~j J \) ~— t -----V W Y - - - _ __ ..._... __ - ...., --- - ----- - __ ~'t 1 ----~,i. ~ ----- r 1 +i 4.8~F~ 4.L~__~ I L5.61 .4 ~ C (44.96 FS> i4 ~S (8" CF)JOIN EX '~_ __1-- -._.._ TOf~ OFCU'8 — _.._ - —_._\'~'"-.~. --~--~ --_: ~~...~ -- -- ~--- _l i'~ Informolion, confidentiol oll DESIGNED 8Y ~~ ~~ pIons, drawings, specifico-tions, and/or informotion DRAWN BY ~T~p M T R A KIwnished hereeith sholl ~~reman the~Qroperly of theNor lh $an Dieq0 County CHECKED BY ~~~ N C T Dironsil DislricC anA shall be pMheld conli0entiol~ and shoonol be used for any purpose ApPROVE~ BY PNTTERSONnotpr ovided for in ogres- pM a 725 TOWN L COUNTRY RDmenls xith the Norlh Son RSSOCIIITE~, ING SUITE 300Dieqo County Tronsi~ District. DATE H~ ORANGE, CA 92868 FEBRUMY 13, 2012 REMOVAL NOTES: ~4 REMOVE BOLLARD, FOUNDATION &CHAIN CONSTRUCTION NOTES: Q PROTECT IN PLACE Q CONSTRUCT PCC SIDEWALK PER SDRSD G-7(MODIFIED 6" PCC TO NCTD R/W, 4" PCC OUTSIDE NCTD R/WI 10 INSTALL 2'x4' DETECTABLE WARNING SURFACE DEVICE PER DETAILON APWA STD. 111-3 12 REMOVE PND REPLACE MEDIAN TREATMENT IN KIND(CONCRETE SHALL BE 520•C-2500) 17 ApJUST UTILITY TO GRADE 19 INSTALL BOLLARD AND REMOVABLE CHAIN TO MATCH EXISTING IN KIND QO FUTURE PEDESTRIAN CATE FOUNDATION (NIC), SEE NOTE 3 21 INSTALL AND CAP 2-4" SPARE CONDUITS UNDER TRACKS AND PULL WIRE IN SAME TRENCH AS CONDUIT FOR WARNING DEVICES.CONDUIT TO TERMINATE AT BACK OF SIDEWALK AND NCTO R/W. SIGNAL WORK Ot REMOVE EXISTING WARNING DEVICES 2O WSTALL NEW WPRNING DEVICES Q REMOVE EXISTING INSTRUMENT HOUSE Q4 INSTALL NEW INSTRUMENT HOUSE 1. SIGNAL WORK ON THtS DRAWING IS SHOWNFOR INFORMATION ONLY. SIGNAL WORKSHALL BE DONE IN ACCORDANCE WITH THESIGNAL DRAWINGS. 2. TRPNSITION NEW CONSTRUCTION TO JOAN EXISTINGFEATURES THROUGH THE FINAL 5 FEET OF CONSTRUCTION. 3. INSTALL CONDUIT TO FUTURE PEDESTRIAN GATES PER SIGNAL DRAWINGS. 4. INSTALL CONDUITS AND 6" PERFORATED PVC UNDERDRAIN PERNCTD STANDARD 2006. CONDUITS TO BE INSTALLED BY THE CIVIL/TRACK CONTRACTOR. UNDERDRAINS SHALL DAYLIGHT TONEAREST DITCHES ALONG THE RAILROAD R/W. 5. FOR UTILITY INFORMATION SEE DRAWING NOS. UA-01 THRU UA-O6. 6. FOR CURB AND FLOW LINE PROFILES AND OTHER INFORMATIONNOT SHOWN, SEE DRAWING N0. CP-Ol. 7. FOR SIGNING AND STRIPING, SEE DRAWING N0. CS-01. B. CONSTRUCT 6" PCC SIDEWALK WITHIN NCTD R/W. CONSTRUCT 4" PCC SIDEWALK OUTSIDE OF NCTD R/W. BOLLARD &CHAIN LEGEND ~ REMOVE EXISTING BOLLARD o EXISTING BOLLARD TO REMAIN • NEW BOLLARD - - -EXISTING CHAIN TO BE REMOVED — -NEW CHaN CURVE DATA CURVE R Q L T OA 100.00' 6° ST02" 11.96' 5.99' 10' S' 0 10' 20' GRAPHIC SCALE HORIZ. 1" 10' p,~FESS~ NATIONAL RAILROAD PASSENGER CORPORATION `P~``" """a.``~~ SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8 ¢NO. C058094~A A CARLSBAD DOUBLE TRACK PROJECT !`Qr/c~r ' n,,,,. .P GRADE CROSSING DETAILS-CANNON ROAD `"~ CP -04 O SHEET No. 4 1 AS SHOWN N 0NUNM M rn.c30viY dvv0y0 0 SIGNAGE REFERENCES CONSTRUCTION NOTES O INSTALL 24" SOLID WHITE STOP LINE PER CALTRANS STD DETAIL A24C DO NOTR R sror 2O INSTALL ROAD SIDE SIGN AND POST ~'}*~ ONTR^~~ O3 REPAINT EXISTING PAVEMENT MARKING 3fi ~~36" 24'X 0" 4O INSTPLL 4" SOLID WHITE LINE PER CALTRANS DETAIL 27B ~ I QS INSTPLL 4" DOUBLE YELLOW STRIPING PER CALTRANS DETAIL 21 Q REMOVE EXISTING SIGN AND POST ~' W48 fCA)12) R3-4 ~ ~ EXIS(PROPOSE~ MT02K~..24"X30" 30"X30" O7 INSTALL DETAIL B PER CALTRANS STD PLAN A20A Q8 INSTALL 6" WHITE LINE PER CALTRANS DETAIL 39A O9 INSTALL 6" WHITE LINE PER CALTRANS DETAIL 39 I I Ncro a~w ~ iREMOVAL NOTES r~~ Q1 WET SANDBLAST AND REMOVE CONFLICTING STRIPES AND/OR PAVEMENT MARKINGS ~ I i zy --~ ~ ~ 1 ~t ,.., ~ 4 ~ I ~ ~ ~~ v t \ ~,.:s..,~,.a,. .a ,~, i~,,,~ ,~ ~ ritr y ~1 ~~i~'"H-•~ CITY OF 91~fj✓>M~ ~;,~ . — - - ~ 4 CANNON ROAD I 5 3 ~ R -4 2R3-4 RB-8 Z P. ~ ~ t ~ I ' _ ~ RB-8Exisr woo-~ — — — — — — — _ ~ 2 rt _ 'NEW W48(CA)121 z ~ — — — — ~<'—, — — ,~ ~'~ - — - - — _ _ _ CITY OF C RD R/W~ — ',:. --- ------YV~~ -----------~ Q i ~... ~._ ~. ~" ' -.. ~ i~~w: ~' . ~ ~ w<.`~~ ~ I ~ u~~~i ~~~uu~~i ~v~~~~aen~~m un '_' _..__ _ JG- - - -- - pIons, dranings, sDecifiw-tions, and/or inlormolion PRAWN BYfurnished her evith shall ~gremoin the Droperly of theNorth $on Diego CountY CHECKED BY_ Tronsit Dislncf and shoji be pMheld confldentiol~ and sholl- -. __ not be used for ony purpose APPROVED BYnot prov~ded for in ogree- ~M AS-BUILT PLANS DegoS County Transit Dsricl DATE DESCRIPTION BY ~„o APP FEBRUPRY 13, 2072 ~j~AMTRAK ~E~~ 725 TOWN L COUNTRY RDn SUITE 300RSSOQNTESN ~ . CA 92868 I ~~ \ ~.y,~ i x, / y .y ~ t \ ,~ ,~'t~ MAIN TR~ ,~ t~” i ~ ~ \{ i ti ~ `~~ \i''~ ~, 1 I I ~ ~ ~ ~ 1: ,,~;i', I ~~ ~ '~ t~ I ~ ~,_ ~ r~.,,'~d ~~f. s~I EXIST W10-1~ :. ~z! N W 481~A)l ~ ~,,,. ti~\~~.c iA 1 f i=: / '~ ~ ~ ~ O~ / ~g JOIN 3 ' CITY OF CARLSBAD R/W `~ EXISTING - - ~ - — - - — - - - - ___ --- — s -- —• JOIN~ 9 EXISTING ~ ~ LIMITS OF WDRK ~ ~ 'mil —~ i ~ ~ — — — -- ~ i'' ; _ — — — — — — — — J ~2 R3-4 ~ I JDIN, EXISTING JOIN i ~ ` 8 ~ EXISTING ~-' ] ~ ~ RELOCATE EXISTING BUS ,, y~T STOP SIGN AND POST ~ _ _ —t.; _--- ---- _--- --- --- -=-f~ ~~_ ~~C~TY OF CARLSBAD ~i/W ~""". _a=;,, r. - i z 7~ y z ~,. ( Y \i ~ ~ r.Irr:~ +r ~~ ..~' ~°` i A' ~ I y I 20' 10' 0 20' 40' ~-- ~~f ~ ~' ~ 1 ~ ~ GRAPHIC SCA~E~ P' 20' /~ -~ Op0.0FE55i~, NATIONAL RAILROAD PASSENGER CORPORATION vv'."...V. '.V `~ y~P~'p~a~CK ~.,oy~fi~ SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8 DRAWING No. ~A/t/CU'L N C T D ~ ~~ m ~' S' O 1 No.0058094 A CARLSBAD DOUBLE TRACK PROJECT Ex .06i . /t2 * REVISION O SHEET No. 4 3' SIGNING AND STRIPING PLAN 4jE ~""` ~~" CANNON ROAD SCALEa~A~,~ AS SHOWN TO SAN DIEGO TO COUNTY LINE -♦ • ♦- _RR WEST RR EAST4 '" r Y. ' t . ~ - ~~ ~trt -. ~ ._ . '. ~ .~ ~M'! `'~~ .: r. `i.~ ~, ~i i ~ ` ~;;~1I ,..w -, , Y O ~" _ __ „ . ~ r ~ ~~.s~ EXIST 42" SS (CITY OF CARLSBAD) EXIST 12" HP CAS (SCG) ~ ~ ~ !~ ~ '~y• ~ I~i'.~ hM ~~. p-- ^^-~'- '- -=_ __-= =-= '-: ~ , = . -_ _ __ : _-" _ ' _ ' _ - = - = ---= - --- _~- =-~-~ ~' - ~~ -rte- -- - - - -_ - - -++ew=-= - --.=--off -_ _~~y-:- _.:~t - - -- - - -- - -,~.----~---- - ~-~ir~~-s, r` -- - - - ---:_ ,. '~... a .t~_~-- .~.. - - --~•• ~ c c ~,. - `c. ~-c-^ Cr-c ` ~ `"' - ~y ~ r:~ rsr tic ~ia~~ ~r~~~ rt' ,.: ..,~.}}~.~:.~t~~.T~,~'~ ~ '1.`. 1'•'kt hK~ Ir"~ ~`~ *'t.. _,(+'c. - i [N TRACK t,~,}. ~ ;•.: ~`yy '~ :r..._ •. r ~~ X ~ ~ zz~~+~~ . r ' ' ~ 22~5t~~ 22~~ w C7 ~ 2210+00 2205+00 220( z~ ~ ~ ~ ~ EXISTING MAIN TRACK 2 ~ „~ y a ~, ~3 JDI - ~'- ~ --------TOR/W - -- -------- - _ `~`a ~ ---- 2 -EIOMI_ ~._ ~ _ -' OH)_ _ _ ~ _ _ _ _ _ _^ _ _ - _ _ - _ - _ _- _ _( Unl- ~ _ _' -Ei^u '_ -' __ - -jy0 - - E GHI ~- {~C--±UON1_ _ _ EIOH) ~ > '~ ' ~ .'~ E~o~, .. ~; _ t ~ ~.. NOTES-• 1. FOR TRACK PLAN, SEE DRAWING NOS. RP-Ol THRU RP-11.2. FOR TYPICAL CROSS-SECTIONS, SEE DRAWING NOS. RC-Ol THRU RC-04. 3. FOR EARTHWORK CROSS-SECTIONS, SEE DRAWING NOS. RX-01 THRU RX-12.4, FOR SURVEY CONTROL, SEE DRAWING NOS. VA-01 AND VA-02. o SEE CITY OF CARLSBAD GENERAL NOTES ON DRAWING N0. GI-04 FOR WORK WITHIN CITY RIGHT-OF-WAY. N ni .3 0v nvv N OUs0 E0i~~~U O T~~~0~~~\ a'~ao N a~ Underg round Servlae Alert ~ w ~ '~ Coll: TOIL FREE1-800 o in 227-2600 iwG wORRtMG D~vSecroee rou me Informolion confdenliol of DESIGNED BY NBGIons, droeing5, 5pecifico-tions, and/or inFormolionfurnished herewith shoo DRAWN BY i remain the yroperly of theNorth Son Diego County RI CHECKED BY PM~ ~°u w Tronsit DiSln[t ono Sho&Oeheld conlidentiol~ and shollnot be used for ony purposenot provided for in ogres-gppROVED BY~ ~ a ~ mints With the North SanDiego Covnty ironsit District. pM 0 02-13-12 AS-BUILT PLANS DATE REV DATE DESCRIPTION BY ain APP FEBRUARY 13, 2012 ~ PLAN POTHOLE SCHEDULE STREET POTHOLENUMBER DISTANCE FROMEXISTING TRACK APPROXIMATESTATION DEPTH ELEVATION DESCRIPTIONOF UTILITY TOP OF RAIL(TOR)DEPTH -TORTO TOP Of PIPE CANNON RD.PH-1 25 2225.90 4.12/6.00 38.93 ELECTRIC 45.34 6.41 CANNON RD.PH-2 25 2226.30 7.30/9.03 37.76 WATER 45.26 7.50 CANNON RD.PH-3 25 2226.54 6.92/8.92 38.18 SANITARY SEWER 45.22 7.04 CANNON RD.PH•4 27.5 2226.69 6.83/7.10 38.18 GAS 45.19 7.01 CANNON RD.PH-5 27.5 2226.74 6.6/8.42 38.18 GAS 45.18 7.00 PH-6 25 2232.75 / / WATER PRIVATE CROSSING PH-7 56 2242.49 1.44/2.40 44.98 CAS PH-8 13 2245.40 1.16/2.50 37.39 CAS 41.04 3.65 PH-8-1 25 2245.40 0.78/2.10 37.17 CAS 41.04 3.87 PH-9 25 2247.60 5.46 32.12 9'UTILITY TUNNEL 39.13 6.41 PH-10 25 2281.41 5.12/7.22 24.59 SAMTARY SEWER 35.60 11.01 PH-11 25 2285.99 4.67/6.00 31.81 WATER 39.21 7.48 PH-12 17.5 2286.09 1.00 24.38 SANITARY SEWER 39.29 14.91 PH-13 36 2289.34 4.12/6.00 36.89 CAS 41.81 4.92 PH-14 21.84 2290.51 4.12/6.00 42.30 SS MPNHOLE 42.51 0.21 TAMARACK AVE.PH-15 25 2291.85 5.32/6.91 38.93 CABLE TV 42.75 3.82 TAMARACK AVE.PH-16 25 2291.93 /38.93 ELECTRIC 42.75 3.82 TAMARACK AVE.PH-17 25 2292.04 /37.69 WATER 43.14 5.45 TAMARACK AVE.PH-18 25 2292.13 5.78/6.46 34.43 Est.STORM DRAIN 43.18 8.75 TAMARACK AVE.PH-19 25 229217 1.50 /TELEPHONE // TAMARACK AVE.PH-20 25 2292.21 7.62/9.70 36.16 SIQJITARY SEWER 43.21 7.05 TAMARACK AVE.PH-21 25 2292.26 2.60/4.44 /CABLE TV / TAMARACK AVE.PH-22.1 25 2292.34 37.31 GAS 43.26 5.95 PH-23 23.09 2293.46 42.77 SS MANHOLE 43.69 0.92 PH-24 26 2304.1U /SANITARY SEWER / PH-25 26 2307.64 30.35 STORM DRAIN 44.88 14.53 PH-26 25 2314.24 36.7 Est.STORM DRAIN 45.2 8.5 Est. CHESTNUT AVE.PH-27 15 2314.62 35.78 WATER 45.22 9.44 PH-28 15 2315.13 40.40 TELEPHONE 45.25 4.85 WALNUT ST.PH-29 25 2319.50 25.43 SANITARY SEWER 45.26 19.83 CANNON R0.PH-30 25 2226.87 40.56 TELEPHONE 45.15 4.59 CANNON RD.PH-31 25 2225.66 40.39 CABLE TV 45.35 4.96 'j~AMTRAK ~~~~~+ N C T D PgTTEpSON ~ZS TOUN L COUNTRT RD~ SUITE S00~. ~~Suw.~~' ORANGE. CA 92868 40' 20' 0 40' 80' GRAPHIC SCALE HORIZ 1" - 40' I~ DEPTH CALCULATEDFROM DIPPING MANHOLES PppFFSS/ NATIONAL RAILROAD PASSENGER CORPORATION `opa`~' "B a``"~ SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8 y"' CARLSBAD DOUBLE TRACK PROJECT No. 37532 AEXP.6/~, UTILITY PLAN -SHEET 1 OF 6 > c,vi~ P EXMT 2200*00 TO EXMT 2212*00 ~~~^"`~ MP 231.87 TO MP 231.64 ~ vR".,~"V "V U A- 010 I...,__, ..... 7 7 AS SHOWN TO COUNTY LINE TO SAN DIEGO ItL.?_ `•+ ~~) ~py ~~y} ., ,~O ' 4:~.~ --- EXIST 42 P SS (CITY OF CARLSBAD) EXIST 42" SS (CITY OF CARLSBAD) EXIST 12" HP GAS ISCG) >-. ~ O - id.; ~rt~-~ ~ EXISTING MAIN TRACK 1 Q + ~ .: ~ -~. tea,, _ s -. _ AINTACK i ~ i + +;__I~~,.~1 `'.-y .. N2 ---------------------------------~'—'~ -- -+~ -- - -.---- - -- —~~.— ~-7 N ao: ~ ~.... 'i, . R/`~ `~r. -,~.. .y~ .{a7 +,, v Syr ~ ~~) ,~, f, T. ~..~`; ~c ., y~iy.h1 ,_'y'i°.a: N~e .:~ Srtu.... ~'y ;t~ 1 ~ ~., ~~;+~~. r• Y'~ '~, fs '.` .. ~l.i.i'.. 7}u ',~ ~~~;,~~1P't'Y }.s~i. ~;~~. I'~~ 1;'~;~e'"~~ N'P~ r+ r ~ p~ ~ 222 +~~ .t 2215+00 X W ~-w C~ Ow 2220+00 2215+00 wm wQ Z w I ~ EXISTING MAIN TRACK 2 IERMT) I Z ~ .. ~ -EIp11- —'-.. E10. ~ EIONI- ~ - - _ - - ~- -EIONI- -EIONl- -EIOHI +.r k EIONI EIOHI~ p'~•.' f _ _ _ _ _'_ ~ — y~) _ _ _ _ _ _. - — — ~ _...-EIOM- — _ _- _ _ _ElOx1- ~ —.— _. _ _..-. EIOH1- _ _ _._ _ _ _.E~~_ _ _ _ _ ., ~~~ ~ 1 = w• ~..... ' SR.: rte. • ~i ~. ~ h~+~ ~.~ '~ ~ ~ ~1 p ~; ~ . ` i . ~. ~ ' t `, 4, j~ i ~ ir~l . . ~ ~ h~ ~a .. °r. ~{ ~ o Yt ~_. `ar. a +. t~ NOTES no' 20' o aD'~ 80'PLAN EXIST TEL (AT&T) 1. FOR TRACK PLAN, SEE DRAWING NOS. RP-Ol THRU RP-11. 6. FOR UTILITY CASING EXTENSIONS, SEE DRAWING NOS. UD-01 THRU UD-06. GRAPHIC SCALE HORIZ 1" = 40' 2. FOR TYPICAL CROSS-SECTIONS, SEE DRAWING NOS. RC-01 THRU RC-04. EXIST 18" RCP SD (CITY OF CARLSBAD) 3. fOR EARTHWORK CROSS-SECTIONS, SEE DRAWING NOS. RX-Ol iHRU RX-12.4. FOR SURVEY CONTROL, SEE DRAWING NOS. VA-01 AND VA-02. EXIST 8" AC WATER ICITY OF CARLSBAD) 5. FOR POTHOLE SCHEDULE, SEE DRAWING NO.UA-01. ggqN ONED TEL (AT&D ~ y ,vy..~ ~~, , .. ~-~ ~ - / EXIST 42" 55 (pT~+~,~OF CARLSBAD) , ~ " ~ ~ ~ I I „ t'~'~ W ~ `~ 'u I I ; I I +..- 1 EXIST ELEC (SDG~EI '-,~; ~ EXIST 12" CAS (SCG1 P I , .. i • ~ ~ ~ ~ _ ~_ `v ~IST"TEL (AT&T) ~: ~ ~ ~' ~ t_ ~. ~ ~i,~ t i € r i ! e ~ k ~ ~CI~M~ ~SUP~~R~ E£3~O ~M w uDD CONCRETE E'~ ...... t 4 _ ~~so i (SEE NOTE 6) EXISTING OVERHEAD POrvER I SDGBE 1 :.j.. ~.. ;: > ~. ~ ~ MAIN TRACK 1 IMT01l _,,.. •- L, t_W__°? ~ ' I ~' ADD 15' OF 20" SPLIT STEEL C/1SING~~ono iQ, '- ..•., - .y~ _ _ _ _ _ _ ...;.; - -p ADDED 15' OF 16" SPLIT STEEL CA51 -- +W O ---W--------W "~------W-------- ,~ , I ~ tSEENOTE6)~ ~ X A ~- EXIST 2-24" RGP, W T~ 'u.. L.._. I' ~ II , O RETAINING WALL ~'' 2-~fr" ~°If'EL CASMGS~ ~ I7 Grp ' EXIST 30" RCP SD 13000 O) ~ ~v-~ _ OF 12" STEEL CASING (SDG&E) r ~ ; .,~ r _ _ _ ~ ~ ~ (CITY OF CARLSBAD), 13' BELOW BASE OF RNL ,~~ T -.~ BAD)--sscp — -~-' 5 ~--r- - - "- -- =_ ^`_- - - -- - ` -= - -er r` 'a"r`_~.. `- - - (CIT - - - - ~=~ - - - _-- - - - - -~~' ~ - - _~ G. i ` r-w xn ~1~ N ~-x x x_ x _ x ~ —'c ~c -'~:- -. -.-- ~.,_ x— x=.~- - - ~r -_-, _ . ~s_~, I - - — N ~ ~ if ~! 'I • ~ ~ ` , ~~ ~^ ~ ~ ' T ~ u ~J EXIST CTV IN CONC ENCASEMENT (TIME WARNERI~ w A ~~`"' ! ~ OTHOLES { F- POTHOLE PH-6~ ~ 2235+00 q r l 2225+Q0 ~ Jz23 ., Q PH-1 THRU PH-5 x z '. ~ x o w ~~ ~, !ww o N ~ "'~~ ~ _ O ~ ~ - ._ _..._ _ _;;235+09 — — -- - r __ __ ..... _ P A _ _ _ —-_ I ~ 2231.q~10 ApD 13'OF 24"SLIT STEEL C SING (BY SDG6E1 I ~ m Q`.I Eo w Q ~ ERISTING MAIN TI~QCK 2 IEXMTI_ ~ ~;, ; ~ ~' ' - - -~-~"~" '~v~i ADD 13'Of 6" SPLIT STEEL CASING (BY SOG&EI ~ - N 100'OFO 0" STL C SNGI(S0~&E) w Z ~ : , 4 Q... .~ °-" +~- -- -- _.._ro -- -- -_ _ __.... ~.i._' N _..I. ~,-,._ _ EXIST 24" RCP *SD (3000 D> z W4..,,~:~ ~.t5UQG ~.~, ~ ~ — ~ ; ,~ ~ .a. ,~ 4 ,y ~ ~ ; ~ (CITY QF CARL38AD)~ WJ~~_ - --- —~-- -`~1:~:.`-'~A`~+"t~~5 _r~'S __ -- -_ ----— ---NCTDR/W- -- -------------------------------- -. ` --i-- 1 ~- s.- --- —__:..._. ~ /- ~ EIDn1- ~: 8"' ~ - - E10H,~'..- L-~~~w t. =~: Scow-►+~'•'7s:'-`s:--1 ~- .-tau- -._ - - - -.~ycww- - - - - ~- -e~oHi- - - - - - -uoH~- - - - -n - - -n~i- - - - - - - -no - - ~ - - EXIST OVERHEAD TEL (AT&T) -uoH~- - w ~~ ~ ~ ~ ~ >, o o ~Q ~ c _ `_',, i u .;_ ~ ~ . -, = - .. _ EXIST 20" TM HP ~AS IN 55' OF 24" STL CASING (SDG&El ~ Z ~ ~ `t EX ST 12" AC WATER IN 50' OF 20.. U W ~ ~ ,. . y ~ .:' y~ ~ ~ z tP : { x :: ~ ~ _ ~ ~(/~ ~ '' ~ r i 1 ~ ~ ~ I ST CASING (CITY OF CARISBAD) U ~y~'i u? ~ a ~~ `~ ~;,• . ~'~~ ,' +i~ _t, ~ 1 ,;` ~,' t": Z' L EXIST FIBER OPTIC CABLE (IST 3" HP CAS IN 55' OF 6" CND (SDC&E) ~~r' o I ~ "'~°' •~' '~-', ~" ~~ I ~ (VERIZON BUSINESS (MCUI ~ ~ I I ~r~:,~Q '~`' EXIST 8" AC SS FORC~-MAtN7~"9P' OF ~ I Q ~ _~4_' STL CASING (CITY OF CA(~QAD) ' I L I-c~ - ~ - ~ -O- - - - Q~ ~ ~ ~~~ EX14 24" RCP SD (1350 D)~ - - 5-S' BELOW BASE RNL I I ~ ~ I ~ (CIT OF CARLSBAD) PROPOSED 54" CML6C STEEL - ~- ~ WATER IN167'OF71"SiEELCA5ING ; --c----- --c--------c-j-~o- (CITY OF CARLSBAD) —w--' EXIST 20" TM HP GAS (SDG~E> , I I ~Iz~ I~ Underground Service Alerl ~ ..~ ~ i N OI Call: TOLL FREE ~ ~ ~ -- ~ ~ Z+ ~ ~ ~ ~ ~ ~; I~ ~ ~ 40' 20' 0 40' 80' 1 -800 EXIST 3" HP GAS cSDGB~E) ., ~; ; i i ~ ~ ICI ~ 227-2600 GRAPHIC SCALE HORIZ 1" • 40' Y+~y ~ w -" a w :~~~wC WORIfIMG DOTS PLAN PFlORE YOU DIC -Informolion confidential allPons,ond/or9nlormo~o~-furnished herewith =ho~~ DESIGNED BY "B ~j~p M T R A K ~~ ~~op0.~FE55iQ,,( ~" Q~'"" "ate f~NATIONAL RAILROAD PASSENGER CORPORATION SAN DIEGO SUBDIVISION MP 229.3 TO MP 231.8 CONTRACT NO. DRAWN BY R,DRAWING No. i ~~ remon the property of theNorth San ie o CountTronsit Dis~~ri~~ and 5~0~ oe ~a/~~s N c T D ,p y~~~ ~~C AR L S B AD D O U B L E TRACK P R O J E C T ~CHECKED BY w held confitlenlial: antl shdinol bpre used for any purpose menls~~ilhdthe~NOrth9S nDiego County Trons'it PM ~,pPROVED BY PM No. 3~53Z* EXP.6/ ~~'~ ~~sr ~,v~~ ~ UTILITY PLAN -SHEET 2 OF 6 EXMT 221200 TO EXMT 223600 _~~w~8 725 T0'~N ~ COUNTRY RD~pgp~T~ ~ry~, SUiTE 300 REVISION O SHEET N0. 7 8 ~w 0 02-13-12 AS-BUILT PLANS DniE SCALE AS SHOW Na ~District .+~..~ ORnNCE. CA 92866 4rf a ~~~~f TMP 231.64 ~ MP 231.19 REV SATE DESCRIPTION BY wB ApPa ~FEBRUARY 13.2012 1 r NM o+ 0 s nv n°N OV O Oi ~~~o T p 0p~ aN NC ~ ~ ~0. =.40 N °u a GENERAL NOTES A CASING PIPE UNDER TRACKS AND ACROSS RAILWAY RIGHT-OF-WAY SHALL EXTEND TO THE GREATER OF THE FOLLOWING DISTANCES - 2 FEET BEYOND TOE OF SLOPE.- 3 FEET BEYOND DITCH,- A MINIMUM DISTANCE OF 25 FEET FROM CENTER OF OUTSIDE TRACK WHEN END OF CASING IS BELOW GROUND. B. CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR ALL EXCAVATIONS ANO TEMPORARY SHORING REQUIRED FOR CONSTRUCTION. C. EXCAVATION AND SHORING PLANS SHPLL CONSIDER THE RAILWAY LOADING OF ADJACENT LIVE TRACKS AND TRENCH SAFETY AS REQUIRED BY THE STATE OF CALIFORNIA D. CONTRACTOR SHALL DEWATER AS REQUIRED TO MWNTAIN THE GROUNDWATER LEVEL AT LEAST 2 FEET BELOW THE BOTTOM OF EXCAVATION ANO PROVIDE DRY WORKING CONDITIONS. E. CONTRACTOR SHALL VERIFY THE LOCATION AND ELEVATION OF EXISTING PIPES, CONDUITS. UNDERGROUND PIPING AND ANY OTHER UTILITIES PRIOR TO BEGINING WORK. F. PRIOR TO PERFORM THE FIELD WELDS, TO JOIN THE CASING EXTENSION TO THE EXISTING CASING AND THE WELDS TO JOIN THE TWO HALF'S OF THE NEW EXTENSION, THE AREAS OF THE PIPE TO RECEIVE THE WELDS SHALL BE CRINDED TO BRIGHT METAL, AND AFTER THE WELDS ARE COMPLETED THE WELDS SHALL BE GROUND SMOOTH. G. IF THE END OF THE EXISTING CASING PIPE IS DAMAGED, BENT OR UNEVEN, CUT BACK AS NECESSARY TO PROVIDE A SQUARE EVEN JOINT TO THE NEW CASING. H. FILL THE ANNULAR SPACE BETWEEN THE CASING AND PIPE TO MATCH THE MATERIAL IN THE EXISTING SECTION OF ENCASED PIPE, ie~ GROUT, SAND, ETC. J. PROVIDE BEDDING, TYPE C FOR INDUCED TRENCH BEDDING AS PER PREMA, CHAPTER B, PART 10. K. TRENCH RESURFACING IN CITY STREETS SHALL CONFORM TO CITY OF CARLSBAD STANDAf2D NOS. CS-25 AND GS-26. SUGGESTED INSTALLATION PROCEDURE i. EXCAVATE TO EXPOSE THE EXISTING CASING AND THE CARRIER PIPE, DEEP ENOUGH TO BE ABLE TO INSTALL THE BOTTOM HALF Of THE NEW CASING PIPE. 2. INSTALL THE CASING SPACERS TO THE CARRIER PIPE AS RECOMMENDED BY THE MANUFACTURER. ie.~ CALPICO, INC. 1650-588-2241) OR (800-996-9115) OR CASCADE (630-553-0840) OR (800-426.4301) OR ANY OTHER MANUFACTURER APPROVED BY THE ENGINEER. 3. INSTALL THE TOP HALF OF THE CASING PIPE. 4. TACK WELD THE TWO PIECES TOGETHER AT THE ENDS AND CENTER OF THE CASING PIPE EXTENSION. 5. WELD THE CASING PIPE AND GRIND SMOOTH THE WELDS. 6. WELD THE CASING PIPE EXTENSION TO THE EXISTING CASING PIPE (SEE NOTE f AND G). 7. FILL THE ANNULAR SPACE BETWEEN THE CASING AND THE PIPE. (SEE NOTE H) B. INSTALL NEOPRENE END SEAL AT THE END OF NEW CASING EXTENSION AS RECOMMENDED BY THE MANUFACTURER. ie.~ CALPICO. INC. (650-588.2241) OR (800-998-9115) OR CASCADE (630-553.0840) OR (800-426-4301) OR ANY OTHER MANUFACTURER APPROVED BY THE ENGINEER. 9. BACKFILL THE EXCAVATED AREA, HAND COMPACT BACKFILL IN LAYERS NOT TO EXCEED 10". 10. REINSTALL THE SUBGRADE MATERIAL. 11. REINSTALL THE BALLAST UNDER THE TIES AND FILL THE CRIBS. 12. HAND TAMP THE TRACK AND OPEN FOR TRAFFIC, UNDER RAILROAD SUPERVISION, TOP HALF OF SPLIT CASINGGRIND OFF A CHAMFER ONLONGITUDINAL EDGE ANCFILLET WELD ON-SITE(JOINT AT HORIZONTAL AS-BUILT Pl ANS DESCRIPTION PRE-WELD D.I. BAR %8' 1WIDE ALONG LONGITUDINOF BOTTOM HALF OF C. ~ DETAIL SCALE~NONE !'C.H. BAO ~r~A M T R A KDRAWN BY pthe ZUCCHI ~Ie CHECKED BY M. COLJI a~E~~ 725 TOMN L COUHtRY RD~~ NSSOCIRTE~, ~ ATE 300 p~~19 ORMKE. CA 92868 Bose n PROVED BY H. SOLAR7E dricl.DATE FEBRUARY 13, 2012 ,j~ "~A YiU i4 ~--~I z iY~Ia~~- EXIS7iNG ~Ix"' ~ i ~~~,~GROUND _ — ~I — — ti---==__---_`—— — — 2'-0••MIN.EXISTING CASING PIPE SHORING AS REQUIRED~BY CONTRACTOR A NOTE 6 NEOPRENEX16 END SEAL(SEE NOTE 8> — — —~ s~~b NOTE FSPLIT STEEL PIPE I 516 TYPICAL SECTION - SPLIT STEEL PIPE CASING SCA~E~ BOTTOM OF SUBGRADE HAND COMPACT BACKFILL INLAYERS USING PIPE BEDDINGCL0.SS C PER AREMA TOTE F T/R 5/g" LIFTING LUG STEEL CASING.. EXISTING UTILITY `.1 /\ ~? ` 1 .. '. '\I~~ .. .. LNG DIAMETER _ V_ CASING SPACERSMIN. ~ (SEE NOTE 2) q SECTION - SCALE~NONE a a SEE DETAiL 1 C~ ~ ~~~,aaRHON~B~~y NATIONAL RAILROAD PASSENGER CORPORATION ~~ c SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8rir/bar~ N c r v CARLSBAD DOUBLE TRACK PROJECTNo. 54138 p* EXP.12/31/13 , SPLIT STEEL CASING EXTENSIONS ''r,~T`~'~~"R~' GENERAL NOTES & TYPICAL DETAILS ~R,.~~~N~ ~~~. U D - 01 REVISION O SHEET N0. 83 SCALE AS SHOWN ~ ;~ W _ ~ ,I,_.t ,~~ ..I ~ ~ I Q~ I a ~ ~ ~ ~~ I~ -~ • , ~ ,\ Z ~ iil ,a ~. ~ ~ Z r~~ ~ '~ . W ~ ~p ( I I 1. ~~ V r ~„~ ~ _ . -{-r — G -~--- — — — CANNON ROAD G I I I - ~ ~I_-- --~- - - -~- i - S P --~-- -_ - .- - ~ --i- ~ ~ . -- S ~ - -- --- - ~ EXIST 8 qC SS FORCE M(J N IN 5D' 0~D za° sn cksl i (CITY OFI CARLSBAD ~ qpD ONCRETE y INC SUPPORT I G~ ~~ ~- - ~ i- —I —mow — _ c~— +-- -{~}- v,~ ~ EXIST X12"~ A WATER IN`50' OF 20" ADD SPLIT STEEL CASING ~ ~ ~~ ~D ~ ST~SI G~~ITY OF C{~RLSBAD) I I CANNON ROAD ~J ~ --__ ~ —~ ~. w `° .,r, ~ r O -r - - EX Y€RMiEAD L (~j -- 1 EC T V r,. • UTILITIES - PLAN VIEW SCALE %,6" 1' NM rl o, •3 I—I o 12" •3 TOP, TYP& •3 BAR. TYP \,, ~ ~4 80T, TYP .4 BAft~~r. ~ ~ ~ {~_ 5 • ~~- •5, TYPo \J~~~^'~Y~a ` r, p.~- _ 1Co a f . . :- ~i~o ~ ! •• ~ (SEE NOTE)a.,ao c~3'-6" E b a ~ 0 02-13-72 AS-BUILT PLANS a ~ REV DATE NOTEEXISTING PIPE AND CONCRETE CASING DIMENSION TO BE VERIFIED BY THE CONTRACTOR ~ CONCRETE CASING SUPPORT SCALE NOT TO SCALE ~ ~~ ~ ~ ~ ~' 2 I Y I U ~ 1 ~ ~~IZ.;~, w I ~ I CANNON ROAD ~ i~~,,-------------~~-1- ------ ~~EXISTING CONCRETEI mo°'ENCASEMENT EXIST 8" AC SS FORCE MAIN IN 50' OF CONCRETE24" STL CASING (CITY OF CARLSBAD)_ rni i no so'-o° CONCRETE CASING SUPPORT PERDELETED STA 2226 +54 SECTION SCALE %" ~' 25'-0" MIN."~ ^I ~'z~ a~a ~~ Z.3~~'50 W I Q I CANNON ROAp o 'E~+~ yip Z i 4s------------- 1- -------------_?-----~-------- ±i 40 I °I ' – – – – – – – – – – – – – – – – – – – – – – – – – – ' ~,35 i STATION CARRIER PIPE CASING 2226.30 12" AC WATER 20" DIA X 3/e" THK STL 222654 8" AC SEWER CONC CASING PER DETAIL Informolioq confidential atltans, drawings, specifico-Pions,and/ormtormotion ueowrvw et C.H. BAO ~l~p ~o pR0~E5SipM1,~c. .HON B fvnished herewith shah DRAWN BY P• ZUCCHI M T R A K ~ ~'~ / ~remain lM~properly of theNor lh San Olego County ~~r ~~Transit DislncC Ontl shat be Ct7ECKED BY M. COLJi N C T D p ♦ /liNo. 54138held confidential: one shillnot be used for any purposenot provided for in agree-menis xilh the Norin Son APPROVED BY H. SOLP.RTE ~f~~d 725 TOWN 1 CWNTRY RDSu~TE 300 * EXP. 12/31/13 Diego County Transit District.DATE ~q~~q~~m~ ORNICE, CA 92866 ~STj~~,~VRPq~DESCRIPTION BY ~~~qpp FEBRUPRY 13, 2012 ~ CP~~f~ EXIST 12" AC WATER IN 50' Of 20"STL CASING (CITY OF CARLSBAD) 50'-0" INSTALLED CONCRETEENCASEMENT STA 2226 *30 SECTION SCALES ~/8" 1' NOTES= 1. fOR INSTALLATION PROCEDURES AND DETAILS, SEE DRAWING N0. UD-O7. NATIONAL RAILROAD PASSENGER CORPORATION CONTRACT No. SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8 DRAWING N0. U D - O2CARLSBAD DOUBLE TRACK PROJECT REVISION 0 SHEET N0. 84SPLIT STEEL CASING EXTENSIONSSHEET 1 OF S SCALE qS SHOWN -- _.a-.~n K ~. r°n <°o r.°~ a°oN ti N H H• M • M V11~ M NN • _..... _ JOf~J Q` Q._ ~45 NOR H FLOW LI n.00 a c~~ -+W~.~w ,~a~~a~_--.7 '0. 6I. -- -- ~~ _..'4 40 ORTH FLOW LINE Gt•0.0(E2~-4.fi 4S STAT90N LINE N ~ N~OO N Q~u+Q O NQO Qv~o O N04 N ONmOW6.~ W O~ to/~7Y. ~- L~ UQJ F R MEDIAN 4O - ELEVA IONS SEE---EXI TING MAIN TRACK M TN TRACK.tCONCETE PANEL~ma ^aoN ory o^ 45 mSOUH FLOW UN ~~ a~ Q ~~ Q Q_+ QwLL w~,~~~ao~~~w olti T • 101 J - - NORTH LOW LINE _ .~.~ M -_ N1~ rn F¢- ~Q~ U t C N 1~ Q a0 J> JF-i _.. °~ TOP OF CURB NM y SOUTH- LOW LINE Cif O toU' .- LL ____._... _..__'.. _ .. _.. FOR lEDIANELEVATIO S SEEWING N0. CP-O5 IRTH FLOW LINE L~10'~IQ Cl• 3.65% -- -- - _._-.&- .s'.-- - 4~____.a°o ..._____...a~'o o°~ c~•o.00z ~Q ~Q ~°•NC2•-3.65'>o ~NM ~O J __ > oa~LL •9 +00 ~I \ ''•. SM 1' i ~ I \ ~ EX MA1N oa ~~!\RO ., MNN TR N Mro / i0 i I EC rIZA 1.~-•'N7999832.29E6227540.76~o __ i- I ---- `a 1 ~'--- --~~ iTV al CARCSBAD Riw - ~- ~ -' ~_ " ~v - -_'----",-~ y ~ TAMApACK AVENUE 3 N aC - o ``_, , ., . _--o N1999T94 9}~,~6 ~ J ~ ^E6227487 41= ,,, ~,~Z 3 - - --~ oC 4J O N a~ o _ ~ ~_ GT~F O~~ARLSBAD R/W I •-_..~ N- _ ~x .... -. E _ IDHM/ ~~ ~- - ~-r~.c.Q -CTt O.~~OON ~ I NO ~~ ~('I ~~.~ W .:_,J --_...__•~~ '3 ua-j'~~ ~-"5' 0 5~ 10'lo~ 11~w -I Z 01 I~o~GRAPHIC SCALE V RT.: 1" Y~ ~~ I "20' 10' 0 40'j ~I I ~ GRAPHIC SCALE HORIZ.~ 1" 20' °uw u~o ~ 0 02-13-12 AS-BUILT PLANS REV DATE DESCRIPTION nol ~ _.~'ROFI~~~E~ ~ ~;.~ i ~ ~`.~~ ~ r; r t .', I ~~ a ~~h~ N T AG 1 a i Z I I m °~' ~~ ~, Z~ i'~ ! Z1 ~ '~ i ~ v,'.x i2 a., 4 4, •, ,...~ ' p: °w ` ~ - _ .GiY OF CARLSBAD RAW -_ -.. , „ - I-- ~ - -az-- Rip TAMARACK AVENUE R/W ~30' 30' 45 Z' S'23' 23•5, 2' Q ~~ t0'18' S 5. 18' 2/VARIES 2'/. 2% VARIES 2/.40 2% MAX ~-- 2/. MAX 45 PROFILE GRADE) 3STATION LINETYPICAL CROSS-SECTIONTAMARACK AVENUE SCALE NONE i~ 45 40 REMOVAL NOTES: ~1 REMOVE ASPHALT CONCRETE PAVEMENT 2~REMOVE EXISTING CONCRETE CURB ~3 REMOVE CONCRETE CURB &GUTTER ~5 REMOVE CONCRETE SIDEWALK ~6 REMOVE CONCRETE DRIVEWAY 7~REMOVE CONCRETE MEDIAN CONSTRUCTION NOTES: (~ CONSTRUCT ASPHALT CONCRETE PAVEMENT SECTION PERCITY OF CARLSBAD STANDARD N0. GS-17.MATCH EXISTING PAVEMENT (AC AND BASE) SECTION, 4" MIN AC Q2 INSTALL S'PRECAST CONCRETE PANELS AND INSTALL 6" HMACSECTION UNDER TRACK PER NCTD STD 2006 (712')BETWEEN MT012291.82 AND MT012292.54.(SEE NOTE 41 Q3 CONSTRUCT CONCRETE CURB PER SDRSD G-6, TYPE B-1 4O PROTECT IN PLACE QS CONSTRUCT CURB &GUTTER PER SDRSD G•6,TYPE B-2,TRANSITION 0" TO 6" CF PER NCTD STD. 2011 (MODIFIED TO PROVIDEMAX 5% SIDEWALK SLOPE) Q6 SAWCUT LINE f-_.z - -. __... _. ... .------ ----~~CURVE DATA 7 CONSTRUCT PCC SIDEWALK PER SDRSD G-7 (MODIFIED, 6" THICK PCC) ~ ~' --- - ~ 6 rAMARA~K CURVE R Q L T Qa CONSTRUCT 7" MIN AC PAVEMENT PER NCTD STD 2006 ~~ AVENUE c 1902.81'3°32'35"117.67'58.85'~0 INSTALL 2'x4'DETECTABLE WARNING SURFACE DEVICE PER DETAIL ,~'__ +2D` --- ___ON APWA STD. 111-3 _y - ~ --- ~".__ ~ N6J•go~38 E +61~ STA 1+84:68 --NOTES:n0 CONSTRUCT A.C. RAMP AT END OF CROSSING PANEL~ i__~- _N1999899.1 Z - - ----1. SIGNAL WORK ON THIS DRAWING IS SHOWN PER NCTD STD 2006. MAX 8~1 SLOPE - - - ---- _ _ E6227639 86 FOR INFORMATION ONLY. SIGNAL WORK Q REMOVE AND REPLACE MEDIAN TREATMENT IN KIND ~_-`-~ - --SHALL BE DONE IN ACCORDANCE WITH THE (CONCRETE SHALL BE 520-C-2500) ~ _ __ ---SIGNAL DRAWINGS.__ _---P--~--r -~-_; ~ _ 1-CLiY OF.~SB~ ~~ ~ ' -2 TRANSITION NEW CONSTRUCTION TO JOIN EXISTING 17 ADJUST UTILITY TO GRADE~ ,.. ~II~~IIS ~,,r -- .__i- - - * FEATURES THROUGH THE FINAL 5 FEET OF CONSTRUCTION. 1 ~~' ~ 3. INSTALL CONDUIT TO FUTURE PEDESTRIAN GATES PER SIGNAL DRAWINGS. 1 g ~' r `~ ~ i J SIGNAL WORKr ~,:y ~ j ~ ~ ''~ , ; I 4. INSTALL CONDUITS AND 6" PERFORATED PVC UNDERDRNN PER ~' , _ _____s,-_~-- S ! NCTD STANDARD 2006. CONDUITS TO BE INSTALLED BY THE 15' 10' z L ~-~ i - '~ti ~~ ~ ~> i CIVIL/TRACK CONTRACTOR. UNDERDRAINS SHALL DAYLIGHT TO Oi REMOVE EXISTING WPRNING DEVICES NEAREST DITCHES ALONG THE RNLROAD R/W.TC X ~" ,^ ,I ~I ~ ~ j. O2 INSTALL NEW WARNING DEVICES ~^ Z ~~.. '~ ~ i ~ ~~._ _ ~ 5. FOR UTILITY INFORMATION SEE DRAWING NOS. UA-Ol THRU UA-06. ~ao~ ~ Q REA10VE EXISTING INSTRUMENT HOUSE P L AN ~ ~~ II ~,!'!, 6. SEE DRAWING N0. CP-OS fOR DETNLS NOT SHOWN. O4 INSTALL NEW INSTRUMENT HOUSE `,_,.~' 7. FOR SIGNING AND STRIPING, SEE DRAWING N0. CS•02.o~,;,~~,;o,o~ DESIGNED BY ,~ NATIONAL RAILROAD PASSENGER CORPORATION I5. 5plCi(iC0" ~ O Pa~ESS/~ ew~lh sh~aY~ P~ lR~~ ~ `~'~' roperly o„„, DRAWN BY ~~ '~r~A M T R A K ~~Q= ~F, ~ SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.E ?ass„aloe CHECKED BY ~//~ar+s N c T D m CARLSBAD DOUBLE TRACK PROJECT 1i01~ Ond Sh011 ~M No. C058094 A Ior ony purpose PROVED BY PRTTERSON ~ E .06i ~, * TAMARACK AVENUE GRADE CROSSING for in ogrBe- pM g 775 TOWN 6 COUNTRY RDie Norlh San pSSOpgTE~, INC SUiiE 30~ ~ ~ CITY OF CARLSBAD Transit District. .w,+w. ..,.,; ORANGE. CA 92868 q ~~~~DATE FEBRUAItV 13, 2012 ~~ ~~~f~ CPUC "106-230.10/DOT a026822L V~ CP -03 O SHEET N0. 4 O AS SHOWN EX MAIN TRACK(PROP MAIN TRACK 2) -- --- -- :' ~.. ~~ -~ ~ EX. TOP Of_.-- ( CURB _ '~ ~`. ...----- -- -_.--,-_ i ~0 +60~ ~ CANNON ROAD '~`~ ~~ W ~ !T~ ~ Ifl__-- ~ , ~Wo~ ~~ 0 02-73-72 AS-BUILT PLANS a ~ REV DATE INSTRUMEISEE NO' DESCRIPTION MAIN TRACK rJ r~ ,~. ~ , -1- - — ~ ~` 1/ ~. -._~ ~! 4 BOLL I D .. 1~•3 65.A~, fS Id ~ ~~ '~--- 1 ` ',fit ~ I ~ `l I "~ ~ CROSSING DETAIL CP-04 i._~j J \) ~— t -----V W Y - - - _ __ ..._... __ - ...., --- - ----- - __ ~'t 1 ----~,i. ~ ----- r 1 +i 4.8~F~ 4.L~__~ I L5.61 .4 ~ C (44.96 FS> i4 ~S (8" CF)JOIN EX '~_ __1-- -._.._ TOf~ OFCU'8 — _.._ - —_._\'~'"-.~. --~--~ --_: ~~...~ -- -- ~--- _l i'~ Informolion, confidentiol oll DESIGNED 8Y ~~ ~~ pIons, drawings, specifico-tions, and/or informotion DRAWN BY ~T~p M T R A KIwnished hereeith sholl ~~reman the~Qroperly of theNor lh $an Dieq0 County CHECKED BY ~~~ N C T Dironsil DislricC anA shall be pMheld conli0entiol~ and shoonol be used for any purpose ApPROVE~ BY PNTTERSONnotpr ovided for in ogres- pM a 725 TOWN L COUNTRY RDmenls xith the Norlh Son RSSOCIIITE~, ING SUITE 300Dieqo County Tronsi~ District. DATE H~ ORANGE, CA 92868 FEBRUMY 13, 2012 REMOVAL NOTES: ~4 REMOVE BOLLARD, FOUNDATION &CHAIN CONSTRUCTION NOTES: Q PROTECT IN PLACE Q CONSTRUCT PCC SIDEWALK PER SDRSD G-7(MODIFIED 6" PCC TO NCTD R/W, 4" PCC OUTSIDE NCTD R/WI 10 INSTALL 2'x4' DETECTABLE WARNING SURFACE DEVICE PER DETAILON APWA STD. 111-3 12 REMOVE PND REPLACE MEDIAN TREATMENT IN KIND(CONCRETE SHALL BE 520•C-2500) 17 ApJUST UTILITY TO GRADE 19 INSTALL BOLLARD AND REMOVABLE CHAIN TO MATCH EXISTING IN KIND QO FUTURE PEDESTRIAN CATE FOUNDATION (NIC), SEE NOTE 3 21 INSTALL AND CAP 2-4" SPARE CONDUITS UNDER TRACKS AND PULL WIRE IN SAME TRENCH AS CONDUIT FOR WARNING DEVICES.CONDUIT TO TERMINATE AT BACK OF SIDEWALK AND NCTO R/W. SIGNAL WORK Ot REMOVE EXISTING WARNING DEVICES 2O WSTALL NEW WPRNING DEVICES Q REMOVE EXISTING INSTRUMENT HOUSE Q4 INSTALL NEW INSTRUMENT HOUSE 1. SIGNAL WORK ON THtS DRAWING IS SHOWNFOR INFORMATION ONLY. SIGNAL WORKSHALL BE DONE IN ACCORDANCE WITH THESIGNAL DRAWINGS. 2. TRPNSITION NEW CONSTRUCTION TO JOAN EXISTINGFEATURES THROUGH THE FINAL 5 FEET OF CONSTRUCTION. 3. INSTALL CONDUIT TO FUTURE PEDESTRIAN GATES PER SIGNAL DRAWINGS. 4. INSTALL CONDUITS AND 6" PERFORATED PVC UNDERDRAIN PERNCTD STANDARD 2006. CONDUITS TO BE INSTALLED BY THE CIVIL/TRACK CONTRACTOR. UNDERDRAINS SHALL DAYLIGHT TONEAREST DITCHES ALONG THE RAILROAD R/W. 5. FOR UTILITY INFORMATION SEE DRAWING NOS. UA-01 THRU UA-O6. 6. FOR CURB AND FLOW LINE PROFILES AND OTHER INFORMATIONNOT SHOWN, SEE DRAWING N0. CP-Ol. 7. FOR SIGNING AND STRIPING, SEE DRAWING N0. CS-01. B. CONSTRUCT 6" PCC SIDEWALK WITHIN NCTD R/W. CONSTRUCT 4" PCC SIDEWALK OUTSIDE OF NCTD R/W. BOLLARD &CHAIN LEGEND ~ REMOVE EXISTING BOLLARD o EXISTING BOLLARD TO REMAIN • NEW BOLLARD - - -EXISTING CHAIN TO BE REMOVED — -NEW CHaN CURVE DATA CURVE R Q L T OA 100.00' 6° ST02" 11.96' 5.99' 10' S' 0 10' 20' GRAPHIC SCALE HORIZ. 1" 10' p,~FESS~ NATIONAL RAILROAD PASSENGER CORPORATION `P~``" """a.``~~ SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8 ¢NO. C058094~A A CARLSBAD DOUBLE TRACK PROJECT !`Qr/c~r ' n,,,,. .P GRADE CROSSING DETAILS-CANNON ROAD `"~ CP -04 O SHEET No. 4 1 AS SHOWN N 0NUNM M rn.c30viY dvv0y0 0 SIGNAGE REFERENCES CONSTRUCTION NOTES O INSTALL 24" SOLID WHITE STOP LINE PER CALTRANS STD DETAIL A24C DO NOTR R sror 2O INSTALL ROAD SIDE SIGN AND POST ~'}*~ ONTR^~~ O3 REPAINT EXISTING PAVEMENT MARKING 3fi ~~36" 24'X 0" 4O INSTPLL 4" SOLID WHITE LINE PER CALTRANS DETAIL 27B ~ I QS INSTPLL 4" DOUBLE YELLOW STRIPING PER CALTRANS DETAIL 21 Q REMOVE EXISTING SIGN AND POST ~' W48 fCA)12) R3-4 ~ ~ EXIS(PROPOSE~ MT02K~.. 24"X30" 30"X30" O7 INSTALL DETAIL B PER CALTRANS STD PLAN A20A Q8 INSTALL 6" WHITE LINE PER CALTRANS DETAIL 39A O9 INSTALL 6" WHITE LINE PER CALTRANS DETAIL 39 I I Ncro a~w ~ iREMOVAL NOTES r~~ Q1 WET SANDBLAST AND REMOVE CONFLICTING STRIPES AND/OR PAVEMENT MARKINGS ~ I i zy --~ ~ ~ 1 ~t ,.., ~ 4 ~ I ~ ~ ~~ v t \ ~,.:s..,~,.a,. .a ,~, i ~,,,~ ,~ ~ ritr y ~1 ~~i~'"H-•~ CITY OF 91~fj✓>M~ ~;,~ . — - - ~ 4 CANNON ROAD I 5 3 ~ R -4 2R3-4 RB-8 Z P. ~ ~ t ~ I ' _ ~ RB-8Exisr woo-~ — — — — — — — _ ~ 2 rt _ 'NEW W48(CA)121 z ~ — — — — ~<'—, — — ,~ ~'~ - — - - — _ _ _ CITY OF C RD R/W~ — ',:. --- ------YV~~ -----------~ Q i ~... ~._ ~. ~ " ' -.. ~ i~~w: ~' . ~ ~ w<.`~~ ~ I ~ u~~~i ~~~uu~~i ~v~~~~aen~~m un '_' _..__ _ JG- - - -- - pIons, dranings, sDecifiw-tions, and/or inlormolion PRAWN BYfurnished her evith shall ~gremoin the Droperly of theNorth $on Diego CountY CHECKED BY_ Tronsit Dislncf and shoji be pMheld confldentiol~ and sholl- -. __ not be used for ony purpose APPROVED BYnot prov~ded for in ogree- ~M AS-BUILT PLANS DegoS County Transit Dsricl DATE DESCRIPTION BY ~„o APP FEBRUPRY 13, 2072 ~j~AMTRAK ~E~~ 725 TOWN L COUNTRY RDn SUITE 300RSSOQNTESN ~ . CA 92868 I ~~ \ ~.y,~ i x, / y .y ~ t \ ,~ ,~'t~ MAIN TR~ ,~ t~” i ~ ~ \{ i ti ~ `~~ \i''~ ~, 1 I I ~ ~ ~ ~ 1: ,,~;i', I ~~ ~ '~ t~ I ~ ~,_ ~ r~.,,'~d ~~f. s~I EXIST W10-1 ~ :. ~z! N W 481~A)l ~ ~,,,. ti~\~~.c iA 1 f i=: / '~ ~ ~ ~ O~ / ~g JOIN 3 ' CITY OF CARLSBAD R/W `~ EXISTING - - ~ - — - - — - - - - ___ --- — s -- —• JOIN ~ 9 EXISTING ~ ~ LIMITS OF WDRK ~ ~ 'mil —~ i ~ ~ — — — -- ~ i'' ; _ — — — — — — — — J ~2 R3-4 ~ I JDIN , EXISTING JOIN i ~ ` 8 ~ EXISTING ~-' ] ~ ~ RELOCATE EXISTING BUS ,, y~T STOP SIGN AND POST ~ _ _ —t.; _--- ---- _--- ------ -=-f~ ~~_ ~~C~TY OF CARLSBAD ~i/W ~""". _a=;,, r. - i z 7~ y z ~,. ( Y \i ~ ~ r.Irr:~ +r ~~ ..~' ~°` i A' ~ I y I 20' 10' 0 20' 40' ~-- ~~f ~ ~' ~ 1 ~ ~ GRAPHIC SCA~E~ P' 20' /~ -~ Op0.0FE55i~, NATIONAL RAILROAD PASSENGER CORPORATION vv'."...V. '.V `~ y~P~'p~a~CK ~.,oy~fi~ SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8 DRAWING No. ~A/t/CU'L N C T D ~ ~~ m ~' S' O 1 No.0058094 A CARLSBAD DOUBLE TRACK PROJECT Ex .06i . /t2 * REVISION O SHEET No. 4 3' SIGNING AND STRIPING PLAN 4jE ~""` ~~" CANNON ROAD SCALEa~A~,~ AS SHOWN TO SAN DIEGO TO COUNTY LINE -♦ • ♦- _RR WEST RR EAST4 '" r Y. ' t . ~ - ~~ ~trt -. ~ ._ . '. ~ .~ ~M'! `'~~ .: r. `i.~ ~, ~i i ~ ` ~;;~1I ,..w -, , Y O ~" _ __ „ . ~ r ~ ~~.s~ EXIST 42" SS (CITY OF CARLSBAD) EXIST 12" HP CAS (SCG) ~ ~ ~ !~ ~ '~y• ~ I~i'.~ hM ~~. p-- ^^-~'- '- -=_ __-= =-= '-: ~ , = . -_ _ __ : _-" _ ' _ ' _ - = - = ---= - --- _~- =-~-~ ~' - ~~ -rte- -- - - - -_ - - -++ew=-= - --.=--off -_ _~~y-:- _.:~t - - -- - - -- - -,~.----~---- - ~-~ir~~-s, r` -- - - - ---:_ ,. '~... a .t~_~-- .~.. - - --~•• ~ c c ~,. - `c. ~-c-^ Cr-c ` ~ `"' - ~y ~ r:~ rsr tic ~ia~~ ~r~~~ rt' ,.: ..,~.}}~.~:.~t~~.T~,~'~ ~ '1.`. 1'•'kt hK~ Ir"~ ~`~ *'t.. _,(+'c. - i [N TRACK t,~,}. ~ ;•.: ~`yy '~ :r..._ •. r ~~ X ~ ~ zz~~+~~ . r ' ' ~ 22~5t~~ 22~~ w C7 ~ 2210+00 2205+00 220( z~ ~ ~ ~ ~ EXISTING MAIN TRACK 2 ~ „~ y a ~, ~3 JDI - ~'- ~ --------TOR/W - -- -------- - _ `~`a ~ ---- 2 -EIOMI_ ~._ ~ _ -' OH)_ _ _ ~ _ _ _ _ _ _^ _ _ - _ _ - _ - _ _- _ _( Unl- ~ _ _' -Ei^u '_ -' __ - -jy0 - - E GHI ~- {~C--±UON1_ _ _ EIOH) ~ > '~ ' ~ .'~ E~o~, .. ~; _ t ~ ~.. NOTES-• 1. FOR TRACK PLAN, SEE DRAWING NOS. RP-Ol THRU RP-11.2. FOR TYPICAL CROSS-SECTIONS, SEE DRAWING NOS. RC-Ol THRU RC-04. 3. FOR EARTHWORK CROSS-SECTIONS, SEE DRAWING NOS. RX-01 THRU RX-12.4, FOR SURVEY CONTROL, SEE DRAWING NOS. VA-01 AND VA-02. o SEE CITY OF CARLSBAD GENERAL NOTES ON DRAWING N0. GI-04 FOR WORK WITHIN CITY RIGHT-OF-WAY. N ni .3 0v nvv N OUs0 E0i~~~U O T~~~0~~~\ a'~ao N a~ Underg round Servlae Alert ~ w ~ '~ Coll: TOIL FREE1-800 o in 227-2600 iwG wORRtMG D~vSecroee rou me Informolion confdenliol of DESIGNED BY NBGIons, droeing5, 5pecifico-tions, and/or inFormolionfurnished herewith shoo DRAWN BY i remain the yroperly of theNorth Son Diego County RI CHECKED BY PM~ ~°u w Tronsit DiSln[t ono Sho&Oeheld conlidentiol~ and shollnot be used for ony purposenot provided for in ogres-gppROVED BY~ ~ a ~ mints With the North SanDiego Covnty ironsit District. pM 0 02-13-12 AS-BUILT PLANS DATE REV DATE DESCRIPTION BY ain APP FEBRUARY 13, 2012 ~ PLAN POTHOLE SCHEDULE STREET POTHOLENUMBER DISTANCE FROMEXISTING TRACK APPROXIMATESTATION DEPTH ELEVATION DESCRIPTIONOF UTILITY TOP OF RAIL(TOR)DEPTH -TORTO TOP Of PIPE CANNON RD.PH-1 25 2225.90 4.12/6.00 38.93 ELECTRIC 45.34 6.41 CANNON RD.PH-2 25 2226.30 7.30/9.03 37.76 WATER 45.26 7.50 CANNON RD.PH-3 25 2226.54 6.92/8.92 38.18 SANITARY SEWER 45.22 7.04 CANNON RD.PH•4 27.5 2226.69 6.83/7.10 38.18 GAS 45.19 7.01 CANNON RD.PH-5 27.5 2226.74 6.6/8.42 38.18 GAS 45.18 7.00 PH-6 25 2232.75 / / WATER PRIVATE CROSSING PH-7 56 2242.49 1.44/2.40 44.98 CAS PH-8 13 2245.40 1.16/2.50 37.39 CAS 41.04 3.65 PH-8-1 25 2245.40 0.78/2.10 37.17 CAS 41.04 3.87 PH-9 25 2247.60 5.46 32.12 9'UTILITY TUNNEL 39.13 6.41 PH-10 25 2281.41 5.12/7.22 24.59 SAMTARY SEWER 35.60 11.01 PH-11 25 2285.99 4.67/6.00 31.81 WATER 39.21 7.48 PH-12 17.5 2286.09 1.00 24.38 SANITARY SEWER 39.29 14.91 PH-13 36 2289.34 4.12/6.00 36.89 CAS 41.81 4.92 PH-14 21.84 2290.51 4.12/6.00 42.30 SS MPNHOLE 42.51 0.21 TAMARACK AVE.PH-15 25 2291.85 5.32/6.91 38.93 CABLE TV 42.75 3.82 TAMARACK AVE.PH-16 25 2291.93 /38.93 ELECTRIC 42.75 3.82 TAMARACK AVE.PH-17 25 2292.04 /37.69 WATER 43.14 5.45 TAMARACK AVE.PH-18 25 2292.13 5.78/6.46 34.43 Est.STORM DRAIN 43.18 8.75 TAMARACK AVE.PH-19 25 229217 1.50 /TELEPHONE // TAMARACK AVE.PH-20 25 2292.21 7.62/9.70 36.16 SIQJITARY SEWER 43.21 7.05 TAMARACK AVE.PH-21 25 2292.26 2.60/4.44 /CABLE TV / TAMARACK AVE.PH-22.1 25 2292.34 37.31 GAS 43.26 5.95 PH-23 23.09 2293.46 42.77 SS MANHOLE 43.69 0.92 PH-24 26 2304.1U /SANITARY SEWER / PH-25 26 2307.64 30.35 STORM DRAIN 44.88 14.53 PH-26 25 2314.24 36.7 Est.STORM DRAIN 45.2 8.5 Est. CHESTNUT AVE.PH-27 15 2314.62 35.78 WATER 45.22 9.44 PH-28 15 2315.13 40.40 TELEPHONE 45.25 4.85 WALNUT ST.PH-29 25 2319.50 25.43 SANITARY SEWER 45.26 19.83 CANNON R0.PH-30 25 2226.87 40.56 TELEPHONE 45.15 4.59 CANNON RD.PH-31 25 2225.66 40.39 CABLE TV 45.35 4.96 'j~AMTRAK ~~~~~+ N C T D PgTTEpSON ~ZS TOUN L COUNTRT RD~ SUITE S00~. ~~Suw.~~' ORANGE. CA 92868 40' 20' 0 40' 80' GRAPHIC SCALE HORIZ 1" - 40' I~ DEPTH CALCULATEDFROM DIPPING MANHOLES PppFFSS/ NATIONAL RAILROAD PASSENGER CORPORATION `opa`~' "B a``"~ SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8 y"' CARLSBAD DOUBLE TRACK PROJECT No. 37532 AEXP.6/~, UTILITY PLAN -SHEET 1 OF 6 > c,vi~ P EXMT 2200*00 TO EXMT 2212*00 ~~~^"`~ MP 231.87 TO MP 231.64 ~ vR".,~"V "V U A- 010 I...,__, ..... 7 7 AS SHOWN TO COUNTY LINE TO SAN DIEGO ItL.?_ `•+ ~~) ~py ~~y} ., ,~O ' 4:~.~ --- EXIST 42 P SS (CITY OF CARLSBAD) EXIST 42" SS (CITY OF CARLSBAD) EXIST 12" HP GAS ISCG) >-. ~ O - id.; ~rt~-~ ~ EXISTING MAIN TRACK 1 Q + ~ .: ~ -~. tea,, _ s -. _ AINTACK i ~ i + +;__I~~,.~1 `'.-y .. N2 ---------------------------------~'—'~ -- -+~ -- - -.---- - -- —~~.— ~-7 N ao: ~ ~.... 'i, . R/`~ `~r. -,~.. .y~ .{a7 +,, v Syr ~ ~~) ,~, f, T. ~..~`; ~c ., y~iy.h1 ,_'y'i°.a: N~e .:~ Srtu.... ~'y ;t~ 1 ~ ~., ~~;+~~. r• Y'~ '~, fs '.` .. ~l.i.i'.. 7}u ',~ ~~~;,~~1P't'Y }.s~i. ~;~~. I'~~ 1;'~;~e'"~~ N'P~ r+ r ~ p~ ~ 222 +~~ .t 2215+00 X W ~-w C~ Ow 2220+00 2215+00 wm wQ Z w I ~ EXISTING MAIN TRACK 2 IERMT) I Z ~ .. ~ -EIp11- —'-.. E10. ~ EIONI- ~ - - _ - - ~- -EIONI- -EIONl- -EIOHI +.r k EIONI EIOHI~ p'~•.' f _ _ _ _ _'_ ~ — y~) _ _ _ _ _ _. - — — ~ _...-EIOM- — _ _- _ _ _ElOx1- ~ —.— _. _ _..-. EIOH1- _ _ _._ _ _ _.E~~_ _ _ _ _ ., ~~~ ~ 1 = w• ~..... ' SR.: rte. • ~i ~. ~ h~+~ ~.~ '~ ~ ~ ~1 p ~; ~ . ` i . ~. ~ ' t `, 4, j~ i ~ ir~l . . ~ ~ h~ ~a .. °r. ~{ ~ o Yt ~_. `ar. a +. t~ NOTES no' 20' o aD'~ 80'PLAN EXIST TEL (AT&T) 1. FOR TRACK PLAN, SEE DRAWING NOS. RP-Ol THRU RP-11. 6. FOR UTILITY CASING EXTENSIONS, SEE DRAWING NOS. UD-01 THRU UD-06. GRAPHIC SCALE HORIZ 1" = 40' 2. FOR TYPICAL CROSS-SECTIONS, SEE DRAWING NOS. RC-01 THRU RC-04. EXIST 18" RCP SD (CITY OF CARLSBAD) 3. fOR EARTHWORK CROSS-SECTIONS, SEE DRAWING NOS. RX-Ol iHRU RX-12.4. FOR SURVEY CONTROL, SEE DRAWING NOS. VA-01 AND VA-02. EXIST 8" AC WATER ICITY OF CARLSBAD) 5. FOR POTHOLE SCHEDULE, SEE DRAWING NO.UA-01. ggqN ONED TEL (AT&D ~ y ,vy..~ ~~, , .. ~-~ ~ - / EXIST 42" 55 (pT~+~,~OF CARLSBAD) , ~ " ~ ~ ~ I I „ t'~'~ W ~ `~ 'u I I ; I I +..- 1 EXIST ELEC (SDG~EI '-,~; ~ EXIST 12" CAS (SCG1 P I , .. i • ~ ~ ~ ~ _ ~_ `v ~IST"TEL (AT&T) ~: ~ ~ ~' ~ t_ ~. ~ ~i,~ t i € r i ! e ~ k ~ ~CI~M~ ~SUP~~R~ E£3~O ~M w uDD CONCRETE E'~ ...... t 4 _ ~~so i (SEE NOTE 6) EXISTING OVERHEAD POrvER I SDGBE 1 :.j.. ~.. ;: > ~. ~ ~ MAIN TRACK 1 IMT01l _,,.. •- L, t_W__°? ~ ' I ~' ADD 15' OF 20" SPLIT STEEL C/1SING~~ono iQ, '- ..•., - .y~ _ _ _ _ _ _ ...;.; - -p ADDED 15' OF 16" SPLIT STEEL CA51 -- +W O ---W--------W "~------W-------- ,~ , I ~ tSEENOTE6)~ ~ X A ~- EXIST 2-24" RGP, W T~ 'u.. L.._. I' ~ II , O RETAINING WALL ~'' 2-~fr" ~°If'EL CASMGS~ ~ I7 Grp ' EXIST 30" RCP SD 13000 O) ~ ~v-~ _ OF 12" STEEL CASING (SDG&E) r ~ ; .,~ r _ _ _ ~ ~ ~ (CITY OF CARLSBAD), 13' BELOW BASE OF RNL ,~~ T -.~ BAD)--sscp — -~-' 5 ~--r- - - "- -- =_ ^`_- - - -- - ` -= - -er r` 'a"r`_~.. `- - - (CIT - - - - ~=~ - - - _-- - - - - -~~' ~ - - _~ G. i ` r-w xn ~1~ N ~-x x x_ x _ x ~ —'c ~c -'~:- -. -.-- ~.,_ x— x=.~- - - ~r -_-, _ . ~s_~, I - - — N ~ ~ if ~! 'I • ~ ~ ` , ~~ ~^ ~ ~ ' T ~ u ~J EXIST CTV IN CONC ENCASEMENT (TIME WARNERI~ w A ~~`"' ! ~ OTHOLES { F- POTHOLE PH-6~ ~ 2235+00 q r l 2225+Q0 ~ Jz23 ., Q PH-1 THRU PH-5 x z '. ~ x o w ~~ ~, !ww o N ~ "'~~ ~ _ O ~ ~ - ._ _..._ _ _;;235+09 — — -- - r __ __ ..... _ P A _ _ _ —-_ I ~ 2231.q~10 ApD 13'OF 24"SLIT STEEL C SING (BY SDG6E1 I ~ m Q`.I Eo w Q ~ ERISTING MAIN TI~QCK 2 IEXMTI_ ~ ~;, ; ~ ~' ' - - -~-~"~" '~v~i ADD 13'Of 6" SPLIT STEEL CASING (BY SOG&EI ~ - N 100'OFO 0" STL C SNGI(S0~&E) w Z ~ : , 4 Q... .~ °-" +~- -- -- _.._ro -- -- -_ _ __.... ~.i._' N _..I. ~,-,._ _ EXIST 24" RCP *SD (3000 D> z W4..,,~:~ ~.t5UQG ~.~, ~ ~ — ~ ; ,~ ~ .a. ,~ 4 ,y ~ ~ ; ~ (CITY QF CARL38AD)~ WJ~~_ - --- —~-- -`~1:~:.`-'~A`~+"t~~5 _r~'S __ -- -_ ----— ---NCTDR/W- -- -------------------------------- -. ` --i-- 1 ~- s.- --- —__:..._. ~ /- ~ EIDn1- ~: 8"' ~ - - E10H,~'..- L-~~~w t. =~: Scow-►+~'•'7s:'-`s:--1 ~- .-tau- -._ - - - -.~ycww- - - - - ~- -e~oHi- - - - - - -uoH~- - - - -n - - -n~i- - - - - - - -no - - ~ - - EXIST OVERHEAD TEL (AT&T) -uoH~- - w ~~ ~ ~ ~ ~ >, o o ~Q ~ c _ `_',, i u .;_ ~ ~ . -, = - .. _ EXIST 20" TM HP ~AS IN 55' OF 24" STL CASING (SDG&El ~ Z ~ ~ `t EX ST 12" AC WATER IN 50' OF 20.. U W ~ ~ ,. . y ~ .:' y~ ~ ~ z tP : { x :: ~ ~ _ ~ ~(/~ ~ '' ~ r i 1 ~ ~ ~ I ST CASING (CITY OF CARISBAD) U ~y~'i u? ~ a ~~ `~ ~;,• . ~'~~ ,' +i~ _t, ~ 1 ,;` ~,' t": Z' L EXIST FIBER OPTIC CABLE (IST 3" HP CAS IN 55' OF 6" CND (SDC&E) ~~r' o I ~ "'~°' •~' '~-', ~" ~~ I ~ (VERIZON BUSINESS (MCUI ~ ~ I I ~r~:,~Q '~`' EXIST 8" AC SS FORC~-MAtN7~"9P' OF ~ I Q ~ _~4_' STL CASING (CITY OF CA(~QAD) ' I L I-c~ - ~ - ~ -O- - - - Q~ ~ ~ ~~~ EX14 24" RCP SD (1350 D)~ - - 5-S' BELOW BASE RNL I I ~ ~ I ~ (CIT OF CARLSBAD) PROPOSED 54" CML6C STEEL - ~- ~ WATER IN167'OF71"SiEELCA5ING ; --c----- --c--------c-j-~o- (CITY OF CARLSBAD) —w--' EXIST 20" TM HP GAS (SDG~E> , I I ~Iz~ I~ Underground Service Alerl ~ ..~ ~ i N OI Call: TOLL FREE ~ ~ ~ -- ~ ~ Z+ ~ ~ ~ ~ ~ ~; I~ ~ ~ 40' 20' 0 40' 80' 1 -800 EXIST 3" HP GAS cSDGB~E) ., ~; ; i i ~ ~ ICI ~ 227-2600 GRAPHIC SCALE HORIZ 1" • 40' Y+~y ~ w -" a w :~~~wC WORIfIMG DOTS PLAN PFlORE YOU DIC -Informolion confidential allPons,ond/or9nlormo~o~-furnished herewith =ho~~ DESIGNED BY "B ~j~p M T R A K ~~ ~~op0.~FE55iQ,,( ~" Q~'"" "ate f~NATIONAL RAILROAD PASSENGER CORPORATION SAN DIEGO SUBDIVISION MP 229.3 TO MP 231.8 CONTRACT NO. DRAWN BY R,DRAWING No. i ~~ remon the property of theNorth San ie o CountTronsit Dis~~ri~~ and 5~0~ oe ~a/~~s N c T D ,p y~~~ ~~C AR L S B AD D O U B L E TRACK P R O J E C T ~CHECKED BY w held confitlenlial: antl shdinol bpre used for any purpose menls~~ilhdthe~NOrth9S nDiego County Trons'it PM ~,pPROVED BY PM No. 3~53Z* EXP.6/ ~~'~ ~~sr ~,v~~ ~ UTILITY PLAN -SHEET 2 OF 6 EXMT 221200 TO EXMT 223600 _~~w~8 725 T0'~N ~ COUNTRY RD~pgp~T~ ~ry~, SUiTE 300 REVISION O SHEET N0. 7 8 ~w 0 02-13-12 AS-BUILT PLANS DniE SCALE AS SHOW Na ~District .+~..~ ORnNCE. CA 92866 4rf a ~~~~f TMP 231.64 ~ MP 231.19 REV SATE DESCRIPTION BY wB ApPa ~FEBRUARY 13.2012 1 r NM o+ 0 s nv n°N OV O Oi ~~~o T p 0p~ aN NC ~ ~ ~0. =.40 N °u a GENERAL NOTES A CASING PIPE UNDER TRACKS AND ACROSS RAILWAY RIGHT-OF-WAY SHALL EXTEND TO THE GREATER OF THE FOLLOWING DISTANCES - 2 FEET BEYOND TOE OF SLOPE.- 3 FEET BEYOND DITCH,- A MINIMUM DISTANCE OF 25 FEET FROM CENTER OF OUTSIDE TRACK WHEN END OF CASING IS BELOW GROUND. B. CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR ALL EXCAVATIONS ANO TEMPORARY SHORING REQUIRED FOR CONSTRUCTION. C. EXCAVATION AND SHORING PLANS SHPLL CONSIDER THE RAILWAY LOADING OF ADJACENT LIVE TRACKS AND TRENCH SAFETY AS REQUIRED BY THE STATE OF CALIFORNIA D. CONTRACTOR SHALL DEWATER AS REQUIRED TO MWNTAIN THE GROUNDWATER LEVEL AT LEAST 2 FEET BELOW THE BOTTOM OF EXCAVATION ANO PROVIDE DRY WORKING CONDITIONS. E. CONTRACTOR SHALL VERIFY THE LOCATION AND ELEVATION OF EXISTING PIPES, CONDUITS. UNDERGROUND PIPING AND ANY OTHER UTILITIES PRIOR TO BEGINING WORK. F. PRIOR TO PERFORM THE FIELD WELDS, TO JOIN THE CASING EXTENSION TO THE EXISTING CASING AND THE WELDS TO JOIN THE TWO HALF'S OF THE NEW EXTENSION, THE AREAS OF THE PIPE TO RECEIVE THE WELDS SHALL BE CRINDED TO BRIGHT METAL, AND AFTER THE WELDS ARE COMPLETED THE WELDS SHALL BE GROUND SMOOTH. G. IF THE END OF THE EXISTING CASING PIPE IS DAMAGED, BENT OR UNEVEN, CUT BACK AS NECESSARY TO PROVIDE A SQUARE EVEN JOINT TO THE NEW CASING. H. FILL THE ANNULAR SPACE BETWEEN THE CASING AND PIPE TO MATCH THE MATERIAL IN THE EXISTING SECTION OF ENCASED PIPE, ie~ GROUT, SAND, ETC. J. PROVIDE BEDDING, TYPE C FOR INDUCED TRENCH BEDDING AS PER PREMA, CHAPTER B, PART 10. K. TRENCH RESURFACING IN CITY STREETS SHALL CONFORM TO CITY OF CARLSBAD STANDAf2D NOS. CS-25 AND GS-26. SUGGESTED INSTALLATION PROCEDURE i. EXCAVATE TO EXPOSE THE EXISTING CASING AND THE CARRIER PIPE, DEEP ENOUGH TO BE ABLE TO INSTALL THE BOTTOM HALF Of THE NEW CASING PIPE. 2. INSTALL THE CASING SPACERS TO THE CARRIER PIPE AS RECOMMENDED BY THE MANUFACTURER. ie.~ CALPICO, INC. 1650-588-2241) OR (800-996-9115) OR CASCADE (630-553-0840) OR (800-426.4301) OR ANY OTHER MANUFACTURER APPROVED BY THE ENGINEER. 3. INSTALL THE TOP HALF OF THE CASING PIPE. 4. TACK WELD THE TWO PIECES TOGETHER AT THE ENDS AND CENTER OF THE CASING PIPE EXTENSION. 5. WELD THE CASING PIPE AND GRIND SMOOTH THE WELDS. 6. WELD THE CASING PIPE EXTENSION TO THE EXISTING CASING PIPE (SEE NOTE f AND G). 7. FILL THE ANNULAR SPACE BETWEEN THE CASING AND THE PIPE. (SEE NOTE H) B. INSTALL NEOPRENE END SEAL AT THE END OF NEW CASING EXTENSION AS RECOMMENDED BY THE MANUFACTURER. ie.~ CALPICO. INC. (650-588.2241) OR (800-998-9115) OR CASCADE (630-553.0840) OR (800-426-4301) OR ANY OTHER MANUFACTURER APPROVED BY THE ENGINEER. 9. BACKFILL THE EXCAVATED AREA, HAND COMPACT BACKFILL IN LAYERS NOT TO EXCEED 10". 10. REINSTALL THE SUBGRADE MATERIAL. 11. REINSTALL THE BALLAST UNDER THE TIES AND FILL THE CRIBS. 12. HAND TAMP THE TRACK AND OPEN FOR TRAFFIC, UNDER RAILROAD SUPERVISION, TOP HALF OF SPLIT CASINGGRIND OFF A CHAMFER ONLONGITUDINAL EDGE ANCFILLET WELD ON-SITE(JOINT AT HORIZONTAL AS-BUILT Pl ANS DESCRIPTION PRE-WELD D.I. BAR %8' 1WIDE ALONG LONGITUDINOF BOTTOM HALF OF C. ~ DETAIL SCALE~NONE !'C.H. BAO ~r~A M T R A KDRAWN BY pthe ZUCCHI ~Ie CHECKED BY M. COLJI a~E~~ 725 TOMN L COUHtRY RD~~ NSSOCIRTE~, ~ ATE 300 p~~19 ORMKE. CA 92868 Bose n PROVED BY H. SOLAR7E dricl.DATE FEBRUARY 13, 2012 ,j~ "~A YiU i4 ~--~I z iY~Ia~~- EXIS7iNG ~Ix"' ~ i ~~~,~GROUND _ — ~I — — ti---==__---_`—— — — 2'-0••MIN.EXISTING CASING PIPE SHORING AS REQUIRED~BY CONTRACTOR A NOTE 6 NEOPRENEX16 END SEAL(SEE NOTE 8> — — —~ s~~b NOTE FSPLIT STEEL PIPE I 516 TYPICAL SECTION - SPLIT STEEL PIPE CASING SCA~E~ BOTTOM OF SUBGRADE HAND COMPACT BACKFILL INLAYERS USING PIPE BEDDINGCL0.SS C PER AREMA TOTE F T/R 5/g" LIFTING LUG STEEL CASING.. EXISTING UTILITY `.1 /\ ~? ` 1 .. '. '\I~~ .. .. LNG DIAMETER _ V_ CASING SPACERSMIN. ~ (SEE NOTE 2) q SECTION - SCALE~NONE a a SEE DETAiL 1 C~ ~ ~~~,aaRHON~B~~y NATIONAL RAILROAD PASSENGER CORPORATION ~~ c SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8rir/bar~ N c r v CARLSBAD DOUBLE TRACK PROJECTNo. 54138 p* EXP.12/31/13 , SPLIT STEEL CASING EXTENSIONS ''r,~T`~'~~"R~' GENERAL NOTES & TYPICAL DETAILS ~R,.~~~N~ ~~~. U D - 01 REVISION O SHEET N0. 83 SCALE AS SHOWN ~ ;~ W _ ~ ,I,_.t ,~~ ..I ~ ~ I Q~ I a ~ ~ ~ ~~ I~ -~ • , ~ ,\ Z ~ iil ,a ~. ~ ~ Z r~~ ~ '~ . W ~ ~p ( I I 1. ~~ V r ~„~ ~ _ . -{-r — G -~--- — — — CANNON ROAD G I I I - ~ ~I_-- --~- - - -~- i - S P --~-- -_ - .- - ~ --i- ~ ~ . -- S ~ - -- --- - ~ EXIST 8 qC SS FORCE M(J N IN 5D' 0~D za° sn cksl i (CITY OFI CARLSBAD ~ qpD ONCRETE y INC SUPPORT I G~ ~~ ~- - ~ i- —I —mow — _ c~— +-- -{~}- v,~ ~ EXIST X12"~ A WATER IN`50' OF 20" ADD SPLIT STEEL CASING ~ ~ ~~ ~D ~ ST~SI G~~ITY OF C{~RLSBAD) I I CANNON ROAD ~J ~ --__ ~ —~ ~. w `° .,r, ~ r O -r - - EX Y€RMiEAD L (~j -- 1 EC T V r,. • UTILITIES - PLAN VIEW SCALE %,6" 1' NM rl o, •3 I—I o 12" •3 TOP, TYP& •3 BAR. TYP \,, ~ ~4 80T, TYP .4 BAft~~r. ~ ~ ~ {~_ 5 • ~~- •5, TYPo \J~~~^'~Y~a ` r, p.~- _ 1Co a f . . :- ~i~o ~ ! •• ~ (SEE NOTE)a.,ao c~3'-6" E b a ~ 0 02-13-72 AS-BUILT PLANS a ~ REV DATE NOTEEXISTING PIPE AND CONCRETE CASING DIMENSION TO BE VERIFIED BY THE CONTRACTOR ~ CONCRETE CASING SUPPORT SCALE NOT TO SCALE ~ ~~ ~ ~ ~ ~' 2 I Y I U ~ 1 ~ ~~IZ.;~, w I ~ I CANNON ROAD ~ i~~,,-------------~~-1- ------ ~~EXISTING CONCRETEI mo°'ENCASEMENT EXIST 8" AC SS FORCE MAIN IN 50' OF CONCRETE24" STL CASING (CITY OF CARLSBAD)_ rni i no so'-o° CONCRETE CASING SUPPORT PERDELETED STA 2226 +54 SECTION SCALE %" ~' 25'-0" MIN."~ ^I ~'z~ a~a ~~ Z.3~~'50 W I Q I CANNON ROAp o 'E~+~ yip Z i 4s------------- 1- -------------_?-----~-------- ±i 40 I °I ' – – – – – – – – – – – – – – – – – – – – – – – – – – ' ~,35 i STATION CARRIER PIPE CASING 2226.30 12" AC WATER 20" DIA X 3/e" THK STL 222654 8" AC SEWER CONC CASING PER DETAIL Informolioq confidential atltans, drawings, specifico-Pions,and/ormtormotion ueowrvw et C.H. BAO ~l~p ~o pR0~E5SipM1,~c. .HON B fvnished herewith shah DRAWN BY P• ZUCCHI M T R A K ~ ~'~ / ~remain lM~properly of theNor lh San Olego County ~~r ~~Transit DislncC Ontl shat be Ct7ECKED BY M. COLJi N C T D p ♦ /liNo. 54138held confidential: one shillnot be used for any purposenot provided for in agree-menis xilh the Norin Son APPROVED BY H. SOLP.RTE ~f~~d 725 TOWN 1 CWNTRY RDSu~TE 300 * EXP. 12/31/13 Diego County Transit District.DATE ~q~~q~~m~ ORNICE, CA 92866 ~STj~~,~VRPq~DESCRIPTION BY ~~~qpp FEBRUPRY 13, 2012 ~ CP~~f~ EXIST 12" AC WATER IN 50' Of 20"STL CASING (CITY OF CARLSBAD) 50'-0" INSTALLED CONCRETEENCASEMENT STA 2226 *30 SECTION SCALES ~/8" 1' NOTES= 1. fOR INSTALLATION PROCEDURES AND DETAILS, SEE DRAWING N0. UD-O7. NATIONAL RAILROAD PASSENGER CORPORATION CONTRACT No. SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8 DRAWING N0. U D - O2CARLSBAD DOUBLE TRACK PROJECT REVISION 0 SHEET N0. 84SPLIT STEEL CASING EXTENSIONSSHEET 1 OF S SCALE qS SHOWN -- _.a-.~n K ~. r°n <°o r.°~ a°oN ti N H H• M • M V11~ M NN • _..... _ JOf~J Q` Q._ ~45 NOR H FLOW LI n.00 a c~~ -+W~.~w ,~a~~a~_--.7 '0. 6I. -- -- ~~ _..'4 40 ORTH FLOW LINE Gt•0.0(E2~-4.fi 4S STAT90N LINE N ~ N~OO N Q~u+Q O NQO Qv~o O N04 N ONmOW6.~ W O~ to/~7Y. ~- L~ UQJ F R MEDIAN 4O - ELEVA IONS SEE---EXI TING MAIN TRACK M TN TRACK.tCONCETE PANEL~ma ^aoN ory o^ 45 mSOUH FLOW UN ~~ a~ Q ~~ Q Q_+ QwLL w~,~~~ao~~~w olti T • 101 J - - NORTH LOW LINE _ .~.~ M -_ N1~ rn F¢- ~Q~ U t C N 1~ Q a0 J> JF-i _.. °~ TOP OF CURB NM y SOUTH- LOW LINE Cif O toU' .- LL ____._... _..__'.. _ .. _.. FOR lEDIANELEVATIO S SEEWING N0. CP-O5 IRTH FLOW LINE L~10'~IQ Cl• 3.65% -- -- - _._-.&- .s'.-- - 4~____.a°o ..._____...a~'o o°~ c~•o.00z ~Q ~Q ~°•NC2•-3.65'>o ~NM ~O J __ > oa~LL •9 +00 ~I \ ''•. SM 1' i ~ I \ ~ EX MA1N oa ~~!\RO ., MNN TR N Mro / i0 i I EC rIZA 1.~-•'N7999832.29E6227540.76~o __ i- I ---- `a 1 ~'--- --~~ iTV al CARCSBAD Riw - ~- ~ -' ~_ " ~v - -_'----",-~ y ~ TAMApACK AVENUE 3 N aC - o ``_, , ., . _--o N1999T94 9}~,~6 ~ J ~ ^E6227487 41= ,,, ~,~Z 3 - - --~ oC 4J O N a~ o _ ~ ~_ GT~F O~~ARLSBAD R/W I •-_..~ N- _ ~x .... -. E _ IDHM/ ~~ ~- - ~-r~.c.Q -CTt O.~~OON ~ I NO ~~ ~('I ~~.~ W .:_,J --_...__•~~ '3 ua-j'~~ ~-"5' 0 5~ 10'lo~ 11~w -I Z 01 I~o~GRAPHIC SCALE V RT.: 1" Y~ ~~ I "20' 10' 0 40'j ~I I ~ GRAPHIC SCALE HORIZ.~ 1" 20' °uw u~o ~ 0 02-13-12 AS-BUILT PLANS REV DATE DESCRIPTION nol ~ _.~'ROFI~~~E~ ~ ~;.~ i ~ ~`.~~ ~ r; r t .', I ~~ a ~~h~ N T AG 1 a i Z I I m °~' ~~ ~, Z~ i'~ ! Z1 ~ '~ i ~ v,'.x i2 a., 4 4, •, ,...~ ' p: °w ` ~ - _ .GiY OF CARLSBAD RAW -_ -.. , „ - I-- ~ - -az-- Rip TAMARACK AVENUE R/W ~30' 30' 45 Z' S'23' 23•5, 2' Q ~~ t0'18' S 5. 18' 2/VARIES 2'/. 2% VARIES 2/.40 2% MAX ~-- 2/. MAX 45 PROFILE GRADE) 3STATION LINETYPICAL CROSS-SECTIONTAMARACK AVENUE SCALE NONE i~ 45 40 REMOVAL NOTES: ~1 REMOVE ASPHALT CONCRETE PAVEMENT 2~REMOVE EXISTING CONCRETE CURB ~3 REMOVE CONCRETE CURB &GUTTER ~5 REMOVE CONCRETE SIDEWALK ~6 REMOVE CONCRETE DRIVEWAY 7~REMOVE CONCRETE MEDIAN CONSTRUCTION NOTES: (~ CONSTRUCT ASPHALT CONCRETE PAVEMENT SECTION PERCITY OF CARLSBAD STANDARD N0. GS-17.MATCH EXISTING PAVEMENT (AC AND BASE) SECTION, 4" MIN AC Q2 INSTALL S'PRECAST CONCRETE PANELS AND INSTALL 6" HMACSECTION UNDER TRACK PER NCTD STD 2006 (712')BETWEEN MT012291.82 AND MT012292.54.(SEE NOTE 41 Q3 CONSTRUCT CONCRETE CURB PER SDRSD G-6, TYPE B-1 4O PROTECT IN PLACE QS CONSTRUCT CURB &GUTTER PER SDRSD G•6,TYPE B-2,TRANSITION 0" TO 6" CF PER NCTD STD. 2011 (MODIFIED TO PROVIDEMAX 5% SIDEWALK SLOPE) Q6 SAWCUT LINE f-_.z - -. __... _. ... .------ ----~~CURVE DATA 7 CONSTRUCT PCC SIDEWALK PER SDRSD G-7 (MODIFIED, 6" THICK PCC) ~ ~' --- - ~ 6 rAMARA~K CURVE R Q L T Qa CONSTRUCT 7" MIN AC PAVEMENT PER NCTD STD 2006 ~~ AVENUE c 1902.81'3°32'35"117.67'58.85'~0 INSTALL 2'x4'DETECTABLE WARNING SURFACE DEVICE PER DETAIL ,~'__ +2D` --- ___ON APWA STD. 111-3 _y - ~ --- ~".__ ~ N6J•go~38 E +61~ STA 1+84:68 --NOTES:n0 CONSTRUCT A.C. RAMP AT END OF CROSSING PANEL~ i__~- _N1999899.1 Z - - ----1. SIGNAL WORK ON THIS DRAWING IS SHOWN PER NCTD STD 2006. MAX 8~1 SLOPE - - - ---- _ _ E6227639 86 FOR INFORMATION ONLY. SIGNAL WORK Q REMOVE AND REPLACE MEDIAN TREATMENT IN KIND ~_-`-~ - --SHALL BE DONE IN ACCORDANCE WITH THE (CONCRETE SHALL BE 520-C-2500) ~ _ __ ---SIGNAL DRAWINGS.__ _---P--~--r -~-_; ~ _ 1-CLiY OF.~SB~ ~~ ~ ' -2 TRANSITION NEW CONSTRUCTION TO JOIN EXISTING 17 ADJUST UTILITY TO GRADE~ ,.. ~II~~IIS ~,,r -- .__i- - - * FEATURES THROUGH THE FINAL 5 FEET OF CONSTRUCTION. 1 ~~' ~ 3. INSTALL CONDUIT TO FUTURE PEDESTRIAN GATES PER SIGNAL DRAWINGS. 1 g ~' r `~ ~ i J SIGNAL WORKr ~,:y ~ j ~ ~ ''~ , ; I 4. INSTALL CONDUITS AND 6" PERFORATED PVC UNDERDRNN PER ~' , _ _____s,-_~-- S ! NCTD STANDARD 2006. CONDUITS TO BE INSTALLED BY THE 15' 10' z L ~-~ i - '~ti ~~ ~ ~> i CIVIL/TRACK CONTRACTOR. UNDERDRAINS SHALL DAYLIGHT TO Oi REMOVE EXISTING WPRNING DEVICES NEAREST DITCHES ALONG THE RNLROAD R/W.TC X ~" ,^ ,I ~I ~ ~ j. O2 INSTALL NEW WARNING DEVICES ~^ Z ~~.. '~ ~ i ~ ~~._ _ ~ 5. FOR UTILITY INFORMATION SEE DRAWING NOS. UA-Ol THRU UA-06. ~ao~ ~ Q REA10VE EXISTING INSTRUMENT HOUSE P L AN ~ ~~ II ~,!'!, 6. SEE DRAWING N0. CP-OS fOR DETNLS NOT SHOWN. O4 INSTALL NEW INSTRUMENT HOUSE `,_,.~' 7. FOR SIGNING AND STRIPING, SEE DRAWING N0. CS•02.o~,;,~~,;o,o~ DESIGNED BY ,~ NATIONAL RAILROAD PASSENGER CORPORATION I5. 5plCi(iC0" ~ O Pa~ESS/~ ew~lh sh~aY~ P~ lR~~ ~ `~'~' roperly o„„, DRAWN BY ~~ '~r~A M T R A K ~~Q= ~F, ~ SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.E ?ass„aloe CHECKED BY ~//~ar+s N c T D m CARLSBAD DOUBLE TRACK PROJECT 1i01~ Ond Sh011 ~M No. C058094 A Ior ony purpose PROVED BY PRTTERSON ~ E .06i ~, * TAMARACK AVENUE GRADE CROSSING for in ogrBe- pM g 775 TOWN 6 COUNTRY RDie Norlh San pSSOpgTE~, INC SUiiE 30~ ~ ~ CITY OF CARLSBAD Transit District. .w,+w. ..,.,; ORANGE. CA 92868 q ~~~~DATE FEBRUAItV 13, 2012 ~~ ~~~f~ CPUC "106-230.10/DOT a026822L V~ CP -03 O SHEET N0. 4 O AS SHOWN EX MAIN TRACK(PROP MAIN TRACK 2) -- --- -- :' ~.. ~~ -~ ~ EX. TOP Of_.-- ( CURB _ '~ ~`. ...----- -- -_.--,-_ i ~0 +60~ ~ CANNON ROAD '~`~ ~~ W ~ !T~ ~ Ifl__-- ~ , ~Wo~ ~~ 0 02-73-72 AS-BUILT PLANS a ~ REV DATE INSTRUMEISEE NO' DESCRIPTION MAIN TRACK rJ r~ ,~. ~ , -1- - — ~ ~` 1/ ~. -._~ ~! 4 BOLL I D .. 1~•3 65.A~, fS Id ~ ~~ '~--- 1 ` ',fit ~ I ~ `l I "~ ~ CROSSING DETAIL CP-04 i._~j J \) ~— t -----V W Y - - - _ __ ..._... __ - ...., --- - ----- - __ ~'t 1 ----~,i. ~ ----- r 1 +i 4.8~F~ 4.L~__~ I L5.61 .4 ~ C (44.96 FS> i4 ~S (8" CF)JOIN EX '~_ __1-- -._.._ TOf~ OFCU'8 — _.._ - —_._\'~'"-.~. --~--~ --_: ~~...~ -- -- ~--- _l i'~ Informolion, confidentiol oll DESIGNED 8Y ~~ ~~ pIons, drawings, specifico-tions, and/or informotion DRAWN BY ~T~p M T R A KIwnished hereeith sholl ~~reman the~Qroperly of theNor lh $an Dieq0 County CHECKED BY ~~~ N C T Dironsil DislricC anA shall be pMheld conli0entiol~ and shoonol be used for any purpose ApPROVE~ BY PNTTERSONnotpr ovided for in ogres- pM a 725 TOWN L COUNTRY RDmenls xith the Norlh Son RSSOCIIITE~, ING SUITE 300Dieqo County Tronsi~ District. DATE H~ ORANGE, CA 92868 FEBRUMY 13, 2012 REMOVAL NOTES: ~4 REMOVE BOLLARD, FOUNDATION &CHAIN CONSTRUCTION NOTES: Q PROTECT IN PLACE Q CONSTRUCT PCC SIDEWALK PER SDRSD G-7(MODIFIED 6" PCC TO NCTD R/W, 4" PCC OUTSIDE NCTD R/WI 10 INSTALL 2'x4' DETECTABLE WARNING SURFACE DEVICE PER DETAILON APWA STD. 111-3 12 REMOVE PND REPLACE MEDIAN TREATMENT IN KIND(CONCRETE SHALL BE 520•C-2500) 17 ApJUST UTILITY TO GRADE 19 INSTALL BOLLARD AND REMOVABLE CHAIN TO MATCH EXISTING IN KIND QO FUTURE PEDESTRIAN CATE FOUNDATION (NIC), SEE NOTE 3 21 INSTALL AND CAP 2-4" SPARE CONDUITS UNDER TRACKS AND PULL WIRE IN SAME TRENCH AS CONDUIT FOR WARNING DEVICES.CONDUIT TO TERMINATE AT BACK OF SIDEWALK AND NCTO R/W. SIGNAL WORK Ot REMOVE EXISTING WARNING DEVICES 2O WSTALL NEW WPRNING DEVICES Q REMOVE EXISTING INSTRUMENT HOUSE Q4 INSTALL NEW INSTRUMENT HOUSE 1. SIGNAL WORK ON THtS DRAWING IS SHOWNFOR INFORMATION ONLY. SIGNAL WORKSHALL BE DONE IN ACCORDANCE WITH THESIGNAL DRAWINGS. 2. TRPNSITION NEW CONSTRUCTION TO JOAN EXISTINGFEATURES THROUGH THE FINAL 5 FEET OF CONSTRUCTION. 3. INSTALL CONDUIT TO FUTURE PEDESTRIAN GATES PER SIGNAL DRAWINGS. 4. INSTALL CONDUITS AND 6" PERFORATED PVC UNDERDRAIN PERNCTD STANDARD 2006. CONDUITS TO BE INSTALLED BY THE CIVIL/TRACK CONTRACTOR. UNDERDRAINS SHALL DAYLIGHT TONEAREST DITCHES ALONG THE RAILROAD R/W. 5. FOR UTILITY INFORMATION SEE DRAWING NOS. UA-01 THRU UA-O6. 6. FOR CURB AND FLOW LINE PROFILES AND OTHER INFORMATIONNOT SHOWN, SEE DRAWING N0. CP-Ol. 7. FOR SIGNING AND STRIPING, SEE DRAWING N0. CS-01. B. CONSTRUCT 6" PCC SIDEWALK WITHIN NCTD R/W. CONSTRUCT 4" PCC SIDEWALK OUTSIDE OF NCTD R/W. BOLLARD &CHAIN LEGEND ~ REMOVE EXISTING BOLLARD o EXISTING BOLLARD TO REMAIN • NEW BOLLARD - - -EXISTING CHAIN TO BE REMOVED — -NEW CHaN CURVE DATA CURVE R Q L T OA 100.00' 6° ST02" 11.96' 5.99' 10' S' 0 10' 20' GRAPHIC SCALE HORIZ. 1" 10' p,~FESS~ NATIONAL RAILROAD PASSENGER CORPORATION `P~``" """a.``~~ SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8 ¢NO. C058094~A A CARLSBAD DOUBLE TRACK PROJECT !`Qr/c~r ' n,,,,. .P GRADE CROSSING DETAILS-CANNON ROAD `"~ CP -04 O SHEET No. 4 1 AS SHOWN N 0NUNM M rn.c30viY dvv0y0 0 SIGNAGE REFERENCES CONSTRUCTION NOTES O INSTALL 24" SOLID WHITE STOP LINE PER CALTRANS STD DETAIL A24C DO NOTR R sror 2O INSTALL ROAD SIDE SIGN AND POST ~'}*~ ONTR^~~ O3 REPAINT EXISTING PAVEMENT MARKING 3fi ~~36" 24'X 0" 4O INSTPLL 4" SOLID WHITE LINE PER CALTRANS DETAIL 27B ~ I QS INSTPLL 4" DOUBLE YELLOW STRIPING PER CALTRANS DETAIL 21 Q REMOVE EXISTING SIGN AND POST ~' W48 fCA)12) R3-4 ~ ~ EXIS(PROPOSE~ MT02K~.. 24"X30" 30"X30" O7 INSTALL DETAIL B PER CALTRANS STD PLAN A20A Q8 INSTALL 6" WHITE LINE PER CALTRANS DETAIL 39A O9 INSTALL 6" WHITE LINE PER CALTRANS DETAIL 39 I I Ncro a~w ~ iREMOVAL NOTES r~~ Q1 WET SANDBLAST AND REMOVE CONFLICTING STRIPES AND/OR PAVEMENT MARKINGS ~ I i zy --~ ~ ~ 1 ~t ,.., ~ 4 ~ I ~ ~ ~~ v t \ ~,.:s..,~,.a,. .a ,~, i ~,,,~ ,~ ~ ritr y ~1 ~~i~'"H-•~ CITY OF 91~fj✓>M~ ~;,~ . — - - ~ 4 CANNON ROAD I 5 3 ~ R -4 2R3-4 RB-8 Z P. ~ ~ t ~ I ' _ ~ RB-8Exisr woo-~ — — — — — — — _ ~ 2 rt _ 'NEW W48(CA)121 z ~ — — — — ~<'—, — — ,~ ~'~ - — - - — _ _ _ CITY OF C RD R/W~ — ',:. --- ------YV~~ -----------~ Q i ~... ~._ ~. ~ " ' -.. ~ i~~w: ~' . ~ ~ w<.`~~ ~ I ~ u~~~i ~~~uu~~i ~v~~~~aen~~m un '_' _..__ _ JG- - - -- - pIons, dranings, sDecifiw-tions, and/or inlormolion PRAWN BYfurnished her evith shall ~gremoin the Droperly of theNorth $on Diego CountY CHECKED BY_ Tronsit Dislncf and shoji be pMheld confldentiol~ and sholl- -. __ not be used for ony purpose APPROVED BYnot prov~ded for in ogree- ~M AS-BUILT PLANS DegoS County Transit Dsricl DATE DESCRIPTION BY ~„o APP FEBRUPRY 13, 2072 ~j~AMTRAK ~E~~ 725 TOWN L COUNTRY RDn SUITE 300RSSOQNTESN ~ . CA 92868 I ~~ \ ~.y,~ i x, / y .y ~ t \ ,~ ,~'t~ MAIN TR~ ,~ t~” i ~ ~ \{ i ti ~ `~~ \i''~ ~, 1 I I ~ ~ ~ ~ 1: ,,~;i', I ~~ ~ '~ t~ I ~ ~,_ ~ r~.,,'~d ~~f. s~I EXIST W10-1 ~ :. ~z! N W 481~A)l ~ ~,,,. ti~\~~.c iA 1 f i=: / '~ ~ ~ ~ O~ / ~g JOIN 3 ' CITY OF CARLSBAD R/W `~ EXISTING - - ~ - — - - — - - - - ___ --- — s -- —• JOIN ~ 9 EXISTING ~ ~ LIMITS OF WDRK ~ ~ 'mil —~ i ~ ~ — — — -- ~ i'' ; _ — — — — — — — — J ~2 R3-4 ~ I JDIN , EXISTING JOIN i ~ ` 8 ~ EXISTING ~-' ] ~ ~ RELOCATE EXISTING BUS ,, y~T STOP SIGN AND POST ~ _ _ —t.; _--- ---- _--- ------ -=-f~ ~~_ ~~C~TY OF CARLSBAD ~i/W ~""". _a=;,, r. - i z 7~ y z ~,. ( Y \i ~ ~ r.Irr:~ +r ~~ ..~' ~°` i A' ~ I y I 20' 10' 0 20' 40' ~-- ~~f ~ ~' ~ 1 ~ ~ GRAPHIC SCA~E~ P' 20' /~ -~ Op0.0FE55i~, NATIONAL RAILROAD PASSENGER CORPORATION vv'."...V. '.V `~ y~P~'p~a~CK ~.,oy~fi~ SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8 DRAWING No. ~A/t/CU'L N C T D ~ ~~ m ~' S' O 1 No.0058094 A CARLSBAD DOUBLE TRACK PROJECT Ex .06i . /t2 * REVISION O SHEET No. 4 3' SIGNING AND STRIPING PLAN 4jE ~""` ~~" CANNON ROAD SCALEa~A~,~ AS SHOWN TO SAN DIEGO TO COUNTY LINE -♦ • ♦- _RR WEST RR EAST4 '" r Y. ' t . ~ - ~~ ~trt -. ~ ._ . '. ~ .~ ~M'! `'~~ .: r. `i.~ ~, ~i i ~ ` ~;;~1I ,..w -, , Y O ~" _ __ „ . ~ r ~ ~~.s~ EXIST 42" SS (CITY OF CARLSBAD) EXIST 12" HP CAS (SCG) ~ ~ ~ !~ ~ '~y• ~ I~i'.~ hM ~~. p-- ^^-~'- '- -=_ __-= =-= '-: ~ , = . -_ _ __ : _-" _ ' _ ' _ - = - = ---= - --- _~- =-~-~ ~' - ~~ -rte- -- - - - -_ - - -++ew=-= - --.=--off -_ _~~y-:- _.:~t - - -- - - -- - -,~.----~---- - ~-~ir~~-s, r` -- - - - ---:_ ,. '~... a .t~_~-- .~.. - - --~•• ~ c c ~,. - `c. ~-c-^ Cr-c ` ~ `"' - ~y ~ r:~ rsr tic ~ia~~ ~r~~~ rt' ,.: ..,~.}}~.~:.~t~~.T~,~'~ ~ '1.`. 1'•'kt hK~ Ir"~ ~`~ *'t.. _,(+'c. - i [N TRACK t,~,}. ~ ;•.: ~`yy '~ :r..._ •. r ~~ X ~ ~ zz~~+~~ . r ' ' ~ 22~5t~~ 22~~ w C7 ~ 2210+00 2205+00 220( z~ ~ ~ ~ ~ EXISTING MAIN TRACK 2 ~ „~ y a ~, ~3 JDI - ~'- ~ --------TOR/W - -- -------- - _ `~`a ~ ---- 2 -EIOMI_ ~._ ~ _ -' OH)_ _ _ ~ _ _ _ _ _ _^ _ _ - _ _ - _ - _ _- _ _( Unl- ~ _ _' -Ei^u '_ -' __ - -jy0 - - E GHI ~- {~C--±UON1_ _ _ EIOH) ~ > '~ ' ~ .'~ E~o~, .. ~; _ t ~ ~.. NOTES-• 1. FOR TRACK PLAN, SEE DRAWING NOS. RP-Ol THRU RP-11.2. FOR TYPICAL CROSS-SECTIONS, SEE DRAWING NOS. RC-Ol THRU RC-04. 3. FOR EARTHWORK CROSS-SECTIONS, SEE DRAWING NOS. RX-01 THRU RX-12.4, FOR SURVEY CONTROL, SEE DRAWING NOS. VA-01 AND VA-02. o SEE CITY OF CARLSBAD GENERAL NOTES ON DRAWING N0. GI-04 FOR WORK WITHIN CITY RIGHT-OF-WAY. N ni .3 0v nvv N OUs0 E0i~~~U O T~~~0~~~\ a'~ao N a~ Underg round Servlae Alert ~ w ~ '~ Coll: TOIL FREE1-800 o in 227-2600 iwG wORRtMG D~vSecroee rou me Informolion confdenliol of DESIGNED BY NBGIons, droeing5, 5pecifico-tions, and/or inFormolionfurnished herewith shoo DRAWN BY i remain the yroperly of theNorth Son Diego County RI CHECKED BY PM~ ~°u w Tronsit DiSln[t ono Sho&Oeheld conlidentiol~ and shollnot be used for ony purposenot provided for in ogres-gppROVED BY~ ~ a ~ mints With the North SanDiego Covnty ironsit District. pM 0 02-13-12 AS-BUILT PLANS DATE REV DATE DESCRIPTION BY ain APP FEBRUARY 13, 2012 ~ PLAN POTHOLE SCHEDULE STREET POTHOLENUMBER DISTANCE FROMEXISTING TRACK APPROXIMATESTATION DEPTH ELEVATION DESCRIPTIONOF UTILITY TOP OF RAIL(TOR)DEPTH -TORTO TOP Of PIPE CANNON RD.PH-1 25 2225.90 4.12/6.00 38.93 ELECTRIC 45.34 6.41 CANNON RD.PH-2 25 2226.30 7.30/9.03 37.76 WATER 45.26 7.50 CANNON RD.PH-3 25 2226.54 6.92/8.92 38.18 SANITARY SEWER 45.22 7.04 CANNON RD.PH•4 27.5 2226.69 6.83/7.10 38.18 GAS 45.19 7.01 CANNON RD.PH-5 27.5 2226.74 6.6/8.42 38.18 GAS 45.18 7.00 PH-6 25 2232.75 / / WATER PRIVATE CROSSING PH-7 56 2242.49 1.44/2.40 44.98 CAS PH-8 13 2245.40 1.16/2.50 37.39 CAS 41.04 3.65 PH-8-1 25 2245.40 0.78/2.10 37.17 CAS 41.04 3.87 PH-9 25 2247.60 5.46 32.12 9'UTILITY TUNNEL 39.13 6.41 PH-10 25 2281.41 5.12/7.22 24.59 SAMTARY SEWER 35.60 11.01 PH-11 25 2285.99 4.67/6.00 31.81 WATER 39.21 7.48 PH-12 17.5 2286.09 1.00 24.38 SANITARY SEWER 39.29 14.91 PH-13 36 2289.34 4.12/6.00 36.89 CAS 41.81 4.92 PH-14 21.84 2290.51 4.12/6.00 42.30 SS MPNHOLE 42.51 0.21 TAMARACK AVE.PH-15 25 2291.85 5.32/6.91 38.93 CABLE TV 42.75 3.82 TAMARACK AVE.PH-16 25 2291.93 /38.93 ELECTRIC 42.75 3.82 TAMARACK AVE.PH-17 25 2292.04 /37.69 WATER 43.14 5.45 TAMARACK AVE.PH-18 25 2292.13 5.78/6.46 34.43 Est.STORM DRAIN 43.18 8.75 TAMARACK AVE.PH-19 25 229217 1.50 /TELEPHONE // TAMARACK AVE.PH-20 25 2292.21 7.62/9.70 36.16 SIQJITARY SEWER 43.21 7.05 TAMARACK AVE.PH-21 25 2292.26 2.60/4.44 /CABLE TV / TAMARACK AVE.PH-22.1 25 2292.34 37.31 GAS 43.26 5.95 PH-23 23.09 2293.46 42.77 SS MANHOLE 43.69 0.92 PH-24 26 2304.1U /SANITARY SEWER / PH-25 26 2307.64 30.35 STORM DRAIN 44.88 14.53 PH-26 25 2314.24 36.7 Est.STORM DRAIN 45.2 8.5 Est. CHESTNUT AVE.PH-27 15 2314.62 35.78 WATER 45.22 9.44 PH-28 15 2315.13 40.40 TELEPHONE 45.25 4.85 WALNUT ST.PH-29 25 2319.50 25.43 SANITARY SEWER 45.26 19.83 CANNON R0.PH-30 25 2226.87 40.56 TELEPHONE 45.15 4.59 CANNON RD.PH-31 25 2225.66 40.39 CABLE TV 45.35 4.96 'j~AMTRAK ~~~~~+ N C T D PgTTEpSON ~ZS TOUN L COUNTRT RD~ SUITE S00~. ~~Suw.~~' ORANGE. CA 92868 40' 20' 0 40' 80' GRAPHIC SCALE HORIZ 1" - 40' I~ DEPTH CALCULATEDFROM DIPPING MANHOLES PppFFSS/ NATIONAL RAILROAD PASSENGER CORPORATION `opa`~' "B a``"~ SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8 y"' CARLSBAD DOUBLE TRACK PROJECT No. 37532 AEXP.6/~, UTILITY PLAN -SHEET 1 OF 6 > c,vi~ P EXMT 2200*00 TO EXMT 2212*00 ~~~^"`~ MP 231.87 TO MP 231.64 ~ vR".,~"V "V U A- 010 I...,__, ..... 7 7 AS SHOWN TO COUNTY LINE TO SAN DIEGO ItL.?_ `•+ ~~) ~py ~~y} ., ,~O ' 4:~.~ --- EXIST 42 P SS (CITY OF CARLSBAD) EXIST 42" SS (CITY OF CARLSBAD) EXIST 12" HP GAS ISCG) >-. ~ O - id.; ~rt~-~ ~ EXISTING MAIN TRACK 1 Q + ~ .: ~ -~. tea,, _ s -. _ AINTACK i ~ i + +;__I~~,.~1 `'.-y .. N2 ---------------------------------~'—'~ -- -+~ -- - -.---- - -- —~~.— ~-7 N ao: ~ ~.... 'i, . R/`~ `~r. -,~.. .y~ .{a7 +,, v Syr ~ ~~) ,~, f, T. ~..~`; ~c ., y~iy.h1 ,_'y'i°.a: N~e .:~ Srtu.... ~'y ;t~ 1 ~ ~., ~~;+~~. r• Y'~ '~, fs '.` .. ~l.i.i'.. 7}u ',~ ~~~;,~~1P't'Y }.s~i. ~;~~. I'~~ 1;'~;~e'"~~ N'P~ r+ r ~ p~ ~ 222 +~~ .t 2215+00 X W ~-w C~ Ow 2220+00 2215+00 wm wQ Z w I ~ EXISTING MAIN TRACK 2 IERMT) I Z ~ .. ~ -EIp11- —'-.. E10. ~ EIONI- ~ - - _ - - ~- -EIONI- -EIONl- -EIOHI +.r k EIONI EIOHI~ p'~•.' f _ _ _ _ _'_ ~ — y~) _ _ _ _ _ _. - — — ~ _...-EIOM- — _ _- _ _ _ElOx1- ~ —.— _. _ _..-. EIOH1- _ _ _._ _ _ _.E~~_ _ _ _ _ ., ~~~ ~ 1 = w• ~..... ' SR.: rte. • ~i ~. ~ h~+~ ~.~ '~ ~ ~ ~1 p ~; ~ . ` i . ~. ~ ' t `, 4, j~ i ~ ir~l . . ~ ~ h~ ~a .. °r. ~{ ~ o Yt ~_. `ar. a +. t~ NOTES no' 20' o aD'~ 80'PLAN EXIST TEL (AT&T) 1. FOR TRACK PLAN, SEE DRAWING NOS. RP-Ol THRU RP-11. 6. FOR UTILITY CASING EXTENSIONS, SEE DRAWING NOS. UD-01 THRU UD-06. GRAPHIC SCALE HORIZ 1" = 40' 2. FOR TYPICAL CROSS-SECTIONS, SEE DRAWING NOS. RC-01 THRU RC-04. EXIST 18" RCP SD (CITY OF CARLSBAD) 3. fOR EARTHWORK CROSS-SECTIONS, SEE DRAWING NOS. RX-Ol iHRU RX-12.4. FOR SURVEY CONTROL, SEE DRAWING NOS. VA-01 AND VA-02. EXIST 8" AC WATER ICITY OF CARLSBAD) 5. FOR POTHOLE SCHEDULE, SEE DRAWING NO.UA-01. ggqN ONED TEL (AT&D ~ y ,vy..~ ~~, , .. ~-~ ~ - / EXIST 42" 55 (pT~+~,~OF CARLSBAD) , ~ " ~ ~ ~ I I „ t'~'~ W ~ `~ 'u I I ; I I +..- 1 EXIST ELEC (SDG~EI '-,~; ~ EXIST 12" CAS (SCG1 P I , .. i • ~ ~ ~ ~ _ ~_ `v ~IST"TEL (AT&T) ~: ~ ~ ~' ~ t_ ~. ~ ~i,~ t i € r i ! e ~ k ~ ~CI~M~ ~SUP~~R~ E£3~O ~M w uDD CONCRETE E'~ ...... t 4 _ ~~so i (SEE NOTE 6) EXISTING OVERHEAD POrvER I SDGBE 1 :.j.. ~.. ;: > ~. ~ ~ MAIN TRACK 1 IMT01l _,,.. •- L, t_W__°? ~ ' I ~' ADD 15' OF 20" SPLIT STEEL C/1SING~~ono iQ, '- ..•., - .y~ _ _ _ _ _ _ ...;.; - -p ADDED 15' OF 16" SPLIT STEEL CA51 -- +W O ---W--------W "~------W-------- ,~ , I ~ tSEENOTE6)~ ~ X A ~- EXIST 2-24" RGP, W T~ 'u.. L.._. I' ~ II , O RETAINING WALL ~'' 2-~fr" ~°If'EL CASMGS~ ~ I7 Grp ' EXIST 30" RCP SD 13000 O) ~ ~v-~ _ OF 12" STEEL CASING (SDG&E) r ~ ; .,~ r _ _ _ ~ ~ ~ (CITY OF CARLSBAD), 13' BELOW BASE OF RNL ,~~ T -.~ BAD)--sscp — -~-' 5 ~--r- - - "- -- =_ ^`_- - - -- - ` -= - -er r` 'a"r`_~.. `- - - (CIT - - - - ~=~ - - - _-- - - - - -~~' ~ - - _~ G. i ` r-w xn ~1~ N ~-x x x_ x _ x ~ —'c ~c -'~:- -. -.-- ~.,_ x— x=.~- - - ~r -_-, _ . ~s_~, I - - — N ~ ~ if ~! 'I • ~ ~ ` , ~~ ~^ ~ ~ ' T ~ u ~J EXIST CTV IN CONC ENCASEMENT (TIME WARNERI~ w A ~~`"' ! ~ OTHOLES { F- POTHOLE PH-6~ ~ 2235+00 q r l 2225+Q0 ~ Jz23 ., Q PH-1 THRU PH-5 x z '. ~ x o w ~~ ~, !ww o N ~ "'~~ ~ _ O ~ ~ - ._ _..._ _ _;;235+09 — — -- - r __ __ ..... _ P A _ _ _ —-_ I ~ 2231.q~10 ApD 13'OF 24"SLIT STEEL C SING (BY SDG6E1 I ~ m Q`.I Eo w Q ~ ERISTING MAIN TI~QCK 2 IEXMTI_ ~ ~;, ; ~ ~' ' - - -~-~"~" '~v~i ADD 13'Of 6" SPLIT STEEL CASING (BY SOG&EI ~ - N 100'OFO 0" STL C SNGI(S0~&E) w Z ~ : , 4 Q... .~ °-" +~- -- -- _.._ro -- -- -_ _ __.... ~.i._' N _..I. ~,-,._ _ EXIST 24" RCP *SD (3000 D> z W4..,,~:~ ~.t5UQG ~.~, ~ ~ — ~ ; ,~ ~ .a. ,~ 4 ,y ~ ~ ; ~ (CITY QF CARL38AD)~ WJ~~_ - --- —~-- -`~1:~:.`-'~A`~+"t~~5 _r~'S __ -- -_ ----— ---NCTDR/W- -- -------------------------------- -. ` --i-- 1 ~- s.- --- —__:..._. ~ /- ~ EIDn1- ~: 8"' ~ - - E10H,~'..- L-~~~w t. =~: Scow-►+~'•'7s:'-`s:--1 ~- .-tau- -._ - - - -.~ycww- - - - - ~- -e~oHi- - - - - - -uoH~- - - - -n - - -n~i- - - - - - - -no - - ~ - - EXIST OVERHEAD TEL (AT&T) -uoH~- - w ~~ ~ ~ ~ ~ >, o o ~Q ~ c _ `_',, i u .;_ ~ ~ . -, = - .. _ EXIST 20" TM HP ~AS IN 55' OF 24" STL CASING (SDG&El ~ Z ~ ~ `t EX ST 12" AC WATER IN 50' OF 20.. U W ~ ~ ,. . y ~ .:' y~ ~ ~ z tP : { x :: ~ ~ _ ~ ~(/~ ~ '' ~ r i 1 ~ ~ ~ I ST CASING (CITY OF CARISBAD) U ~y~'i u? ~ a ~~ `~ ~;,• . ~'~~ ,' +i~ _t, ~ 1 ,;` ~,' t": Z' L EXIST FIBER OPTIC CABLE (IST 3" HP CAS IN 55' OF 6" CND (SDC&E) ~~r' o I ~ "'~°' •~' '~-', ~" ~~ I ~ (VERIZON BUSINESS (MCUI ~ ~ I I ~r~:,~Q '~`' EXIST 8" AC SS FORC~-MAtN7~"9P' OF ~ I Q ~ _~4_' STL CASING (CITY OF CA(~QAD) ' I L I-c~ - ~ - ~ -O- - - - Q~ ~ ~ ~~~ EX14 24" RCP SD (1350 D)~ - - 5-S' BELOW BASE RNL I I ~ ~ I ~ (CIT OF CARLSBAD) PROPOSED 54" CML6C STEEL - ~- ~ WATER IN167'OF71"SiEELCA5ING ; --c----- --c--------c-j-~o- (CITY OF CARLSBAD) —w--' EXIST 20" TM HP GAS (SDG~E> , I I ~Iz~ I~ Underground Service Alerl ~ ..~ ~ i N OI Call: TOLL FREE ~ ~ ~ -- ~ ~ Z+ ~ ~ ~ ~ ~ ~; I~ ~ ~ 40' 20' 0 40' 80' 1 -800 EXIST 3" HP GAS cSDGB~E) ., ~; ; i i ~ ~ ICI ~ 227-2600 GRAPHIC SCALE HORIZ 1" • 40' Y+~y ~ w -" a w :~~~wC WORIfIMG DOTS PLAN PFlORE YOU DIC -Informolion confidential allPons,ond/or9nlormo~o~-furnished herewith =ho~~ DESIGNED BY "B ~j~p M T R A K ~~ ~~op0.~FE55iQ,,( ~" Q~'"" "ate f~NATIONAL RAILROAD PASSENGER CORPORATION SAN DIEGO SUBDIVISION MP 229.3 TO MP 231.8 CONTRACT NO. DRAWN BY R,DRAWING No. i ~~ remon the property of theNorth San ie o CountTronsit Dis~~ri~~ and 5~0~ oe ~a/~~s N c T D ,p y~~~ ~~C AR L S B AD D O U B L E TRACK P R O J E C T ~CHECKED BY w held confitlenlial: antl shdinol bpre used for any purpose menls~~ilhdthe~NOrth9S nDiego County Trons'it PM ~,pPROVED BY PM No. 3~53Z* EXP.6/ ~~'~ ~~sr ~,v~~ ~ UTILITY PLAN -SHEET 2 OF 6 EXMT 221200 TO EXMT 223600 _~~w~8 725 T0'~N ~ COUNTRY RD~pgp~T~ ~ry~, SUiTE 300 REVISION O SHEET N0. 7 8 ~w 0 02-13-12 AS-BUILT PLANS DniE SCALE AS SHOW Na ~District .+~..~ ORnNCE. CA 92866 4rf a ~~~~f TMP 231.64 ~ MP 231.19 REV SATE DESCRIPTION BY wB ApPa ~FEBRUARY 13.2012 1 r NM o+ 0 s nv n°N OV O Oi ~~~o T p 0p~ aN NC ~ ~ ~0. =.40 N °u a GENERAL NOTES A CASING PIPE UNDER TRACKS AND ACROSS RAILWAY RIGHT-OF-WAY SHALL EXTEND TO THE GREATER OF THE FOLLOWING DISTANCES - 2 FEET BEYOND TOE OF SLOPE.- 3 FEET BEYOND DITCH,- A MINIMUM DISTANCE OF 25 FEET FROM CENTER OF OUTSIDE TRACK WHEN END OF CASING IS BELOW GROUND. B. CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR ALL EXCAVATIONS ANO TEMPORARY SHORING REQUIRED FOR CONSTRUCTION. C. EXCAVATION AND SHORING PLANS SHPLL CONSIDER THE RAILWAY LOADING OF ADJACENT LIVE TRACKS AND TRENCH SAFETY AS REQUIRED BY THE STATE OF CALIFORNIA D. CONTRACTOR SHALL DEWATER AS REQUIRED TO MWNTAIN THE GROUNDWATER LEVEL AT LEAST 2 FEET BELOW THE BOTTOM OF EXCAVATION ANO PROVIDE DRY WORKING CONDITIONS. E. CONTRACTOR SHALL VERIFY THE LOCATION AND ELEVATION OF EXISTING PIPES, CONDUITS. UNDERGROUND PIPING AND ANY OTHER UTILITIES PRIOR TO BEGINING WORK. F. PRIOR TO PERFORM THE FIELD WELDS, TO JOIN THE CASING EXTENSION TO THE EXISTING CASING AND THE WELDS TO JOIN THE TWO HALF'S OF THE NEW EXTENSION, THE AREAS OF THE PIPE TO RECEIVE THE WELDS SHALL BE CRINDED TO BRIGHT METAL, AND AFTER THE WELDS ARE COMPLETED THE WELDS SHALL BE GROUND SMOOTH. G. IF THE END OF THE EXISTING CASING PIPE IS DAMAGED, BENT OR UNEVEN, CUT BACK AS NECESSARY TO PROVIDE A SQUARE EVEN JOINT TO THE NEW CASING. H. FILL THE ANNULAR SPACE BETWEEN THE CASING AND PIPE TO MATCH THE MATERIAL IN THE EXISTING SECTION OF ENCASED PIPE, ie~ GROUT, SAND, ETC. J. PROVIDE BEDDING, TYPE C FOR INDUCED TRENCH BEDDING AS PER PREMA, CHAPTER B, PART 10. K. TRENCH RESURFACING IN CITY STREETS SHALL CONFORM TO CITY OF CARLSBAD STANDAf2D NOS. CS-25 AND GS-26. SUGGESTED INSTALLATION PROCEDURE i. EXCAVATE TO EXPOSE THE EXISTING CASING AND THE CARRIER PIPE, DEEP ENOUGH TO BE ABLE TO INSTALL THE BOTTOM HALF Of THE NEW CASING PIPE. 2. INSTALL THE CASING SPACERS TO THE CARRIER PIPE AS RECOMMENDED BY THE MANUFACTURER. ie.~ CALPICO, INC. 1650-588-2241) OR (800-996-9115) OR CASCADE (630-553-0840) OR (800-426.4301) OR ANY OTHER MANUFACTURER APPROVED BY THE ENGINEER. 3. INSTALL THE TOP HALF OF THE CASING PIPE. 4. TACK WELD THE TWO PIECES TOGETHER AT THE ENDS AND CENTER OF THE CASING PIPE EXTENSION. 5. WELD THE CASING PIPE AND GRIND SMOOTH THE WELDS. 6. WELD THE CASING PIPE EXTENSION TO THE EXISTING CASING PIPE (SEE NOTE f AND G). 7. FILL THE ANNULAR SPACE BETWEEN THE CASING AND THE PIPE. (SEE NOTE H) B. INSTALL NEOPRENE END SEAL AT THE END OF NEW CASING EXTENSION AS RECOMMENDED BY THE MANUFACTURER. ie.~ CALPICO. INC. (650-588.2241) OR (800-998-9115) OR CASCADE (630-553.0840) OR (800-426-4301) OR ANY OTHER MANUFACTURER APPROVED BY THE ENGINEER. 9. BACKFILL THE EXCAVATED AREA, HAND COMPACT BACKFILL IN LAYERS NOT TO EXCEED 10". 10. REINSTALL THE SUBGRADE MATERIAL. 11. REINSTALL THE BALLAST UNDER THE TIES AND FILL THE CRIBS. 12. HAND TAMP THE TRACK AND OPEN FOR TRAFFIC, UNDER RAILROAD SUPERVISION, TOP HALF OF SPLIT CASINGGRIND OFF A CHAMFER ONLONGITUDINAL EDGE ANCFILLET WELD ON-SITE(JOINT AT HORIZONTAL AS-BUILT Pl ANS DESCRIPTION PRE-WELD D.I. BAR %8' 1WIDE ALONG LONGITUDINOF BOTTOM HALF OF C. ~ DETAIL SCALE~NONE !'C.H. BAO ~r~A M T R A KDRAWN BY pthe ZUCCHI ~Ie CHECKED BY M. COLJI a~E~~ 725 TOMN L COUHtRY RD~~ NSSOCIRTE~, ~ ATE 300 p~~19 ORMKE. CA 92868 Bose n PROVED BY H. SOLAR7E dricl.DATE FEBRUARY 13, 2012 ,j~ "~A YiU i4 ~--~I z iY~Ia~~- EXIS7iNG ~Ix"' ~ i ~~~,~GROUND _ — ~I — — ti---==__---_`—— — — 2'-0••MIN.EXISTING CASING PIPE SHORING AS REQUIRED~BY CONTRACTOR A NOTE 6 NEOPRENEX16 END SEAL(SEE NOTE 8> — — —~ s~~b NOTE FSPLIT STEEL PIPE I 516 TYPICAL SECTION - SPLIT STEEL PIPE CASING SCA~E~ BOTTOM OF SUBGRADE HAND COMPACT BACKFILL INLAYERS USING PIPE BEDDINGCL0.SS C PER AREMA TOTE F T/R 5/g" LIFTING LUG STEEL CASING.. EXISTING UTILITY `.1 /\ ~? ` 1 .. '. '\I~~ .. .. LNG DIAMETER _ V_ CASING SPACERSMIN. ~ (SEE NOTE 2) q SECTION - SCALE~NONE a a SEE DETAiL 1 C~ ~ ~~~,aaRHON~B~~y NATIONAL RAILROAD PASSENGER CORPORATION ~~ c SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8rir/bar~ N c r v CARLSBAD DOUBLE TRACK PROJECTNo. 54138 p* EXP.12/31/13 , SPLIT STEEL CASING EXTENSIONS ''r,~T`~'~~"R~' GENERAL NOTES & TYPICAL DETAILS ~R,.~~~N~ ~~~. U D - 01 REVISION O SHEET N0. 83 SCALE AS SHOWN ~ ;~ W _ ~ ,I,_.t ,~~ ..I ~ ~ I Q~ I a ~ ~ ~ ~~ I~ -~ • , ~ ,\ Z ~ iil ,a ~. ~ ~ Z r~~ ~ '~ . W ~ ~p ( I I 1. ~~ V r ~„~ ~ _ . -{-r — G -~--- — — — CANNON ROAD G I I I - ~ ~I_-- --~- - - -~- i - S P --~-- -_ - .- - ~ --i- ~ ~ . -- S ~ - -- --- - ~ EXIST 8 qC SS FORCE M(J N IN 5D' 0~D za° sn cksl i (CITY OFI CARLSBAD ~ qpD ONCRETE y INC SUPPORT I G~ ~~ ~- - ~ i- —I —mow — _ c~— +-- -{~}- v,~ ~ EXIST X12"~ A WATER IN`50' OF 20" ADD SPLIT STEEL CASING ~ ~ ~~ ~D ~ ST~SI G~~ITY OF C{~RLSBAD) I I CANNON ROAD ~J ~ --__ ~ —~ ~. w `° .,r, ~ r O -r - - EX Y€RMiEAD L (~j -- 1 EC T V r,. • UTILITIES - PLAN VIEW SCALE %,6" 1' NM rl o, •3 I—I o 12" •3 TOP, TYP& •3 BAR. TYP \,, ~ ~4 80T, TYP .4 BAft~~r. ~ ~ ~ {~_ 5 • ~~- •5, TYPo \J~~~^'~Y~a ` r, p.~- _ 1Co a f . . :- ~i~o ~ ! •• ~ (SEE NOTE)a.,ao c~3'-6" E b a ~ 0 02-13-72 AS-BUILT PLANS a ~ REV DATE NOTEEXISTING PIPE AND CONCRETE CASING DIMENSION TO BE VERIFIED BY THE CONTRACTOR ~ CONCRETE CASING SUPPORT SCALE NOT TO SCALE ~ ~~ ~ ~ ~ ~' 2 I Y I U ~ 1 ~ ~~IZ.;~, w I ~ I CANNON ROAD ~ i~~,,-------------~~-1- ------ ~~EXISTING CONCRETEI mo°'ENCASEMENT EXIST 8" AC SS FORCE MAIN IN 50' OF CONCRETE24" STL CASING (CITY OF CARLSBAD)_ rni i no so'-o° CONCRETE CASING SUPPORT PERDELETED STA 2226 +54 SECTION SCALE %" ~' 25'-0" MIN."~ ^I ~'z~ a~a ~~ Z.3~~'50 W I Q I CANNON ROAp o 'E~+~ yip Z i 4s------------- 1- -------------_?-----~-------- ±i 40 I °I ' – – – – – – – – – – – – – – – – – – – – – – – – – – ' ~,35 i STATION CARRIER PIPE CASING 2226.30 12" AC WATER 20" DIA X 3/e" THK STL 222654 8" AC SEWER CONC CASING PER DETAIL Informolioq confidential atltans, drawings, specifico-Pions,and/ormtormotion ueowrvw et C.H. BAO ~l~p ~o pR0~E5SipM1,~c. .HON B fvnished herewith shah DRAWN BY P• ZUCCHI M T R A K ~ ~'~ / ~remain lM~properly of theNor lh San Olego County ~~r ~~Transit DislncC Ontl shat be Ct7ECKED BY M. COLJi N C T D p ♦ /liNo. 54138held confidential: one shillnot be used for any purposenot provided for in agree-menis xilh the Norin Son APPROVED BY H. SOLP.RTE ~f~~d 725 TOWN 1 CWNTRY RDSu~TE 300 * EXP. 12/31/13 Diego County Transit District.DATE ~q~~q~~m~ ORNICE, CA 92866 ~STj~~,~VRPq~DESCRIPTION BY ~~~qpp FEBRUPRY 13, 2012 ~ CP~~f~ EXIST 12" AC WATER IN 50' Of 20"STL CASING (CITY OF CARLSBAD) 50'-0" INSTALLED CONCRETEENCASEMENT STA 2226 *30 SECTION SCALES ~/8" 1' NOTES= 1. fOR INSTALLATION PROCEDURES AND DETAILS, SEE DRAWING N0. UD-O7. NATIONAL RAILROAD PASSENGER CORPORATION CONTRACT No. SAN DIEGO SUBDIVISION, MP 229.3 TO MP 231.8 DRAWING N0. U D - O2CARLSBAD DOUBLE TRACK PROJECT REVISION 0 SHEET N0. 84SPLIT STEEL CASING EXTENSIONSSHEET 1 OF S SCALE qS SHOWN 18"32" 32" 11•" B.S. 60" 11•" B.S. FOR LEVELING BOLTS TYPICAL ARRANGEMENT WELDED IN PLACE 3" GALVANIZED COUPLING FOR LEVELING BOLTS TYPICAL ARRANGEMENT 3" PIPE NIPPLE WELDED IN PLACE 3" GALVANIZED COUPLING OF NONE ESD-8255 1 1GALVANIZED STEEL SIGNAL AND GATE FOUNDATION ATTACHED TO THE FOUNDATION. IN A WATER TIGHT CONTAINER SECURELY STEEL AND SHALL BE PACKAGED SEPARATELY BOLTS, WASHERS AND NUTS SHALL BE CADMIUM LEVELING BOLTS TO BE THREADED TO ALLOW FOR HEX HEADS, 12 NUTS AND 16 FLAT WASHERS. FURNISHED WITH 4 EA 1'' X 8'' BOLTS WITH FOUNDATIONS TO BE HOT DIPPED GALVANIZED.1. 2. 3. 4. NOTES: IN BOTTOM OR TOP OF COUPLING. ATTACHED TO ALLOW PLACEMENT OF 3" PIPE NIPPLE WELDED TO FOUNDATION. COUPLINGS SHALL BE STANDARD 3" GALVANIZED STEEL PIPE COUPLINGS REV.DATE DESCRIPTION DES.ENG. DATE DRAWN RECOMMENDED CHECKED ENGINEERING STANDARD DRAWINGS DRAWING NO. SCALE: DRAWING SHEET NO. CONTRACT SHEET NO. REVISIONS www.sandag.org San Diego, CA. 92101 401 B Street, Suite 800 SAN DIEGO ASSOCIATION OF GOVERNMENTS www.gonctd.com Oceanside, CA 92054 810 Mission Avenue DESIGNER PE STAMP PRE, INC. E. ROE W. PREY FEBRUARY 2015 SANDAG/NCTD ENGINEERING STANDARDS ARE INTENDED FOR SANDAG/NCTD APPROVED USES ONLY.FOR NON-SANDAG/NCTD APPROVED USES:SANDAG/NCTD SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF THE DATAOR INFORMATION CONTAINED HEREIN. THE SELECTION AND USE OF THESE STANDARDS IS THE SOLERESPONSIBILITY OF THE USER AND SHOULD NOT BE USED WITHOUT CONSULTING A REGISTEREDPROFESSIONAL ENGINEER. ALL WARRANTIES AND REPRESENTATIONS OF ANY KIND AREDISCLAIMED. ANYONE MAKING USE OF THIS INFORMATION AGREES THAT IT ASSUMES ALL LIABILITYARISING FROM SUCH USE. NO PART OF THESE STANDARDS SHOULD BE REPRODUCED ORDISTRIBUTED IN ANY FORM OR BY ANY MEANS WITHOUT THE PRIOR WRITTEN PERMISSION OFSANDAG/NCTD. ALL RIGHTS RESERVED. 16'MAX. 6' MIN. 3 6 " 30' MIN. 4'-6" MIN.4'-6" MIN. 4'-6" MIN. 1. 2. 3. 4. 5. 6. 7. 8. OF TRACK. MINIMUM OF 12' MUST BE MAINTAINED. 15' IS THE DESIRABLE CLEARANCE FROM CENTER LINE 9. IS TYPICAL, MAY BE LOCATED IN ANY QUADRANT. XING HOUSE, CASE AND METER SERVICE LOCATION W TW. 2C#6 TO TRK. T W. 2 C# 6 T O T R K . (TYPICAL LOCATION) CURB FACE CROSS SECTION VIEW 7C#6 TO HOUSE TWO-4" SCH. 80 PVC 9' MIN. TW. 2C#6 TO HOUSE 3C#2 TO HOUSE HOUSE XING 10X8 (TYPICAL LOCATION) A/C METER SERVICE SPARE CONDUITS TO BE CAPPED. TO BE APPROVED BY FIELD ENGINEER. SIDE OF TRACK FOR LOCATION OF CONDUIT TYPICAL LOCATION OF SIX 4" SCH 80 PVC. 7C#14 TO HOUSE OF THE 10X8 HOUSE. CONDUIT TO BE PLACED UNDER TRACK IN FRONT OF NONE ESD-8266 1 1 SIX-4" SCH. 80 PVC TWO-4" SCH. 80 PVC 7C#6 TO HOUSE 7C#14 TO HOUSE 7C#6 TO HOUSE 7C#14 TO HOUSE 7C#14 TO GATE #4 7C#6 TO GATE #4 7C#6 TO GATE #1 7C#14 TO GATE #1 7C#6 TO GATE #4 7C#14 TO GATE #4 7 C# 6 & 7 C # 1 4 TO GA T E #2 7 C# 6 & 7 C# 1 4 T O GA TE #3 #4 GATE #3 GATE #2 GATE #1 GATE APPROACHING TRAINS. LC2-001WB-W AND PLACED ON TRACK SIDE, VISIBLE TO CROSSING SHELTERS. LAMP SHALL BE VELCORP GEMS P/N POWER OFF LIGHT SHALL BE INSTALLED ON GRADE NOTES: NEAR RAIL. VARIATION ONLY ON APPROVAL BY NCTD. XING HOUSE AND CASE LOCATED 25' FROM TO BE PLACED IN 4" SCH. 80 PVC. CABLE UNDER TRACK, SIDEWALKS AND ROADWAYS VARIATION ONLY ON APPROVAL BY NCTD. GATES LOCATED 15' FROM CENTERLINE OF TRACK. TRACK LEADS LOCATED MIN. 50' FROM CURB FACE. 120' MIN. ISLAND CIRCUIT LENGTH. THREE - 4" SCH 80 PVC WITH GATES AND MEDIAN FLASHING LIGHT SIGNALS TYPICAL LOCATION REV.DATE DESCRIPTION DES.ENG. DATE DRAWN RECOMMENDED CHECKED ENGINEERING STANDARD DRAWINGS DRAWING NO. SCALE: DRAWING SHEET NO. CONTRACT SHEET NO. REVISIONS www.sandag.org San Diego, CA. 92101 401 B Street, Suite 800 SAN DIEGO ASSOCIATION OF GOVERNMENTS www.gonctd.com Oceanside, CA 92054 810 Mission Avenue DESIGNER PE STAMP PRE, INC. E. ROE W. PREY FEBRUARY 2015 Appendix E 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: Appendix F Environmental Reference Documents Carlsbad Boulevard Water Improvements at Terramar Project Addendum #3 to the City of Carlsbad Sewer Master Plan and Carlsbad Municipal Water District Master Plans Update Program Environmental Impact Report SCH No. 2012021006 EIR 12-01 Prepared for: Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008-8802 Prepared by: HELIX Environmental Planning, Inc. 7578 El Cajon Boulevard La Mesa, CA 91942 March 2023 | 01174.00005.005 This page intentionally left blank i Table of Contents Section Page 1.0 Purpose and Background ........................................................................................................ 1 1.1 Applicability and Use of Addendum ................................................................................... 1 1.2 Format of This Addendum .................................................................................................. 2 1.3 Summary of Findings .......................................................................................................... 2 1.4 Lead Agency and Discretionary Approvals.......................................................................... 2 2.0 Description of the Proposed Project ....................................................................................... 2 2.1 Project Location .................................................................................................................. 2 2.2 Project Description ............................................................................................................. 2 2.3 Construction Methods ........................................................................................................ 4 2.4 Regulatory Compliance ....................................................................................................... 5 2.5 Project Design Features ...................................................................................................... 5 3.0 Environmental Setting ............................................................................................................ 5 3.1 Existing Water Service and Master Plan (including 2019 Addendum) ............................... 5 3.2 Local and Regional Planning Context .................................................................................. 6 4.0 Environmental Analysis Checklist ........................................................................................... 7 4.1 Environmental Analysis Checklist Summary ....................................................................... 7 4.2 Individual Issue Areas ......................................................................................................... 8 I. Aesthetics ............................................................................................................... 8 II. Agriculture and Forestry Resources ..................................................................... 11 III. Air Quality ............................................................................................................ 13 IV. Biological Resources ............................................................................................ 16 V. Cultural Resources ............................................................................................... 20 VI. Energy .................................................................................................................. 22 VII. Geology and Soils ................................................................................................. 23 VIII. Greenhouse Gas Emissions .................................................................................. 27 IX. Hazards and Hazardous Materials ....................................................................... 29 X. Hydrology and Water Quality .............................................................................. 33 XI. Land Use and Planning ......................................................................................... 36 XII. Mineral Resources ............................................................................................... 37 XIII. Noise .................................................................................................................... 38 XIV. Population and Housing ....................................................................................... 40 XV. Public Services ..................................................................................................... 41 XVI. Recreation ............................................................................................................ 42 ii Table of Contents (continued) Section Page XVII. Transportation ..................................................................................................... 43 XVIII. Tribal Cultural Resources ..................................................................................... 45 XIX. Utilities and Service Systems ............................................................................... 47 XX. Wildfire ................................................................................................................ 49 XXI. Mandatory Findings of Significance ..................................................................... 51 5.0 Applicable Project-specific Mitigation Measures ................................................................... 53 5.1 Cultural Resources ............................................................................................................ 53 5.2 Geology and Soils .............................................................................................................. 54 6.0 References ........................................................................................................................... 56 7.0 Preparers ............................................................................................................................. 58 LIST OF APPENDICES A Cultural Resources Study—Terramar Area Sewer & Water Main Improvements Project LIST OF FIGURES No. Title Follows Page 1 Regional Location ............................................................................................................................. 2 2 Project Location ............................................................................................................................... 2 LIST OF TABLES No. Title Page 4-1 Environmental Analysis Checklist Summary ................................................................................... 7 iii Acronyms and Abbreviations AC asbestos cement afy acre-feet per year APN Assessor’s Parcel Number BMPs best management practices CAL FIRE California Department of Forestry and Fire Protection Caltrans California Department of Transportation CAP Climate Action Plan CEQA California Environmental Quality Act CIP capital improvement program city City of Carlsbad CMWD Carlsbad Municipal Water District CO carbon monoxide CO2e carbon dioxide equivalent EIR environmental impact report GHG greenhouse gases HMP Habitat Management Plan kWh kilowatt hour LF linear feet MGD million gallons per day MMRP Mitigation Monitoring and Reporting Program MT metric ton NAHC Native American Heritage Commission NOX nitrogen oxides NPDES National Pollutant Discharge Elimination System PEIR Program Environmental Impact Report PM10 respirable particulate matter measuring 10 microns or less in diameter PM2.5 fine particulate matter measuring 2.5 microns or less in diameter PRC Public Resources Code SCH State Clearinghouse SDCWA San Diego County Water Authority SWRCB State Water Resources Control Board USDOT U.S. Department of Transportation iv This page intentionally left blank Carlsbad Boulevard Water Improvements at Terramar Project 1 1.0 Purpose and Background The City of Carlsbad (city) and the Carlsbad Municipal Water District (CMWD) are proposing an update to the existing Water Master Plan. The current Sewer, Water, and Recycled Water Master Plans (Master Plans), adopted in November 2012, were evaluated in a program environmental impact report (PEIR) prepared and certified by the city (State Clearinghouse [SCH] No. 2012021006). The Master Plans were updated in 2019 and an Addendum to the PEIR (2019 Addendum) was prepared to address the changes from the 2012 PEIR. A second Addendum to the PEIR (2022 Addendum) was prepared in 2022 to address modifications to two motorized valve projects contained in the PEIR and 2019 Addendum. The proposed Project would update improvements included as part of the Water Master Plan. The city and CMWD are responsible for the maintenance, operations, and management of sanitary sewer collection systems, and water and recycled water distribution systems in their respective service areas. The Master Plans represent comprehensive programs for the phased and orderly development of sewer, water, and recycled water infrastructure in response to future demands within the respective service areas. They consist of projects incorporated into a Capital Improvement Program (CIP) to construct new facilities and modify or expand existing facilities. The 2012 PEIR and 2019 Addendum analyzed the potential physical impacts to the environment that would result from those improvements. The 2022 Addendum addressed two specific project sites and did not revise the overall Master Plans. This addendum is prepared in accordance with the California Environmental Quality Act (CEQA) (Public Resources Code §21000, et. Seq.) and the CEQA Guidelines, as amended (California Administrative Code, Title 14, §15000, et. Seq.). 1.1 Applicability and Use of Addendum The 2012 PEIR contemplated the idea of “tiering” from the document to allow for subsequent environmental documents to focus on those issues specific to the later project which were not addressed in the PEIR. In particular, the environmental documents for a later project would focus on the environmental effects which are capable of being integrated or were not analyzed as significant effects on the environment in the PEIR. In effect, tiering enables agencies to analyze environmental issues that are ready for decision at each stage, and to exclude issues that have already been decided or that are not ready for decision. The city and CMWD’s intent through preparation of this addendum is to demonstrate whether the previously adopted CEQA documents (2012 PEIR and 2019 Addendum), including mitigation measures, are still both adequate and valid for the proposed Project. Pursuant to Public Resources Code Section 21166 and the CEQA Guidelines, Sections 15162 through 15164, the city as the CEQA lead agency is required to conduct a fact-based evaluation of proposed changes to the Master Plan to determine whether supplemental environmental documentation is required. CEQA Guidelines, Section 15162(a), states that when an Environmental Impact Report (EIR) is certified for a project, no subsequent EIR shall be prepared for that project unless the lead agency determines that one of the conditions described in Section 15162(a) has occurred. Section 15164(a) provides that an addendum is appropriate if none of the conditions described in Section 15162(a) have occurred. Based on the analysis set forth in this addendum, the city and CMWD have concluded that the proposed Project does not trigger any of these circumstances, and that an addendum is the appropriate form of documentation to comply with CEQA. Carlsbad Boulevard Water Improvements at Terramar Project 2 1.2 Format of This Addendum The PEIR and 2019 Addendum serve as the environmental compliance documents for the proposed Project, and this addendum provides additional clarification and information about the specific updates to the city’s Water Master Plan. This addendum should be read together with the full text of the previously certified PEIR (2012a), 2019 Addendum, and 2022 Addendum. Mitigation measures and project design features from the PEIR and 2019 Addendum, as provided in the Project-specific Mitigation Monitoring and Reporting Program (MMRP) found in Chapter 5 of this addendum, are incorporated by reference into this addendum. In addition, the addendum incorporates by reference the city’s General Plan Update, supporting PEIR (2015a), and Climate Action Plan (2015b). This addendum relies on the use of an Environmental Checklist Form (Checklist), as suggested in Section 15063(d)(3) of the CEQA Guidelines, as amended. 1.3 Summary of Findings Based upon the Checklist prepared for the proposed Project and supporting responses (Section 4), implementation of the proposed Project would not result in substantial changes requiring major revisions to the PEIR. Further, the proposed Project would not result in any environmental impacts that have not already been addressed in the PEIR, and no new mitigation measures are required. Since only minor additions and clarifications are required to the PEIR, and none of the conditions described in Public Resources Code Section 21166 or CEQA Guideline Section 15162 have occurred, the city and CMWD finds that the preparation of an addendum to the PEIR is appropriate and consistent with Public Resources Code Section 21166 and CEQA Guidelines Sections 15162-15164. 1.4 Lead Agency and Discretionary Approvals This addendum and the PEIR are intended to serve as the environmental documentation for the proposed Project. The City of Carlsbad is the lead agency under CEQA and maintains authority to approve the addendum. 2.0 Description of the Proposed Project CMWD is currently proposing the Carlsbad Boulevard Water Improvements at Terramar Project (Project). 2.1 Project Location The proposed Project is generally located in the northern part of San Diego County within the City of Carlsbad (Figure 1, Regional Location). The Project alignment is situated within the rights-of-way of Carlsbad Boulevard and Cannon Road in the western portion of the city (Figure 2, Project Location). 2.2 Project Description The Project would replace approximately 5,000 linear feet (LF) of water mains, abandon and/or remove roughly 7,600 LF of aging asbestos cement (AC) water mains, and replace and/or rehabilitate approximately 1,500 LF of sewer mains and manholes. The Project is located on Carlsbad Boulevard ! ! !! !!! ! !! !!!! !!!! !!!!!! !!! !!! !! !! !!!! !! !! ! ! !! !! !! !! !! !! !! !! !! !! !! !! !! !! !!!! !! !!!!!! !!!! !! !!!!!! !! !! !! !! !!!! !! !!!!!!!! !! ! ! !! !! !!!! !! !!!!!! !!!!!! !! !! !! ! ! !! !! !! ! ! ! ! !!!!!!!! !! !!!!!!!! !! !! !! !!! !!!!!!!! !!!! !! !! !! !!!! !!!!!! !! !! !! !! !! !!!! !!!! !! !! !! !! !! !! !! !! !! !! !! !!!! !! !!!! !!!! !! !! !! ! !! !!!! !! !! !! !!!! !! !! !!! !!!!!!!! ! ! !!!!!! !! !!!! !!!!!! !!!! !!!! !! !! !!!! !!!!!!!! !! !! !! !! !! !! !!!!!!!!!!!! !!!! !!!! !! !!!! !! !! !!!! !! !! !!!!!!!!!!!! !! !! !! !! !! !!!!!! !! !!!! !! !! ! !! !! !! !! !! !! !! !! !! !! !! ! !! !!!! !! !! !!!!!! !!!!!! !! !!!! !! !! !! !!!! ! ! !! !!!! !! !!!! !! !! !! !! !! ! !!!! ! !! !! !! !! !! !! !! !! !!!!!! !! !! !! !! !! !! !! !!!!!!!!! !! !! !! !! !!!! !! !! !! !! !! !!!! !! ! ! !! !!!! !!!! !!!!!! !!! !! !! !! !! !! !! ! ! !! !! ! ! ! !! !!!! !!!!!!!!!!!!!!!!!! !! !! !! !! !! !!!!!! !! !! !! !!!! !!!! !! !! !! !! !!!! !! !! !! !! !! !! !! !! !!!! !!!!!! !!!!!!!! !!!!!!!! !!!!!! !! !! !"a$?¹ !"^$ ?³ ?¸!"^$WÌ !"a$?¸ ?¸ ?t WÊ ?¦ ?¦%&s( !"a$!"^$ WÌ !"_$ !"_$ ?n Ag Aä ?Ë ?p !"^$%&u( %&s( ?Ë Aä ?p ?¹ POWAY OCEANSIDE CARLSBAD VISTA ESCONDIDO OTAY CHULA VISTA SANTEE SANMARCOS ENCINITAS EL CAJON LA MESA CORONADO NATIONALCITY IMPERIALBEACH LEMONGROVE SOLANABEACH DEL MAR SANDIEGO CAMP PENDLETON LakeSan Marcos Lake Hodges Lake Wohlford Lake RamonaLake Poway Miramar Reservoir San VicenteReservoir LakeMurray SweetwaterReservoir LakeJennings OtayReservoir Pacific Ocean San Die g o B a y Santee Lakes SutherlandReservoir Lake Henshaw El Capitan Reservoir Loveland Reservoir Vail Lake O'Neill Lake Barrett Lake TIJUANA UNITED STATES MEXICO DULZURA JULIAN RAMONA WARNERSPRINGS RIVERSIDECOUNTY ORANGECOUNTY SAN DIEGOCOUNTY ! Project Site ALPINELAJOLLA ?¹ FALLBROOK Figure 1 Regional Location I: \ P R O J E C T S \ C \ C a r l s b a d M u n i c i p a l W D _ 0 1 1 7 4 \ 0 0 0 0 5 _ C M W D T e r r a m a r \ 0 0 5 _ T e r r a m a r S e w e r W a t e r M a i n I m p C E Q A \ M a p \ A d d e n d u m \ T e r r a m a r \ F i g 1 _ R e g i o n a l . m x d 0 1 1 7 4 . 0 0 0 0 5 . 0 0 5 1 1 / 2 2 / 2 0 2 2 - D Y Source: Base Map Layers (SanGIS, 2016)K Carlsbad Boulevard Water Improvements at Terramar Project 0 8 Miles Avenida Encinas Carlsbad Boulevard Water Improvements at Terramar Carlsbad Blvd PalomarAirportRd CannonRd §¨¦5 Figure 2 Project Location I: \ P R O J E C T S \ C \ C a r l s b a d M u n i c i p a l W D _ 0 1 1 7 4 \ 0 0 0 0 5 _ C M W D T e r r a m a r \ 0 0 5 _ T e r r a m a r S e w e r W a t e r M a i n I m p C E Q A \ M a p \ A d d e n d u m \ T e r r a m a r \ F i g 2 _ P r o j e c t L o c s . m x d 0 1 1 7 4 . 0 0 0 0 5 . 0 0 5 1 / 2 3 / 2 0 2 3 - D Y Source: Aerial (Maxar, 2021)K Carlsbad Boulevard Water Improvements at Terramar Project 0 750 Feet Carlsbad Boulevard Water Improvements at Terramar (2019 Master Plan No. W-15) Proposed addition to W-15 Carlsbad Boulevard Water Improvements at Terramar Project 3 from Tierra Del Oro south to approximately 300 feet south of Manzano Drive. It also includes a one- quarter mile area along Cannon Road from Carlsbad Boulevard east across the railroad tracks to Avenida Encinas. The majority of the Project is included as CIP project W-15 (50481) from the 2019 Addendum. However, the approximately 300-foot length of the Project that is north of Cannon Road, extending to Tierra Del Oro Street, was not included. The additional 300 feet of pipeline is proposed as part of the Project and is analyzed in this addendum as a modification to CIP project W-15. More specifically, the proposed scope of work includes the replacement of existing water mains with approximately 5,000 LF of new 12-inch pipe along Carlsbad Boulevard and Cannon Road, and abandonment via slurry filling and/or removal of approximately 7,600 LF of two existing 6-inch AC water mains and segments of existing 10-inch and 12-inch AC water mains. Roughly 1,400 LF of existing 10- inch and 12-inch mains would be removed, and 6,200 LF of existing 6-inch to 10-inch would be abandoned. The Project proposes to construct one single pipeline that would replace two existing pipelines currently on each side of the roadway along Carlsbad Boulevard. The new 12-inch water main would include all associated appurtenances (gate valves, air release valves, and blow offs) and would be connected back to the existing water system at the project limits along Carlsbad Boulevard, as well as at the street intersections within limits of the work (Tierra Del Oro, Shore Drive, Cerezo Drive and Manzano Drive). The 10-inch and 12-inch AC main in Cannon Road would be replaced with new 12-inch polyvinyl chloride pipe, from Carlsbad Boulevard across the railroad tracks to Avenida Encinas. The Project also includes trenchless rehabilitation and open trench sewer main and manhole replacements, approximately 1,500 LF of existing 6-inch, 8-inch and 10-inch diameter vitrified clay pipe. Roughly 800 LF of existing 10-inch sewer would be rehabilitated, and 700 LF of new 8-inch would replace 700 LF of existing 6-inch sewer. The existing waterline and sewer replacement would be within the existing roadway right-of-way. The Project would also include trench resurfacing of the existing street. Potable water utility improvements would involve open trenching to a depth of approximately 5 feet. Proposed sewer utility improvements would involve open trenching to a depth up to approximately 10 to 15 feet. Trenches are typically 3 to 5 feet wide and would use trench shoring as required, in accordance with the California Division of Occupational Safety and Health Administration standards. Trenchless rehabilitation of the sewer facilities would be used for a portion of the existing sewer mains, with equipment and materials installed via existing manholes. Other standard construction equipment would be used including a sawcut machine, vacuum excavator, backhoe, loader, end dump, concrete pumper truck, sweeper, backfill tamper, pneumatic tools, signage/traffic cones and traffic control, a generator, bypass sewer pump and work crew vehicles. Other equipment would be used as necessary. The Project is part of the City’s CIP to maintain, rehabilitate, improve, or replace water and sewer infrastructure as identified by condition assessments, engineering studies or feedback from maintenance and operations. The existing water and sewer mains are at the end of their service life. Construction of the project would improve maintenance requirements, improve system reliability and accessibility, and bring the water and sewer main systems up to current design standards. The water and sewer improvements for this project involve negligible or no expansion of use. Construction best management practices (BMPs) would be used during the construction of the project, in accordance with applicable storm water pollution prevention requirements, and to control temporary potential dust, debris, site cleanliness, proper removal/disposal of asbestos cement pipe, staging, and Carlsbad Boulevard Water Improvements at Terramar Project 4 other construction related items and materials. The Project would comply with the requirements described in the Standard Specifications for Public Works Construction, and a traffic control plan would be prepared and implemented in accordance with the CA Department of Transportation Manual of Traffic Controls for Construction and Maintenance Work Zones. A portion of the Project improvements fall within the area of Deferred Certification of the Local Coastal Program. The Coastal Commission is required to issue the Coastal Development Permit for the Project improvements starting on Tierra Del Sol and ending to the south on Cannon Road. The Project improvements on Cannon Road, from Carlsbad Boulevard east to Avenida Encinas, are also under the Coastal Commission’s permitting authority. The Coastal Commission has appeal jurisdiction for the improvements from the Cannon Road/Carlsbad Boulevard intersection south 210 feet to Shore Drive and from the southernmost Carlsbad Boulevard/Shore Drive intersection south to the southern end of the Project boundary. 2.3 Construction Methods Construction of the Project is scheduled to begin between late 2023 and late 2024. Construction would involve open trench methods, utilizing typical construction equipment such as dozers, rollers, dewatering pumps, backhoes, loaders, delivery, and haul trucks. The Project would take approximately 8 to 10 months to construct and would require approximately 15-20 construction workers on site per day. Construction activity would be limited to 7:00 a.m. to 6:00 p.m. Monday through Friday, and 8:00 a.m. to 6 p.m. on Saturday, excluding Sundays and holidays per the requirements of Section 8.48.010 of the Carlsbad Municipal Code. While the construction staging area is not known at this time, the Project will be designed such that staging areas are either within the Project boundary or, if outside of the Project boundary, within disturbed or developed areas. No staging areas shall occur within sensitive biological habitat. The construction contractor will submit construction planning documents to the city for approval prior to mobilization and staging of equipment outside of the Project boundaries. As the Project would be constructed within a public roadway, the following measures would be adhered to during construction: • Public access to the beach west of the Project site will be maintained at all times during construction; • Equipment and materials will be staged outside of Carlsbad Boulevard and Cannon Road; • Temporary steel plates will be installed during non-working hours; • Equipment and materials will be demobilized and cleaned up from the Project site after work hours each day; • Trench excavation will be limited to the quantity of pipe to be installed during each workday; and • Major construction activities will avoid the peak tourist season between Memorial Day and Labor Day. Carlsbad Boulevard Water Improvements at Terramar Project 5 2.4 Regulatory Compliance As described in PEIR Chapter 2.6.1, Regulatory Compliance, construction and operation of the CIP projects would be conducted in compliance with all applicable federal, state, and local laws and regulations. Updates to the original description are provided based on changes in existing conditions described in the PEIR. Since the certification of the PEIR, the National Pollutant Discharge Elimination System (NPDES) Permit and Waste Discharge Requirements for Discharges from the Municipal Separate Storm Sewer Systems Draining the Watersheds within the San Diego Region (Order No. R9-2013-0001, NPDES No. CAS0109266) were amended. The updated permit requires projects not falling within the triggering coverage thresholds of the General Permit to comply with the implementing ordinances of the county and cities bound by the Municipal Separate Storm Sewer Systems permit in which the improvements are located. 2.5 Project Design Features As part of the PEIR and 2019 Addendum, CMWD incorporates several project design features and construction measures into the Project design in an effort to reduce the potential for adverse environmental effects. These features are incorporated by reference from Chapter 2.6.2, Project Design Features, of the PEIR. The Project design features are also provided in the MMRP. 3.0 Environmental Setting This section incorporates by reference Chapter 3, Environmental Setting, from the PEIR, the 2019 Addendum and the 2022 Addendum, as applicable. This section focuses on the Water Service and Master Plan, as the proposed Project improvements are related to potable water service. 3.1 Existing Water Service and Master Plan (including 2019 Addendum) Originally, the Water Master Plan was approved in 1990 with recommendations and revisions prepared in 1997 and adopted with the 2003 update. The 2003 Water Master Plan Update evaluated the CMWD water distribution system and its ability to meet project demands. Since the Master Plan Update in 1997, a substantial number of residential, commercial, and industrial developments had been constructed and future development had been identified in the 2001 Growth Management Database. The 2003 document presented an update of CMWD’s Water Master Plan for the planning period between 2001 and buildout of the CMWD’s service area, which was anticipated to occur by 2020. CMWD reviewed all infrastructures within the service area to identify necessary improvements to existing facilities, capacity improvements, and expansion needs. An update to the Water Master Plan was prepared in 2012 and analyzed in the PEIR. The update included a capacity evaluation to meet future demands and recommended CIP projects for continued reliable water service through buildout in accordance with the Carlsbad Growth Management Plan. Considering the significant projected buildout, potable water demand was anticipated to increase Carlsbad Boulevard Water Improvements at Terramar Project 6 8 percent from 19.1 million gallon per day (mgd) (21,392 afy) in 2007 to 20.8 mgd (23,296 afy) in 2035. Between 2035 and 2050, water demand was projected to increase three percent to 21.4 mgd (23,968 afy). The Water Master Plan was again updated in 2019 based on more recent demand forecasts and hydraulic modeling. A median water demand forecast of 20,700 afy or 18.5 mgd at buildout (2040) was used as the basis for the 2109 Water Master Plan Update. This projection was lower than the 2035 forecast used in the 2012 Water Master Plan (CMWD 2012b). Water service is provided by the CMWD, encompassing approximately 83 percent of Carlsbad. The remaining areas are serviced by the Olivenhain Municipal Water District in the southern portion and Vallecitos Water District in the eastern portion of the city. The CMWD receives 100 percent of its potable water supply from the San Diego County Water Authority (SDCWA), delivering water through 450 miles of pipeline, 71 pressure regulating stations, five pump stations, eight storage tanks, and one earthen dam reservoir. The total operational storage for CMWD is 244 million gallons, which includes the 195-million-gallon Maerkle Reservoir. 3.2 Local and Regional Planning Context This section incorporates by reference Chapter 3.3, Local and Regional Planning Context, from the 2012 PEIR and 2019 Addendum, and Chapter 3.2, Local and Regional Planning Context, from the 2022 Addendum. I. City of Carlsbad General Plan (2015a) The Carlsbad General Plan contains nine elements, with each element containing maps and figures, policy statements, over-arching goals, specific objectives, implementing programs, and in some instances, development standards. The Land Use and Community Design Element emphasizes the Growth Management Plan requiring that adequate public facilities are provided concurrent with new growth, specifically identifying performance standards for 11 public facilities: city administration, library, wastewater treatment, parks, drainage, circulation, fire, open space, schools, sewer collection, and water distribution. The Sustainability Element encourages conservation and reduced reliance on imported water. II. City of Carlsbad CAP The City of Carlsbad has developed a Climate Action Plan (CAP) to help the city meet state goals for reducing greenhouse gases and the community’s goal of promoting a sustainable environment. The CAP serves as a long-range strategy to reduce emissions of greenhouse gases, which include carbon dioxide, methane, nitrous oxide, and water vapor. The CAP sets a baseline for past and current emissions, forecasts future emissions, and establishes targets to reduce the intensity of greenhouse gas (GHG) emissions from water utilities (including water supply, wastewater, and recycled water) conveyance, treatment, and distribution by 8 percent by 2035. Carlsbad Boulevard Water Improvements at Terramar Project 7 4.0 Environmental Analysis Checklist 4.1 Environmental Analysis Checklist Summary The following Environmental Analysis Checklist (Checklist) (Table 4-1) was developed for projects with previously certified/approved environmental documents. This Checklist takes into consideration the preparation of an environmental document prepared at an earlier stage of a project (e.g., the PEIR for the Sewer, Water and Recycled Water Master Plans, certified in 2012, and the 2019 Addendum for the Master Plans updates1), evaluates the adequacy of the earlier document in assessing potential environmental impacts resulting from the Project, and is consistent with Section 21166 of the Public Resources Code and Section 15162 of the CEQA Guidelines. The results of this evaluation are summarized below with the detailed analysis provided in subsequent sections, including updated impact determinations.2 Table 4-1 ENVIRONMENTAL ANALYSIS CHECKLIST SUMMARY Environmental Issue Area Was Impact Analyzed in Prior Environmental Document(s)? Do Master Plan Updates Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? 1. Aesthetics (Section 4.2.I) Yes No No No 2. Agriculture and Forestry Resources (Section 4.2.II) Yes No No No 3. Air Quality (Section 4.2.III) Yes No No No 4. Biological Resources (Section 4.2.IV) Yes No No No 5. Cultural Resources (Section 4.2.V) Yes No No No 6. Energy (Section 4.2.VI) Yes No No No 7. Geology/Soils (Section 4.2.VII) Yes No No No 8. Greenhouse Gas Emissions (Section 4.2.VIII) Yes No No No 9. Hazards and Hazardous Materials (Section 4.2.IX) Yes No No No 10. Hydrology and Water Quality (Section 4.2.X ) Yes No No No 11. Land Use and Planning (Section 4.2.XI) Yes No No No 1 The 2022 Addendum specifically analyzed two other CIP projects and does not provide analysis of the currently proposed modifications; therefore, it is not specifically addressed in the following analysis. 2 This checklist uses terminology recommended in Appendix G of the CEQA Guidelines. In instances where the city has determined that a particular physical impact may occur, then the checklist answers indicate whether the impact is potentially significant, less than significant with mitigation, or less than significant. A No Impact answer is used in instances where the impact simply does not apply to projects like the one proposed or the resource in question is absent. Carlsbad Boulevard Water Improvements at Terramar Project 8 Environmental Issue Area Was Impact Analyzed in Prior Environmental Document(s)? Do Master Plan Updates Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? 12. Mineral Resources (Section 4.2.XII) Yes No No No 13. Noise (Section XIII) Yes No No No 14. Population and Housing (Section 4.2.XIV) Yes No No No 15. Public Services (Section 4.2.XV) Yes No No No 16. Recreation (Section 4.2.XVI) Yes No No No 17. Transportation/Traffic (Section 4.2.XVII) Yes No No No 18. Tribal Cultural Resources (Section 4.2.XVIII) Yes No No No 19. Utilities and Service Systems (Section 4.2.XIX) Yes No No No 20. Wildfire (Section 4.2.XX) Yes No No No 21. Mandatory Findings (Section 4.2.XXI) Yes No No No Note: See checklist sections 4.2.I through 4.2.XXI for detailed discussions of each environmental issue area. 4.2 Individual Issue Areas I. Aesthetics Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Except as provided in Public Resources Code Section 21099, would the project: a) Have a substantial adverse effect on a scenic vista? Yes No No No b) Substantially damage scenic resources, including, but not limited to, trees, rock outcroppings, and historic buildings within a state scenic highway? Yes No No No Carlsbad Boulevard Water Improvements at Terramar Project 9 Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? c) In non-urbanized areas, substantially degrade the existing visual character or quality of public views of the site and its surroundings? (Public views are those that are experienced from publicly accessible vantage point). If the project is in an urbanized area, would the project conflict with applicable zoning and other regulations governing scenic quality? Yes No No No d) Create a new source of substantial light or glare which would adversely affect day or nighttime views in the area? Yes No No No a) Have a substantial adverse effect on a scenic vista? The potential impacts of the proposed Project on scenic vistas were analyzed in the PEIR (Section 4.1) and 2019 Addendum. Impacts to scenic vistas could occur from construction activities, including disturbance of ground cover, grading, excavation, trenching, material stockpiles, and the presence of construction equipment. The proposed Project improvements would be contained to the public road right-of-way and located underground, resulting in minimal impacts to scenic vistas. The proposed Project improvements, including the pipeline extension north of Cannon Road, would be contained in generally urbanized landscapes and public rights-of-way and would not have a substantial adverse effect on scenic vistas. No substantial new information has been presented that shows the Project modifications would result in more substantial impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Substantially damage scenic resources, including, but not limited to, trees, rock outcroppings, and historic buildings within a state scenic highway? The potential impacts of the proposed Project on scenic highways were analyzed in the PEIR (Section 4.1) and 2019 Addendum. There are no designated State Scenic highways in Carlsbad; therefore, no impacts related to scenic highways would occur (Caltrans 2019). However, Interstate 5 is an eligible State Scenic highway and Carlsbad has its own scenic roadways program. Additionally, local scenic roadways are recognized by Carlsbad’s General Plan (2015a) including El Camino Real, Carlsbad Boulevard, Palomar Airport Road, La Costa Avenue, Melrose Drive, College Boulevard, Cannon Road, Carlsbad Village Drive, Faraday Avenue, Interstate 5, La Costa Avenue, Olivenhain Road/Rancho Santa Fe Road, and Poinsettia Lane/Carrillo Way, Adams Street/Park Drive, Batiquitos Drive, and Jefferson Street (the portion adjacent to the Buena Vista Lagoon). The Atchison, Topeka, and Santa Fe Railroad line is also considered a scenic corridor. Carlsbad Boulevard Water Improvements at Terramar Project 10 The Project would include construction activities along Cannon Road and Carlsbad Boulevard, which are local scenic roadways. Impacts to scenic roadways could occur from short-term construction activities, including disturbance of ground cover, grading, excavation, trenching, material stockpiles, and the presence of construction equipment. As incorporated in the PEIR, the Project would be required to follow project design features, including the following: • Demolition debris will be removed in a timely manner for off-site disposal; • Tree and vegetation removal will be limited to those depicted on construction drawings; and • Disturbed areas will be restored following construction consistent with original site conditions and surrounding vegetation. If removed vegetation included invasive plant species, the restored area shall be revegetated with a mix of native, non-invasive plants that are compatible with the surrounding setting. Implementation of these project design features and compliance with federal, state, and local requirements and regulations would limit impacts to a less than significant level. The proposed Project improvements would be contained in an urbanized landscape and beneath public rights-of-way and would not have a substantial adverse effect on scenic highways. No substantial new information has been presented that shows the Project modifications would result in more substantial impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. c) In non-urbanized areas, substantially degrade the existing visual character or quality of public views of the site and its surroundings? (Public views are those that are experienced from publicly accessible vantage point). If the project is in an urbanized area, would the project conflict with applicable zoning and other regulations governing scenic quality? The potential impacts of the proposed Project on the existing visual character of the city landscape were analyzed in the PEIR (Section 4.1) and 2019 Addendum. Impacts to scenic vistas could occur from construction activities, including disturbance of ground cover, grading, excavation, trenching, material stockpiles, and the presence of construction equipment. Pipeline improvements are below-ground installations. Following construction, there would be no substantial change to scenic vistas from existing conditions. The proposed Project would not have a substantial adverse effect on the existing visual character of the city. No substantial new information has been presented that shows the Project modifications would result in more substantial impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. d) Create a new source of substantial light or glare that would adversely affect day or nighttime views in the area? The potential glare and nighttime lighting impacts of the proposed Project were analyzed in the PEIR (Section 4.1) and 2019 Addendum. The proposed Project involves pipeline improvements and does not include any new lighting sources. The proposed Project would not have a substantial adverse effect on Carlsbad Boulevard Water Improvements at Terramar Project 11 existing sources of daytime glare or nighttime lighting. No substantial new information has been presented that shows the proposed Project modifications would result in more substantial impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. II. Agriculture and Forestry Resources Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Convert Prime Farmland, Unique Farmland, or Farmland of Statewide Importance (Farmland), as shown on the maps prepared pursuant to the Farmland Mapping and Monitoring Program of the California Resources Agency, to non- agricultural use? Yes No No No b) Conflict with existing zoning for agricultural use, or a Williamson Act contract? Yes No No No c) Conflict with existing zoning for, or cause rezoning of, forest land (as defined in Public Resources Code Section 12220(g)), timberland (as defined by Public Resources Code Section 4526), or timberland zoned Timberland Production (as defined by Government Code Section 51104(g))? Yes No No No d) Result in the loss of forest land or conversion of forest land to non-forest use? Yes No No No e) Involve other changes in the existing environment which, due to their location or nature, could result in conversion of Farmland, to non-agricultural use or conversion of forest land to non- forest use? Yes No No No Carlsbad Boulevard Water Improvements at Terramar Project 12 a) Convert Prime Farmland, Unique Farmland, or Farmland of Statewide Importance (Farmland), as shown on the maps prepared pursuant to the Farmland Mapping and Monitoring Program of the California Resources Agency, to non-agricultural use? The potential impacts of the proposed Project to important farmlands are analyzed in the PEIR (Section 5.1) and 2019 Addendum. As provided, there are only a limited number of areas within Carlsbad that include important farmlands as defined by the California Department of Conservation with the city consisting mainly of Urban and Built-Up Land along the western, southern, and northwestern portions of the city, with large areas of “Other Land” interspersed throughout the eastern and central portions. The proposed improvements would be contained in an urbanized landscape and public rights-of-way and would not have a substantial adverse effect on the remaining agricultural areas within the city. No substantial new information has been presented that shows the Project modifications would result in more substantial impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Conflict with existing zoning for agricultural use, or a Williamson Act contract? One small Williamson Act contract area is located within Carlsbad, east of Interstate 5 at Palomar Airport Road (City 2015a). This property would be unaffected by the Project and therefore the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project modifications. c) Conflict with existing zoning for, or cause rezoning of, forest land (as defined in Public Resources Code Section 12220(g)), timberland (as defined by Public Resources Code Section 4526), or timberland zoned Timberland Production (as defined by Government Code Section 51104(g))? As described in Section 5.1 of the PEIR, the city’s service area does not include any forest land or timberland zoned for timberland production. This circumstance remains unchanged, and no new or more substantial impacts would result under the proposed Project modifications. d) Result in the loss of forest land or conversion of forest land to non-forest use? As described under c), the Project would result in no impacts to forest land or timberland production. e) Involve other changes in the existing environment which, due to their location or nature, could result in conversion of Farmland, to non-agricultural use or conversion of forest land to non-forest use? As described under a) and c), the proposed Project would result in no impacts to agricultural resources, forest land, or timberland production. Carlsbad Boulevard Water Improvements at Terramar Project 13 III. Air Quality Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Where available, the significance criteria established by the applicable air quality management district or air pollution control district may be relied upon to make the following determinations. Would the project: a) Conflict with or obstruct implementation of the applicable air quality plan? Yes No No No b) Result in a cumulatively considerable net increase of any criteria pollutant for which the project region is non- attainment under an applicable federal or state ambient air quality standard? Yes No No No c) Expose sensitive receptors to substantial pollutant concentrations? Yes No No No d) Result in other emissions (such as those leading to odors) adversely affecting a substantial number of people? Yes No No No a) Conflict with or obstruct implementation of the applicable air quality plan? Section 4.2 of the PEIR determined that the Master Plans would not conflict with or obstruct implementation of the Regional Air Quality Strategy or State Implementation Plan and a less than significant impact would occur. The existing regulatory framework governing air quality planning in the city has not substantially changed since the certification of the PEIR. The San Diego Air Basin continues to be in attainment for carbon monoxide (CO), nitrogen dioxide (NO2), lead, and sulfur dioxide (SO2), attainment/unclassifiable for (PM2.5) and (PM10), and non-attainment for ozone (8-hour) with respect to federal air quality standards. With respect to state air quality standards, the San Diego Air Basin continues to be in attainment for CO, NO2, lead, SO2, and non-attainment for ozone, PM2.5 and PM10. The Project would not result in population growth that would exceed the population projections accounted for in the Regional Air Quality Strategy and State Implementation Plan. Furthermore, the construction and operational characteristics as described in Section 4.2 have not substantially changed since the certification of the PEIR. No substantial new information has been presented that shows more significant impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new significant impacts. The conclusion of less than significant, as identified in the PEIR, remains accurate and applicable to the proposed Project. Carlsbad Boulevard Water Improvements at Terramar Project 14 As provided in Section 4.2 of the PEIR, construction of the CIP projects proposed under the Master Plans would result in temporary increases in air pollutant emissions. Impacts related to the Project would be consistent with those presented in the PEIR and 2019 Addendum, as proposed construction methods, including excavation, were assessed. Emissions would be generated in the form of fugitive dust emissions (PM10 and PM2.5) and ozone precursor emissions (NOx, volatile organic compounds). Operation of heavy equipment and vehicles during the construction phase would generate exhaust emissions from fuel combustion. Fugitive dust emissions would be generated from earth disturbance during site grading and structure demolition, as well as from construction vehicles operating on vacant areas or dirt roadways within or adjacent to CIP construction sites. The city has committed to implementing BMPs, identified as project design features in the MMRP, to reduce fugitive dust emissions and other criteria pollutant emissions during construction of CIP projects. The PEIR contemplated the construction of the Master Plan(s) CIP projects would take place over an approximately 23-year period between 2012 and 2035. The PEIR estimated the construction emissions for the overall Master Plan Updates using worst-case assumptions, which considered simultaneous construction of multiple projects covered under the Master Plans. The construction of the 300-foot longer Project alignment would be contained within the conservative scenario described in Section 4.2.3.2 of the PEIR. Based on the fact that emissions calculated at the programmatic level for the Master Plans were determined to be less than significant, it is reasonable to conclude that construction emissions for the proposed Project modifications would not exceed San Diego Air Pollution Control District’s significance thresholds and therefore would be less than significant. For this reason, no substantial new information has been presented that shows more significant impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new significant impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Result in a cumulatively considerable net increase of any criteria pollutant for which the project region is non- attainment under an applicable federal or state ambient air quality standard? The potential impacts associated with a cumulatively considerable net increase of criteria pollutants were analyzed in the PEIR (Section 4.2) and 2019 Addendum. The city has committed to implementing BMPs, identified as project design features in the MMRP, to reduce fugitive dust emissions and other criteria pollutant emissions during construction of the Project. With the implementation of BMPs contained in the MMRP, the PEIR determined that the Master Plans would result in a less than significant impact. Further, the Project would provide upgraded pipelines, which would be passive following construction and would not result in new sources of criteria pollutants. During facility operation, occasional vehicle trips may be required for repair or inspection and periodic maintenance. The PEIR and 2019 Addendum determined operational air pollutant emission impacts associated with the proposed CIP projects would be less than significant. The existing air quality conditions, including the local air basin’s attainment status, have not substantially changed since the certification of the PEIR. Furthermore, the construction and operational activities associated with the Project have not changed substantially from those certified in the PEIR. No substantial new information has been presented that shows more significant impacts would result under the proposed Project modifications than those originally analyzed in the PEIR or 2019 Addendum and Carlsbad Boulevard Water Improvements at Terramar Project 15 there would be no new significant impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. c) Expose sensitive receptors to substantial pollutant concentrations? The potential impacts associated with exposure of sensitive receptors to pollutant concentrations were analyzed in the PEIR (Section 4.2) and 2019 Addendum. The PEIR determined that the CIP projects covered under the Master Plans would not expose sensitive receptors to substantial pollutant concentrations and a less than significant impact would occur. The potential for substantial pollutant generation due to construction of the Project has not changed since the certification of the PEIR. Once installed, the Project components would not generate substantial pollutant concentrations. The construction and operational characteristics of the Project have not changed substantially compared to the activities included in the PEIR. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new significant impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. d) Result in other emissions (such as those leading to odors) adversely affecting a substantial number of people? The potential impacts associated with odors were analyzed in the PEIR (Section 4.2) and 2019 Addendum. The PEIR determined that the Master Plans would not create objectionable odors and a less than significant impact would occur. The construction and operational characteristics of the proposed Project have not changed substantially since the certification of the PEIR. The proposed Project pipeline improvements, once installed, would be underground and would not result in emissions such as odors. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. Carlsbad Boulevard Water Improvements at Terramar Project 16 IV. Biological Resources Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Have a substantial adverse effect, either directly or through habitat modifications, on any species identified as a candidate, sensitive, or special status species in local or regional plans, policies, or regulations, or by the California Department of Fish and Wildlife or U.S. Fish and Wildlife Service? Yes No No No b) Have a substantial adverse effect on any riparian habitat or other sensitive natural community identified in local or regional plans, policies, regulations, or by the California Department of Fish and Wildlife or US Fish and Wildlife Service? Yes No No No c) Have a substantial adverse effect on state or federally protected wetlands (including, but not limited to, marsh, vernal pool, coastal, etc.) through direct removal, filling, hydrological interruption, or other means? Yes No No No d) Interfere substantially with the movement of any native resident or migratory fish or wildlife species or with established native resident or migratory wildlife corridors, or impede the use of native wildlife nursery sites? Yes No No No e) Conflict with any local policies or ordinances protecting biological resources, such as a tree preservation policy or ordinance? Yes No No No f) Conflict with the provisions of an adopted Habitat Conservation Plan, Natural Community Conservation Plan, or other approved local, regional, or state habitat conservation plan? Yes No No No Carlsbad Boulevard Water Improvements at Terramar Project 17 a) Have a substantial adverse effect, either directly or through habitat modifications, on any species identified as a candidate, sensitive, or special status species in local or regional plans, policies, or regulations, or by the California Department of Fish and Wildlife or U.S. Fish and Wildlife Service? Section 4.3, Biological Resources, of the PEIR provides a programmatic evaluation of potential impacts, either directly or through habitat modifications, on plant and wildlife species identified as a candidate, sensitive, or special status species in local or regional plans, policies, or regulations, or by the California Department of Fish and Wildlife or U.S. Fish and Wildlife Service. Appendix B of the PEIR includes a tabular listing of the special status species considered in 2012. An updated species list was requested from the U.S. Fish and Wildlife Service in 2019 to confirm current listings and was included in Appendix B of the 2019 Addendum. Tables 4.3-3 and 4.3-4 in the PEIR identify projects that would occur within Carlsbad and be subject to the conditions of Carlsbad’s Habitat Management Plan (HMP) and associated species avoidance, minimization, and compensatory mitigation requirements. The Carlsbad HMP was in part developed to set aside land in preservation to use as mitigation for future projects. Based on the programmatic evaluation, the special status species with potential to be impacted by CIP projects within Carlsbad are all likely to be covered species or narrow endemic species under the Carlsbad HMP. Species not covered under the Carlsbad HMP are not likely to occur within the CIP project sites. Therefore, species not covered under the Carlsbad HMP are not likely to be adversely affected by CIP projects. Project-level surveys and/or avoidance and minimization measures were proposed for the CIP projects listed in Table 4.3-3 to ensure that the appropriate measures are implemented to address special status species with the potential to occur, including projects that are not covered under the Carlsbad HMP per HMP Appendix B. The Project was not identified as requiring surveys or minimization measures in the PEIR. The Project site, as modified, remains developed and Project activities are not anticipated to result in significant impacts to special status species or their habitats. While the construction staging areas are unknown at this time, they would be located within disturbed or developed areas, as described further in Section 2.3 of this Addendum, and would not result in impacts to sensitive species or habitat. The construction and operational characteristics of the proposed Project have not changed substantially since the certification of the PEIR. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Have a substantial adverse effect on any riparian habitat or other sensitive natural community identified in local or regional plans, policies, or regulations, or by the California Department of Fish and Wildlife or U.S. Fish and Wildlife Service? As evaluated in Section 4.3 of the PEIR, construction of CIP projects has the potential to result in direct impacts to riparian habitat and several types of sensitive natural communities. Habitat loss or disturbance as a consequence of these CIP project construction activities could result in diminishing and degrading of open space areas, reductions, or eliminations of habitat functions and values, and impacts to species, among other adverse impacts. These direct impacts were identified as significant in the PEIR prior to the implementation of mitigation; however, this mitigation is not applicable to the proposed Project. Carlsbad Boulevard Water Improvements at Terramar Project 18 The construction and operational characteristics of the proposed Project have not changed substantially since the certification of the PEIR. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. c) Have a substantial adverse effect on state or federally protected wetlands (including, but not limited to, marsh, vernal pool, coastal, etc.) through direct removal, filling, hydrological interruption, or other means? As evaluated in the programmatic analysis provided in Section 4.3 of the PEIR, the construction of the CIP projects would have the potential to result in direct impacts to riparian and wetland habitat types that could support jurisdictional waters and wetlands. Activities associated with construction of specific CIP projects (see Table 4.3-7 of the PEIR) could be subject to the regulatory jurisdiction of the U.S. Army Corps of Engineers (USACE), Regional Water Quality Control Board (RWQCB), and/or California Department of Fish and Wildlife (CDFW). However, the proposed Project site does not occur within or adjacent to jurisdictional wetlands. The city is required to prepare and implement BMPs to minimize, control, and treat storm water runoff, fugitive dust, and other pollutants at the CIP construction sites. Implementation of these required practices would reduce potential indirect impacts during construction to a less than significant level. The construction and operational characteristics of the proposed Project have not changed substantially since the certification of the PEIR. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. d) Interfere substantially with the movement of any native resident or migratory fish or wildlife species or with established native resident or migratory wildlife corridors, or impede the use of native wildlife nursery sites? As provided in Section 4.3 of the PEIR, the proposed CIP projects are proposed within disturbed and developed land that contains existing development and none of the proposed projects are anticipated to adversely affect, either directly or indirectly, the continued function of wildlife movement. The proposed Project footprint would be limited in overall space, and confined to existing roads, such that wildlife could continue to move through the local area and around the proposed developments. Due to the Project being proposed to be located below ground, no adverse effects toward wildlife movement are anticipated to occur. The construction and operational characteristics of the proposed Project have not changed substantially since the certification of the PEIR. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. Carlsbad Boulevard Water Improvements at Terramar Project 19 e) Conflict with any local policies or ordinances protecting biological resources, such as a tree preservation policy or ordinance? CIP projects located within the coastal zone, including the proposed improvements associated with the Project, would be subject to the Carlsbad Local Coastal Plan and Development Standards. The city and CMWD are required to comply with the Carlsbad HMP and provisions of the Carlsbad Local Coastal Plan, including the Coastal Resource Protection Overlay Zone Ordinance. As required, potential impacts on sensitive species and habitats would be avoided or mitigated consistent with the Coastal Resource Protection Overlay Zone Ordinance and HMP. Implementation of the proposed Master Plans were determined not to conflict with the adopted Coastal Resource Protection Overlay Zone Ordinance. A portion of the Project improvements fall within the area of Deferred Certification of the Local Coastal Program. The Coastal Commission is required to issue the Coastal Development Permit for the Project improvements starting on Tierra Del Sol and ending to the south on Cannon Road. The Project improvements on Cannon Road, from Carlsbad Boulevard east to Avenida Encinas, are also under the Coastal Commission’s permitting authority. The Coastal Commission has appeal jurisdiction for the improvements from the Cannon Road/Carlsbad Boulevard intersection south 210 feet to Shore Drive and from the southernmost Carlsbad Boulevard/Shore Drive intersection south to the southern end of the Project boundary. As was the case in the PEIR and 2019 Addendum, the Project would not conflict with the Coastal Resource Protection Overlay Zone Ordinance. The construction and operational characteristics of the proposed Project have not changed substantially since the certification of the PEIR. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. f) Conflict with the provisions of an adopted Habitat Conservation Plan, Natural Community Conservation Plan, or other approved local, regional, or state habitat conservation plan? As evaluated above, the Project would not result in impacts to sensitive species and habitat that are addressed within the Carlsbad HMP. Therefore, no conflicts with this local plan would occur. No substantial new information has been presented that shows more significant impacts would result under the Project modifications than those originally analyzed in the PEIR and there would be no new significant impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. Carlsbad Boulevard Water Improvements at Terramar Project 20 V. Cultural Resources Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Cause a substantial adverse change in the significance of a historical resource pursuant to §15064.5? Yes No No No b) Cause a substantial adverse change in the significance of an archaeological resource pursuant to §15064.5? Yes No No No c) Disturb any human remains, including those interred outside of dedicated cemeteries? Yes No No No The discussion below is based on a cultural report prepared by HELIX Environmental Planning, Inc. for Project, attached to this Addendum as Appendix A (HELIX 2022). a) Cause a substantial adverse change in the significance of a historical resource pursuant to §15064.5? Section 4.4, Cultural and Paleontological Resources, of the PEIR provides a programmatic assessment of the potential impacts to historic resources based on the CIP projects outlined in the 2012 Master Plans. The PEIR notes various existing built-environment historical resources (buildings or structures aged 45 years old or older) and numerous archaeological sites within its study area. The PEIR included a cultural resources records search to evaluate the presence of known historical and archaeological resources for areas potentially impacted by the Master Plans. One sewer project included in the 2019 Addendum would be located in proximity to a historical resource; however, the project would not result in the disturbance or alteration of the historical resource. The PEIR and 2019 Addendum concluded that the Master Plan Updates would result in less than significant impacts to historical resources. The construction and operational characteristics of the proposed Project have not changed substantially since the certification of the PEIR. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Cause a substantial adverse change in the significance of an archaeological resource pursuant to §15064.5? Section 4.4 of the PEIR provides an assessment of potential impacts of the Master Plan improvements to known and undocumented archaeological resources. Known cultural resources that may be affected by the construction of proposed CIP project sites are listed by Master Plan improvements in Tables 4.4-3 to Carlsbad Boulevard Water Improvements at Terramar Project 21 4.4-5 of the PEIR. Additionally, the PEIR notes a high archaeological resource sensitivity for its entire study area. A table that identifies which CIP projects would have the potential to impact each resource is available in Confidential Appendix D2. This appendix is available to qualified viewers at the City of Carlsbad, 1635 Faraday Avenue, Carlsbad, CA 92008. These resources are predominately prehistoric archaeological sites of varying sizes and occupancy duration and exhibit prehistoric material culture through midden and scatters of lithic and groundstone tools. In addition, some of the identified sites in Tables 4.4-3 to 4.4-5 are considered historical resources pursuant to CEQA because they retain the potential to yield data important to prehistory or history (Criterion 4 of the California Register of Historic Resources). The PEIR concluded that the Master Plan improvements could result in a potentially significant impact to archaeological resources in the absence of mitigation. With the incorporation of Mitigation Measure Cul-1, this impact would be reduced to a level of less than significant. A Project-specific cultural resources report was prepared in accordance with Mitigation Measure Cul-1 due to changes in the proposed Project footprint to include the area north of Cannon Road. A records search for the Project resulted in the identification of 19 recorded cultural resources nearby, none of which would be eligible for listing in the California Register of Historic Resources. Four of these resources were within or adjacent to the Project boundaries. However, the Project area has potential to contain additional buried resources within paved areas. Therefore, archaeological monitoring was recommended during activity along the alignment. San Luis Rey Band representatives agreed with this monitoring recommendation. Monitoring would be conducted in accordance with the city’s guidelines and Cul-1 such that the impact to archaeological resources would be less than significant. Since the certification of the PEIR, the city adopted the Carlsbad Tribal, Cultural, and Paleontological Resources Guidelines (2017), which updated and replaced the city’s 1990 Cultural Resource Guidelines. The 2017 guidelines are incorporated by reference into the 2019 Addendum MMRP to reflect the city’s established standards of performance for cultural resources investigations following the city’s General Plan Update (2015a), the adoption of Assembly Bill 52 in 2014, and the corresponding amendments to Appendix G of the CEQA Guidelines (as amended). With the incorporation by reference of the Carlsbad Tribal, Cultural, and Paleontological Resources Guidelines (2017), the Project would have a less than significant impact. The construction and operational characteristics of the proposed Project have not changed substantially since the certification of the PEIR or 2019 Addendum. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. c) Disturb any human remains, including those interred outside of dedicated cemeteries? Section 4.4 of the PEIR documents the presence of formal cemeteries within the CMWD service area; however, the section explains that none of the CIP projects are proposed within their boundaries. Therefore, it is not expected that construction activities at CIP sites would disturb formal cemeteries. Sections 15064.5(d) and (e) of the CEQA Guidelines assign special importance to human remains and specifies procedures to be used when Native American remains are discovered. As provided in the PEIR, these procedures are detailed under Public Resources Code (PRC) Section 5097.98. The disturbance of any human remains is considered a significant impact, regardless of archaeological significance or association. Any ground disturbing activities, including grading, trenching, and excavation during Carlsbad Boulevard Water Improvements at Terramar Project 22 construction of the Project, would have the potential to unintentionally disturb human remains, resulting in a significant impact. Implementation of the required protocol in accordance with PRC Section 5097.98 and California State Health and Safety Code Section 7050.5, to be followed upon unintentional disturbance of human remains, would minimize potential impacts on human remains to a level of less than significant. The construction and operational characteristics of the proposed Project have not changed substantially since the certification of the PEIR or 2019 Addendum. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum and there would be no new impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. VI. Energy Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Result in potentially significant environmental impact due to wasteful, inefficient, or unnecessary consumption of energy resources, during project construction or operation? Yes No No No b) Conflict with or obstruct a state or local plan for renewable energy or energy efficiency? Yes No No No a) Result in potentially significant environmental impact due to wasteful, inefficient, or unnecessary consumption of energy resources, during project construction or operation? Section 4.5, Energy, of the PEIR provides an assessment of the Master Plans effects on existing water, sanitary sewer, and recycled water facilities energy use. The PEIR concluded that the Master Plans would not generate a substantial net increase in vehicle trips based on pre-existing maintenance activities. The Project, once constructed, would not require the use of electricity, emergency generators, or any other type of fuel-consuming operating equipment. The PEIR includes standard BMPs, identified as project design features in the adopted MMRP, to minimize energy consumption during construction: • Electrical power will be supplied from commercial power supply wherever feasible, to avoid or minimize the use of engine-driven generators; and • Trucks and equipment will not idle for more than 15 minutes when not in service. The city and CMWD conduct routine maintenance on all infrastructure facilities and would incorporate the proposed Project into the maintenance schedule. The PEIR noted a potential total net increase in Carlsbad Boulevard Water Improvements at Terramar Project 23 electricity demand of 3.96 kilowatt hour (kWh) at buildout of the sewer, water, and recycled water systems, which was approximately double existing electricity demand in 2012. Total energy use as it relates to water, sanitary sewer, and recycled water is largely a function of the city’s water demands, which in 2012 was projected to be 20.8 mgd (23,296 afy) in 2035 and increased to 21.4 mgd (23,968 afy) at buildout. The 2019 Addendum stated that based on updates to the city’s growth, the updated projected potable water demand at buildout is 18.5 mgd (20,720 afy), comparatively lower than the previous predictions. Therefore, the projected energy demands under the Project, as provided in the 2019 Addendum, would be less than analyzed in 2012 and the impact would be less than significant. No substantial new information has been presented that shows more significant impacts would result under the Project modifications than those originally analyzed in the PEIR or 2019 Addendum and there would be no new significant impacts. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Conflict with or obstruct a state or local plan for renewable energy or energy efficiency? As provided in a), the CIP projects described in the 2019 Addendum would result in a lower water demand than considered in the PEIR. In addition, these projected estimates are consistent with the city’s General Plan Update (2015a) and policies related to energy efficiency. For these reasons, the Project modifications would not conflict with plans or policies adopted for the purposes of promoting energy efficiency, and the impact is less than significant. VII. Geology and Soils Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Directly or indirectly cause potential substantial adverse effects, including the risk of loss, injury, or death involving: i. Rupture of a known earthquake fault, as delineated on the most recent Alquist-Priolo Earthquake Fault Zoning Map issued by the State Geologist for the area or based on other substantial evidence of a known fault? Refer to Division of Mines and Geology Special Publication 42. Yes No No No ii. Strong seismic ground shaking? Yes No No No Carlsbad Boulevard Water Improvements at Terramar Project 24 Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? iii. Seismic-related ground failure, including liquefaction? Yes No No No iv. Landslides? Yes No No No b) Result in substantial soil erosion or the loss of topsoil? Yes No No No c) Be located on a geologic unit or soil that is unstable, or that would become unstable as a result of the project, and potentially result in on- or off-site landslide, lateral spreading, subsidence, liquefaction or collapse? Yes No No No d) Be located on expansive soil, as defined in Table 18-1-B of the Uniform Building Code (1994), creating substantial direct or indirect risks to life or property? Yes No No No e) Have soils incapable of adequately supporting the use of septic tanks or alternative waste water disposal systems where sewers are not available for the disposal of waste water? Yes No No No f) Directly or indirectly destroy a unique paleontological resource or site or unique geologic feature? Yes No No No a) Directly or indirectly cause potential substantial adverse effects, including the risk of loss, injury, or death involving: i. Rupture of a known earthquake fault, as delineated on the most recent Alquist-Priolo Earthquake Fault Zoning Map issued by the State Geologist for the area or based on other substantial evidence of a known fault? Refer to Division of Mines and Geology Special Publication 42? The potential impacts associated with exposure of people or structures to potential substantial adverse effects involving rupture of an earthquake fault were analyzed in the PEIR (Section 4.6, Geology and Soils) and 2019 Addendum. The PEIR determined that surface rupture as a result of seismic activity is unlikely throughout the CMWD service area and no impact would occur. ii. Strong seismic ground shaking? The potential impacts associated with exposure of people or structures to potential substantial adverse effects involving strong seismic shaking were analyzed in the PEIR (Section 4.6) and 2019 Addendum. Carlsbad Boulevard Water Improvements at Terramar Project 25 The PEIR determined that the Master Plans would not exacerbate existing hazards related to strong seismic shaking. The proposed Project would be required to comply with the city’s engineering standards and standard engineering practices. As a result, this impact would be less than significant. iii. Seismic-related ground failure, including liquefaction? The potential impacts associated with exposure of people or structures to potential substantial adverse effects involving seismic-related ground failure were analyzed in the PEIR (Section 4.6) and 2019 Addendum. The PEIR determined that the Master Plans would result in a less than significant impact and would not exacerbate existing hazards related to seismic-related ground failure. The Project would be required to comply with the city’s standards and standard engineering practices. iv. Landslides? The potential impacts associated with exposure of people or structures to potential substantial adverse effects involving landslides were analyzed in the PEIR (Section 4.6) and 2019 Addendum. The PEIR determined that the Master Plans would result in a less than significant impact associated with landslides. Individual projects would be required to comply with the city’s engineering standards and grading requirements, which would minimize any hazards related to cut and fill slopes and related landslide hazards. These requirements would minimize any impacts to less than significant levels. In summary, the modifications proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. For these reasons, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Result in substantial soil erosion or the loss of topsoil? The potential impacts associated with soil erosion were analyzed in the PEIR (Section 4.6) and 2019 Addendum. The PEIR determined that the Master Plans would result in a less than significant impact associated with soil erosion. The Project construction activities would be regulated under the NPDES General Permit for Discharges of Storm Water Runoff Associated with Construction Activity (General Construction Permit, NPDES Order No. 2012-0006-DWQ). In addition, the city would comply with applicable grading ordinance(s) and/or erosion control requirements. Compliance with existing regulations would minimize the potential for erosion during construction such that the impact is considered less than significant. The physical improvements proposed as part of the Project have not substantially changed from the certification of the PEIR. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. For these reasons, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. Carlsbad Boulevard Water Improvements at Terramar Project 26 c) Be located on a geologic unit or soil that is unstable, or that would become unstable as a result of the project, and potentially result in on- or off-site landslide, lateral spreading, subsidence, liquefaction, or collapse? As described in a), the PEIR considered geologic hazards as it relates to the proposed Master Plan improvements and determined that a less than significant impact would result as it relates to hazards from unstable geologic units or soils. Project would be required to comply with city standards and standard engineering practices. Compliance with existing state and local regulations would minimize potential impacts to less than significant. The physical geologic and soil conditions in the areas of the Project have not substantially changed since the certification of the PEIR. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. For these reasons, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. d) Be located on expansive soil, as defined in Table 18-1-B of the Uniform Building Code (1994), creating substantial direct or indirect risks to life or property? The potential impacts associated with expansive soils were analyzed in the PEIR (Section 4.6) and 2019 Addendum. The PEIR determined that the Master Plans would result in a less than significant impact associated with expansive soils. Projects would be required to comply with the city’s standards and standard engineering practices. The physical improvements proposed for the Project have not substantially changed since the certification of the PEIR. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. e) Have soils incapable of adequately supporting the use of septic tanks or alternative waste water disposal systems where sewers are not available for the disposal of waste water? The potential impacts associated with septic tanks or alternative wastewater disposal systems were analyzed in the PEIR (Section 4.6) and 2019 Addendum. Similar to the adopted Master Plans and 2019 Addendum, alternative wastewater disposal systems and septic tanks are not a component of the proposed Project and, therefore, no impact would result. f) Directly or indirectly destroy a unique paleontological resource or site or unique geologic feature? Section 4.4, Cultural and Paleontological Resources, of the PEIR provided an analysis of the potential impacts of the Master Plan improvements to paleontological resources. Excavation and construction activities associated with proposed CIP projects have the potential to disturb or destroy paleontological resources depending on their location within the context of geologic formations with moderate and high paleontological sensitivity. Figure 4 and Table 1 of the city’s adopted 2017 Guidelines identify the moderate and high paleontological sensitive geologic formations within the city. The Point Loma formation, Santiago formation, and Bay Point formation are identified as high paleontological sensitivity, Carlsbad Boulevard Water Improvements at Terramar Project 27 and the Lusardi, Delmar, late to middle Pleistocene, late Holocene marine beach, and late Holocene paralic estuarine deposits are identified as moderate sensitivity. Implementation of Mitigation Measure Pal-1 would minimize potential impacts associated with the disturbance of paleontological resources. Pal-1 was not identified in the 2019 Addendum as applicable to the proposed Project (W-15). The modified Project currently includes additional components that are located within the high sensitivity zone and therefore is required to implement Pal-1, unless it is demonstrated that there is a low potential for disturbance of paleontological resources. With implementation of Pal-1, impacts associated with the disturbance of paleontological resources would be less than significant. The modifications proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. VIII. Greenhouse Gas Emissions Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Generate greenhouse gas emissions, either directly or indirectly, that may have a significant impact on the environment? Yes No No No b) Conflict with an applicable plan, policy or regulation adopted for the purpose of reducing the emissions of greenhouse gases? Yes No No No a) Generate greenhouse gas emissions, either directly or indirectly, that may have a significant impact on the environment? Section 4.7, Greenhouse Gas Emissions, of the PEIR provides an analysis of the potential for the Master Plan improvements to result in the generation of GHG emissions. Since the preparation of the PEIR, the city adopted a CAP (September 2015) that outlines actions the city will undertake to achieve its proportional share of GHG reductions. The CAP identified project screening thresholds based on guidance from the California Air Pollution Control Officers Association. The city determined that new development projects emitting less than 900 metric tons (MT) carbon dioxide equivalent (CO2e) annual GHG would not contribute considerably to cumulative climate change impacts (City 2015b). If a proposed project exceeds the CAP’s 900 MT CO2e screening threshold, the project proponent must Carlsbad Boulevard Water Improvements at Terramar Project 28 complete the CAP Consistency Checklist to demonstrate consistency with the CAP, or a self-developed GHG-reduction program. The city analyzed the Master Plan Updates proposed in the 2019 Addendum for GHG impacts using the CAP’s screening threshold of 900 MT of CO2e per year (City 2015b). Construction of the Project would result in temporary emissions of GHG from the operation of construction equipment and from worker and building supply vendor vehicles. Equipment that is associated with construction activity includes dozers, rollers, dewatering pumps, backhoes, loaders, delivery, and haul trucks. The PEIR determined that the worst-case construction scenario, where all projects would be constructed simultaneously and completed in seven months, would result in GHG emissions of 959 MT CO2e. The 2012 Master Plan included the construction of 50 separate projects while the 2019 Master Plan Updates included the construction of 27 separate projects. Therefore, the GHG emissions of 959 MT CO2e included in the PEIR and 2019 Addendum is conservative for the construction of the individual proposed Project. Projected electrical demand in the PEIR was based on projected water demand, which was updated in the 2019 Addendum based on updates to the city’s growth. The updated projected potable water demand at buildout is 18.5 mgd (20,720 afy), which would reduce the increased electrical demand to 1.0 million kWh. Using a carbon intensity factor of 630 pounds of CO2e per megawatt hour, the operational GHG associated with the 2019 Master Plan Updates was projected to be 257 MT CO2e per year. The total annual GHG emissions from construction and operation of the 2019 Master Plan Updates was estimated at 289 MT CO2e. This is below the 900 MT of CO2e per year screening threshold established by the city. No components of the proposed Project modifications would substantially change construction or operational GHG emissions that were assumed for the Project proposed under the 2019 Addendum. The Project pipeline improvements would not consume energy once constructed. For this reason, the impact would be less than significant. The improvements proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Conflict with an applicable plan, policy, or regulation adopted for the purpose of reducing the emissions of greenhouse gases? The city’s CAP is considered a qualified GHG reduction plan in accordance with CEQA Guidelines Section 15183.5. The Project would be consistent with Measure N of the city’s CAP: Reduce GHG Intensity of Water Utilities Supply Conveyance, Treatment, and Distribution. The Project would result in GHG emission reductions from changes in the efficiency of water utilities (including water supply, wastewater, and recycled water) conveyance, treatment, and distribution facilities within the city. The City Council adopted Policy 71: Energy Conservation and Management, in July 2006. This Policy outlines measures to help Carlsbad reach the goals set out by the city’s Energy Conservation and Management Program, including reducing demand on the energy grid. The Project would assist the city to reduce demand on the energy grid from the changes in the efficiency of water utilities conveyance, treatment, and distribution facilities within the city. Carlsbad Boulevard Water Improvements at Terramar Project 29 As provided in a) and in this response, the Project is consistent with the CAP because it would not exceed the 900 MT of CO2e per year screening threshold established by the city and would result in GHG emission reductions. This response also demonstrates consistency with City Council Policy 71 due to changes in efficiency of water utilities. IX. Hazards and Hazardous Materials Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Create a significant hazard to the public or the environment through the routine transport, use, or disposal of hazardous materials? Yes No No No b) Create a significant hazard to the public or the environment through reasonably foreseeable upset and accident conditions involving the release of hazardous materials into the environment? Yes No No No c) Emit hazardous emissions or handle hazardous or acutely hazardous materials, substances, or waste within one-quarter mile of an existing or proposed school? Yes No No No d) Be located on a site which is included on a list of hazardous materials sites compiled pursuant to Government Code Section 65962.5 and, as a result, would it create a significant hazard to the public or the environment? Yes No No No e) For a project located within an airport land use plan or, where such a plan has not been adopted, within two miles of a public airport or public use airport, would the project result in a safety hazard or excessive noise for people residing or working in the project area? Yes No No No f) Impair implementation of or physically interfere with an adopted emergency response plan or emergency evacuation plan? Yes No No No Carlsbad Boulevard Water Improvements at Terramar Project 30 Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? g) Expose people or structures, either directly or indirectly, to a significant risk of loss, injury or death involving wildland fires? Yes No No No a) Create a significant hazard to the public or the environment through the routine transport, use, or disposal of hazardous materials? The PEIR (Section 4.8, Hazards and Hazardous Materials) and 2019 Addendum provided assessments of the potential for the routine use, transport, or disposal of hazardous materials. As provided, there are multiple federal, state, and local laws and regulations, such as Resource Conservation and Recovery Act, Title 22 of the California Code of Regulations, the Hazardous Waste Control Law, Hazardous Materials Transportation Act, and Hazardous Material Business Plans, that the Project are required to comply with by law. Therefore, impacts associated with the use, transport, and disposal of hazardous materials generated from construction and operational activities were determined to be less than significant. The modifications proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Create a significant hazard to the public or the environment through reasonably foreseeable upset and accident conditions involving the release of hazardous materials into the environment? The PEIR (Section 4.8) and 2019 Addendum provided assessments of the potential for the accidental release of documented and undocumented sources of hazardous materials. As provided in the PEIR, the city has committed to the BMPs listed as project design features in the MMRP for hazardous materials. These included a site-specific hazardous materials record search for the locations and type of hazardous materials for each CIP project and, if required, a site assessment. Conducting a hazardous materials database search and environmental site assessment prior to any ground-disturbing activities associated with the construction of CIP sites would identify hazardous materials that could be encountered during CIP construction activities. With these precautions, the impact was concluded to be less than significant. The Project site was searched on the databases maintained by the State Water Resources Control Board (SWRCB) and California Department of Toxic Substances Control. One site was located near the Project site but has undertaken remedial action and no further action is required (SWRCB 2022). Impacts related to potential hazardous materials would be less than significant. Carlsbad Boulevard Water Improvements at Terramar Project 31 The improvements proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. c) Emit hazardous emissions or handle hazardous or acutely hazardous materials, substances, or waste within one-quarter mile of an existing or proposed school? The PEIR (Section 4.8) and 2019 Addendum provided assessments of the CIP projects and potential for the emission of hazardous materials within a quarter mile of a school. As provided, the activities and CIP components would be operated in compliance with applicable regulations that would minimize foreseeable risks of an accident that could create a hazard to the public or environment. Therefore, implementation of the Project modifications would not result in hazardous emissions within one-quarter mile of an existing or proposed school and impacts would be less than significant. d) Be located on a site which is included on a list of hazardous materials sites compiled pursuant to Government Code Section 65962.5 and, as a result, would it create a significant hazard to the public or the environment? The potential impacts associated with the disturbance of listed hazardous materials sites were analyzed in the PEIR (Section 4.8) and 2019 Addendum. As discussed in response b), the Project site was searched for hazardous materials sites compiled pursuant to Government Code 65962.5 and no potential hazards related to the Project were identified. The improvements proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. e) For a project located within an airport land use plan or, where such a plan has not been adopted, within two miles of a public airport or public use airport, would the project result in a safety hazard or excessive noise for people residing or working in the project area? The potential impacts associated with airport safety hazards were analyzed in the PEIR (Section 4.8) and 2019 Addendum. The PEIR and 2019 Addendum determined that no impact would occur. No substantial new information has been presented that shows the Project modifications would result in substantially more severe impacts than those originally analyzed in the PEIR or 2019 Addendum. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. f) Impair implementation of or physically interfere with an adopted emergency response plan or emergency evacuation plan? The PEIR (Section 4.8) and 2019 Addendum evaluated issues related to emergency response and evacuation. The PEIR noted that construction activities associated with the Master Plans, particularly excavation and trenching activities associated with pipeline extensions or other improvements that are within roadway rights-of-way, may result in temporary, construction-related lane and road closures or detours. As provided in the PEIR, the city has committed to preparing a traffic control plan for applicable Carlsbad Boulevard Water Improvements at Terramar Project 32 CIP projects and coordinating with the cities of Oceanside, Vista, and San Marcos. With implementation of a traffic control plan, the Project would result in less than significant impacts on emergency response or evacuation plans. The improvements proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. g) Expose people or structures, either directly or indirectly, to a significant risk of loss, injury or death involving wildland fires? The PEIR (Section 4.8) and 2019 Addendum included analysis of wildfire hazards. As provided, CMWD service area includes mostly urbanized areas; however, portions of the city service area are located in areas classified as Very High Fire Hazard Severity Zones; particularly in the eastern area of the service area (CAL FIRE 2009). The Project site is not located within a Very High Fire Hazard Severity Zone. As provided in the PEIR, construction and design of all CIP projects would comply with the Uniform Fire Code (Title 24 Code of Federal Regulations, Part 9), which requires installation of sprinkler systems, fire- resistant building materials, standard roadway access widths, and other features to ensure that all above-ground structures are constructed with all reasonable fire safety features. Additionally, the city has committed to the multiple design features to minimize impacts related to wildfire: • Fire safety information will be disseminated to construction crews during regular safety meetings. Fire management techniques will be applied during project construction as deemed necessary by the lead agency and depending on-site vegetation and vegetation of surrounding areas. • A brush management plan will be incorporated during project construction by the city, CMWD, or a contractor, as necessary. Construction within areas of dense foliage during dry conditions will be avoided, when feasible. • In cases where avoidance is not feasible, necessary brush fire prevention and management practices will be incorporated. Specifics of the brush management program will be determined as site plans for the project are finalized. Preparation of a brush management plan and dissemination of fire safety information to construction crews would minimize hazards to a level of less than significant. As such, the Project would not expose people or structures to a significant risk of loss, injury, or death involving wildland fires, including where wildlands are adjacent to urbanized areas or where residences are intermixed with wildlands. The improvements proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. Carlsbad Boulevard Water Improvements at Terramar Project 33 X. Hydrology and Water Quality Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Violate any water quality standards or waste discharge requirements or otherwise substantially degrade surface or ground water quality? Yes No No No b) Substantially decrease groundwater supplies or interfere substantially with groundwater recharge such that the project may impede sustainable groundwater management of the basin? Yes No No No c) Substantially alter the existing drainage pattern of the site or area, including through the alteration of the course of a stream or river or through the addition of impervious surfaces, in a manner which would: i. Result in substantial erosion or siltation on- or off-site? Yes No No No ii. Substantially increase the rate or amount of surface runoff in a manner which would result in flooding on- or off- site? Yes No No No iii. Create or contribute runoff water which would exceed the capacity of existing or planned stormwater drainage systems or provide substantial additional resources of polluted runoff? Yes No No No iv. Impede or redirect flood flows? Yes No No No d) In flood hazard, tsunami, or seiche zones, risk release of pollutants due to project inundation? Yes No No No e) Conflict with or obstruct implementation of a water quality control plan or sustainable groundwater management plan? Yes No No No Carlsbad Boulevard Water Improvements at Terramar Project 34 a) Violate any water quality standards or waste discharge requirements or otherwise substantially degrade surface or ground water quality? The PEIR (Section 4.9, Hydrology and Water Quality) and 2019 Addendum provide assessments of the potential for impacts associated with the Master Plan improvements to result in a violation of water quality standards or waste discharge requirements. During construction, there is potential for sediment and other construction-related contaminants to enter waterways from runoff. The PEIR determined that the Master Plans would result in a less than significant water quality impact based on the pre-existing NPDES and local grading and erosion ordinance requirements. The improvements proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Substantially decrease groundwater supplies or interfere substantially with groundwater recharge such that the project may impede sustainable groundwater management of the basin? The potential impacts associated with depletion of groundwater supplies were analyzed in the PEIR (Section 4.9) and 2019 Addendum. Construction activities associated with the Master Plans may require temporary dewatering. The proposed Project would not involve any groundwater extraction. The PEIR determined that the Master Plans would result in a less than significant impact associated with depletion of groundwater supplies. This circumstance remains unchanged under the Project modifications based on the overall reduction in water demands. The construction and operational characteristics of the Project have not substantially changed since the certification of the PEIR. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. c) Substantially alter the existing drainage pattern of the site or area, including through the alteration of the course of a stream or river or through the addition of impervious surfaces, in a manner which would: The potential for impacts associated with the CIP improvements to result in alteration of existing drainage patterns and flood hazards were analyzed in the PEIR (Section 4.9) and 2019 Addendum The PEIR determined that the Master Plan improvements would result in less than significant impacts to existing drainage patterns and flood hazards with conformance to existing NPDES and local grading and erosion control requirements. i. Result in substantial erosion or siltation on- or off-site? As provided in a), the improvements covered under the Project would be subject to NPDES and local grading and erosion control requirements. As a result, the Project modifications would not result in substantial erosion or siltation on- or off-site. Carlsbad Boulevard Water Improvements at Terramar Project 35 ii. Substantially increase the rate or amount of surface runoff in a manner which would result in flooding on- or off- site? As noted above, the Project would be subject to NPDES and local grading and erosion control requirements. As a result, the Project modifications would not substantially increase the rate or amount of surface runoff in a manner which would result in flooding on-or off-site. iii. Create or contribute runoff water which would exceed the capacity of existing or planned stormwater drainage systems or provide substantial additional resources of polluted runoff? The Project modifications may result in minor additions to impervious surfaces; however, these additions would not be of a scale that could create or contribute runoff water which would exceed the capacity of existing or planned stormwater drainage systems or provide substantial additional sources of polluted runoff. iv. Impede or redirect flood flows? No changes in channel structures are proposed that could impede or redirect flood flows. Alterations to impervious surfaces would not be of an extent that could impede or redirect flood flows. d) In flood hazard, tsunami, or seiche zones, risk release of pollutants due to project inundation? The potential impacts associated with inundation by seiche, tsunami, or mudflow were analyzed in the PEIR (Section 4.9) and 2019 Addendum. The improvements proposed by the Project modifications are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. e) Conflict with or obstruct implementation of a water quality control plan or sustainable groundwater management plan? See responses to a) and b). As provided, the Project would result in less than significant impacts. Carlsbad Boulevard Water Improvements at Terramar Project 36 XI. Land Use and Planning Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Physically divide an established community? Yes No No No b) Cause significant environmental impact due to a conflict with any land use plan, policy, or regulation adopted for the purpose of avoiding or mitigating an environmental effect? Yes No No No a) Physically divide an established community? Section 4.10, Land Use and Planning, of the PEIR provides an assessment of the Master Plan’s potential to result in the division of established communities. The PEIR and 2019 Addendum determined that the CIP projects, including the Project as initially proposed, would not divide an established community. The Project would be constructed on existing public road right-of-way. Land use conditions would remain unchanged with the proposed Project. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Cause significant environmental impact due to a conflict with any land use plan, policy, or regulation adopted for the purpose of avoiding or mitigating an environmental effect? As discussed in Section 4.10 of the PEIR, the Master Plans’ CIPs are designed to provide Carlsbad with plans for the development of water utilities to meet the present and future needs of the projected growth and land uses within each service area. Implementation of the Master Plans would not induce any unplanned growth that would be inconsistent with the city’s General Plan, which was formally updated in 2015, or its Growth Management Plan. Future projects would be required to comply with all applicable land use regulations in order to obtain project approval and would be further evaluated at the time of project design and review. The modifications proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. Carlsbad Boulevard Water Improvements at Terramar Project 37 XII. Mineral Resources Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Result in the loss of availability of a known mineral resource that would be of value to the region and the residents of the state? Yes No No No b) Result in the loss of availability of a locally important mineral resource recovery site delineated on a local general plan, specific plan, or other land use plan? Yes No No No a) Result in the loss of availability of a known mineral resource that would be of value to the region and the residents of the state? Section 5.1, Effects Found Not Significant, of the PEIR includes the topic of Mineral Resources. As provided, impacts to mineral resources were determined to have no impact because the improvements were driven by new growth and ongoing condition assessment of existing infrastructure. The modifications proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Result in the loss of availability of a locally important mineral resource recovery site delineated on a local general plan, specific plan, or other land use plan? See response a). No impact would result from the Project. Carlsbad Boulevard Water Improvements at Terramar Project 38 XIII. Noise Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project result in: a) Generation of a substantial temporary or permanent increase in ambient noise levels in the vicinity of the project in excess of standards established in the local general plan or noise ordinance, or applicable standards of other agencies? Yes Yes Yes No b) Generation of excessive groundborne vibration or groundborne noise levels? Yes Yes Yes No c) For a project located within the vicinity of a private airstrip or an airport land use plan or, where such a plan has not been adopted, within two miles of a public airport or public use airport, would the project expose people residing or working in the project area to excessive noise levels? Yes Yes Yes No a) Generation of a substantial temporary or permanent increase in ambient noise levels in the vicinity of the project in excess of standards established in the local general plan or noise ordinance, or applicable standards of other agencies? Section 4.11, Noise, of the PEIR provides an assessment of the potential impacts to noise sensitive land uses resulting from the construction and long-term operation of the Master Plan improvements. As noted in the PEIR and 2019 Addendum, maintenance trips would be spread across all facilities, including the Project, and would not be concentrated on a specific roadway. Due to the minimal number and geographic distribution of vehicular trips associated with the maintenance of the CIP projects overall, transportation noise increases would be negligible. Under the Project modifications, these circumstances would remain unchanged and would result in less than significant permanent increases in ambient noise associated with transportation noise sources. The city has committed to ensuring that operating equipment will be designed to comply with all applicable local, state, and federal regulations. The Project would not generate operational noise once installed and would not result in a substantial increase in ambient noise levels. According to the PEIR and 2019 Addendum, construction of the CIP projects would result in temporary increases in ambient noise levels. Construction activities associated with the Project would involve the use of heavy equipment during trenching and installation of equipment. The magnitude of the impact would depend on the type of construction activity, type of construction equipment, duration of the Carlsbad Boulevard Water Improvements at Terramar Project 39 construction phase, distance between the noise source and receiver, and any intervening topography. As provided, sound levels of typical construction equipment range from 60 decibels to 90 decibels at 50 feet from the source (USDOT 2008). The PEIR included construction BMPs, identified as project design features in the MMRP, to minimize noise effects to surrounding neighborhoods. These measures are included in the city’s MMRP. The construction activities proposed by the Project modifications are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Generation of excessive groundborne vibration or groundborne noise levels? The PEIR (Section 4.11, Noise) and 2019 Addendum provide assessments of the potential vibration impacts to sensitive land uses resulting from the construction and long-term operation of the CIP improvements. Vibration sources associated with implementation of the Project would be generated primarily from construction. Once installed, the Project would include passive uses that do not generate substantial levels of vibration. As provided in the PEIR, construction-related vibration would have the potential to impact nearby structures and vibration-sensitive equipment and operations. The level of vibration generated from construction activities would depend on multiple factors including soil type, distance, and the energy- generating capability of the construction equipment. The PEIR’s MMRP included measures for construction to minimize vibration effects to surrounding neighborhoods. The construction activities proposed by the Project modifications are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. c) For a project located within the vicinity of a private airstrip or an airport land use plan or, where such a plan has not been adopted, within two miles of a public airport or public use airport, would the project expose people residing or working in the project area to excessive noise levels? The Project would be located within the McClellan-Palomar Airport Influence Area but not in the identified airport noise contours. The Project improvements would be contained underground once constructed and do not involve any features for human occupancy that would result in regular exposure to aircraft noise from McClellan-Palomar Airport. Therefore, impacts would be less than significant. The modifications proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. Carlsbad Boulevard Water Improvements at Terramar Project 40 XIV. Population and Housing Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Induce substantial unplanned population growth in an area, either directly (for example, by proposing new homes and businesses) or indirectly (for example, through extension of roads or other infrastructure)? Yes No No No b) Displace substantial numbers of existing people or housing, necessitating the construction of replacement housing elsewhere? Yes No No No a) Induce substantial unplanned population growth in an area, either directly (for example, by proposing new homes and businesses) or indirectly (for example, through extension of roads or other infrastructure)? Section 5.1, Effects Found Not Significant, of the PEIR includes a discussion of population and housing. As provided in the PEIR and 2019 Addendum, the Project relies on population projections published in the Carlsbad Growth Management Plan and Growth Database, San Diego Association of Governments population projections, and the master plans from neighboring agencies. Therefore, the Project would not generate additional population or cumulatively exceed official regional or local population projections. These circumstances remain unchanged based on the reduced water demand projections for the Project included under the 2019 Addendum when compared to the 2012 PEIR. The modifications proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Displace substantial numbers of existing people or housing, necessitating the construction of replacement housing elsewhere? The Project improvements would be constructed in existing and future dedicated public roadway rights- of-way and would not require the displacement or relocation of existing residences. No impact would result. Carlsbad Boulevard Water Improvements at Terramar Project 41 XV. Public Services Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project result in substantial adverse physical impacts associated with the provision of new or physically altered governmental facilities, need for new or physically altered governmental facilities, the construction of which could cause significant environmental impacts, in order to maintain acceptable service ratios, response times or other performance objectives for any of the public services: a) Fire protection? Yes No No No b) Police protection? Yes No No No c) Schools? Yes No No No d) Parks? Yes No No No e) Other public facilities? Yes No No No a) Fire protection? Section 5.1, Effects Found Not Significant, of the PEIR includes a discussion of the potential impacts of the Master Plans to public services, including fire protection. As provided in the PEIR and 2019 Addendum, the proposed Project does not contain any residential uses or any other land uses that would result in an increased demand for public services. Additionally, the Project would not exceed official regional or local population projections. Similar to the adopted Master Plans and Master Plans Updates, the size, capacity, and location of all Project facilities would be based on the population and land use analysis based on forecasted growth identified in the Carlsbad General Plan (2015a), and systems would be sized appropriately to serve projected service populations. For these reasons, no impacts to public services, including fire protection services, would result. The modifications proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Police protection? See response a). No impact would result to existing police services. Carlsbad Boulevard Water Improvements at Terramar Project 42 c) Schools? See response a). No impact would result to schools or educational services. d) Parks? See response a). No impact would result to parks or recreational facilities. e) Other public facilities? See response a). No impact would result to other public facilities, such as libraries. XVI. Recreation Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Increase the use of existing neighborhood and regional parks or other recreational facilities such that substantial physical deterioration of the facility would occur or be accelerated? Yes No No No b) Does the project include recreational facilities or require the construction or expansion of recreational facilities which might have an adverse physical effect on the environment? Yes No No No a) Increase the use of existing neighborhood and regional parks or other recreational facilities such that substantial physical deterioration of the facility would occur or be accelerated? Section 5.1, Effects Found Not Significant, of the PEIR includes a discussion of the potential impacts of the Master Plans to recreation. As provided in the PEIR and 2019 Addendum, the approved CIP projects do not include any proposed residential uses or new recreational facilities or parks and their implementation would not impact the use of parks or other recreational facilities and would not require the construction or expansion of new such facilities. For this reason, the PEIR and 2019 Addendum concluded that no impact would result. The modifications proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a Carlsbad Boulevard Water Improvements at Terramar Project 43 result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Does the project include recreational facilities or require the construction or expansion of recreational facilities which might have an adverse physical effect on the environment? See response a). No impact would result. XVII. Transportation Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Conflict with a program plan, ordinance or policy addressing the circulation system, including transit, roadway, bicycle, and pedestrian facilities? Yes No No No b) Would the project conflict or be inconsistent with CEQA Guidelines section 15064.3, subdivision (b)? Yes No No No c) Substantially increase hazards due to a geometric design feature (e.g., sharp curves or dangerous intersections) or incompatible uses (e.g., farm equipment)? Yes No No No d) Result in inadequate emergency access? Yes No No No a) Conflict with a program plan, ordinance or policy addressing the circulation system, including transit, roadway, bicycle, and pedestrian facilities? Section 4.12, Transportation/Traffic, of the PEIR provides an analysis of the proposed improvements covered under the adopted Master Plans. As described in the PEIR and 2019 Addendum, the construction of the improvements would generate construction-related trips. However, construction traffic would only affect a limited area of the city in which they were located for a short time during construction of a particular project. The PEIR and 2019 Addendum determined that impacts related to temporary construction traffic would be less than significant with the incorporation of a traffic control plan during construction. Implementation of a traffic control plan is identified as a project design feature in the MMRP. Operation of the infrastructure improvements would not include substantial traffic generating uses beyond existing maintenance conditions. Due to the low volume of traffic generated by the proposed Project improvements (e.g., temporary construction-related trips, periodic inspections, and maintenance), the improvements would not Carlsbad Boulevard Water Improvements at Terramar Project 44 degrade the traffic level of service in the vicinity or conflict with any applicable plans establishing measures of effectiveness for the performance of a circulation system. The modifications proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Would the project conflict or be inconsistent with CEQA Guidelines section 15064.3, subdivision (b)? The Project modifications would not include new traffic generating uses that would increase vehicle trips beyond existing conditions. The PEIR and 2019 Addendum determined that the improvements would not conflict with CEQA Guidelines Section 15064.3(b) and no impact would occur. c) Substantially increase hazards due to a geometric design feature (e.g., sharp curves or dangerous intersections) or incompatible uses (e.g., farm equipment)? The potential impacts associated with hazards due to a design feature were analyzed in the PEIR (Section 4.12) and 2019 Addendum. The PEIR and 2019 Addendum determined that impacts related to temporary traffic related hazards and local driveway access were less than significant with the incorporation of traffic control planning during construction. Implementation of a traffic control plan is identified as a project design feature in the adopted MMRP. The modifications proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. The conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. d) Result in inadequate emergency access? Section 4.8 of the PEIR evaluated issues related to emergency response and evacuation. The PEIR and 2019 Addendum noted that construction activities associated with the CIP projects, particularly excavation and trenching activities associated with pipeline extensions or other improvements that are within roadway rights-of-way, may result in temporary, construction-related lane and road closures or detours. The Project would include construction in the roadway right-of-way and would require temporary closure of traffic lanes. As provided in the PEIR and 2019 Addendum, the city has committed to preparing a traffic control plan for applicable CIP projects. Implementation of a traffic control plan is identified as a project design feature in the MMRP. With implementation of a traffic control plan, the Project would result in less than significant impacts on emergency response or evacuation plans. The improvements proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. Carlsbad Boulevard Water Improvements at Terramar Project 45 XVIII. Tribal Cultural Resources Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Cause a substantial adverse change in the significance of a tribal cultural resource, defined in Public Resources Code Section 21074 as either a site, feature, place, cultural landscape that is geographically defined in terms of the size and scope of the landscape, sacred place, or object with cultural value to a California Native American tribe, and that is: i. Listed or eligible for listing in the California Register of Historical Resources, or in a local register of historical resources as defined in Public Resources Code Section 5020.1(k), or Yes No No No ii. A resource determined by the lead agency, in its discretion and supported by substantial evidence, to be significant pursuant to criteria set forth in subdivision€ (c) of Public Resources Code Section 5024.1. In applying the criteria set forth in subdivision (c) of Public Resources Code Section 5024.1, the lead agency shall consider the significance of the resource to a California Native American tribe. Yes No No No a) Cause a substantial adverse change in the significance of a tribal cultural resource, defined in Public Resources Code Section 21074 as either a site, feature, place, cultural landscape that is geographically defined in terms of the size and scope of the landscape, sacred place, or object with cultural value to a California Native American tribe, and that is: i. Listed or eligible for listing in the California Register of Historical Resources, or in a local register of historical resources as defined in Public Resources Code Section 5020.1(k)? Section 4.4, Cultural and Paleontological Resources, of the PEIR provides an assessment of potential impacts of the Master Plan improvements to known and undocumented archaeological resources. Since Carlsbad Boulevard Water Improvements at Terramar Project 46 the certification of the PEIR, the city has updated its Carlsbad Tribal, Cultural, and Paleontological Resources Guidelines (2017) to reflect the city’s established standards of performance for cultural resources investigations following the city’s General Plan Update (2015a), the adoption of Assembly Bill 52 in 2014, and the corresponding amendments to Appendix G of the CEQA Guidelines (as amended). The city implemented several administrative updates to the PEIR’s adopted MMRP in the 2019 Addendum. These updates included updated CIP project references and the incorporation by reference of the city’s Tribal, Cultural, and Paleontological Resources Guidelines (2017). The improvements proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. ii. A resource determined by the lead agency, in its discretion and supported by substantial evidence, to be significant pursuant to criteria set forth in subdivision (c) of Public Resources Code Section 5024.1. In applying the criteria set forth in subdivision (c) of Public Resources Code Section 5024.1, the lead agency shall consider the significance of the resource to a California Native American tribe? Since the certification of the PEIR, the city adopted the 2017 guidelines to reflect the city’s established standards of performance for cultural resources investigations following the city’s General Plan Update (2015a), the adoption of Assembly Bill 52 in 2014, and the corresponding amendments to Appendix G of the CEQA Guidelines (as amended). Native American monitoring would be conducted at the Project site due to the area’s resource sensitivity. San Luis Rey Band representatives agreed with this monitoring recommendation. Implementation of the preferred treatment options and mitigation measures, as detailed in the 2017 guidelines and 2019 Addendum, would ensure potential impacts on tribal cultural resources remain less than significant. Sections 15064.5(d) and (e) of the CEQA Guidelines assign special importance to human remains and specifies procedures to be used when Native American remains are discovered. As provided in Section 4.4 of the PEIR, these procedures are detailed under PRC, Section 5097.98. Any ground disturbing activities associated with implementation of the Project, including grading, trenching, and excavation during construction of the Project, would have the potential to unintentionally disturb human remains, resulting in a significant impact. Implementation of the required protocol in accordance with PRC Section 5097.98 and California State Health and Safety Code Section 7050.5, to be followed upon unintentional disturbance of human remains, in conjunction with Standard Treatment Measures 5 and 11 from the city’s 2017 guidelines would ensure potential impacts on human remains remain less than significant. The modifications proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a Carlsbad Boulevard Water Improvements at Terramar Project 47 result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. XIX. Utilities and Service Systems Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? Would the project: a) Require or result in the relocation or construction of new or expanded water, wastewater treatment or storm water drainage, electric power, natural gas, or telecommunications facilities, the construction or relocation of which could cause significant environmental effects? Yes No No No b) Have sufficient water supplies available to serve the project and reasonably foreseeable future development during normal, dry and multiple dry years? Yes No No No c) Result in a determination by the wastewater treatment provider which serves or may serve the project that it has adequate capacity to serve the project’s projected demand in addition to the provider’s existing commitments? Yes No No No d) Generate solid waste in excess of State or local standards, or in excess of the capacity of local infrastructure, or otherwise impair the attainment of solid waste reduction goals? Yes No No No e) Comply with federal, state, and local management and reduction statutes and regulations related to solid waste? Yes No No No a) Require or result in the relocation or construction of new or expanded water, wastewater treatment or storm water drainage, electric power, natural gas, or telecommunications facilities, the construction or relocation of which could cause significant environmental effects? Section 5.1, Effects Found Not Significant, of the PEIR includes a discussion of the potential impacts of the Master Plans on existing utilities and service systems. As provided in the PEIR and 2019 Addendum, a primary purpose of the updating the Master Plans is to ensure adequate, effective, reliable, equitable and fiscally sound water, sewer, and recycled water service to current and projected future residential, commercial, and industrial customers through 2040. The Master Plans respond to projected growth in Carlsbad Boulevard Water Improvements at Terramar Project 48 the service areas (refer to Population and Housing above) and would distribute existing and planned water supplies to meet existing and projected demand. Implementation of the Master Plans would not directly result in the need for new or expanded water and sewer supplies by introducing people or development to an area. The environmental impacts associated with the construction and operation of the proposed Project are described throughout Section 4.2 of this Addendum. The modifications proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Have sufficient water supplies available to serve the project and reasonably foreseeable future development during normal, dry and multiple dry years? As provided in the 2019 Addendum, the Master Plan Updates were projected to result in a reduction in overall water use from 2012. The city’s water demands in 2012 was projected to increase to 21.4 mgd (23,968 afy) in 2050; however, according to the 2019 Addendum, based on updates to the city’s growth plan, the updated projected potable water demand at buildout is 18.5 mgd (20,720 afy), comparatively lower than the previous prediction in the PEIR. Therefore, the projected water demands under the Master Plan Updates, in which the Project was previously considered, would be less than analyzed in 2012 and the impact would be less than significant. The extended footprint of the Project would not change the city’s water demand or supply as provided in the 2019 Addendum. c) Result in a determination by the wastewater treatment provider which serves or may serve the project that it has adequate capacity to serve the project’s projected demand in addition to the provider’s existing commitments? As provided above, no capacity increases would result under the Project that would otherwise require an increase in treatment capacity at the Encina Wastewater Treatment Control Facility. No impact would result. d) Generate solid waste in excess of State or local standards, or in excess of the capacity of local infrastructure, or otherwise impair the attainment of solid waste reduction goals? As discussed in the PEIR (Section 4.8, Hazards and Hazardous Materials) and the 2019 Addendum, all demolition debris and construction waste associated with construction of CIP projects under the Master Plans would be properly handled and disposed of, in accordance with federal, state and local laws and regulations related to solid and hazardous waste. Moreover, the long-term operations of the proposed Project as passive infrastructure would not generate solid waste that would significantly impact the permitted capacity of area landfills. The modifications proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. Carlsbad Boulevard Water Improvements at Terramar Project 49 e) Comply with federal, state, and local management and reduction statutes and regulations related to solid waste? See item d). This impact would be less than significant. XX. Wildfire Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? If located in or near state responsibility areas or lands classified as very high fire hazard severity zones, would the project: a) Substantially impair an adopted emergency response plan or emergency evacuation plan? Yes No No No b) Due to slope, prevailing winds, and other factors, exacerbate wildfire risks, and thereby expose project occupants to, pollutant concentrations from a wildfire or the uncontrolled spread of a wildfire? Yes No No No c) Require the installation or maintenance of associated infrastructure (such as roads, fuel breaks, emergency water sources, power lines or other utilities) that may exacerbate fire risk or that may result in temporary or ongoing impacts to the environment? Yes No No No d) Expose people or structures to significant risks, including downslope or downstream flooding or landslides, as a result of runoff, post-fire slope instability, or drainage changes? Yes No No No a) Substantially impair an adopted emergency response plan or emergency evacuation plan? The PEIR (Section 4.8) and 2019 Addendum included analysis of wildfire hazards and impacts to emergency response. As provided, the service areas include mostly urbanized land; however, portions of the city service areas are located in areas classified as Very High Fire Hazard Severity Zones (CAL FIRE 2009). The Project site is not located in a Very High Fire Hazard Severity Zone. As provided in the PEIR and 2019 Addendum, construction and design of all CIP projects would comply with the Uniform Fire Code (Title 24 Code of Federal Regulations, Part 9), which requires installation of sprinkler systems, fire- resistant building materials, standard roadway access widths, and other features to ensure that all Carlsbad Boulevard Water Improvements at Terramar Project 50 above-ground structures are constructed with all reasonable fire safety features. Additionally, the city has committed to the multiple design features to minimize impacts related to wildfire: • Fire safety information will be disseminated to construction crews during regular safety meetings. Fire management techniques will be applied during project construction as deemed necessary by the lead agency and depending on-site vegetation and vegetation of surrounding areas. • A brush management plan will be incorporated during project construction by the city, CMWD, or a contractor, as necessary. Construction within areas of dense foliage during dry conditions will be avoided, when feasible. • In cases where avoidance is not feasible, necessary brush fire prevention and management practices will be incorporated. Specifics of the brush management program will be determined as site plans for the project are finalized. As provided in issue IX (f), the city has committed to preparing a traffic control plan for applicable CIP projects. Implementation of a traffic control plan is identified as a project design feature in the MMRP. Preparation of a brush management plan and dissemination of fire safety information to construction crews are also included as project design features in the MMRP, and would further minimize wildfire hazards for individual projects. In this context, the Project would not substantially impair an adopted emergency response plan or emergency evacuation plan and the impact would be less than significant. The improvements proposed by the Project are not of a substantially different character than the activities proposed under the PEIR and 2019 Addendum. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Due to slope, prevailing winds, and other factors, exacerbate wildfire risks, and thereby expose project occupants to, pollutant concentrations from a wildfire or the uncontrolled spread of a wildfire? See response a). The Project would be constructed within existing urbanized areas to serve existing and approved development. The physical improvements proposed by the Project would not exacerbate existing wildfire risks that could otherwise expose existing populations to pollutant concentrations from a wildfire. The Project would result in a less than significant impact. c) Require the installation or maintenance of associated infrastructure (such as roads, fuel breaks, emergency water sources, power lines or other utilities) that may exacerbate fire risk or that may result in temporary or ongoing impacts to the environment? The Project would generally be constructed in existing and future dedicated public rights of way and on city-owned properties and do not include any new electrical connections in high fire hazard zones. Preparation of a brush management plan and dissemination of fire safety information to construction crews are included as project design features in the MMRP, and would minimize wildfire hazards for individual projects. The physical improvements proposed under the Project would serve existing Carlsbad Boulevard Water Improvements at Terramar Project 51 development and would not exacerbate existing fire risks that could result in temporary or ongoing impacts to the environment. This is considered a less than significant impact. d) Expose people or structures to significant risks, including downslope or downstream flooding or landslides, as a result of runoff, post-fire slope instability, or drainage changes? See responses a) and b). The Project would not exacerbate existing wildfire hazards that could otherwise result in downslope or downstream flooding or landslides, as a result of runoff, post-fire instability, or drainage changes. The Project would be required to comply with the city’s engineering standards along with Carlsbad’s grading requirements, which would minimize any hazards related to landslides Compliance with existing regulations would minimize impacts to less than significant. XXI. Mandatory Findings of Significance Was Impact Analyzed in Prior Environmental Document(s)? Does Project Involve New Significant Impacts or Substantially More Severe Impacts? Any New Circumstances Involving New Significant Impacts or Substantially More Severe Impacts? Any New Information Requiring New Analysis or Verification? a) Does the project have the potential to substantially degrade the quality of the environment, substantially reduce the habitat of a fish or wildlife species, cause a fish or wildlife population to drop below self-sustaining levels, threaten to eliminate a plant or animal community, substantially reduce the number or restrict the range of a rare or endangered plant or animal or eliminate important examples of the major periods of California history or prehistory? Yes No No No b) Does the project have impacts that are individually limited, but cumulatively considerable? (“Cumulatively considerable” means that the incremental effects of a project are significant when viewed in connection with the effects of past projects, the effects of other current projects, and the effects of past, present, and probable future projects)? Yes No No No c) Does the project have environmental effects which will cause substantial adverse effects on human beings, either directly or indirectly? Yes No No No Carlsbad Boulevard Water Improvements at Terramar Project 52 a) Does the project have the potential to substantially degrade the quality of the environment, substantially reduce the habitat of a fish or wildlife species, cause a fish or wildlife population to drop below self-sustaining levels, threaten to eliminate a plant or animal community, substantially reduce the number or restrict the range of a rare or endangered plant or animal or eliminate important examples of the major periods of California history or prehistory? Sections 4.3 and 4.4 of the PEIR included consideration of potential cumulative impacts to biological and cultural resources. The 2019 Addendum identified less than significant impacts and did not contribute to more significant impacts than those identified in the PEIR. With the inclusion of the mitigation measures identified in the MMRP, the Project would result in less than significant impacts. The physical improvements proposed under the modified Project are not of a substantially different character than those certified in the PEIR. No substantial new information has been presented that shows the Project would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. b) Does the project have impacts that are individually limited, but cumulatively considerable? (“Cumulatively considerable” means that the incremental effects of a project are significant when viewed in connection with the effects of past projects, the effects of other current projects, and the effects of past, present, and probable future projects)? Chapter 4 of the PEIR includes a consideration of potential cumulative impacts for each of the environmental resource topics considered. As provided in the 2019 Addendum, the city’s water demand in 2012 was projected to increase to 21.4 mgd (23,968 afy) at buildout; however, based on updates to the city’s growth plan, the updated projected potable water demand at buildout is 18.5 mgd (20,720 afy), comparatively lower than the previous predictions. Therefore, the projected water demands under the proposed Project would be less than analyzed in 2012. Given that the activities proposed under the Project have not substantially changed since the certification of the PEIR, the impact continues to be less than significant following application of the required mitigation. The analysis included in the PEIR and 2019 Addendum conservatively addresses the potential impacts of the Project, since complete construction details were unknown. No substantial new information has been presented that shows the Project modifications would result in more significant impacts than those originally analyzed in the PEIR or 2019 Addendum. No new significant impacts were identified as part of this analysis. As a result, the conclusions identified in the PEIR and 2019 Addendum remain accurate and applicable to the proposed Project. c) Does the project have environmental effects which will cause substantial adverse effects on human beings, either directly or indirectly? Section 5.3 and 5.4 of the PEIR address the Master Plans’ potential to result in growth inducement and significant and unavoidable impacts, respectively. Given that the Project would involve the ongoing management, replacement, and upgrade of the city’s water, sanitary sewer, and recycled water infrastructure, no substantial adverse effects on human beings, either directly or indirectly, would result. This impact is considered less than significant. Carlsbad Boulevard Water Improvements at Terramar Project 53 5.0 Applicable Project-specific Mitigation Measures The following mitigation measures from the certified 2012 PEIR MMRP and 2019 Addendum MMRP would be applicable to the impacts associated with the Project. The City’s updated 2017 Tribal, Cultural, and Paleontological Resources Guidelines were incorporated into MMRP for the 2019 Addendum to reflect updates to treatment of tribal, cultural, and paleontological resources. No new significant impacts or increased severity in impacts that were not analyzed in the PEIR or 2019 Addendum have been identified; therefore, no additional new Project-specific mitigation is required. As identified in the associated environmental analysis sections above, mitigation measures related to cultural and paleontological resources are applicable to the proposed Project. Based on the cultural resources investigation, archaeological and Native American monitoring are recommended for the Project site. 5.1 Cultural Resources Cul-1 Cultural Resources Investigation. For the CIP projects proposed in close proximity to a known cultural resource or projects that would result in ground-disturbing activities in a previously undisturbed area, a project-level cultural resources investigation shall be conducted by a qualified cultural resource professional as defined in the Carlsbad Tribal, Cultural, and Paleontological Resources Guidelines (2017) (2017 Guidelines) The cultural resources investigation shall include: 1. A CIP project site-specific review of the records search data at the South Coastal Information Center shall be conducted to determine if the CIP project site has been subjected to a professional survey. a. If a current cultural resources report addressing potential impacts on cultural resources is available, the city or CMWD shall implement the mitigation measures provided within the report. In the event that a current and valid report is not available, or if the entirety of the CIP project site has not been professionally surveyed, then an updated records search shall be performed. b. In accordance with the 2017 Guidelines, the city or CMWD shall contact the NAHC and local tribal governments for input on the project in order to identify any additional Native American resources that may not be included in the records search. 2. For those CIP project site(s) not addressed by a current cultural resources report (produced within five years of project proposal), a project-level Phase I Cultural Resources Survey shall be prepared in accordance with the 2017 Guidelines. Updates for all resources encountered during the Phase I survey shall be recorded using Department of Parks and Recreation (DPR) 523 forms in accordance with all applicable regulations. Resources shall be evaluated for significance and eligibility for inclusion in all applicable historic registers using methods such as, but not limited to, subsurface testing and/or archival research. Any subsurface testing would be monitored by an appropriate Native American representative. Carlsbad Boulevard Water Improvements at Terramar Project 54 3. In the event that such resources are found to be historical resources pursuant to CEQA, potential adverse impacts must be analyzed as stated in PRC Sections 21084.1 and 21083.2(l). Suitable mitigation for significant effects on archaeological resources are outlined in Section 15126.4(b)(3) as well as the 2017 Guidelines. The city or CMWD shall be responsible for implementing the methods for eliminating or substantially reducing impacts on resources as recommended by the archeologist and in consultation with the Native American Tribe. Such methods could include, but are not limited to: a. Planning construction to avoid archaeological sites; b. Incorporation of sites within parks, greenspace, or other open space; c. Capping or covering a site with a layer of soil before building on the site; d. Deeding the site into a permanent conservation easement; e. Excavation (Data Recovery) of archaeological resources; and/or f. Construction monitoring by a qualified professional and appropriate Native American monitors as identified through consultation with the NAHC or Native American Tribe. The monitor(s) shall be present at all pre- construction meetings. 4. If, as a result of Cul 1 -3, it is determined that a CIP project site requires monitoring by a Native American Tribe, then the city or CMWD shall enter into a Pre-Excavation Agreement or Cultural Resource Treatment and Monitoring Agreement with the appropriate Native American Tribe prior to the commencement of earth disturbing activities and consistent with the 2017 Guidelines. 5. The results of the cultural resources investigation shall be complied into a technical report or memorandum and submitted to the city or CMWD and the South Coastal Information Center. 5.2 Geology and Soils Pal-1 Paleontological Resources Investigation. For the proposed CIP projects which are located within geologic formations identified as high and moderate sensitivity in Table 1 of the 2017 Guidelines, a project-level paleontological resources investigation shall be conducted by a qualified professional paleontologist in cooperation with the County of San Diego and the San Diego Natural History Museum. The paleontological resources investigation shall include: 1. A review of the records search data for the city and CMWD service area and, if necessary, an updated records search; 2. Project-level pedestrian surveys of portions of the proposed CIP sites where paleontological resources could be encountered based on presence and depth of the sensitive formations; Carlsbad Boulevard Water Improvements at Terramar Project 55 3. Formal evaluation of any potentially affected paleontological resources to determine whether they qualify as unique paleontological resources; and 4. Recommended measures to avoid, where feasible, impacts on unique paleontological resources, such as preservation in place, planning construction to avoid unique paleontological sites, placing paleontological sites into permanent conservation easements, or planning parks, green space, or other open space to incorporate paleontological sites. Where avoidance or preservation in place is not feasible, excavation and curation may be recommended as mitigation. 5. The results of the paleontological resources investigation shall be compiled into a technical report or memorandum and submitted to the city or CMWD for further coordination with the San Diego Natural History Museum, as necessary. Carlsbad Boulevard Water Improvements at Terramar Project 56 6.0 References California Department of Transportation (Caltrans) 2019 Caltrans Scenic Highway System Map. California Department of Forestry and Fire Protection (CAL FIRE) 2009 Very High Fire Hazard Severity Zones in LRA As Recommended by CAL FIRE, Carlsbad. June 11. California State Water Resources Control Board (SWRCB) 2022 Geotracker, Cabrillo Power (SLT19726861). Available at: https://geotracker.waterboards.ca.gov/profile_report.asp?global_id=SLT19726861. Accessed March 25, 2022. Carlsbad Municipal Water District (CMWD) 2012 Water and Recycled Water Master Plan. City of Carlsbad (City) 2021 City of Carlsbad Zoning Map. August. 2019 Addendum to the Program Environmental Impact Report, City of Carlsbad Sewer Master Plan and Carlsbad Municipal Water District Water and Recycled Water Master Plans Update. August. 2017 Tribal, Cultural, and Paleontological Resources Guidelines. Available at: https://www.carlsbadca.gov/home/showpublisheddocument/254/63742597651687000 0. 2015a Carlsbad General Plan Update and Program EIR, prepared by the City of Carlsbad. Available at: https://www.carlsbadca.gov/departments/community- development/planning/general-plan. 2015b Climate Action Plan. September 2015. Prepared by Dyett and Bhatia. Available at: https://www.carlsbadca.gov/home/showpublisheddocument/4192/6374466651688000 00. 2012a City of Carlsbad Sewer Master Plan and Carlsbad Municipal Water District Water Master Plan and Recycled Water Master Plan Updates, Final Program Environmental Impact Report (EIR 12-01). State Clearinghouse No. 2012021006. October 2012, Certified by City of Carlsbad City Council on November 13, 2012, Resolution 2012-245. 2012b Carlsbad Municipal Water District Water Master Plan, November 2011; Recycled Water Master Plan, January 2012; and Phase III Recycled Water Project, Initial Study/MND (EIA 12-02), November 2012. 2004 Habitat Management Plan for Natural Communities in the City of Carlsbad. November. 2003 City of Carlsbad Water Master Plan and Sewer Master Plan. Carlsbad Boulevard Water Improvements at Terramar Project 57 City of Carlsbad (City) (cont.) 1998 Rancho Carrillo Master Plan. October 27. 1992 Water Reclamation Master Plan. HELIX Environmental Planning, Inc. (HELIX) 2022 Cultural Resources Study for the Carlsbad Municipal Water District Terramar Area Sewer & Water Main Improvements Project. April 22. U.S. Department of Transportation (USDOT) 2008 Roadway Construction Noise Model Version 1.1. Available at: https://www.fhwa.dot.gov/environment/noise/construction_noise/rcnm/. Carlsbad Boulevard Water Improvements at Terramar Project 58 7.0 Preparers HELIX Environmental Planning, Inc. Joanne Dramko, AICP, Project Manager Shelby Bocks, Environmental Planner Mandy Mathews, Biologist Stacie Wilson, RPA, Archaeologist Daniel Young, GIS Specialist Ana Topete, Document Specialist Appendix A Cultural Resources Study— Terramar Area Sewer & Water Main Improvements Project HELIX Environmental Planning, Inc. 7578 El Cajon Boulevard La Mesa, CA 91942 619.462.1515 tel 619.462.0552 fax www.helixepi.com April 22, 2022 01174.00005.001 Mr. Sean Diaz, PE, QSD Utilities Senior Engineer Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008-8802 Subject: Cultural Resources Study for the Carlsbad Municipal Water District Terramar Area Sewer & Water Main Improvements Project Dear Mr. Diaz: HELIX Environmental Planning, Inc. (HELIX) was contracted to conduct a project site-specific review for the Carlsbad Municipal Water District (CMWD) Terramar Area Sewer & Water Main Improvements Project (project), located in the City of Carlsbad (City), San Diego County, California. For the project site- specific review, HELIX reviewed an existing 2016 cultural resources survey report prepared by AECOM for the City’s Terramar Coastal Improvement Project that shares the same project alignment as the project (Foglia and Wilson 2016); conducted a records search update at the South Coastal Information Center (SCIC); and requested a Sacred Lands File Search from the Native American Heritage Commission (NAHC). Neither a field survey nor Native American outreach were performed as part of the current study. In summary, no significant cultural resources will be adversely impacted by the project. However, in line with the 2016 AECOM study recommendations for the Terramar Coastal Improvement Project, it is recommended that a cultural resource monitoring program be implemented for the project. PROJECT LOCATION AND DESCRIPTION The project site is located along the Pacific Coast south of Agua Hedionda, within an unsectioned portion of the Aqua Hedionda land grant, in Township 11 South, Range 4 West on the San Luis Rey U.S. Geological Survey (USGS) 7.5-minute topographic quadrangle (Figures 1 and 2, Regional Location and USGS Topography, respectively). The project alignment is situated within the rights-of-way of Carlsbad Boulevard and Cannon Road (Figure 3, Aerial Photograph). The project proposes to replace existing water mains with approximately 6,000 linear feet of new 12-inch pipe and the abandonment of two existing 6-inch and one existing 10-inch asbestos cement water mains via slurry filling from the northerly and southerly project limits on Carlsbad Boulevard. Additional improvements include sewer main and manhole replacements and the resurfacing of the existing street. All ground-disturbing activities are slated to occur within the existing, paved roadways. Letter to Mr. Sean Diaz Page 2 of 7 April 22, 2022 The project is part of the City’s Capital Improvement Program (CIP) that maintains, rehabilitates, improves, or replaces water and sewer infrastructure. Potential environmental impacts associated with CIP projects were analyzed in the City of Carlsbad Sewer Master Plan and Carlsbad Municipal Water District Water and Recycled Water Master Plans Update Program Environmental Impact Report (PEIR) & Addendum (EIR 12-01; SCH No. 2012021006). The majority of the project is included in the CIP project W-15 that was included in the 2019 Addendum to the PEIR. Per the PEIR’s Mitigation Monitoring and Reporting Program (MMRP), CIP projects proposed in close proximity to a known cultural resource or projects that would result in ground-disturbing activities in a previously undisturbed area require a project-level cultural resources investigation. As outlined in Cul-1 in the MMRP, the cultural resources investigation includes this initial step: 1. A CIP project site-specific review of the records search data at the South Coastal Information Center shall be conducted to determine if the CIP project site has been subjected to a professional survey. a. If a current cultural resources report addressing potential impacts on cultural resources is available, the city or CMWD shall implement the mitigation measures provided within the report. In the event that a current and valid report is not available, or if the entirety of the CIP project site has not been professionally surveyed, then an updated records search shall be performed. b. In accordance with the 2017 Tribal, Cultural and Paleontological Guidelines, the City or CMWD shall contact the NAHC and local tribal governments for input on the project in order to identify any additional Native American resources that may not be included in the records search. REGULATORY FRAMEWORK Cultural resources are defined as buildings, sites, structures, or objects, each of which may have historical, architectural, archaeological, cultural, and/or scientific importance. The California Environmental Quality Act (CEQA), Public Resources Code (PRC) 21084.1, and California Code of Regulations (CCR) Title 14 Section 15064.5, address determining the significance of impacts to archaeological and historic resources and discuss significant cultural resources as “historical resources,” which are defined as: • resource(s) listed or determined eligible by the State Historical Resources Commission for listing in the California Register of Historical Resources (CRHR; 14 CCR Section 15064.5[a][1]) • resource(s) either listed in the National Register of Historic Places (NRHP) or in a “local register of historical resources” or identified as significant in a historical resource survey meeting the requirements of Section 5024.1(g) of the PRC, unless “the preponderance of evidence demonstrates that it is not historically or culturally significant” (14 CCR Section 15064.5[a][2]) • resources determined by the Lead Agency to meet the criteria for listing on the CRHR (14 CCR Section 15064.5[a][3]) Letter to Mr. Sean Diaz Page 3 of 7 April 22, 2022 For listing in the CRHR, a historical resource must be significant at the local, state, or national level under one or more of the following four criteria: 1. It is associated with events that have made a significant contribution to the broad patterns of local or regional history, or the cultural heritage of California or the United States; 2. It is associated with the lives of persons important to local, California, or national history; 3. It embodies the distinctive characteristics of a type, period, region, or method of construction, or represents the work of a master or possesses high artistic values; and/or 4. It has yielded or has the potential to yield information important to the prehistory or history of the local area, California, or the nation. Under 14 CCR Section 15064.5(a)(4), a resource may also be considered a “historical resource” for the purposes of CEQA at the discretion of the lead agency. Significant resources must retain enough of their historic character or appearance to be recognizable as historical resources and to convey the reasons for their significance. Resource integrity, which is the authenticity of a historical resource’s physical identity evidenced by the survival of characteristics that existed during the resource’s period of significance, is evaluated with regard to the retention of location, design, setting, materials, workmanship, feeling, and association. In an archaeological deposit, integrity is assessed with reference to the preservation of material constituents and their culturally and historically meaningful spatial relationships. A resource must also be judged with reference to the particular CRHR criteria under which it is proposed for eligibility. City of Carlsbad Tribal, Cultural, and Paleontological Resources Guidelines In 1990, the City developed guidelines for the treatment of cultural resources. The guidelines were consistent with the cultural and historical resource guidelines set forth by the National Historic Preservation Act (NHPA), as amended, and CEQA, established standards of performance for resource investigation, and presented a systematic method of preserving identified resources. Carlsbad City Council Policy No. 83, adopted in 2016, called for the City to: “recognize [the City’s] responsibility to protect with improved certainty the important historical and cultural values of current Tribal Cultural Resources within the City limits and to establish an improved framework for the City's consultations with Native American Tribes that are traditionally and culturally affiliated with the City of Carlsbad, including the San Luis Rey Band of Mission Indians.” In 2017, updated Tribal, Cultural and Paleontological Guidelines were released to address the regulatory changes and the addition of new procedures to address additional requirements that had emerged since 1990 (ECORP 2017). The guidelines provide a framework for the roles and responsibilities of those responsible for compliance with the Guidelines and provide the processes by which cultural resources are assessed under the Guidelines. Letter to Mr. Sean Diaz Page 4 of 7 April 22, 2022 PROJECT SITE-SPECIFIC REVIEW METHODS HELIX reviewed a 2016 AECOM cultural resources survey report prepared for a separate project that shares the same project alignment (Foglia and Wilson 2016), and conducted an updated record search of the project area and a half-mile radius at the SCIC on January 12, 2022. Reports of previous cultural resources studies covering the project site or adjacent areas, and site forms for cultural properties were reviewed to assess the existence of, or potential for, cultural properties to be present within the project alignment. Because all project-related ground-disturbing activities are slated to occur within existing, paved roadways, an updated field survey was not conducted as part of this study. The NAHC was contacted for a Sacred Lands File search on January 7, 2022, the results of which were received March 9, 2022. No additional outreach to the Native American community was conducted as part of this study. PROJECT SITE-SPECIFIC REVIEW RESULTS Summary of 2016 AECOM Study AECOM conducted a cultural resources survey for the City’s Terramar Coastal Improvement Project, which shared the same project boundaries as the current project alignment (Foglia and Wilson 2016). The 2016 AECOM study included a records search at the SCIC, a search of the NAHC’s Sacred Lands File, an intensive pedestrian cultural resources survey, and evaluation of identified cultural resources. Native American outreach was also conducted by AECOM. The SCIC record search conducted in 2016 indicated that 41 studies had been conducted within the half- mile search radius; of these, ten had been undertaken within or overlapping the project alignment. The search also identified 17 previously recorded resources (11 prehistoric sites, three historic sites, two prehistoric isolates, and one historic isolate) within the half-mile search radius, four of which were recorded as being within the project area (Foglia and Wilson 2016). AECOM contacted the NAHC for a search of their Sacred Lands File, the results of which were positive for the presence of Native American cultural resources within the project area. Following this, AECOM contacted individuals and tribes provided by the NAHC to determine if any Traditional Cultural Properties, sacred sites, resource collecting areas, or other areas of concern would be impacted by the project. Three responses were received: The Pala Band of Mission Indians wished to be updated on the project’s progression and have any documentation that related to cultural resources sent to them; the Iipay Nation of Santa Ysabel requested a Kumeyaay and Luiseño monitor be present for all ground disturbing activities related to the project; and the Pauma & Yauima Reservation requested a site visit (Foglia and Wilson 2016). The 2016 AECOM field survey resulted in the identification of four resources within the project area: three historic sites, including a newly recorded resource, and one prehistoric site. Two of the historic sites consist of historic refuse and debris scatters (P-37-033636 and P-37-035622). The remaining historic site consists of a historic oil pipeline (P-37-032953). The prehistoric site consists of a hearth feature with a shell and lithic scatter (P-37-026517); only a small portion of the site was relocated. The fourth previously recorded prehistoric site, P-37-006751, was not identified during the survey and was determined to be mismapped by the SCIC. None of the sites within the project area were recommended Letter to Mr. Sean Diaz Page 5 of 7 April 22, 2022 as eligible for listing in the CRHR based on the lack of subsurface component and the lack of association with any person or event significant in our history (Foglia and Wilson 2016). AECOM noted that, given the number of known cultural resources within the vicinity of the project alignment, along with the fact that much of the project area had been developed over prior to the enaction of CEQA, there may be buried cultural resources within the paved areas of the project. As such, AECOM recommended that all ground-disturbing work be monitored by a qualified archaeologist and a Native American representative (Foglia and Wilson 2016). Records Search Update The current records search update indicated that nine cultural resources studies have been submitted to the SCIC since the initial 2016 AECOM study; these include the 2016 AECOM study itself, two predating the study, and five that date after the study was completed (Table 1, Update of Previous Studies Within One Half-Mile of the Project Alignment). Of these, only the 2016 AECOM study overlaps with the project area. The remaining studies include three archaeological surveys and assessments, three archaeological monitoring reports, a cultural resources treatment plan, and a cultural resources study Table 1 UPDATE OF PREVIOUS STUDIES WITHIN ONE HALF-MILE OF THE PROJECT ALIGNMENT Report No. (SD-) Report Title Author, Date 16127 Cultural Resources Treatment Plan North Coast Interstate 5 Corridor Dominici and Laylander, 2008 16131 Sixth Supplemental Historic Property Survey Report (HPSR): Revised Area of Potential Effects (APE) I-5 North Coast Corridor Blake, 2013 16219* Cultural Resources Phase I Survey Report for the Terramar Coastal Improvement Project Carlsbad, California Foglia and Wilson, 2016 16300 Letter Report: eTS 29398 – Cultural Resources Monitoring Report for the Encina Substation Bank 61 Addition, City of Carlsbad, San Diego County, California Glenny, 2015 17230 Cultural Resources Assessment of the TaylorMade PUC Project, Carlsbad, San Diego County, California Brunzell, 2017 17232 San Diego 55 Fiber Project, San Diego County, California Brunzell, 2017 17489 Revised Letter Report: eTS 31644 – Cultural Resources Monitoring Report for MHPUUP – Solamar Mobile Estates, City of Carlsbad, San Diego County, California Roy and Cooley, 2018 18208 Cultural Resources Assessment for the Chick-Fil-A I-5 and Palomar Airport Road FSU Project, City of Carlsbad, California Clark and Duran, 2019 18797 Archaeological monitoring for the SDG&E Strawberry Fields Weed Abatement Maintenance, TL23012 & 23053, Carlsbad Hub, San Diego County, California Jordan, 2020 * Overlaps with Project Alignment The records search update resulted in the identification of two additional cultural resources within the records search limits that were recorded during or following the 2016 AECOM study (Table 2, Update of Cultural Resources Recorded within One Half-Mile of the Project Alignment). These resources include a Letter to Mr. Sean Diaz Page 6 of 7 April 22, 2022 small trash burning area and an office building; neither of which are directly within the current project alignment. Table 2 UPDATE OF CULTURAL RESOURCES RECORDED WITHIN ONE HALF-MILE OF THE PROJECT ALIGNMENT Resource Number (P-37-) Resource Number (CA-SDI- Age and Resources Present Description Recorder, Date 035622 21807 Historic Site Small trash burning area Foglia and Droessler, 2016 039089 --- Historic Address Two-story, multi-unit office building Williams, 2019 Sacred Lands File Search The NAHC was contacted on March 1, 2022, for a Sacred Lands File search. The NAHC indicated in a response dated March 9, 2022, that the result of the Sacred Lands File check was positive for the project area and indicated to contact the La Jolla Band of Luiseno Indians and the San Luis Rey Band of Mission Indians for more information (Attachment B). No additional outreach to the Native American community was conducted as part of this study. CONCLUSIONS AND RECOMMENDATIONS HELIX utilized a 2016 AECOM cultural resource survey that encompassed the current project alignment, conducted a records search update for the project area and a half-mile search radius, and contacted the NAHC for an updated Sacred Lands File search. The 2016 record search and 2022 update indicated that a total of 50 studies had been conducted, and 19 cultural resources had been recorded, within the half- mile search radius. Four cultural resources have been identified within or adjacent to the project alignment, none of which are eligible for listing in the CRHR. The Sacred Lands File search was returned with positive results for the project area. As such, the project will not have an adverse impact on significant historical resources, per CEQA. As noted in the 2016 AECOM report, the area containing the project alignment was developed prior to the enactment of CEQA – because of this, buried cultural resources may be present within the current project alignment, which exists entirely in the paved roadways. No evidence was found to revise the conclusions of the 2016 AECOM report regarding cultural resources within the current project area. The 2016 AECOM report recommended archaeological monitoring be conducted by a qualified archaeologist and a Native American Monitor; this report does not change that recommendation. Letter to Mr. Sean Diaz Page 7 of 7 April 22, 2022 If you have any questions, please contact Stacie Wilson at StacieW@helixepi.com or at (619) 462-1515 extension 243. James Turner, M.A., RPA Stacie Wilson, M.S., RPA Staff Archaeologist Senior Archaeologist Attachments: Figure 1: Project Location Figure 2: USGS Topography Figure 3: Aerial Photograph Attachment A: Record Search Summary Attachment B: Sacred Lands File Search Results REFERENCES ECORP Consulting, Inc. 2017 Carlsbad Tribal, Cultural, and Paleontological Resources Guidelines. Electronic document, available at https://www.carlsbadca.gov/home/ showpublisheddocument/254/637425976516870000, accessed January 18, 2022 Foglia, Shannon, and Stacie Wilson 2016 Cultural Resources Phase I Survey Report for the Terramar Coastal Improvement Project, Carlsbad, California. Prepared by AECOM for the City of Carlsbad. Report on file at the South Coastal Information Center, San Diego State University, San Diego, California. ! ! !! !!! ! !! !!!! !!!! !!!!!! !!! !!! !! !! !!!! !! !! ! ! !! !! !! !! !! !! !! !! !! !! !! !! !! !! !!!! !! !!!!!! !!!! !! !!!!!! !! !! !! !! !!!! !! !!!!!!!! !! ! ! !! !! !!!! !! !!!!!! !!!!!! !! !! !! ! ! !! !! !! ! ! ! ! !!!!!!!! !! !!!!!!!! !! !! !! !!! !!!!!!!! !!!! !! !! !! !!!! !!!!!! !! !! !! !! !! !!!! !!!! !! !! !! !! !! !! !! !! !! !! !! !!!! !! !!!! !!!! !! !! !! ! !! !!!! !! !! !! !!!! !! !! !!! !!!!!!!! ! ! !!!!!! !! !!!! !!!!!! !!!! !!!! !! !! !!!! !!!!!!!! !! !! !! !! !! !! !!!!!!!!!!!! !!!! !!!! !! !!!! !! !! !!!! !! !! !!!!!!!!!!!! !! !! !! !! !! !!!!!! !! !!!! !! !! ! !! !! !! !! !! !! !! !! !! !! !! ! !! !!!! !! !! !!!!!! !!!!!! !! !!!! !! !! !! !!!! ! ! !! !!!! !! !!!! !! !! !! !! !! ! !!!! ! !! !! !! !! !! !! !! !! !!!!!! !! !! !! !! !! !! !! !!!!!!!!! !! !! !! !! !!!! !! !! !! !! !! !!!! !! ! ! !! !!!! !!!! !!!!!! !!! !! !! !! !! !! !! ! ! !! !! ! ! ! !! !!!! !!!!!!!!!!!!!!!!!! !! !! !! !! !! !!!!!! !! !! !! !!!! !!!! !! !! !! !! !!!! !! !! !! !! !! !! !! !! !!!! !!!!!! !!!!!!!! !!!!!!!! !!!!!! !! !! !"a$?¹ !"^$ ?³ ?¸!"^$WÌ !"a$?¸ ?¸ ?t WÊ ?¦ ?¦%&s( !"a$!"^$ WÌ !"_$ !"_$ ?n Ag Aä ?Ë ?p !"^$%&u( %&s( ?Ë Aä ?p ?¹ POWAY OCEANSIDE CARLSBAD VISTA ESCONDIDO OTAY CHULA VISTA SANTEE SANMARCOS ENCINITAS EL CAJON LA MESA CORONADO NATIONALCITY IMPERIALBEACH LEMONGROVE SOLANABEACH DEL MAR SANDIEGO CAMP PENDLETON LakeSan Marcos Lake Hodges Lake Wohlford Lake RamonaLake Poway Miramar Reservoir San VicenteReservoir LakeMurray SweetwaterReservoir LakeJennings OtayReservoir Pacific Ocean San Die g o B a y Santee Lakes SutherlandReservoir Lake Henshaw El Capitan Reservoir Loveland Reservoir Vail Lake O'Neill Lake Barrett Lake TIJUANA UNITED STATES MEXICO DULZURA JULIAN RAMONA WARNERSPRINGS RIVERSIDECOUNTY ORANGECOUNTY SAN DIEGOCOUNTY ! Project Site ALPINELAJOLLA ?¹ FALLBROOK Figure 1 Regional Location I: \ P R O J E C T S \ C \ C a r l s b a d M u n i c i p a l W D _ 0 1 1 7 4 \ 0 0 0 0 5 _ C M W D T e r r a m a r \ M a p \ C U L \ F i g 1 _ R e g i o n a l . m x d 0 1 1 7 4 . 0 0 0 0 5 . 0 0 1 1 / 7 / 2 0 2 2 - D Y Source: Base Map Layers (SanGIS, 2016)K CMWD Terramar Area Sewer & Water Main Improvements Cultural Resources Assessment 0 8 Miles Figure 2 USGS Topography I: \ P R O J E C T S \ C \ C a r l s b a d M u n i c i p a l W D _ 0 1 1 7 4 \ 0 0 0 0 5 _ C M W D T e r r a m a r \ M a p \ C U L \ F i g 2 _ U S G S . m x d 0 1 1 7 4 . 0 0 0 0 5 . 0 0 1 1 / 7 / 2 0 2 2 - D Y Source: SAN LUIS REY 7.5' Quad (USGS) CMWD Terramar Area Sewer & Water Main Improvements Cultural Resources Assessment 0 2,000 Feet K Project Site Carlsbad Blvd Cannon Rd Manzano D r Cerezo D r Tierra D el O r o St AvenidaEncinas CarlsbadBlvd L o s Robles Dr ShoreDr ElArbolDr §¨¦5 Figure 3 Aerial Photograph I: \ P R O J E C T S \ C \ C a r l s b a d M u n i c i p a l W D _ 0 1 1 7 4 \ 0 0 0 0 5 _ C M W D T e r r a m a r \ M a p \ C U L \ F i g 3 _ A e r i a l . m x d 0 1 1 7 4 . 0 0 0 0 5 . 0 0 1 1 / 7 / 2 0 2 2 - D Y Source: Aerial (Maxar, 2020)K CMWD Terramar Area Sewer & Water Main Improvements Cultural Resources Assessment 0 600 Feet Project Site STATE OF CALIFORNIA Gavin Newsom, Governor NATIVE AMERICAN HERITAGE COMMISSION Page 1 of 1 March 9, 2022 Stacie Wilson HELIX Environmental Planning Via Email to: staciew@helixepi.com Re: Terramar Area Sewer & Water Main Improvements Project, San Diego County Dear Ms. Wilson: A record search of the Native American Heritage Commission (NAHC) Sacred Lands File (SLF) was completed for the information submitted for the above referenced project. The results were positive. Please contact the La Jolla Band of Luiseno Indians and the San Luis Rey Band of Mission Indians on the attached list for information. Please note that tribes do not always record their sacred sites in the SLF, nor are they required to do so. A SLF search is not a substitute for consultation with tribes that are traditionally and culturally affiliated with a project’s geographic area. Other sources of cultural resources should also be contacted for information regarding known and recorded sites, such as the appropriate regional California Historical Research Information System (CHRIS) archaeological Information Center for the presence of recorded archaeological sites. Attached is a list of Native American tribes who may also have knowledge of cultural resources in the project area. This list should provide a starting place in locating areas of potential adverse impact within the proposed project area. Please contact all of those listed; if they cannot supply information, they may recommend others with specific knowledge. By contacting all those listed, your organization will be better able to respond to claims of failure to consult with the appropriate tribe. If a response has not been received within two weeks of notification, the Commission requests that you follow-up with a telephone call or email to ensure that the project information has been received. If you receive notification of change of addresses and phone numbers from tribes, please notify the NAHC. With your assistance, we can assure that our lists contain current information. If you have any questions or need additional information, please contact me at my email address: Andrew.Green@nahc.ca.gov. Sincerely, Andrew Green Cultural Resources Analyst Attachment CHAIRPERSON Laura Miranda Luiseño VICE CHAIRPERSON Reginald Pagaling Chumash PARLIAMENTARIAN Russell Attebery Karuk SECRETARY Sara Dutschke Miwok COMMISSIONER William Mungary Paiute/White Mountain Apache COMMISSIONER Isaac Bojorquez Ohlone-Costanoan COMMISSIONER Buffy McQuillen Yokayo Pomo, Yuki, Nomlaki COMMISSIONER Wayne Nelson Luiseño COMMISSIONER Stanley Rodriguez Kumeyaay EXECUTIVE SECRETARY Christina Snider Pomo NAHC HEADQUARTERS 1550 Harbor Boulevard Suite 100 West Sacramento, California 95691 (916) 373-3710 nahc@nahc.ca.gov NAHC.ca.gov Barona Group of the Capitan Grande Edwin Romero, Chairperson 1095 Barona Road Lakeside, CA, 92040 Phone: (619) 443 - 6612 Fax: (619) 443-0681 cloyd@barona-nsn.gov Diegueno Campo Band of Diegueno Mission Indians Ralph Goff, Chairperson 36190 Church Road, Suite 1 Campo, CA, 91906 Phone: (619) 478 - 9046 Fax: (619) 478-5818 rgoff@campo-nsn.gov Diegueno Ewiiaapaayp Band of Kumeyaay Indians Robert Pinto, Chairperson 4054 Willows Road Alpine, CA, 91901 Phone: (619) 368 - 4382 Fax: (619) 445-9126 ceo@ebki-nsn.gov Diegueno Ewiiaapaayp Band of Kumeyaay Indians Michael Garcia, Vice Chairperson 4054 Willows Road Alpine, CA, 91901 Phone: (619) 933 - 2200 Fax: (619) 445-9126 michaelg@leaningrock.net Diegueno Iipay Nation of Santa Ysabel Virgil Perez, Chairperson P.O. Box 130 Santa Ysabel, CA, 92070 Phone: (760) 765 - 0845 Fax: (760) 765-0320 Diegueno Iipay Nation of Santa Ysabel Clint Linton, Director of Cultural Resources P.O. Box 507 Santa Ysabel, CA, 92070 Phone: (760) 803 - 5694 cjlinton73@aol.com Diegueno Inaja-Cosmit Band of Indians Rebecca Osuna, Chairperson 2005 S. Escondido Blvd. Escondido, CA, 92025 Phone: (760) 737 - 7628 Fax: (760) 747-8568 Diegueno Jamul Indian Village Erica Pinto, Chairperson P.O. Box 612 Jamul, CA, 91935 Phone: (619) 669 - 4785 Fax: (619) 669-4817 epinto@jiv-nsn.gov Diegueno Jamul Indian Village Lisa Cumper, Tribal Historic Preservation Officer P.O. Box 612 Jamul, CA, 91935 Phone: (619) 669 - 4855 lcumper@jiv-nsn.gov Diegueno Kwaaymii Laguna Band of Mission Indians Carmen Lucas, P.O. Box 775 Pine Valley, CA, 91962 Phone: (619) 709 - 4207 Kwaaymii Diegueno La Jolla Band of Luiseno Indians Norma Contreras, Chairperson 22000 Highway 76 Pauma Valley, CA, 92061 Phone: (760) 742 - 3771 Luiseno La Posta Band of Diegueno Mission Indians Javaughn Miller, Tribal Administrator 8 Crestwood Road Boulevard, CA, 91905 Phone: (619) 478 - 2113 Fax: (619) 478-2125 jmiller@LPtribe.net Diegueno 1 of 3 This list is current only as of the date of this document. Distribution of this list does not relieve any person of statutory responsibility as defined in Section 7050.5 of the Health and Safety Code, Section 5097.94 of the Public Resource Section 5097.98 of the Public Resources Code. This list is only applicable for contacting local Native Americans with regard to cultural resources assessment for the proposed Terramar Area Sewer & Water Main Improvements Project, San Diego County. PROJ-2022- 000985 03/09/2022 03:40 PM Native American Heritage Commission Native American Contact List San Diego County 3/9/2022 La Posta Band of Diegueno Mission Indians Gwendolyn Parada, Chairperson 8 Crestwood Road Boulevard, CA, 91905 Phone: (619) 478 - 2113 Fax: (619) 478-2125 LP13boots@aol.com Diegueno Manzanita Band of Kumeyaay Nation Angela Elliott Santos, Chairperson P.O. Box 1302 Boulevard, CA, 91905 Phone: (619) 766 - 4930 Fax: (619) 766-4957 Diegueno Mesa Grande Band of Diegueno Mission Indians Michael Linton, Chairperson P.O Box 270 Santa Ysabel, CA, 92070 Phone: (760) 782 - 3818 Fax: (760) 782-9092 mesagrandeband@msn.com Diegueno Pala Band of Mission Indians Shasta Gaughen, Tribal Historic Preservation Officer PMB 50, 35008 Pala Temecula Rd. Pala, CA, 92059 Phone: (760) 891 - 3515 Fax: (760) 742-3189 sgaughen@palatribe.com Cupeno Luiseno Pauma Band of Luiseno Indians Temet Aguilar, Chairperson P.O. Box 369 Pauma Valley, CA, 92061 Phone: (760) 742 - 1289 Fax: (760) 742-3422 bennaecalac@aol.com Luiseno Pechanga Band of Indians Mark Macarro, Chairperson P.O. Box 1477 Temecula, CA, 92593 Phone: (951) 770 - 6000 Fax: (951) 695-1778 epreston@pechanga-nsn.gov Luiseno Pechanga Band of Indians Paul Macarro, Cultural Resources Coordinator P.O. Box 1477 Temecula, CA, 92593 Phone: (951) 770 - 6306 Fax: (951) 506-9491 pmacarro@pechanga-nsn.gov Luiseno Rincon Band of Luiseno Indians Cheryl Madrigal, Tribal Historic Preservation Officer One Government Center Lane Valley Center, CA, 92082 Phone: (760) 297 - 2635 crd@rincon-nsn.gov Luiseno Rincon Band of Luiseno Indians Bo Mazzetti, Chairperson One Government Center Lane Valley Center, CA, 92082 Phone: (760) 749 - 1051 Fax: (760) 749-5144 bomazzetti@aol.com Luiseno San Luis Rey Band of Mission Indians San Luis Rey, Tribal Council 1889 Sunset Drive Vista, CA, 92081 Phone: (760) 724 - 8505 Fax: (760) 724-2172 cjmojado@slrmissionindians.org Luiseno San Luis Rey Band of Mission Indians 1889 Sunset Drive Vista, CA, 92081 Phone: (760) 724 - 8505 Fax: (760) 724-2172 cjmojado@slrmissionindians.org Luiseno 2 of 3 This list is current only as of the date of this document. Distribution of this list does not relieve any person of statutory responsibility as defined in Section 7050.5 of the Health and Safety Code, Section 5097.94 of the Public Resource Section 5097.98 of the Public Resources Code. This list is only applicable for contacting local Native Americans with regard to cultural resources assessment for the proposed Terramar Area Sewer & Water Main Improvements Project, San Diego County. PROJ-2022- 000985 03/09/2022 03:40 PM Native American Heritage Commission Native American Contact List San Diego County 3/9/2022 San Pasqual Band of Diegueno Mission Indians Allen Lawson, Chairperson P.O. Box 365 Valley Center, CA, 92082 Phone: (760) 749 - 3200 Fax: (760) 749-3876 allenl@sanpasqualtribe.org Diegueno San Pasqual Band of Diegueno Mission Indians John Flores, Environmental Coordinator P. O. Box 365 Valley Center, CA, 92082 Phone: (760) 749 - 3200 Fax: (760) 749-3876 johnf@sanpasqualtribe.org Diegueno Soboba Band of Luiseno Indians Isaiah Vivanco, Chairperson P. O. Box 487 San Jacinto, CA, 92581 Phone: (951) 654 - 5544 Fax: (951) 654-4198 ivivanco@soboba-nsn.gov Cahuilla Luiseno Soboba Band of Luiseno Indians Joseph Ontiveros, Cultural Resource Department P.O. BOX 487 San Jacinto, CA, 92581 Phone: (951) 663 - 5279 Fax: (951) 654-4198 jontiveros@soboba-nsn.gov Cahuilla Luiseno Sycuan Band of the Kumeyaay Nation Cody Martinez, Chairperson 1 Kwaaypaay Court El Cajon, CA, 92019 Phone: (619) 445 - 2613 Fax: (619) 445-1927 ssilva@sycuan-nsn.gov Kumeyaay Sycuan Band of the Kumeyaay Nation Kristie Orosco, Kumeyaay Resource Specialist 1 Kwaaypaay Court El Cajon, CA, 92019 Phone: (619) 445 - 6917 Kumeyaay Viejas Band of Kumeyaay Indians Ernest Pingleton, Tribal Historic Officer, Resource Management 1 Viejas Grade Road Alpine, CA, 91901 Phone: (619) 659 - 2314 epingleton@viejas-nsn.gov Diegueno Viejas Band of Kumeyaay Indians John Christman, Chairperson 1 Viejas Grade Road Alpine, CA, 91901 Phone: (619) 445 - 3810 Fax: (619) 445-5337 Diegueno 3 of 3 This list is current only as of the date of this document. Distribution of this list does not relieve any person of statutory responsibility as defined in Section 7050.5 of the Health and Safety Code, Section 5097.94 of the Public Resource Section 5097.98 of the Public Resources Code. This list is only applicable for contacting local Native Americans with regard to cultural resources assessment for the proposed Terramar Area Sewer & Water Main Improvements Project, San Diego County. PROJ-2022- 000985 03/09/2022 03:40 PM Native American Heritage Commission Native American Contact List San Diego County 3/9/2022