Loading...
HomeMy WebLinkAboutBlue Pacific Engineering and Construction; 2019-02-19; PWS19-687TRANRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2020-0116012 I llllll lllll lllll 11111111111111111111111111111111111111111111111111111 Mar 05, 2020 02:15 PM OFFICIAL RECORDS Ernest ,I Dronen burg, Jr, SAN DIEGO COUNTY RECORDER FEES $0.00 (SB2 Atkins $0 00) PAGES 1 Space above this line for Recorder's use. PARCEL NO: NOTICE OF COMPLETION Notice is hereby given that: n/a 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned are City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on Dec. 31, 2019. 6. The name of the contractor for such work or improvement is Blue Pacific Engineering & Construction. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. 6607, Corrugated Metal Pipe Replacement Program -Romeria. 8. The street address of said property is along Romeria St. in the City of Carlsbad. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the c;ty Clerk of the my of Carlsbad, 1200 zrlsbad VUlage Ddve, Carlsbad, Calforn;a, 92008; the City Manager of said City on 3 '3 , 20.a/l__, accepted the above described work as completed and ordered that a otice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on _ _..'.3'-+-} _l{L.-_ _,, 2o_JQ, at Carlsbad, California. I CITY OF CARLSBA~ ~ . /.-lec-hf GttfY)eZ ( /Jfpv!:j -,~ BARBARA ENGLESON (/1-/1 City Clerk _,) C)bt.t Q:\Public Works\PW Common\CAPITAL-ACTIVE\6607 CMP (Romeria)\NOC.doc CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Blue Pacific Engineering & Construction has completed the contract work required for Project No. 6607, Corrugated Metal Pipe Replacement Program -Romeria. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS Remove existing portion of storm drain pipe and replace with reinforced concrete pipe VALUE $169,606 CERTIFICATION OF COMPLETION OF IMPROVEMENTS ~er Dat6 ' CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above described improvements. ~ J11/J}; ¥ Scott Chadwiok(City M Date APPROVED AS TO FORM: CELIA BREWER, City Attorney Q:\Public Works\PW Common\CAPITAL-ACTIVE\6607 CMP (Romeria)IAPl.doc Project: 6607, Corrugated Metal Pipe Replacement Program-Romeria Change Order No. 1 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 1 PROJECT: 6607, Corrugated Metal Pipe Replacement Program-Romeria CONTRACT NO. 6607 P.O. NO. P137202 ACCOUNT NO. 3707000-9060/66071-9066 CONTRACTOR: Blue Pacific Engineering & Construction ADDRESS: 7330 Opportunity Road, Ste. J San Diego, CA 92111 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Item 2: Item 3: Item 4: Item 5: Repair and compact failure outside of trench line. Increase to contract cost. .................................................................. $715.32 Install Marified 140 fabric above new reinforced concrete pipe. Increase to contract cost. .................................................................. $727.20 Sawcut and remove existing damaged asphalt on La Costa Avenue in front of the new ADA accessible ramp and replace with new asphalt. Increase to contract cost. .................................................................. $771.51 Connect existing 4-inch drain pipe into new reinforced concrete pipe on Romeria St. Increase to contract cost.. ................................................................. $442. 77 Grind existing concrete panel to match elevation of new ADA accessible ramp. Increase to contract cost. .................................................................. $704.54 Project: 6607, Corrugated Metal Pipe Replacement Program-Romeria Change Order No. 1 Item 6: Decrease Bid Item No. 4, utility potholing, by two. Decrease to contract cost. .............................................................. ($1,000.00) Item 7: Delete Bid Item. No. 5, trench dewatering. Decrease to contract cost. .............................................................. ($7,500.00) Item 8: Delete Bid Item No. 23, remove and replace loop detectors. Decrease to contract cost. ............................................................... ($4,800.00) TOTAL DECREASE TO CONTRACT COST ................................................. ($9,938.66) TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE INCREASED AS A RESULT OF THIS CHANGE ORDER. THIS IS THE FINAL CHANGE ORDER FOR THE CONTRACT AND CONSTITUTES A FINAL SETTLEMENT OF ALL ISSUES AND CLAIMS RELATING TO ANY CHANGES IN THE WORK, WHICH IS THE SUBJECT OF THIS CHANGE ORDER, INCLUDING, BUT NOT LIMITED TO ALL DIRECT AND INDIRECT COSTS ASSOCIATED WITH SUCH CHANGES AND ALL ADJUSTMENT TO THE CONTRACT PRICE AND CONTRACT TIME. (DJX E) I, l_7i:f\( (DATE) ¥ITV MANA /MAYOR (DATE) DISTRIBUTION: PROJECT FILE (ORIGINAL), PURCHASING, CONTRACTOR CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENT~ GENERAL PROVISIONS AND SUPPLEMENT AL PROVISIONS FOR CORRUGATED METAL PIPE REPLACEMENT PROGRAM- ROMERIA CONTRACT NO. 6607 PWS19-687fRAN l' • ., Revised 6/12/18 Contract No. 6607 Page 1 of 150 TABLE OF CONTENTS Notice Inviting Bids ................................................................................................................ 7 Contractor's Proposal ........................................................................................................... 12 Bid Security Form ................................................................................................................ 19 Bidder's Bond to Accompany Proposal ................................................................................ 20 Guide for Completing the "Designation of Subcontractors" Form ......................................... 21 Designation of Subcontractor and Amount of Subcontractor's Bid Items ............................. 23 Bidder's Statement of Technical Ability and Experience ....................................................... 24 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation ................................................................................... 25 Bidder's Statement Re Debarment.. ..................................................................................... 26 Bidder's Disclosure of Discipline Record .............................................................................. 27 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ........................ 29 Contract Public Works .......................................................................................................... 30 Labor and Materials Bond .................................................................................................... 36 Faithful Performance/Warranty Bond ................................................................................... 38 Optional Escrow Agreement for Surety Deposits in Lieu of Retention .................................. 40 l' •f' Revised 6/12/18 Contract No. 6607 Page 2 of 150 Section 1 1-1 1-2 1-3 1-4 1-5 Section 2 2-1 2-2 2-3 2-4 2-5 2-6 2-7 2-8 2-9 2-10 2-11 Section 3 3-1 3-2 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-2 5-3 5-4 5-5 5-6 Section 6 6-1 6-2 6-3 6-4 6-5 6-6 6-7 6-8 GENERAL PROVISIONS Terms, Definitions Abbreviations and Symbols Terms .......................................................................................................... 43 Definitions .................................................................................................... 43 ~~~;e~?~~~!~~~:::::::::::::::::::: :: : : : : : : : : : : : : : :~::::: : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : :6 Symbols ....................................................................................................... 51 Scope and Control of The Work Award and Execution of Contract ................................................................. 52 Assignment .................................................................................................. 52 Subcontracts ................................................................................................ 52 Contract Bonds ............................................................................................ 53 Plans and Specifications .............................................................................. 54 Work to be Done .......................................................................................... 58 Subsurface Data .......................................................................................... 58 Right-of-Way ................................................................................................ 58 Surveying ..................................................................................................... 59 Authority of Board and Engineer .................................................................. 63 Inspection .................................................................................................... 63 Changes in Work Changes Requested by the Contractor ........................................................ 64 Changes Initiated by the Agency .................................................................. 64 Extra Work ................................................................................................... 65 Changed Conditions .................................................................................... 67 Disputed Work ............................................................................................. 69 Control of Materials Materials and Workmanship ......................................................................... 75 Materials Transportation, Handling and Storage ........................................... 79 Utilities Location ....................................................................................................... 80 Protection .................................................................................................... 80 Removal ...................................................................................................... 81 Relocation .................................................................................................... 81 Delays .......................................................................................................... 82 Cooperation ................................................................................................. 82 Prosecution, Progress and Acceptance of the Work Construction Schedule and Commencement of Work ................................... 83 Prosecution of Work ..................................................................................... 84 Suspension of Work ..................................................................................... 85 Default by Contractor ................................................................................... 85 Termination of Contract. ............................................................................... 86 Delays and Extensions of Time .................................................................... 86 Time of Completion ...................................................................................... 87 Completion, Acceptance, and Warranty ....................................................... 87 l'\ •,r Revised 6/12/18 Contract No. 6607 Page 3 of 150 6-9 6-10 Section 7 7-1 7-2 7-3 7-4 7-5 7-6 7-7 7-8 7-9 7-10 7-11 7-12 7-13 7-14 Section 8 8-1 Section 9 9-1 9-2 9-3 9-4 Liquidated Damages .................................................................................... 88 Use of Improvement During Construction .................................................... 88 Responsibilities of the Contractor Contractor's Equipment and Facilities .......................................................... 89 Labor ........................................................................................................... 89 Liability Insurance ........................................................................................ 89 Workers' Compensation Insurance .............................................................. 89 Permits ........................................................................................................ 90 The Contractor's Representative .................................................................. 90 Cooperation and Collateral Work ................................................................. 90 Project Site Maintenance ............................................................................. 91 Protection and Restoration of Existing Improvements ................................... 93 Public Convenience and Safety ................................................................... 93 Patent Fees or Royalties ............................................................................ 100 Advertising ................................................................................................. 100 Laws to be Observed ................................................................................. 100 Antitrust Claims .......................................................................................... 101 Facilities for Agency Personnel General ...................................................................................................... 102 Measurement and Payment Measurement of Quantities for Unit Price Work .......................................... 103 Lump Sum Work ........................................................................................ 103 Payment .................................................................................................... 1 03 Bid Items .................................................................................................... 107 ('\ •;;" Revised 6/12/18 Contract No. 6607 Page 4 of 150 PART2 SUPPLEMENTAL PROVISIONS TO PARTS 2, 3, 4, 5, 6, AND 8 OF THE SSPWC CONSTRUCTION MATERIALS Section 200 Rock Materials 200-2 Untreated Base Materials ........................................................................... 111 Section 201 Concrete, Mortar and Related Materials 201-1 Portland Cement Concrete ........................................................................ 112 201-3 Expansion Joint Filler and Joint Sealants ................................................... 113 Section 203 Bituminous Materials 203-6 Asphalt Concrete ....................................................................................... 114 Miscellaneous Metal Items Section 206 206-7 Traffic Signs ............................................................................................... 115 206-8 Light Gage Steel Tubing and Connectors .................................................. 117 206-9 Portable Changeable Message Sign .......................................................... 118 Section 207 Gravity Pipe 207-2 Reinforced Concrete Pipe .......................................................................... 120 207-26 Underground Utility Marking Tape .............................................................. 120 Section 210 Paint and Protective Coatings 210-1 Paint .......................................................................................................... 121 Section 213 Engineering Geosynthetics 213-5 Geotextiles and Geogrids ........................................................................... 121 Section 214 Traffic Striping, Curb and Pavement Markings, and Pavement Markers 214-4 Paint for Striping and Marking .................................................................... 122 214-6 Pavement Markers ..................................................................................... 122 Section 215 Fencing 215-1 Environmental Fencing .............................................................................. 123 PART3 Section 300 300-1 300-2 300-12 CONSTRUCTION METHODS Earthwork Clearing and Grubbing ................................................................................ 124 Unclassified Excavation .............................................................................. 124 Storm Water Pollution Prevention Plan ....................................................... 125 Section 301 Subgrade Preparation, Treated Soil and Placement of Base Materials 301-1 Subgrade Preparation ................................................................................. 128 Section 302 Roadway Surfacing 302-5 Asphalt Concrete Pavement ....................................................................... 129 Section 303 Concrete and Masonry Construction 303-1 Concrete Structures .................................................................................... 130 303-2 Air-Placed Concrete .................................................................................... 130 l' •;;' Revised 6/12/18 Contract No. 6607 Page 5 of 150 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways .................................................................. 131 303-6 Stamped Concrete ...................................................................................... 131 303-7 Colored Concrete ........................................................................................ 132 Open Trench Conduit Construction Section 306 306-3 Trench Excavation ...................................................................................... 133 306-7 306-12 306-13 306-15 Prefabricated Gravity Pipe .......................................................................... 136 Backfill ........................................................................................................ 136 Trench Resurfacing ..................................................................................... 137 Payment ..................................................................................................... 137 Section 314 Traffic Striping, Curb and Pavement Markings, and Pavement Markers 314-4 Application of Traffic Striping and Curb and Pavement Markings ................ 137 314-5 Pavement Markers ...................................................................................... 139 PART 4 EXISTING IMPROVEMENTS Section 401 Removals 401-3 Concrete and Masonry Improvements ....................................................... 140 PART 5 PIPELINE SYSTEM REHABILITATION Section 500 Pipeline Rehabilitation 500-3 Cleaning and Preliminary Inspection .......................................................... 141 PARTS TEMPORARY TRAFFIC CONTROL DEVICES Section 601 601-2 Temporary Traffic Control for Construction and Maintenance Work Zones Temporary Traffic Control Plan (TCP) ....................................................... 144 601-3 Temporary Traffic Control (TTC) Zone Devices .......................................... 144 601-4 Temporary Traffic Striping and Pavement Markings .................................... 147 PARTS LANDSCAPE AND IRRIGATION Section 801 Installation 801-1 General ...................................................................................................... 148 APPENDIX A -Door Hanger B -Standard Plans C-Tier 2 SWPPP Template D -Traffic Signal and Street Lighting Notes E -Signing and Striping General Notes F -Soil Report l' •+f Revised 6/12/18 Contract No. 6607 Page 6 of 150 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 11 :00 a.m. on January 8, 2019, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Of- ficer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Removal of 204 feet of an existing storm drain system and replacement with a thirty (30) inch reinforced concrete pipe sys- tem with supplementary street surface improvements. CMP REPLACEMENT PROGRAM -ROMERIA CONTRACT NO. 6607 PWS19-687TRAN INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevoca- ble offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Depart- ment. 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 sub- stituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another juris- diction 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 Public Works Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction 2018 edition and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards, Inc., all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contrac- tors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. ,, •+; Revised 6/12/18 Contract No. 6607 Page 7 of 150 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 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) 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 two hundred thousand dollars $165,000. 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. SPECIAL TY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submit- ted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A -General Engineering. 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 sub- mitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Bid packages, various supplemental provisions and Contract documents may be obtained on the City of Carlsbad web site at www.carlsbadca.gov. Paper copies will not be sold. l' • ., Revised 6/12/18 Contract No. 6607 Page 8 of 150 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 draw- ings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as herein before spec- ified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. BIDDER'S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Graham Jordan, Contract Administrator graham.jordan@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, de- tails or specification sheets. The cutoff date to submit questions regarding this project is 5 p.m. on December 28, 2018. No Questions will be entertained after this date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding the project on January 3, 2019. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Con- tract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work l' •+f Revised 6/12/18 Contract No. 6607 Page 9 of 150 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. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. 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. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDA Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Pro- visions 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 commis- sioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commenc- ing 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. ,, •+; Revised 6/12/18 Contract No. 6607 Page 10 of 150 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. 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. December 5, 2018 Date Deputy Clerk ,, •+;' Revised 6/12/18 Contract No. 6607 Page 11 of 150 CITY OF CARLSBAD\/'?/ I°! '-3 CMP REPLACEMENT PROGRAM -ROMERIA CONTRACT NO. 6607 City Council City of Carlsbad CONTRACTOR'S PROPOSAL 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. 6607 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: CMP REPLACEMENT PROGRAM -ROMERIA Item No. Description Approximate Quantity And Unit Unit Price (Figures) 1 Mobilization (not to exceed 1 LS 10%) Ten Thousand Dollars and No Cents (Price in Words) 2 Traffic Control 1 LS Ten Thousand Dollars and No Cents (Price in Words) 3 Tier 2 Water Pollution Control 1 LS Plan Three Thousand Dollars and No Cents (Price in Words) 4 Utility Potholing 5 EA $ 500.00 Five Hundred Dollars and No Cents (Unit Price in Words) l" •+;' Revised 6/12/18 Contract No. 6607 Total Amount (Figures) $ 10,000.00 $ 10,000.00 $ 3,000.00 $ 2,500.00 Page 12 of 150 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) 5 Trench Dewatering Stipulated $ 71500 LS Seven thousand five hundred (Price in Words) 6 Clear, Grub and Grade 1 LS $ 15,000.00 Fifteen Thousand Dollars and No Cents (Price in Words) 7 Sheeting, Bracing and 1 LS $ 5,000.00 Shoring Five Thousand Dollars and No Cents (Price in Words) 8 Remove and Dispose 135 LF $ 30.00 $ 4,050.00 Existing Corrugated Metal Pipe Thirty Dollars and No Cents (Unit Price in Words) 9 Remove and Dispose Existing 69 LF $ 25.00 $ 1,725.00 Reinforced Concrete Pipe Twenty Five Dollars and No Cents (Unit Price in Words) 10 Remove and Dispose Existing 2 EA $ 2,500.00 $ 5,000.00 Curb Inlet and Wing Wall Two Thousand Five Hundred Dollars and No Cents (Unit Price in Words) 11 Remove and Dispose Curb 100 LF $ 12.00 $ 11200.00 and Gutter twehle Dollars a□d No Ce□ts (Unit Price in Words) {'\ •,;' Revised 6/12/18 Contract No. 6607 Page 13 of 150 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) 12 Remove and Dispose 260 SF $ 2.00 $ 520.00 Sidewalk Two Dollars and No Cents (Unit Price in Words) 13 Connect to Existing Storm 1 LS $ 1,500.00 Drain Cleanout Per CSD DS- 09 One Thousand Five Hundred Dollars and No Cents (Price in Words) 14 Construct Water Tight 30" 70 LF $ 350.00 $ 24!500.00 Elliptical RCP (2000-D) Three Hundred Fifty Dollars and No Cents (Unit Price in Words) 15 Construct Water Tight 30" 140 LF $ 280.00 $ 39,200.00 RCP (1350-D) Two Hundred Eighty Dollars and No Cents (Unit Price in Words) 16 Trench Resurfacing per GS-150 LF $ 32.00 $ 4,800.00 26 Tbirt~ Two Dollars and No Cents (Unit Price in Words) 17 Construct Type B-1 Curb Inlet 1 EA $ 10,000.00 $ 10,000.00 (L=1 0') Per SDRSD D-02 Ten Thousand Dollars and No Cents (Unit Price in Words) 18 Construct Type B-1 Curb Inlet 1 EA $ 12,000.00 $ 12,000.00 (L=15) Per SDRSD D-02 Twelve Thousand Dollars and No Cents (Unit Price in Words) l' •+f Revised 6/12/18 Contract No. 6607 Page 14 of 150 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) 19 Construct 6 Inch Curb and 100 LF $ 35.00 $ 3,500.00 Gutter Per SDRSD G-2 Thirty Five Dollars and No Cents (Unit Price in Words) 20 Construct Type A-1 Curb 1 EA $ 4,500.00 $ 4,500.00 Ramp per SDRSD G-28 Four Thousand Five Hundred Dollars and No Cents (Unit Price in Words) 21 Construct 6 Inch Concrete 15 LF $ 50.00 $ 750.00 Curb per SDRSD G-01 Fifty Dollars and No Cents (Unit Price in Words) 22 Construct Sidewalk per 300 SF $ 10.00 $ 3,000.00 SDRSD G-07 Ten Dollars and No Cents (Unit Price in Words) 23 Remove and Replace Loop 6 EA $ 800.00 $ 4,800.00 Detectors Eight Hundred Dollars and No Cents (Unit Price in Words) 24 Remove and Replace 1 LS $ 2,500.00 Signing, Striping and Pavement Legends Two Thousand Five Hundred Dollars and No Cents (Price in Words) 25 CCTV Inspection and Delivery 1 LS $ 1,500.00 of PACP File One Thousand Five Hundred Dollars and No Cents (Price in Words) {'\ •+r Revised 6/12/18 Contract No. 6607 Page 15 of 150 Item No. Description Approximate Quantity And Unit 26 Record Drawing 1 LS One Thousand Five Hundred Dollars and No Cents (Price in Words) Unit Price (Figures) Total Amount (Figures) $ 1,500.00 Total amount of bid in words: One Hundred Seventy Nine Thousand, Five Hundred and Forty Five Dollars and No Cents Total amount of bid in numbers:$ 179,545.00 ---'--------------------- Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s)._1 _________ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 824455 , classification A, B, CB, C27, C10 which expires on 09/30/2019 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City§ 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. {'\ •+;' Revised 6/12/18 Contract No. 6607 Page 16 of 150 Accompanying this proposal is __ a_B_i_d_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-in- surance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business 7330 Opportunity Road, Suite A City and State San Diego, CA (Street and Number) (4) Zip Code _9_2_11_1 _____ Telephone No. _8_58_-_95_6_-1_4_56 ________ _ (5) E-Mail selihu@bluepacificeng.com 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 ___________________ _ l' • .., Revised 6/12/18 Contract No. 6607 Page 17 of 150 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: l' •+;' Revised 6/12/18 Contract No. 6607 Page 18 of 150 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego on ____ 0_1/_0_8_/2_0_1_9 ___ before me, _____ R_ic_h_a_rd_W_il_lia_m_E~g_a_n,_N_o_t_a~ry_P_u_b_li_c ____ ~ Date Here Insert Name and Title of the Officer personally appeared _____________ S_h_a_h_ra_m_E_li_hu ____________ _ Name(e) of Signer(e) who proved to me on the basis of satisfactory evidence to be the person~ whose name~ istaFe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/'"1eFi4'"1eir authorized capacity~, and that by hiz/1:leFttt:leir signature(Eij on the instrument the person~, or the entity upon behalf of which the person~ acted, executed the instrument. Place Notary Seal and/or Stamp Above 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 ~ ::;:, ~ of Notary Public ~--------------OPTIONAL--------------~ Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _________________________ _ Document Date: _0~1/_0_8~/2_0_1_9 ______________ Number of Pages: _____ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: -'-Sh_a'--h_r_am_E_li_hu ______ _ Signer's Name: ___________ _ D Corporate Officer -Title(s): ______ _ D Corporate Officer -Title(s): ______ _ D Partner -□ Limited D General D Partner -□ Limited D General D Individual D Attorney in Fact D Individual □ Attorney in Fact D Trustee D Guardian or Conservator D Trustee □ Guardian or Conservator [R] Other: Owner/Sole Proprietor D Other: _____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ • BID SECURITY FORM (Check to Accompany Bid) CMP REPLACEMENT PROGRAM -ROMERIA CONTRACT NO. 6607 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of N/A. dollars($ _______ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) l'\ •+;' Revised 6/12/18 Contract No. 6607 Page 19 of 150 ) BIDDER'S BOND TO ACCOMPANY PROPOSAL CMP REPLACEMENT PROGRAM -ROMERIA CONTRACT NO. 6607 KNOW ALL PERSONS BY THESE PRESENTS: That we, BLUE PACIFIC ENGINEERING & CONSTRUCTION I as Principal, and NORTH AMERICAN SPECIAL TY INSURANCE COMPANY I as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) TEN PERCENT oF GREATER AMOUNT s10 for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: CMP REPLACEMENT PROGRAM -ROMERIA CONTRACT NO. 6607 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this ____ 3R_D,...__ day of JANUARY 2019 I -- BLUE PACIFIC NORTH AMERICAN G & CONSTRUCTION AL) SPECIAL TY INSURANCE COMPANY (SEAL) (Surety) By: ;/dA-D.do~ (Print Nanfe/Title) (Signature) MARK D. IATAROLA, ATTORNEY-IN-FACT (Print Name/Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN- FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: ____ (_~'----"'=---,.,,,,__/ __ _ Dep~ney l'\ • ., Revised 6/12/18 Contract No. 6607 Page 20 of 150 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On ____ 0_1_/0_8_/_20_1_9 ___ before me, _____ R_ic_h_a_rd_W_i_lli_a_m_E_g,._a_n---',_N_o_t_ary~P_u_b_li_c ____ _, Date Here Insert Name and Title of the Officer personally appeared _____________ S_h_a_h_ra_m_E_li_h_u ____________ _ Name(e) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islafe subscribed to the within instrument and acknowledged to me that heilshe/they executed the same in his,'heFttheir authorized capacity~, and that by hisJheri4heir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. , 8/ ;7;. RICHARD WILLIAM EGAN I z ··· ·. COMM.#2127463 ~ l9 NOTARY PUBLIC •CALIFORNIA ~ \ · ·. SAN DIEGO COUNTY !I My ~~m;_!~P-Sept~ber ~• 20 0 1? Place Notary Seal and/or Stamp Above 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. .-----------------OPTIONAL--------------~ Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: __________________________ _ Document Date: _0~1/'--0_8.,_/2_0_1_9 ______________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: _Sh_a_h_r_am_E_li_h_u ______ _ Signer's Name: ___________ _ □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator IBJ Other: Owner/Sole Proprietor □ Other: ____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 0000@ 0 0 00:00:0:0lJQQ:O:rno [):00000008:010 [J()0080310 I I I ~000008 0 0 0 6 00 0 I BE O 0 0 0 0 0 0000008011111 100:8111:1I1100 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of SAN DIEGO } On ____ 1 /_3_/2_0_19 _____ before me, ___ S_A_N_D_R_A_FI_G_U_E_R_O_A----,_N_O_T_A_R_Y_P_U_B_L_IC ___ ~ Date Here Insert Name and Title of the Officer personally appeared -------------'M----A'--"-R_K __ D_._IA_TA_R..c.O..;cl_A ___________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person!5t whose name~ is/-ai=e-subscribed to the within instrument and acknowledged to me that he/.shelthey executed the same in hisfl'lo/their authorized capacity~). and that by his/her/their signature(-s) on the instrument the person(~. or the entity upon behalf of which the person(~) acted, executed the instrument. C> ----C, C> <> C> <> <>--<>-1 r SANDRA FIGUEROA ,-i) COMM.# 2162642 } Z . J SAN DIEGO COUNTY } <l'. · '· NOTARY PUBLIC-CALIFORNIA.:: <l'. MY COMMISS!ON EXPIRES r L =--= <;;> -= ~~GJdS,l_,1!_:.2230_. . .J) Place Notary Seal and/or Stamp Above 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. OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: __________________________ _ Document Date: _____________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: _______________________ _ Capaclty(les) Claimed by Slgner(s) Signer's Name: MARK D. IATAROLA □ Corporate Officer -Title(s): ______ _ o Partner -o Limited □ General □ Individual o Trustee D Other: m Attorney in Fact □ Guardian of Conservator Signer's Name: ____________ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Trustee □ Guardian of Conservator □ Other: Signer is Representing:__________ Signer is Representing: _________ _ 118811 I a a I Cl 13I1111111111 ti ••• I 11111011113131 0::11111Bl1:113181 II 1:1 ii~ 1:0:0HI ID i:I J JI I l:i 1:0:0000011:0800:0011111100 C {] I ill II Bl I CO ©2017 National Notary Association SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIAL TY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, each does hereby make, constitute and appoint: JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA, AND SANDRA FIGUEROA HELEN E. WHEALDON JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of surety ship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." B M--y _____ _;;_ ____________ _ Steven P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company By Michael A. Ito,~~~~~--.,..,._~~,.....,,__~~~-~~-- & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this _12_day of JANUARY , 20~. State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this __g_ day of JANUARY , 20~, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice !'resident of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito_, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M. KENNY Notary Public• Slate of 111inois My Commission Expiu..~ 12/lJ.4/2021 ~-~~'-··_~_._,___.___~--~ M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 3RD day of JANUARY , 20 19 /I g' ;1__ ~/p.e~=:::-::7 - Jeffrey Goldberg, Vice President & Assistant Secretary of Washington lntemat10nal Insurance Company & North American Specialty Insurance Company 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 perfor- mance 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 Cali- fornia whom the Bidder proposes to specially fabricate and install any portion of the work or im- provement 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 Subcon- tractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. l'\ •+;' Revised 6/12/18 Contract No. 6607 Page 21 of 150 Determination of the subcontract amounts for purposes of award of the contract shall be deter- mined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. l'\ •+i' Revised 6/12/18 Contract No. 6607 Page 22 of 150 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) CMP REPLACEMENT PROGRAM -ROMERIA CONTRACT NO. 6607 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 Subcontractor Name Phone No. DIR Subcontractor's Portion of and and Email Registration License No. and Work by Work Location 0Y3usiness Address No. Classification Subcontractor ,; \ in Dollars* NBNE r_, I. / L!)~Rs ~ V 11--/ €. 12 l-JN -lc,19-S-~ ~-It'---~ ~ I n 1 _7~7/Z 7 /J-::i . .'J tJ-6 • _, g) {:_n-+-.)-f\2,d.-1'.Ti~.v. · <:;(. <,<q (.-R -P--Jn --,; ••(J~ /Vl 7,.~ I :::X:v_ w' ~--"iil 7 AA , f?A. I £v.JF, K"\)JJ/E P:::-1 r A-t'"r.c,,..i r ~ LJ/~ 717 luil 6tZo1q , -a c.o~ ---------------~~ 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'\ •+r' Revised 6/12/18 Contract No. 6607 Page 23 of 150 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CMP REPLACEMENT PROGRAM -ROMERIA CONTRACT NO. 6607 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. Date Name and Address Name and Phone Amount Contract of the Employer No. of Person to Type of Work of Completed Contract Contract SEE ATTACHED l' •,;' Revised 6/12/18 Contract No. 6607 Page 24 of 150 PROJECT NAME SR94 Euclid Interchange Paving, ADA ramps Big Trees -Purchase and Install DMP Phase 1 & 2 Cycle Track LID Landscape at Chet Harri! LID Landscape at Carlton Oaks LID Landscape at Cajon Park LID Landscape at Pride Academy Interior Courtyard Landscape at Knox Middle School ADA Barrier Removal North Santa Fe Storm Drain Repair LRC Sidewalk Connector Canyon Crest Landscaping LID Landscape at Pepper LID Landscape at Rio Seco Five Points Neighborhood Ped. lmpr. L-16-1391-DBB-2 South Mission Valley Trunk Sewer Excavate and Replace Sewer Pipe BLUE PACIFIC ENGINEERING & CONSTRUCTION CURRENT AND COMPLETED PROJECTS IN THE LAST 4 YEARS DESCRIPTION OF WORK OWNER/CONT ACT INFO Install Drainage, Landscaping, Irrigation City of San Diego Modify Traffic Signals, Sidewalk, Pedestrian Ricardo Sanchez (619) 980-6310 RSanchez@sandiego.gov Barricades, Paving ADAramps and Striping Chris Naval, PE (619) 980-7748 CNaval@sandiego.gov Install Trees at Various Parks in County of San Diego San Diego County Dario Lombardo 858-966-1334 Dario.Lombardo@sdcounty.ca.gov Street Improvements Paving, City of San Diego Striping and Signage Angelica Gil 619-533-3622 AngelicaG@sandiego.gov Install drought tollerant landscaping and Santee School District irrigation system Nancy Stasch (619) 258-2329 nancy.stasch@santeesd.net Install drought tollerant landscaping and Santee School District irrigation system Nancy Stasch (619) 258-2329 nancy.stasch@santeesd.net Install drought tollerant landscaping and Santee School District irrigation system Nancy Stasch (619) 258-2329 nancy.stasch@santeesd.net Install drought tollerant landscaping and Santee School District irrigation system Nancy Stasch (619) 258-2329 nancy.stasch@santeesd.net Install plants with drip irrigation system San Diego Unified School District and DG walking paths Jerry Ricks 619-843-2973 Remove old hardscape and install new City of Poway ADA compliant access Christine Pawlik 858-668-4605 CPawlik@poway.org Install Type 5 Cleanout, Type B Curb Inlet City of Oceanside 18", 24" and 36" RCP, Stamped Concrete Darra Woods, PM 760-435-5094 DLWoods@ci.oceanside.ca.us Install Concrete, Street Light, Curb and Gutter Palomar Community college Paving and Striping Diane Malone, PM 760.798.1607 dmalone@gafcon.com Install lighted DG path through sculpture garden SDUHSD and surrounding landscaping Caroline Roberts 760-753-6491 x5624 caroline.roberts@sduhsd.net Install drought tollerant landscaping and Santee School District irrigation system Nancy Stasch 619-258-2329 nancy.stasch@santeesd.net Install drought tollerant landscaping and Santee School District irrigation system Nancy Stasch 619-258-2329 nancy.stasch@santeesd.net Install Traffic Signal Modifications, Pushbuttons City of San Diego RE Ricardo Sanchez Polara Voice Crossing, Sidewalk and Striping 619-980-6310 RicSanchez@sandiego.gov Excavate and Replace Sewer Pipe City of San Diego Justin Garcia 619-990-3979 GarciaJM@sandiego.gov AMOUNT START END $3,739,993.00 5/29/18 2/15/19 $577,500.00 10/22/18 5/11/20 $2,011,719.53 10/30/18 1/11/19 $48,500.00 7/24/18 8/23/18 $33,400.00 7/24/18 8/23/18 $26,625.00 7/24/18 8/23/18 $12,750.00 7/24/18 8/23/18 $81,750.00 10/25/18 12/14/18 $110,175.00 10/29/18 11 /9/18 $192,000.00 8/13/18 11/2/18 $164,160.00 8/13/18 10/5/18 $164,000.00 6/15/18 9/27/18 $28,730.00 6/14/18 7/27/18 $31,500.00 6/18/18 7/27/18 $369,698.00 9/1 /16 11 /16/18 $1,013,093.00 10/18/16 6/27/18 PROJECT NAME DESCRIPTION OF WORK OWNER/CONT ACT INFO AMOUNT START END Airports JOC Asphalt, Concrete, Interior Rennovations City of San Diego $500,000.00 1 /1 /18 12/31/18 Painting, Signage Redel Riego (858) 573-1434 RDRiego@sandiego.gov Alvarado Channel Landscaping Landscape Maintenance City of La Mesa $22,000.00 1 /1 /18 12/31/18 Maintenance Jeff Manchester 619-667-1152 jmanchester@ci.la-mesa.ca.us Mt Miguel Install landscaping and irrigation Grossmont Unified High School District $269,295.00 10/20/17 10/19/18 Alicia Lutchansky 760.690.6710 alutchansky@ericksonhall.com CV Raised Median Install median, delineators and striping City of Chula Vista $226,621.11 4/16/18 7 /25/18 Joselito Castillo PE 619.397.6081 joselitoc@chulavistaca.gov Powers Road Install Sidewalk, Driveways, Curb and Gutter City of Poway $137,218.00 6/5/18 8/15/18 Brian Banzuelo 858-668-4623 bbanzuelo@poway.org Ocean St Beach Access Install Starways, Railings, Biofiltration Sys. City of Carlsbad $3,097,500.00 2/5/18 12/26/18 PWS 18-33PKS Signs, Boulders, Irrigation and Landscaping Robert Polley 760-717-0535 robert.polley@schneidercm.net Ellery Reservoir Landscaping Irrigation System and Planting Tower Foundations $25,800.00 5/9/18 10/23/18 at Ellery Reservoir Stanley Stanton 406-842-7260 depotstan@gmail.com Tecolote Canyon Clear and grub, Excavate and Backfill (Grading and City of San Diego $518,000.00 1 /30/17 9/12/17 K-16-1363-DBB-3 Compaction), U Type Headwalls, Bridge Pier Allen Day, RE (858) 276-9553 Allen.Day@arcadis.com Demolition, Shoring, Install Sin Sewer main, Safe Route to School Install Sidewalk, Driveways, Curb and Gutter City of La Mesa $648,519.96 8/7/18 6/28/18 Silva Cells and Tree Grates Michael Kinnard 619-667-1155 mkinnard@ci.la-mesa.ca.us Copley Park Curb and Gutter Asphalt, Concrete, Crack Repair MTS $87,300.00 1 /8/18 2/13/18 Elias Belknap (619) 557-4566 Elias.Belknap@sdmts.com Paul Ecke Central Improvements Install Sidewalk, Driveways, Curb and Gutter City of Encinitas $348,376.00 7/20/16 9/13/16 CS16D Storm drain, masonry block wall Matt Widelski (760) 633-2862 mwielski@encinitasca.gov La Costa Canyon High School Install Landscaping and Irrigation San Dieguito Union High School District, 684 Requeza Street, $118,000.00 8/1 /17 12/12/17 Learning Commons Landscape Project Encinitas, CA 92024 Creekside Marketplace Install landscaping and irrigation IDS Real Estate and City of San Marcos $224,900.00 8/7 /17 1/31/18 Christopher Maurer 310-433-8337cmaurer@idsrealestate.com Bicentennial Triangle Install Concrete Mosaic, Custom Benches City of Imperial Beach $322,630.00 7/30/18 10/19/18 Lighting, Landscaping and Irrigation Juan Larios 619-423-8311 jlarios@imperialbeachca.gov Industrial Blvd Sewer CIP SW292 Install Sewer lines and Manholes City of Chula Vista -Mike Schedine $394,799.00 10/5/17 12/5/17 619-397-6119 MSchedine@ci.chula-vista.ca.us Storm Drain Rehab FY2016/17 Excavation, shoring and install SANCON $133,620.00 3/16/17 1 /26/18 Sub to SANCON concrete and aspalt City of Chula Vista -Mike Schedine PROJECT NAME DESCRIPTION OF WORK OWNER/CONT ACT INFO AMOUNT START END Water Conservation Install drought tollerant landscaping and San Diego Housing Commission $316,500.00 6/20/16 8/19/16 Landscaping CS-16-02 irrigation system Frank Hanna 619-578-7539 frankh@sdhc.org Trail for All People L-16-1240-DBB-1 DG path, Shade Strutures, native Planting City of San Diego $238,500.00 10/26/15 5/27/16 with biological monitoring required Nick D'Amico 858-627-3283 NDAmico@sandiego.gov N Harbor Dr Pedestrian Access Install Asphalt, Curb and Gutter, pushbuttons City of San Diego $598,570.00 2/16/16 5/15/16 Improvements K-16-1298-DBB-3 Signal Modification and Striping Jared Skinner 858-495-4710 JSkinner@sandiego.gov Richland Elementary CIP 88520 Sidewalk, Asphalt, Striping, Electrical City of San Marcos $707,000.00 7/27/15 4/22/16 Perryn White 619-850-3851 PWhite@san-marcos.net CMP Replacement Type B Cleanout and 24" Storm Drain City of Carlsbad (Sherri Howard) $95,110.00 12/28/15 4/4/16 La Gran Via 6607 CM Marius Jaskula 760-744-4578 mjaskula@dudek.com Lake Poway Parking Expansion Install Performance Stage and Landscaping City of Poway Jeff Beers 858-668-4624 JBeers@poway.org $152,955.00 11 /16/15 3/21/16 Sunset Cliffs Park Demo, Grading, Planting & Irrigation City of San Diego $201,700.00 9/21 /15 3/18/16 L-15-5667-DBB-1-A Samuel Portillo 619-379-9117 SPortillo@sandiego.gov North Sidewalk Santa Fe Dr. Sidewalk, Asphalt, Striping, Electrical City of Encinitas $550,646.02 2/11/15 3/15/16 Stephanie Kellar 760-633-2839 Skellar@encinitasca.gov Repair, Replacement and Construction Install Concrete Countywide County of San Diego $226,970.00 10/22/14 3/6/15 of Concrete Curbs, Gutter, Sidewalks, Hashem EI-Bahsh 619-306-8151 Countywide Oracle Proj. No. 1018524 HashemEl-bahsh@sandiegocounty.ca.gov Maryland Avenue Sidewalk, Asphalt, Striping, Electrical City of La Mesa $503,000.00 7 /15/15 2/23/16 lmprovments 13-19 Kathy Feilen 619-667-1347 kfeilen@ci.la-mesa.ca.us Bayshore Bikeway Segment 4 Pavement, PCC, Dike, Inlet, Guard Rail SANDAG $1,136,000.00 9/29/14 7/15/15 Solomon Choi (619) 458-4428 SolomonChoi@caltrop.com Annual Main Line Repairs W12-202 Microtunneling Repairs to Sewer City of Imperial Beach $726,000.00 6/30/14 10/9/15 Microtunneling Peter Lau 619-628-1371 PLau@imperialbeachca.gov Drought Tollerant Landscaping Landscaping, Irrigation, Planting Grossmont-Cuyamaca Community College District $428,000.00 2/1 /14 8/26/15 Don Kramer 619-644-7055 dkramer@gafcon.com King Street Drainage Improvements Retaining Wall, AC, Atrium Drains City of La Mesa $299,266.00 9/22/14 6/18/15 Don Laslo 619-667-1151 DLaslo@ci.la-mesa.ca.us Sewer Rehab Project FY 11 /12 Trench, Remove and Replace Sewer City of Chula Vista -Mike Schedine $410,350.00 1 /3/14 5/14/15 619-397-6119 MSchedine@ci.chula-vista.ca.us Del Mar Shores Beach Access Concrete Stairs and Railing City of Solana Beach $1,218,000.00 2/14/14 1 /12/15 Dan Goldberg 858-720-2474 dgoldberg@cosb.org Rattlesnake Creek Landscaping, Irrigation, Planting City of Poway $298,932.09 11/20/13 9/19/14 Streambank Stabilization Melody Rocco 858-668-4653 MRocco@poway.org Montiel Park Enhancement Stone Walls, Fencing, Landscaping City of San Marcos $436,900.00 11/10/13 4/28/14 Perryn White 760-7 44-1050 PWhite@san-marcos.net PROJECT NAME DESCRIPTION OF WORK OWNER/CONT ACT INFO START END Fuerte Drive Slope Repairs Steel Piling, Timber, Concrete County of San Diego -Adofo Cacho $400,127.00 11 /9/13 4/4/14 619-306-8165 Adolfo.Cacho@sdcounty.ca.gov Furnish & Install Concrete Stairs Install Concrete Stairs and Railing San Diego Unified School District $55,460.35 3/28/13 3/31/14 at Marshall Middle School Juan Gonzalez 619-665-7358 JGonzalez32@sandi.net Raspy Grower Turnaround Concrete, Asphalt, Storm Drain Install City of Encinitas $115,786.76 12/5/13 2/7/14 Stephanie Kellar 760-633-2839 Skellar@encinitasca.gov BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) CMP REPLACEMENT PROGRAM -ROMERIA CONTRACT NO. 6607 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 cef' Automobile Liability d cf 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 in- surance 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. l' •+;' Revised 6/12/18 Contract No. 6607 Page 25 of 150 TEAGUE INSURANCE· AGENCY INC. . May 14, 2018 RE: Insurance for Shahram Elihu OBA: Blue Pacific Construction & Engineering .For: City of C?irlsbad · To whom'it may concern: We are the current insurance broker for Blue Pacific Engim3ering and Construction. Their . insurance currently meets the requirements outlined for this project, with:the exception of: 1) the requirement for the.auto liability to cover 'ariy auto'. their aufo policy currently.provides . coverage for schedul'ed, hired & non-owned autos-only, and 2) The admitted status of their general Hability 9arrier, However, ·upon award ofthe bid, coverage for 'any' auto' .can-be obtained, and their general liability coverage can be placed wlth · ari admitted carrier, if required by wr.itten contract. , C , • , Sincerely; .~ ~ted Choice~ 4100 Spring Street • Fourth FI;or • La Mesa, CA91942-0275 •. Main: (619) 464-6851 • ;Fax: (619) 668-4715 . www.teagueins.com • Lfcel)-se #0525512 • Established 1954 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On May 14, 2018 before me, Tracy L Rice, Notary Public (insert name and title of the officer) personally appeared _T_o_m_G_e_i_sb_u_s_h ____________________ _ 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~~ (Seal) TRACY L. RICE 1 Commission No. 2198816 :,, NOTARY PUBLIC-CALIFORNIA t SAN DIEGO COUNTY ~ • ~mmission Expires May 25, 2021 SHAHELl-01 DOU ERION ES ~ ACORD CERTIFICATE OF LIABILITY INSURANCE I DATE(MM/DDNYYY) ~----------------------------------_.__----'1-'-",2'-4_/2----'-0---'--19=--------; I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Teague Insurance Agency, Inc. 4700 Spring St., #400 La Mesa, CA 91942-0275 INSURED CONTACT ~_f_: rA~gNJo, Ext): (619) 464-6851 --I r:,~, No):(619) 668-4715---~ ii:li"i{1ss,info@teagueins.com _____________ ~-----____ _ ___ INSURER(S) AFFORDING COVERAGE ______ NAIC #_ _ INSURER A: James River lnsuranc~e~C_o_m_p~a_n~y _____ 12203 ___ _ =1N=s=u~R=ER~B~: C~a_li_fo~r~n~i=a~A_u~t~o~m_o_b_i~le~ln~s~u~r_a_n_c_e_C~o~m~1~ oia_n~v--+3_8_3_4_2 __ Shah ram Elihu OBA: Blue Pacific Engineering & Construction 1111suRER c: State Compensation lnsuran~c_ec __ F_u_n~d~---+-3_5_0_7~6 ~!~o o~i:;~u;~~1~~ad Ste A INSU=Rs=E=R=D~: ________ ----------------+------ _lli_~~~=Ra=E~'---------------------+-------1 INSURER F: COVERAGES CERTIFICATE NUMBER· REVISION NUMBER- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO \i\/HICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHO\NN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1~i~ -TYPE OF INSURANCE ~,~.-°,.\-~~~~ POLICY NUMBER --POLICY ~FF 1~8)-~<?,~, ------------------j LIMITS A X COMMERCIAL GENERAL LIABILITY = ~ J CLAIMS-MADE [K] OCCUR GEN'L AGGREGATE LIMIT APPLIES PER Fl POLICY [K] ~r8r □ LOC OTHER ~~TOMOBILE LIABILITY ~ ANY AUTO OVvNED _ AUTOSONLY X SCHEDULED ~ AUTOS X ~Ll\!ffi; ONLY x ~era~t~ A ,_ UMBRELLA LIAB I X I OCCUR X EXCESS LIAB n CLAIMS-MADE OED I X I RETENTION$ 0 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/N □ X 000734302 X BA040000044356 XLS0108014 9048240-18 N/A 8/20/2018 EACH OCCURRENCE 1,000,000 50,000 MED EXP (Anv one person) $ 1,000 PERSONAL & ADV INJURY $ 1,000,000 ~~~~~-~~~-t-'------- GENERAL AGGREGATE $ 2,000,000 l'f3Q_DUCTS -COMP/OP AGG $ $ COMBINED SINGLE LIMIT .if;_a accident\ 2,000,000 1,000,000 4/20/2018 4/20/2019 BODILY INJURY (Per person) $ 8/20/2018 3/1/2018 BODILY INJURY (Per accidentl $ e-==~==~~~=~f-=---------- ~~tc~d~~t~AMAGE $ $ EACH9~C=U~R~RE=N~C=E~_--+-$~ ___ 5_,o_o_o_,_o_oo 812012019 AGGREi,AJ=E~------+~$~ ___ 5_,o_o __ o_,o_oo 3/1/2019 XI ~~%UTE I E.L. EACH ACCIDENT I OTH-ER $ E.L. DISEASE -EA EMPLOYEE $ E.L. DISEASE -POLICY LIMIT $ 1,000,000 1,000,000 1~600,000 DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES IACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Carlsbad, its officals, employees and vo unteers are included, when required by written contract or agreement, as additional insured with primary non-contributory wording with respects to General Liability for ongoing and completed operations; and additional insured with respects to Auto Liability, coverage is primary, per attached form. Excess Liability follows the underlying General Liability and Auto Liability coverage. CERTIFICATE HOLDER I City of Carlsbad / CMWD c/o EXIGIS Insurance Compliance Services PO Box 4668 -ECM #35050 New York, NY 10163-4668 ACORD 25 (2016/03) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD J' Policy Number: 000734302 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS Name Of Additional Insured Person(s) Or Organization(s): If no entry appears above, this endorsement applies to all Additional Insureds covered under this policy. Any coverage provided to an Additional Insured under this policy shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance apply on a primary and noncontributory basis. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP5031 US 04-10 Page 1 of 1 POLICY NUMBER: 000734302 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Opera- Or Oraanization(s): tions Where required by written contract or written All operations of the Named Insureds. agreement. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 37 07 04 Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organiza- tion(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 des- ignated and described in the schedule of this endorse- ment performed for that additional insured and includ- ed in the "products-completed operations hazard". © ISO Properties, Inc., 2004 Page 1 of 1 □ POLICY NUMBER: 000734302 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person{s) Or Organization(s): Location(s) Of Covered Operations Where required by written contract or written agreement. All operations of the Named Insureds. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. 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) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, mainte- nance or repairs) to be performed by or on be- half of the additional insured(s) at the location 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 in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 2010 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 □ Policy Number: BA0400000044356 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Business Auto Broadening Endorsement This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. NEWLY ACQUIRED OR FORMED ENTITY (BROAD FORM NAMED INSURED) II. EMPLOYEES AS INSUREDS 111. AUTOMATIC ADDITIONAL INSURED IV. EMPLOYEE HIRED AUTO LIABILITY V. SUPPLEMENTARY PAYMENTS VI. FELLOW EMPLOYEE COVERAGE VII. ADDITIONAL TRANSPORTATION EXPENSE VIII. HIRED AUTO PHYSICAL DAMAGE COVERAGE IX. ACCIDENTAL AIRBAG DEPLOYMENT COVERAGE X. LOAN/LEASE GAP COVERAGE XI. GLASS REPAIR -DEDUCTIBLE WAIVER XII. TWO OR MORE DEDUCTIBLES XIII. AMENDED DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS XIV. WAIVER OF SUBROGATION XV. UNINTENTIONAL ERROR, OMISSION, OR FAILURE TO DISCLOSE HAZARDS XVI. EMPLOYEE HIRED AUTO PHYSICAL DAMAGE XVII. PRIMARY AND NONCONTRIBUTORY IF REQUIRED BY CONTRACT XVIII. HIRED AUTO -COVERAGE TERRITORY XIX. BODILY INJURY REDEFINED TO INCLUDE RESULTANT MENTAL ANGUISH ' Copyright 2017 Mercury Insurance Services, LLC. All rights reserved. M CABS 100817-CA Includes copyrighted material of Insurance Services Office, Inc., with its Permission Page 1 of 6 BUSINESS AUTO COVERAGE FORM I. NEWLY ACQUIRED OR FORMED ENTITY (Broad Form Named Insured) SECTION II -LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured, the following is added: d. Any business entity newly acquired or formed by you during the policy period provided you own 50% or more of the business entity and the business entity is not separately insured for Business Auto Coverage. Coverage is extended up to a maximum of 180 days following acquisition or formation of the business entity. Coverage under this provision is afforded only until the end of the policy period. Coverage does not apply to an "accident" which occurred before you acquired or formed the organization. 11. EMPLOYEES AS INSUREDS SECTION II -LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured, the following is added: e. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. Ill. AUTOMATIC ADDITIONAL INSURED SECTION 11 -LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured, the following is added: f. Any person or organization that you are required to include as additional insured on the Coverage Form in a written contract or agreement that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period is an "insured" for Liability Coverage, but only for damages to which this insuran;:e applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. IV. EMPLOYEE HIRED AUTO LIABILITY SECTION II -LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured, the following is added: g. An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. V. SUPPLEMENTARY PAYMENTS SECTION II -LIABILITY COVERAGE, A. Coverage, 2. Coverage Extensions, a. Supplementary Payments, Subparagraphs (2) and (4) are replaced by the following: MCA85100817-CA (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We are not obligated to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. Copyright 2017 Mercury Insurance Services, LLC. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its Permission Page 2 of 6 VI. FELLOW EMPLOYEE COVERAGE: SECTION II -LIABILITY COVERAGE, B. Exclusions, 5. Fellow Employee This exclusion does not apply if you have workers' compensation insurance in-force covering all of your "employees". Coverage is excess over any other collectible insurance. VII. ADDITIONAL TRANSPORTATION EXPENSE SECTION Ill -PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses, is replaced with the following: We will pay up to $50 per day to a maximum of $1000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". If your business shown in the Declarations is other than an auto dealership, we will also pay up to $1,000 for reasonable and necessary costs incurred by you to return a stolen covered auto from the place where it is recovered to its usual garaging location. VIII. HIRED AUTO PHYSICAL DAMAGE COVERAGE SECTION Ill -PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, the following is added: c. If Liability Coverage is provided in this policy on a Symbol 1 or a Symbol 8 basis and Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this coverage form for any "auto" you own, then the Physical Damage Coverages provided are extended to "autos" you hire, subject to the following limit: (1) The most we will pay for "loss" to any hired "auto" is $50,000 or Actual Cash Value or Cost of Repair, whichever is less (2) $500 deductible will apply to any loss under this coverage extension, except that no deductible shall apply to "loss" caused by fire or lightning Subject to the above limit and deductible we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own of similar size and type. This coverage extension is excess coverage over any other collectible insurance. IX. ACCIDENTAL AIRBAG DEPLOYMENT COVERAGE SECTION Ill -PHYSICAL DAMAGE COVERAGE, B. Exclusions, 3.a., is amended to add the following: This exclusion does not apply to the accidental discharge of an airbag. Copyright 2017 Mercury Insurance Services, LLC. All rights reserved. MCA85100817-CA Includes copyrighted material of Insurance Services Office, Inc., with its Permission Page 3 of 6 X. XI. LOAN/LEASE GAP COVERAGE SECTION Ill -PHYSICAL DAMAGE COVERAGE C. Limit of Insurance, the following is added: 4. In the event of a "total loss" to a covered "auto" shown in the schedule or declarations for which Collision and Comprehensive Coverage apply, we will pay any unpaid amount due on the lease or loan for that covered "auto," less: a. The amount paid under the Physical Damage Coverage Section of the b. policy; and Any: (1) (2) (3) (4) Overdue lease/loan payments at the time ofthe "loss"; Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage. Security deposits not returned by the lessor; Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (5) Carry-over balances from previous loans or leases. The most we will pay under Auto Loan/Lease Gap Coverage for an insured auto is 25% of the actual cash value of that insured auto at the time of the loss. GLASS REPAIR -DEDUCTIBLE WAIVER SECTION Ill -PHYSICAL DAMAGE COVERAGE, D. Deductible, the following is added: No deductible applies to glass damage if the glass is repaired rather than replaced. XII. TWO OR MORE DEDUCTIBLES SECTION Ill -PHYSICAL DAMAGE COVERAGE, D. Deductible, the following is added: If two or more "company" policies or coverage forms apply to the same accident: 1. If the applicable Business Auto deductible is the smallest, it will be waived; or 2. If the applicable Business Auto deductible is not the smallest, it will be reduced by the amount of the smallest deductible; or 3. If the loss involves two or more Business Auto coverage forms or policies the smallest deductible will be waived. For the purpose ofthis endorsement "company" means the company providing this insurance and any of the affiliated members ofthe Mercury Insurance Group of companies. XIII. AMENDED DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS The requirement in SECTION IV, BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit, Or Loss, a., In the event of "accident", you must notify us of an "accident" applies only when the "accident" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) A member, if you are a limited liability company; or (4) An executive officer or insurance manager, if you are a corporation. Copyright 2017 Mercury Insurance Services, LLC. All rights reserved. MCA85100817-CA Includes copyrighted material of Insurance Services Office, Inc., with its Permission Page 4 of 6 XIV. WAIVER OF SUBROGATION SECTION IV -BUSINESS AUTO CONDITIONS, A. Loss Conditions, 5. Transfer of Rights Of Recovery Against Others To Us, section is replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of the operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. XV. UNINTENTIONAL ERROR, OMISSION, OR FAILURE TO DISCLOSE HAZARDS SECTION IV -BUSINESS AUTO CONDITIONS, B. General Conditions, 2. Concealment, Misrepresentation, or Fraud, the following is added: Any unintentional omission of or error in information given by you, or unintentional failure to disclose all exposures or hazards existing as of the effective date or at any time during the policy period shall not invalidate or adversely affect the coverage for such exposure or hazard or prejudice your rights under this insurance. However, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. XVI. EMPLOYEE HIRED AUTO PHYSICAL DAMAGE SECTION IV -BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, b. For Hired Auto Physical Damage Coverage, is replaced by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: 1. Any covered "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". XVII. PRIMARY AND NONCONTRIBUTORY IF REQUIRED BY CONTRACT SECTION IV -BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, the following is added and supersedes any provision to the contrary: M CA85100817-CA e. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. Copyright 2017 Mercury Insurance Services, LLC. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its Permission Page 5 of 6 XVIII. HIRED AUTO -COVERAGE TERRITORY SECTION IV -BUSINESS AUTO CONDITIONS, B. General Conditions, 7. Policy Period, Coverage Territory, e. Anywhere in the world if:, is replaced by the following: e. Anywhere in the world if: (1) A covered "auto" is leased, hired, rented or borrowed without a driver for a period of 30 days or less; and (2) The "insured's" responsibility to pay damages is determined in a "suit" on the merits, in the United States of America, the territories and possessions of the United States of America, Puerto Rico, or Canada or in a settlement we agree to. XIX. BODILY INJURY REDEFINED TO INCLUDE RESULTANT MENTAL ANGUISH SECTION V -DEFINITIONS, C. "Bodily Injury" is amended by adding the following: MCA85100817-CA "Bodily injury" also includes mental anguish but only when the mental anguish arises from other bodily injury, sickness, or disease. Copyright 2017 Mercury Insurance Services, LLC. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its Permission Page 6 of 6 Policy Number: 000734302 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONDITIONAL NOTICE OF CANCELLATION TO PARTIES OTHER THAN THE FIRST NAMED INSURED (Limited to email Notification) This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS In the event we decide to cancel this Policy prior to this Policy's expiration date for reasons other than non-payment of premium: 1. If the first Named Insured is under an existing written contractual obligation to notify the other party if this Policy is cancelled; and 2. If the first Named Insured, either directly or through its broker or agent of record has provided the email address to notify such other party; we will provide notice of cancellation via email to such other party prior to this Policy's cancellation date. Proof of emailing the other party with notice of this Policy being cancelled is sufficient proof of notice. This endorsement does not apply when there are instructions to cancel the policy by a premium finance company, which is a cancellation by the insured. This endorsement does not affect, in any way, coverage under this Policy or the cancellation of this Policy or the effective date of cancellation. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP5057US 01-17 Page 1 of 1 STATE '0MPEN5ATION 'SU~ANCE . ..:UND HOME OFFICE SAN FRANCISCO ENDORSEMENT AGREEMENT WAIVER OF SUBROGATION BLANKET BASIS EFFECTIVE MARCH 1, 2018 AT 12.01 A.M. REP 04 9048240-18 RENEWAL SP 5-72-67-64 PAGE 1 OF ALL EFFECTIVE DATES ARE AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME AND EXPIRING MARCH 1, 2019 AT 12. 01 A.M. • - BLUE PACIFIC ENGINEERING & CON 7330 OPPORTUNITY RD STE J SAN DIEGO, CA 92111 WE HAVE IBE RIGIIT TO RECOVER OUR PAYMENTS FROM ANYONE LIABLE FOR AN IN.TIJRY COVERED BY IBIS POLICY. WE WILL NOT ENFORCE OUR RIGIIT AGAINST IBE PERSON OR ORGANIZATION NAMED IN IBE SCHEDULE . IBIS AGREEMENT APPLIES ONLY TO IBE EXTENT THAT YOU PERFORM WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU TO OBTAIN IBIS AGREEMENT FROM US. IBE ADDITIONAL PREMIUM FOR IBIS ENDORSEMENT SHALL BE 2.00% OF IBE TOTAL POLICY PREMIUM. SCHEDULE PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION FOR WHOM IBE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH IBIS WAIVER JOB DESCRIPTION BLANKET WAIVER OF SUBROGATION NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: FEBRUARY 28, 2018 d--~ .d!-e<~~ 1 ~!(,q, PRESIDENT AND CEO 2572 SCIF FORM 10217 (REV.7·2014) OLD DP 217 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) CMP REPLACEMENT PROGRAM -ROMERIA CONTRACT NO. 6607 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 debar- ments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: Shahram Elihu, Sole Proprietor/Owner (print name/title) Page _1_ of _1_ pages of this Re Debarment form {'\ •,;' Revised 6/12/18 Contract No. 6607 Page 26 of 150 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CMP REPLACEMENT PROGRAM -ROMERIA CONTRACT NO. 6607 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contrac- tors' State license Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page _1_ of _2_ pages of this Disclosure of Discipline form {'\ •~ Revised 6/12/18 Contract No. 6607 Page 27 of 150 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) CMP REPLACEMENT PROGRAM -ROMERIA CONTRACT NO. 6607 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: (sign here) Shahram Elihu, Sole Proprietor/Owner (print name/title) Page _2_ of _2_ pages of this Disclosure of Discipline form l' •" Revised 6/12/18 Contract No. 6607 Page 28 of 150 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 CMP REPLACEMENT PROGRAM -ROMERIA CONTRACT NO. 6607 The undersigned declares: I am the Sole Proprietor of Shahram Elihu , the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, com- pany, 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, partner- ship, 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 repre- sents 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 January 8 20.!L_ at San Diego [city], California [state]. __ __,,,__ _______ _ s;goat~ce~bLM l' •+;' Revised 6/12/18 Contract No. 6607 Page 29 of 150 CONTRACT PUBLIC WORKS /I Thio/nagreement is made this } 0m day of '2--, · , 20L::J_, by and between the City vof Carlsbad, California, a municipal corpo(a · , (hereinafter called "City"), and Blue Pacific Engineering & Construction whose principal pla e of business is 7330 Opportunity Road, Suite A San Diego, CA 92111 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract docu- ments for: CMP REPLACEMENT PROGRAM -ROMERIA CONTRACT NO. 6607 (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 Subcontrac- tors, 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 Contrac- tor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compli- ance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress pay- ments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground condi- tions. Any information that may have been furnished to Contractor by City about underground ,., •,; Revised 6/12/18 Contract No. 6607 Page 30 of 150 conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: 1. 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 inher- ent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the require- ments 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 eligi- bility 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 Cali- fornia Labor Code, section 1776, which generally requires keeping accurate payroll records, ver- ifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure l' •+;' Revised 6/12/18 Contract No. 6607 Page 31 of 150 of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. De- fense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy# 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability (CGL) Insurance: Insurance written on an "occurrence" ba- sis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each com- pany affording general liability, and employers' liability coverage. l' •,;' Revised 6/12/18 Contract No. 6607 Page 32 of 150 b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage pro- vided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in cov- erage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall con- tain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for sub- contractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy# 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorse- ments for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be in- cluded 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 in- cluded 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 ref- erence. A copy of Article 1.5 is included in Section 3 of the General Provisions. In the event of a l' •+;' Revised 6/12/18 Contract No. 6607 Page 33 of 150 conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the pro- visions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in antici- pation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate igno- rance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above.~ init ~ init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's prin- cipal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substi- tuted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. l'\ •+; Revised 6/12/18 Contract No. 6607 Page 34 of 150 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 sub- contractor 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 pursu- ant 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. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) By: -V.l.~W-\-A,-.\,L.....:::.==~~--sIgn here) 6 U Atl,z AM EL, \>r\21 ~iuN ct (print name and title) By:----.,........,....---,--.,------(sign here) (print name and title) ARLSBAD a municipal corporation of California President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: c._g f6 / Deputy City Attorney b l' •+;' Revised 6/12/18 Contract No. 6607 Page 35 of 150 .. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego on ____ 0_1_/2_3_/_20_1_9 ___ before me, _____ R_ic_h_a_r_d_W_i_lli_a_m_E~ga_n~,_N_o_t_a~ry_P_u_b_l_ic ____ _ Date Here Insert Name and Title of the Officer personally appeared _____________ S_h_a_h_ra_m_E_li_hu ____________ _ Name(e} of Signer(e) who proved to me on the basis of satisfactory evidence to be the person~ whose name~ is.tat=e subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herl-their authorized capacity~. and that by hin/"1el'i4heir signature(s) on the instrument the person~. or the entity upon behalf of which the person~ acted, executed the instrument. Place Notary Seal and/or Stamp Above 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. .----------------OPTIONAL----------------, Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _________________________ _ Document Date: _0_..1/_2_3,_/2_0_1_9 ______________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies} Claimed by Signer(s) Signer's Name: _Sh_a_h_r_am_E_li_hu ______ _ Signer's Name: ___________ _ D Corporate Officer -Title(s): ______ _ D Corporate Officer -Title(s): ______ _ D Partner -D Limited D General [l Partner -D Limited □ General D Individual □ Attorney in Fact □ Individual □ Attorney in Fact D Trustee D Guardian or Conservator □ Trustee D Guardian or Conservator IBJ Other: Owner/Sole Proprietor □ Other: _____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ • BOND NO.: 2281475 PREMIUM INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS BOND WHEREAS, the City of Carlsbad, State of California, on JANUARY 11, 2019 has administratively awarded to Blue Pacific Engineering & Construction (hereinafter design ated as the "Principal"), a Contract for: CMP REPLACEMENT PROGRAM CONTRACT NO. 6607 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Blye Pacific Engineering & Construction, as Principal, (hereinafter des- ignated as the "Contractor''), and NORTH AMERICAN SPECIAL TY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum of ONE HUNDRED SEVENTY-NINE THOUSAND, FIVE HUNDRED FORTY-FIVE DOLLARS ($179,545.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontrac- tors 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 Develop- ment 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 attor- ney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. {"\ •+; Revised 6/12/18 Contract No. 6607 Page 36 of 150 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 23RD day of JANUARY CONTRACTOR: (print name here) ~ Oif-PflO P (2 I~ roe.. ,20~. (title and organization of signatory) By: ___________ _ (sign here) (print name here) (title and organization of signatory) Executed by SURETY this 23RD day of __ J_A_N_U_A_R_Y ______ , 20.J..L_. SURETY: NORTH AMERICAN SPECIAL TY INSURANCE COMPANY (name of Surety) 6 HUTTON CENTRE DRIVE, SUITE 850 SANT A ANA, CA 92707 (address of Surety) 714/513-6839 (telephone nu~ By: 11~0.- (signature of Attorney-in-Fact) MARK D. IATAROLA, ATTORNEY-IN-FACT (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be at- tached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assis- tant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: _ __,_O_f2-"'-----.;o~cc:;,____ Deputy City Attorn~ {\ •,r Revised 6/12/18 Contract No. 6607 Page 37 of 150 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego on ____ O_l_/2_3_/_20_1_9 ___ before me, _____ R_ic_h_a_rd_W_i_lli_a_m_E_g=a_n~,_N_o_t_ary~P_u_b_h_·c ____ _ Date Here Insert Name and Title of the Officer personally appeared _____________ S_h_a_h_ra_m_E_li_h_u ____________ _ Name(s} of Signer(e) who proved to me on the basis of satisfactory evidence to be the person~ whose name~ is.taFe subscribed to the within instrument and acknowledged to me that he,lshei':t:hey executed the same in his/her/their authorized capacity~, and that by hislhoF/thoir signaturo(s) on the instrument the person~, or tho entity upon behalf of which the person~ acted, executed the instrument. Place Notary Seal and/or Stamp Above 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. ~--------------OPTIONAL--------------~ Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: __________________________ _ Document Date: _O~l/_2_3~/2_0_1_9 ______________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: _S_ha_h_r_a_m_E_1'_1h_u ______ _ Signer's Name: ___________ _ D Corporate Officer -Title(s): ______ _ D Corporate Officer -Title(s): ______ _ [J Partner - D Limited D General [] Partner - D Limited D General LJ Individual CJ Attorney in Fact [] Individual □ Attorney in Fact D Trustee □ Guardian or Conservator D Trustee □ Guardian or Conservator IBJ Other: Owner/Sole Proprietor □ Other: _____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of SAN DIEGO } On ------'1-'--=/2=-=3""'/2""'0'-'1--"-9 _____ before me, ---=L=E:.:...N"-A=S:.:...A-'--'D=-E=S=H'--'-O=--:...:N--=S::....:C::....:O=-T-'---T'----'-1---=-N.:...::O"-T'--'-A-"-R--'-Y:...__;__P-=-U-=B=L.:...::IC::..___~ Date Here Insert Name and Title of the Officer personally appeared -------------=-M:..:.:A....;:R:...:..:....:K-=D:....:·....:l:....:Ac..:..T:....:A::....R:..::O=-=L=-A..:..._ ___________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(~ whose namefst is/-a-Fe-subscribed to the within instrument and acknowledged to me that hc/sl'le/-the:y executed the same in his/hel'l'tl'leir authorized capacity~). and that by his/l'lerftl'leir signature(-s) on the instrument the person(-sj, or the entity upon behalf of which the person(-s-) acted, executed the instrument. Place Notary Seal and/or Stamp Above 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 IJ-C-~,--4-.,..;j~___,_,.""=="---Sign ~ OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: __________________________ _ Document Date: _____________________ Number of Pages: ___ _ Signer(s) Other Than Named Above: _______________________ _ Capaclty(les) Claimed by Slgner(s) Signer's Name: MARK D. IATAROLA Signer's Name: ____________ _ □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual ~ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian of Conservator □ Trustee □ Guardian of Conservator □ Other: □ Other: Signer is Representing: _________ _ Signer is Representing: _________ _ 0(1111111111183131311 I 11 El 1:1 El 1:1 DI'§ Em Bl 111000:11:1 I:! ffl I I 11lffiffi1:11:1 EID i I Bl EI IOUI I I 1:1 i I Bi 1100:0011111 &:O I Bl 1111 ~I COQI 1111 B 111 ii ICI &I U8=8 ©2017 National Notary Association SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIAL TY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park. Kansas, each does hereby make, constitute and appoint: JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA, AND SANDRA FIGUEROA HELEN E. WHEALDON JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed. bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law. regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: --RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President. the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall he binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached.'' ~ By ___________________ _ Steven P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of ~forth American Specialty Insurance Company ~Ucha<IA.?.~.~~~~~c-----rl..---.~<--.L.,-,,i-~~~-~-- & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this _l 2_day of JANUARY , 20 ~- State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this _11_ day of JANUARY , 20~, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President ofNorth American Specialty Insurance Company and Michael A. Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. M. Kenny9 Notary Public I, Jeffrev Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and atlixed the seals ofthe Companies this 23rd day of JANUARY , 20 19 //be:~~?~ - Jeffrey Goldberg. Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company BOND NO.: 2281475 PREMIUM: $3,693.00 PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City of Carlsbad, State of California, on JANUARY 11, 2019 has administratively awarded to Blue Pacific Engineering & Construction (hereinafter designated as the "Principal"), a Contract for: CMPREPLACEMENTPROGRAM-ROMER~ CONTRACT NO. 6607 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Blue Pacific Engineering & Construction, as Principal, (hereinafter designated as the "Contractor''), and NORTH AMERICAN SPECIAL TY INSURANCE COMPANY ____________ , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of ONE HUNDRED SEVENTY-NINE THOUSAND, FIVE HUNDRED FORTY-FIVE DOLLARS ($179,545.00), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and adminis- trators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. l.., •"""I Revised 6/12/18 Contract No. 6607 Page 38 of 150 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 23RD day of JANUARY CONTRACTOR: (print name here) SO LI= p .Q.v t' ,e_ I f_,OQ_ UCTION (title and organization of signatory} By: ___________ _ (sign here) (print name here} (title and organization of signatory) Executed by SURETY this 23RD day of __ J_A_N_U_A_R_Y ______ , 20~. SURETY: NORTH AMERICAN SPECIAL TY INSURANCE COMPANY (name of Surety) 6 HUTTON CENTRE DRIVE, SUITE 850 SANT A ANA, CA 92707 (address of Surety} 714/513-6839 By: 11i::"D ""g'IJlEt, (signature of Attorney-in-Fact) MARK D. IATAROLA, ATTORNEY-IN-FACT (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney} (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be at- tached.} (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assis- tant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: Cd,,,,~/ Deputy City Attorney D -{~ •1 Revised 6/12/18 Contract No. 6607 Page 39 of 150 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego on ____ 0_1/_2_3_/2_0_1_9 ___ before me, _____ R_ic_h_a_rd_W_il_lia_m_E_,,,g'-a_n;_, N_o_t_a__,_ry_P_u_b_li_c ____ _ Date Here Insert Name and Title of the Officer personally appeared ----------------"S-'--'h..:C.a.c...:.h.;._;rac_;_m-'-'---"E'-'-li.C...:.h-'-'-u ____________ _ Name(s) of Signer(e) who proved to me on the basis of satisfactory evidence to be the personfs) whose namefs) is.taFe subscribed to the within instrument and acknowledged to me that helshe/they executed the same in hiGJhor/-thoir authorized capacity~, and that by hisJhoFl-their signature~ on the instrument the personfs), or the entity upon behalf of which the personfs) acted, executed the instrument. Place Notary Seal and/or Stamp Above 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. .-----------------OPTIONAL--------------~ Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: __________________________ _ Document Date: _0~1/~2_3~/2_0_1_9 ______________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: .::..Sh'--'-a=h=r=a;_;_m;._:E=li'-'-h=u ______ _ Signer's Name: ___________ _ □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General [] Partner -□ Limited □ General [J Individual ~ Attorney in Fact LJ Individual r-J Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator [~ Other: Owner/Sole Proprietor □ Other: _____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of SAN DIEGO } On ___ 1:..:..:/2=3=/2:=..:0::...c1:...::9 _____ before me, ----'L=E=N=A--=--=S=A--'--=D=E=S.:....:H""'O'--'-'N:....:S,c__;C::c..O=-T-'--T_;__J,c_:N..:.cO::c..T.:...:A.....::Rc.:.Y..:........:...P-=U:..::B:..::L:.:..,IC::.____~ Date Here Insert Name and Title of the Officer personally appeared ___________ M_A_R_K_D_._IA_T_A_R-'O'--L'--A ____________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person~ whose name{st is/-afe-subscribed to the within instrument and acknowledged to me that he/she/the:y executed the same in his/her/their authorized capacity~). and that by his/her,'their signature(-s) on the instrument the person(sj, or the entity upon behalf of which the person(-s-) acted, executed the instrument. Place Notary Seal and/or Stamp Above 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. Signatur~ Signat~blic OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ___________________________ _ Document Date: ______________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ________________________ _ Capaclty(les) Claimed by Slgner(s) Signer's Name: MARK D. IATAROLA □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General D Individual □ Trustee D Other: Kl Attorney in Fact □ Guardian of Conservator Signer's Name: ____________ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General D Individual o Trustee D Other: o Attorney in Fact □ Guardian of Conservator Signer is Representing:__________ Signer is Representing: _________ _ a a I CCI I 1:11:1 Cl 111:003IE111:11:1 Cl D 1:001111:a all:I 11 0881001}:{I I 1:1IUiOOIJ:i1:111 IOUI 11DII11100:0:11:1 e:B I 3 II 11 ti 1:s:a1:o I El Ii El DI ii 1111 EllJ! l ©2017 National Notary Association SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIAL TY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park. Kansas, each does hereby make, constitute and appoint: JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA, AND SANDRA FIGUEROA HELEN E. WHEALDON JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law. regulation. contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 20 I 2: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President. any Assistant Vice President. the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds. undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached ... ~ By ___________________ _ Steven P. Anderson, Senior Vice Prcsidcnl of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company By Michael A. lto,~~~~~-----rl..,...,,c<L-'c'---''-.-,..,..,_~~~~~~~- & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this _l 2_day of JANUARY , 20 _I!_. State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this _Jl_ day of JANUARY 20_1!_, before me, a Notary Public personally appeared Steven P. Anderson . Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company. personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M.KENNY Notary Public • St•tc of llli11ois My Commiision U:p,u.'1 12/0<112021 M. Kenny, Notary Public I. Jcffrev Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company. do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and atlixed the seals of the Companies this 23rd day of JANUARY . 20 19 ~/_p.c~~- Jeffrey Goldberg, Vice President & Assistant Secretary of Washington lntemauonal Insurance Company & North American Specialty Insurance Company OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address -----------------------------is hereinafter ------------------------------ca II e d "Contractor" and _______________________ whose address is ______________________________ _ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as fol- lows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Con- tractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for CMP REPLACEMENT PROGRAM -ROMERIA CONTRACT NO. 6607 in the amount of ____________ dated ______ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make pay- ments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into secu- rities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Es- crow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. l' •+;' Revised 6/12/18 Contract No. 6607 Page 40 of 150 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Con- tractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and com- plete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pur- suant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the secu- rities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR ----------------- Name ---------------- Signature ______________ _ Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title _______________ _ Name _______________ _ Signature ______________ _ Address ______________ _ For Escrow Agent: Title ________________ _ Name _______________ _ Signature ______________ _ Address ______________ _ l'\ •+;' Revised 6/12/18 Contract No. 6607 Page 41 of 150 At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: l'\ •+;' Revised 6/12/18 Title __ __:_:M..:.:..A..:...;Yc..::O:c...:R..,__ _________ _ Name _______________ _ Signature ______________ _ Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 Title ________________ _ Name _______________ _ Signature ______________ _ Address ______________ _ Title _______________ _ Name _______________ _ Signature ______________ _ Address ______________ _ Contract No. 6607 Page 42 of 150 GENERAL PROVISIONS FOR CMPREPLACEMENTPROGRAM ROMER/A CONTRACT NO. 6607 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 --TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS -Unless otherwise stated, the words directed, required, permitted, ordered, in- structed, 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", "sched- uled", 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 un- derstood 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 "ap- proved", "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 ex- pense, shall perform all operations, labor, tools and equipment, and further, including the furnish- ing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. (' ~ Revised 6/15/17 Contract No. 6607 Page 43 of 150 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 bul- letins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency -The City of Carlsbad, California. 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. Base -A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid -The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder -Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board -The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond -Bid, performance, and payment bond or other instrument of security. City Council -the City Council of the City of Carlsbad. City Manager -the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract - A Contract financed by means other than special assessments. 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. 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 documen- tation 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 from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Stand- ard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. l' •fi Revised 6/15/17 Contract No. 6607 Page 44 of 150 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 contrac- tor" shall mean Contractor. 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. Days -Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection -The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board -Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier-Street light assembly complete, including foundation, standard, luminaire arm, lumi- naire, etc. Engineer -The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile -Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. 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. 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. 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. {"\ •ff Revised 6/15/17 Contract No. 6607 Page 45 of 150 Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Fur- ther, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. 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 admin- istration 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. Specifications -General Provisions, Standard Specifications, Technical Specifications, Refer- ence 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. Storm Drain -Any conduit and appurtenances intended for the reception and transfer of storm water. (' +; Revised 6/15/17 Contract No. 6607 Page 46 of 150 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, sub- base, 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. Supplemental Provisions -Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. 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, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private ease- ment. 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. 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. {'\ •+f Revised 6/15/17 Contract No. 6607 Page 47 of 150 1-3.2 Common Usage Abbreviation Word or Words ABAN ............................................................. Abandon dB ................................................................... Decibels ABAND ....................................................... Abandoned DBL .................................................................. Double ABS ........................ Acrylonitrile -butadiene -styrene DF ............................................................... Douglas fir AC .................................................... Asphalt Concrete DIA ................................................................ Diameter ACP ........................................... Asbestos cement pipe DIP ..................................................... Ductile iron pipe ACWS ..................... Asphalt concrete wearing surface DL ................................................................ Dead load ALT ................................................................ Alternate DR ...................................................... Dimension Ratio APTS ................................. Apartment and Apartments DT ................................................................. Drain Tile AMER STD ................................... American Standard DWG ............................................................... Drawing AWG ............... American Wire Gage (nonferrous wire) DWY .............................................................. Driveway BC .................................................. Beginning of curve DWY APPR ................................... Driveway approach BCR ....................................... Beginning of curb return E ....................................................................... Electric BORY ............................................................ Boundary EA ........................................................................ Each BF ..................................................... Bottom of footing EC ............................................................ End of curve BLDG ........................................ Building and Buildings ECR ................................................ End of curb return BM ............................................................. Bench mark EF ................................................................ Each face BVC .................................... Beginning of vertical curve EG ......................................................... Edge of gutter B/1/V ........................................................... Back of wall EGL. ................................................. Energy grade line CIC ..................................................... Center to center El ................................................................... Elevation CAB ...................................... Crushed aggregate base ELC ..................................... Electrolier lighting conduit CAUOSHA ............ California Occupational Safety and EL T ........................................................ Extra long ton Health Administration ENGR. ...................................... Engineer, Engineering CalTrans ....... California Department of Transportation EP ................................................... Edge of pavement CAP .................................... Corrugated aluminum pipe ESMT ........................................................... Easement CB ............................................................. Catch Basin ETB .......................................... Emulsion-treated base Cb ........................................................................ Cu~ EVC ............................................... End of vertical curb CBP ............................... Catch Basin Connection Pipe EWA ............................... Encina Wastewater Authority CBR ....................................... California Bearing Ratio EXC ............................................................ Excavation CCR ............................ California Code of Regulations EXP JT ................................................. Expansion joint CCTV .................................... Closed Circuit Television EXST ............................................................... Existing CES .......................... Carlsbad Engineering Standards F .................................................................. Fahrenheit CF ................................................................ Curb face F&C ................................................... Frame and cover CF ................................................................ Cubic foot F&I .................................................. Furnish and install C&G .................................................... Curb and gutter FAB ............................................................... Fabricate CFR ................................ Code of Federal Regulations FAS ............................................... Flashing arrow sign CFS ......................................... Cubic Feet per Second FD ............................................................... Floor drain CIP ......................................................... Cast iron pipe FDN ............................................................ Foundation CIPP ................................................ Cast-in place pipe FED SPEC ................................. Federal Specification CL ............................................. Clearance, center line FG ........................................................ Finished grade CLF .................................................... Chain link fence FH ............................................................. Fire hydrant CMB ............................... Crushed miscellaneous base FL ................................................................... Flow line CMC ......................................... Cement mortar-coated FS ...................................................... Finished surface CML ............................................ Cement mortar-lined FT-LB ......................................................... Foot-pound CMP ......................................... Corrugated Metal Pipe FTG .................................................................. Footing CMWD .................... Carlsbad Municipal Water District FW ............................................................ Face of wall CO .................................................... Cleanout (Sewer) G ........................................................................... Gas COL. ................................................................. Column GA ..................................................................... Gauge COMM ....................................................... Commercial GAL.. ............................................. Gallon and Gallons CONC ........................................................... Concrete GAL V ......................................................... Galvanized CONN ........................................................ Connection GAR ........................................... Garage and Garages CONST .................................. Construct, Construction GIP .............................................. Galvanized iron pipe COORD ...................................................... Coordinate GL ........................................ Ground line or grade line CSP ............................................ Corrugated steel pipe GM .............................................................. Gas meter CSD ............................... Carlsbad Standard Drawings GNV ............................................... Ground Not Visible CTB ............................................ Cement treated base GP .................................................................. Guy pole CV ............................................................ Check valve GPM ................................................ gallons per minute CY ............................................................... Cubic yard GR. ..................................................................... Grade D .............................................................. Load of pipe GRTG ............................................................... Grating {' •+;' Revised 6/15/17 Contract No. 6607 Page 48 of 150 GSP ........................................... Galvanized steel pipe PCVC ..................... Point of compound vertical curve H ............................................................ High or height PE ........................................................... Polyethylene HB .................................................................. Hose bib Pl. ................................................. Point of intersection HC ................................................... House connection PL. ............................................................ Property line HOWL ........................................................... Headwall PMB ............................ Processed miscellaneous base 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 ............................................................... lncluding INSP ............................................................. lnspection INV ...................................................................... Invert IP .................................................................... Iron pipe 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 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 R&O ......................................................... Roc;:k 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 LOL ............................................................. Layout line REINF .............................. Reinforced or reinforcement LONG ........................................................ Longitudinal RES ............................................................... Reservoir LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) LS ................................................................ Lump sum L TS .................................................... 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 MUL T ............................................................... Multiple MUTCD ..... Manual on Uniform Traffic Control Devices MVL. .............................................. Mercury vapor light NCTD .............................. North County Transit District NRCP .............................. Non reinforced 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 PACP ...... Pipeline Assessment Certification Program 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 SOR ....... 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 PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature SY ............................................................ Square yard T .................................................................. To~~o~ TAN ................................................................. Tangent ., '-~ Revised 6/15/17 Contract No. 6607 Page 49 of 150 TC .............................................................. Top of curb VB ................................................................ Valve box TEL ............................................................. Telephone VC .......................................................... Vertical curve TF ........................................................... Top of footing VCP ................................................... Vitrified clay pipe TOPO ........................................................ Topography VERT ............................................................... Vertical TR ........................................................................ Tract VOL .................................................................. Volume TRANS ......................................................... Transition VWD ....................................... Vallecitos Water District TS ......................... Traffic signal or transition structure W ........................ Water, Wider or Width, as applicable TSC ............................................. Traffic signal conduit WATCH .............. Work Area Traffic Control Handbook TSS ........................................... Traffic signal standard WI ............................................................ Wrought iron TW .............................................................. Top of wall WM ........................................................... Water meter TYP .................................................................. Typical WPJ .......................................... Weakened plane joint UE .............................................. Underground Electric XCONN ............................................ Cross connection USA .................................... Underground Service Alert XSEC ..................................................... Cross section VAR. .................................................... Varies, Variable 1-3.3 Institutions. Abbreviation Word or Words AASHTO ................. American Association of State Highway and Transportation Officials AISC .................................................................... American Institute of Steel Construction ANSI ...................................................................... American National Standards Institute API ...................................................................................... American Petroleum Institute AREA ............................................................ American Railway Engineering Association ASTM ............................................................ American Society for Testing and Materials AWPA. ................................................................ American Wood Preservers Association AWS ........................................................................................ American Welding Society AWWA. ...................................................................... American Water Works Association FHWA. ............................................................................. Federal Highway Administration GRI ................................................................................. Geosynthetic Research Institute NEMA ......................................................... National Electrical Manufacturers Association NOAA ................ National Oceanic and Atmospheric Administration (Dept. of Commerce) UL .................................................................................... Underwriters' Laboratories Inc. USGS ............................................................................. United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. {"\ •+; Revised 6/15/17 Contract No. 6607 Page 50 of 150 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 (µm) 1 inch (in) .............................................................................................. 25.4 millimeter (mm) 1 inch (in) .............................................................................................. 2.54 centimeter (cm) 1 foot (ft) ................................................................................................ 0.3048 meter (m) 1 yard (yd) ............................................................................................. 0.9144 meter (m) 1 mile (mi) ............................................................................................. 1.6093 kilometer (km) 1 square foot (ft2) .................................................................................. 0.0929 square meter (m2) 1 square yard (yd2) ................................................................................ 0.8361 square meter (m2) 1 cubic foot (ft3) ..................................................................................... 0.0283 cubic meter (m3) 1 cubic yard (yd3) .................................................................................. 0.7646 cubic meter (m3) 1 acre .................................................................................................... 0.4047 hectare (ha) 1 U.S. gallon (gal) ................................................................................. 3.7854 Liter (L) 1 fluid ounce (fl. oz.) .............................................................................. 29.5735 millileter (ml) 1 pound mass (lb) (avoirdupois) ........................................................... 0.4536 kilogram (kg) 1 ounce mass (oz) ................................................................................. 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................ 0.9072 Tonne(= 907 kg) 1 Poise .................................................................................................. 0.1 pascal · second (Pa · s) 1 centistoke (cs) .................................................................................... 1 square millimeters per second (mm2/s) 1 pound force (lbf) ................................................................................ .4.4482 Newton (N) 1 pounds per square inch (psi) ............................................................. 6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) ................................................................. 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) ....................................................................... 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ............................................... 1.3558 Watt (W) 1 part per million (ppm) ......................................................................... 1 milligram/liter (mg/L) Commonl Used in Both S stems Common Metric Prefixes kilo (k) .................................................................................................... 103 ~11iti(~?:::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ~ g:~ ~~~~ (%).:::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ~ g:: p~o(~ .................................................................................................. 1~2 1-5 SYMBOLS ~ L. % ' I 0 PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) Degree Property line Centerline Survey line or station line l' • ., Revised 6/15/17 Contract No. 6607 Page 51 of 150 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 as- signed 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), which- ever 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. {'\ • ._, Revised 6/15/17 Contract No. 6607 Page 52 of 150 Section 411 0 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 Con- tractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. 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 1 0 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 proceed- ings 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 deter- mination of the City Council 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 subcon- tracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Con- tractor, 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 Con- tract 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 Proce- dure 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. 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. -("\ • ., Revised 6/15/17 Contract No. 6607 Page 53 of 150 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 commis- sioner. 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 Specifica- tions, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), and the latest supplements thereto, 2018 edition as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans consist of one (1) set of drawings. The set is designated as City of Carls- bad Drawing 512-2 and consists of two (2) sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Depart- ment 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 l' •ff Revised 6/15/17 Contract No. 6607 Page 54 of 150 Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix 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 Speci- fications and not shown on the Plans, or shown on the Plans and not specified in the Specifica- tions, 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, im- mediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edi- tion 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 Provisions, Technical Specifications, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportation Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 8) Standard Specifications for Public Works Construction, as amended. 9) Reference Specifications. 10) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. l' •;, Revised 6/15/17 Contract No. 6607 Page 55 of 150 2-5.2.1 Precedence of Contract Documents, add the following: Where CALTRANS specifica- tions are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CAL TRANS specifications shall have precedence only in reference to the materials and con- struction materials referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Works, Part 1 of these Supplemental Provisions and Part 1 of the SSPWC, in the order of precedence in Section 2-5.2 of the SSPWC, shall prevail over the CAL TRANS 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. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by 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 15 working days for review of submittals unless other- wise specified in the Special Provisions. Each submittal shall be accompanied by a letter of trans- mittal. 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 submit- tals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." ., '-~ Revised 6/15/17 Contract No. 6607 Page 56 of 150 By:----------------Title: ____________ _ Date: ______________ _ Company Name: ----------------------------- 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. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: Item 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 Section Num- ber 7-10.4.1 207-2.5 207-8.4 209-2.1 300-3.2 303-1.6 303-1.7 303-3.1 304-1.1.1 304-1.1.2 304-2.1 306-2.7.3 307-1.1 307-2.1 307-2.4 306-8.2.2.3 308-3 701-17.2.2 TABLE 2-5.3.2 (A) Title Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wiring Diagrams Subject Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Temporary Bypasses Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Siqnal Construction Working drawings listed above as Items 1, 5, 6, 8, 9, 10, 12, 13, 14, 15 and 17 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 assem- bled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifica- tions 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. Six copies 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 l' •+;' Revised 6/15/17 Contract No. 6607 Page 57 of 150 information for systems shall be bound together and include all manufactured items for the sys- tem. If resubmittal is not required, three copies 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. 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) Request for Permission of Laydown or staging area (if within City ROW) 9) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bul- letins, specifications, diagrams, product samples, and other information necessary to de- scribe 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, manufac- tured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep an up-to-date record set of drawings "as-built", which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, un- derground piping, 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 rec- ord drawing at the final walkthrough 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 walkthrough meeting date and shall reflect any additional punch list items. Payment for the upkeep, revision, and sub- mittal of the record drawings shall be included in the lump sum price for this bid item. 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 ma- terials, 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. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. 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 date 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 will be pro- vided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions . . , \i+;' Revised 6/15/17 Contract No. 6607 Page 58 of 150 2-9 SURVEYING. 2-9.1 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 Con- tractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Sur- veyor 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. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, herein- after Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data. All surveying data submittals shall conform to the require- ments of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8½" by 11 ") paper. The field notes, calculations and support- ing data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or docu- mentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 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 M-10 type monu- ments, 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. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. {' •;;' Revised 6/15/17 Contract No. 6607 Page 59 of 150 Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal loca- tions where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of con- struction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. TABLE 2-9.2.2(A) s urvev R eauirements f C or onstruction s takina Feature Staked Stake De-Centerline or Parallel to Centerline Spac-Lateral Spac-Setting Tolerance scription 0 ina@, ~ ina~,S (Within) Street Centerline SDRS M-10 s1000', Street Intersections, Begin and end on street cen-0.02' Monument of curves, only when shown on the plans terline Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, lath -lntervisible, s 50' on tangents at clearing line 1' Horizontal painted line & s 25' on curves, Painted line -continuous on PCC &AC surfaces Slope RP+ Marker lntervisible and s 50' Grade Breaks 0.1' Vertical & Hori- Stake &<25' zontal Fence RP+ Marker s 200' on tangents, s 50' on curves when N/A 0.1' Horizontal Stake R2 1000' & 25' on curves when Rs 1000' ( constant off- set) Rough Grade RP+ Marker s50' N/A 0.1' Vertical & Hori- Cuts or Fills 2 10 Stake zontal m (33') Final Grade (in-RP+ Marker s 50' on tangents & curves when R2 1000' s 22' 3/a" Horizontal & ¼" eludes top of: Stake, Blue-& Vertical Basement soil, top in grad-s 25' on curves when Rs 1000' subbase and ing area base) Asphalt Pave-RP, paint on s 25' or as per the intersection grid points edge of pave-3/s" Horizontal & ¼" ment Finish previous shown on the plan whichever provides the ment, paving Vertical Course course denser information pass width, crown line & arade breaks Drainage Struc-RP+ Marker intervisible & s 25', beginning and end, BC as appropriate 3/s" Horizontal & ¼" tures, Pipes & Stake & EC of facilities, Grade breaks, Alignment Vertical similar Facili-breaks, Junctions, Inlets & similar facilities, ties<D, <v Risers & similar facilities (except plumbing), Skewed cut-off lines Curb RP+ Marker s 25', BC & EC, at¼~. ½~ & ¼~ on curb ( constant off-3/a" Horizontal & ¼" Stake returns & at beainnina & end set) Vertical Traffic Signal CD Vertical locations shall be based on the ulti- mate elevation of curb and sidewalk Signal Poles & RP+ Marker at each pole & controller location as appropriate 3/a" Horizontal & ¼" Controller CD Stake Vertical Junction Box RP+ Marker at each junction box location as appropriate 3/s" Horizontal & ¼" (j) Stake Vertical {'\ • .., Revised 6/15/17 Contract No. 6607 Page 60 of 150 Feature Staked Stake De-Centerline or Parallel to Centerline Spac-Lateral Spac-Setting Tolerance scription l1l ing®,S ing G>, S (Within) Conduit CD RP+ Marker s 50' on tangents & curves when Rz 1000' as appropriate 3/s" Horizontal & when Stake & depth cannot be s 25' on curves when R s 1000' or where measured from exist- grades 0.30% ing pavement ¼" Vertical Minor Structure RP+ Marker for catch basins: at centerline of box, ends as appropriate 3/s" Horizontal & ¼" CD Stake+ Line of box & wings & at each end of the local Vertical (when vertical Stake depression ® data needed) Abutment Fill RP+ Marker s 50' & along end slopes & conic transitions as appropriate 0.1' Vertical & Hori- Stake+ Line zontal Stake Wall CD RP+ Marker s 50' and at beginning & end of: each wall, as appropriate ¼" Horizontal & ¼" Stake+ Line BC & EC, layout line angle points, changes Vertical Point +Guard in footing dimensions &/or elevation & wall Stake heiqht Major Structure ~ Footings, RP+ Marker 10' to 33' as required by the Engineer, BC & as appropriate ~/s" Horizontal & ¼" Bents, Abut-Stake+ Line EC, transition points & at beginning & end. Vertical ments & Point +Guard Elevation points on footings at bottom of Winqwalls Stake columns Superstruc-RP 1 O' to 33' sufficient to use string lines, BC & as appropriate 3/s" Horizontal & ¼" tures EC, transition points & at beginning & end. Vertical Elevation points on footings at bottom of columns Miscellaneous ® Contour Grad-RP+ Marker s 50' along contour 0.1' Vertical & Hori- ina CD Stake line zontal Utilities CD, !JJ RP+ Marker s 50' on tangents & curves when Rz 1000' as appropriate ~/s" Horizontal & ¼" Stake & Vertical s 25' on curves when R s 1000' or where qrade s 0.30% Channels, RP+ Marker intervisible & s 100', BC & EC of facilities, as appropriate 0.1' Horizontal & ¼" Dikes & Ditches Stake Grade breaks, Alignment breaks, Junctions, Vertical CD Inlets & similar facilities Signs CD RP+ Marker At sign location Line point 0.1' Vertical & Hori- Stake+ Line zontal Point +Guard Stake Subsurface RP+ Marker intervisible & s 50', BC & EC of facilities, as appropriate 0.1' Horizontal & ¼" Drains CD Stake Grade breaks, Alignment breaks, Junctions, Vertical Inlets & similar facilities, Risers & similar fa- cilities Overside Drains RP+ Marker longitudinal location At beginning & 0.1' Horizontal & ¼" CD Stake end Vertical Markers CD RP+ Marker for asphalt street surfacing s 50' on tan-At marker lo-¼" Horizontal Stake gents & curves when Rz 1000' & s 25' on cation(s) curves when R < 1000'. Railings & Bar-RP+ Marker At beginning & end and s 50' on tangents & at railing & 13/s" Horizontal & Verti- riers CD Stake curves when R z 1000' & s 25' on curves barrier loca-cal when R < 1000' tion(s) AC Dikes CD RP+ Marker At beginning & end as appropriate 0.1' Horizontal & Ver- Stake tical Box Culverts 1 O' to 33' as required by the Engineer, BC & as appropriate ~/s" Horizontal & ¼" EC, transition points & at beginning & end. Vertical Elevation points on footinqs & at invert Pavement RP 200' on tangents, 50' on curves when at pavement ¼" Horizontal MarkersCD R z 1000' & 25' on curves when Rs 1000'. marker loca- For PCC surfaced streets lane cold joints tion(s) will suffice CD Staking for feature may be omitted when adJacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature l' • .-, Revised 6/15/17 Contract No. 6607 Page 61 of 150 <Il Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table G> Perpendicular to centerline. ® Some features are not necessarily parallel to centerline but are referenced thereto ~ Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature @ 2 means greater than, or equal to, the number following the symbol. '.". means less than, or equal to, the number following the symbol. (J) The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) Type of Stake Horizontal Control Vertical Control Clearinq Grading Structure Drainage, Sewer, Curb Right-of-Way Miscellaneous TABLE 2-9.2.2(8) C f C Survey Stake Color ode or onstruct1on Description S k' ta mg Coordinated control points, control lines, control reference points, center- line, alignments, etc. Bench marks Limits of clearinq Slope, intermediate slope, abutment fill, rough grade, contour grading, final orade, etc. Bridqes, sound and retaininq walls, box culverts, etc. Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, qutters, etc. Fences, R/ W lines, easements, property monuments, etc. Signs, railings, barriers, lighting, etc. * Flagging and marking cards, if used. Color* White/Red White/Or- anqe Yellow/Black Yellow White Blue White/Ye!- low Orange 2-9.2.3 Payment for Survey. Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compen- sation for attendant survey work and no additional payment will be made. Payment for the re- placement of disturbed monuments and the filing of records of survey and/or corner records, in- cluding filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the qual- ity and practice required by the Engineer. 2-9.4 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 fin- ished 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. l'\ •ff Revised 6/15/17 Contract No. 6607 Page 62 of 150 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all mat- ters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instruc- tions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; accepta- bility 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 Engi- neer, 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 Con- tractor's staff and the staff of all subcontractors to this contract. At any time during normal busi- ness 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 relat- ing 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. Con- tractor 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 Con- tractor 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 rep- resentatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. ,, •~ Revised 6/15/17 Contract No. 6607 Page 63 of 150 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 inter- ests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as grant- ing 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 Con- tractor 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 in- volved, 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 con- formance 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 cov- ered 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 per- cent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. ,, • ., Revised 6/15/17 Contract No. 6607 Page 64 of 150 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work cov- ered 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 Contrac- tor. 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 spec- ified 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 notifi- cation 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 . ... f.1 Revised 6/15/17 Contract No. 6607 Page 65 of 150 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 com- pensation 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 equip- ment 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 Sec- tion 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" pub- lished by CAL TRANS, 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 inci- dentals. 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 Con- tractor 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 rec- ommended by the manufacturer. 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. ,., • ..,-Revised 6/15/17 Contract No. 6607 Page 66 of 150 (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 Con- tractor 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 Sub- contractor, 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 subcon- tracted 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 doc- uments 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. 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 fol- lowing Work site conditions (hereinafter called changed conditions), in writing, upon their discov- ery and before they are disturbed: ,, •~ Revised 6/15/17 Contract No. 6607 Page 67 of 150 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 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 per- formed; 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 Ill 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 perfor- mance 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 hap- pening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the par- ticular circumstances giving rise to the potential claim, the reasons for which the Contractor be- lieves 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 condi- tions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "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 under- stands and agrees that this potential claim, unless resolved, must be restated as a claim in re- sponse to the City's proposed final estimate in order for it to be further considered." ,, • ., Revised 6/15/17 Contract No. 6607 Page 68 of 150 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 sub- sequently 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, Construction Management & Inspection 4. Public Works Director 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or re- quest that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a reso- lution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: ., f.+; Revised 6/15/17 Contract No. 6607 Page 69 of 150 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 Sec- tion 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 Univer- sity, 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, polit- ical 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 de- partment. (iv) The Department of Corrections and Rehabilitation with respect to any project under its juris- diction 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 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. {' •+;' Revised 6/15/17 Contract No. 6607 Page 70 of 150 (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 gov- erning 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 dis- pute. 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 set- tlement 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 pri- vate 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. (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 {'\ •+;' Revised 6/15/17 Contract No. 6607 Page 71 of 150 entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may re- quest 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 pre- sented 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 proce- dures 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 claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency . . , \..,, Revised 6/15/17 Contract No. 6607 Page 72 of 150 (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifica- tions 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 (com- mencing with Section 900) and Chapter 2 ( commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims sub- ject to this article: l'\ • .-, Revised 6/15/17 Contract No. 6607 Page 73 of 150 (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 re- quirement 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 Proce- dure, 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 ap- pointed 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 differ- ent 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 nova 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 nova. (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 undis- puted except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. {'\ • .-, Revised 6/15/17 Contract No. 6607 Page 74 of 150 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 gener- ally 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 con- sidered 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 di- rected by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable no- tice, 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 Spec- ifications. 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 Con- tractor 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 neces- sary 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 fabrica- tion, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are accepta- ble 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 in- spection 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 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 {'\ •+; Revised 6/15/17 Contract No. 6607 Page 75 of 150 regulations as may apply. Contractor shall furnish Engineer with such information as may be nec- essary 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 pur- chase materials, fabricated products, or equipment from sources located more than 50 miles out- side 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 equip- ment. 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 ex- pense, shall deliver the materials for testing to the place and at the time designated by the Engi- neer. 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 require- ments 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 furnish approved material from other approved sources. If any product proves unacceptable after im- proper 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. (' ti Revised 6/15/17 Contract No. 6607 Page 76 of 150 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 nec- essary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifica- tions 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 mate- rial, 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 durabil- ity, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its in- tended 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, ap- pearance, 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 propor- tioning 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. l'-•+;' Revised 6/15/17 Contract No. 6607 Page 77 of 150 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 Regula- tions pertaining to weighing devices. A certificate of compliance shall be presented, prior to oper- ation, 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 oper- ating 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 pres- sure 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. Cal- ibration 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 Mod- ified 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 de- fined 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 inves- tigation 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 in- formation 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 co- operative investigation concluded. Whenever the cooperative investigation is unable to reach res- olution, the investigation may then either conclude without resolution or continue by written noti- fication of one party to the other requesting the implementation of a resolution process by com- mittee. 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 acknowledge- ment, 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 Con- tractor 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 coop- erative 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 standard engineering principles and practices and to ensure public value, the committee may l' •+' Revised 6/15/17 Contract No. 6607 Page 78 of 150 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 inves- tigation 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 pertain- ing 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 Engi- neer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. {' •+;' Revised 6/15/17 Contract No. 6607 Page 79 of 150 SECTION 5 -UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known rec- ords, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utili- ties indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, tele- phone, or cable television are shown on the Plans, the Contractor shall assume that every prop- erty 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 (Under- ground 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. The Contractor shall determine the location and depth of all utilities. including service con- nections. which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compen- sation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the sup- port 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: 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. {'\ •+;' Revised 6/15/17 Contract No. 6607 Page 80 of 150 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 pro- tection 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 proce- dures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering por- tions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 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 be- fore 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 man- hole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2009 Edition, and latest editions and supplements thereto. Utilities which are relocated in order to avoid interference shall be protected in their posi- tion 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 prop- erty line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3- 3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect in- terfering 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. {'\ • ., Revised 6/15/17 Contract No. 6607 Page 81 of 150 Such temporary omission shall be for the Contractor's convenience and no additional compensa- tion will be allowed therefore or for additional work, materials or delay associated with the tempo- rary omission. The portion thus omitted shall be constructed by the Contractor immediately fol- lowing 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 avail- able 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 Sec- tion 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unrea- sonably 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 iden- tified 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 altera- tions 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. The Contractor shall 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. The Contractor shall notify the appropriate utility company a minimum of 48 hours in advance of excavating an undercrossing, overcrossing, or parallel installations where utility may be exposed. Notifications shall be made by telephone and email to the following representatives: Leucadia Waste Water District Ian Riffel, Project Manager iriffel@lwwd.org 760-753-0155 SDG&E Mike Egan, Senior Field Utility Specialist megan@semprautilities.com 619-572-7344 O/ivenhain Municipal Water District Karen Ogawa, Engineering Project Administrator kogawa@olivenhain.com 760-753-6466 l'\ • ._, Revised 6/15/17 Contract No. 6607 Page 82 of 150 SECTION 6 -PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as other- wise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within five (5} calendar days after receipt of the "Notice to Proceed". 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 man- agement 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 precon- struction meeting. 6-1.2 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Base- line Construction Schedule shall include each item and element identified in this subsection and shall be on hard (paper) copy and electronic media. 6-1.2.1 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The schedule shall include, but is not limited to, submittal dates for working drawings and shop drawings, supporting information, critical path milestones, start and end dates for each bid item and the critical path to project com- pletion, the bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.2 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contrac- tor complies with the requirements of these supplemental provisions shall be a condition prece- dent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engi- neer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental pro- visions within ten (10) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included as working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construc- tion Schedule within ten (10) working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.2.1 through 6-1.2.2.3. 6-1.2.2.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. {'\ •+;' Revised 6/15/17 Contract No. 6607 Page 83 of 150 6-1.2.2.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to submitting any additional submittals to the City. 6-1.2.2.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the correc- tions and changes. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be consid- ered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required herein before and marked "Accepted" by the Engineer. 6-1.2.3 Maintenance of Construction Schedule. The Contractor's schedule shall be updated on a weekly basis and presented at progress meetings per Section 6-2.3. The updated schedule shall display start/early finish dates for critical milestones, percent completed for each work item, lag time, delays, and the number of working days exhausted at the time of progress meeting. 6-1.2.4 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to mobilization and no sep- arate payment will be made therefore. 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. 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. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. 6-2.2 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 Rep- resentative shall be the individual determined under Section 7-6, "The Contractor's Representa- tive". 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. {'\ •,; Revised 6/15/17 Contract No. 6607 Page 84 of 150 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engi- neer 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. If discovery is made of items of ar- chaeological 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 of time and compensation in accordance with the provisions of 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 prem- ises. 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 Con- tractor 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. l'\ •+;' Revised 6/15/17 Contract No. 6607 Page 85 of 150 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 dis- cretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contrac- tor 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 interests of the Agency. The Con- tractor will not be entitled to damages or additional payment due to such delays, except as pro- vided 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 classi- fication 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 reason- -{"\ •;;' Revised 6/15/17 Contract No. 6607 Page 86 of 150 able means. Should the Contractor fail to provide the notice(s) required by this section the Con- tractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Con- tract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 45 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 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 associa- tion, 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. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8 a.m. and 4 p.m. on Monday through Friday, excluding Agency holidays. The Con- tractor 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 ob- tained 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. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each work- ing day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indi- cate 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. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is com- pleted and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, {'\ •,r Revised 6/15/17 Contract No. 6607 Page 87 of 150 ) ) meet the requirements of all of the specifications for the Work. Use, temporary, interim or perma- nent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engi- neer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 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 seven hundred fifty dollars ($750.00). 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 seven hundred fifty dollars ($750.00) 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 dam- ages. 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 im- provement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any com- pleted facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. {'\ • .-, Revised 6/15/17 Contract No. 6607 Page 88 of 150 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 ap- plicable 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 agree- ment 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 respon- sibility 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 re- maining 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 un- dertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." ,, •+;' Revised 6/15/17 Contract No. 6607 Page 89 of 150 ) ) 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' Com- pensation 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 Contrac- tor 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 compen- sation will be allowed therefore. 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. For private contracts, the Contractor shall obtain all per- mits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 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 pres- ence to take measures necessary to protect the Work, persons, or property. Any order or com- munication given to this representative shall be deemed delivered to the Contractor. A joint ven- ture 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. 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 6/15/17 Contract No. 6607 Page 90 of 150 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 dam- ages 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 the utility compa- nies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 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 incom- plete. 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 imme- diately 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 Con- tractor 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 dis- cretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust ,, • ., Revised 6/15/17 Contract No. 6607 Page 91 of 150 control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Con- tract 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 em- ployees 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, sew- age 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 therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number R9-2013-0001, Construction General Permit and amendments thereto, Waste Dis- charge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. A Tier 2 Storm Water Pollution Prevention Plan (SWPPP) is provided to the Contractor, in Ap- pendix C, 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 ,, •,; Revised 6/15/17 Contract No. 6607 Page 92 of 150 City and the Regional Water Quality Control Board. All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be included in the contract lump sum price bid. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installa- tions, 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 relo- cated shall be done in conformance with 701. 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 reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconven- ience. The access rights of the public shall be considered at all times. Unless otherwise author- ized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. 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; and establishments of similar nature. Ac- cess to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. l' • ., Revised 6/15/17 Contract No. 6607 Page 93 of 150 Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian cross- ings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is com- pleted, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal com- pany, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved park- ing within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects ve- hicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the af- fected 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 notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief descrip- tion of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and du- rability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An exam- ple of such notice is provided in Appendix "A" . . , \i.-, Revised 6/15/17 Contract No. 6607 Page 94 of 150 In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in ad- vance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional com- pensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in the streets after unloading. All materials or equipment not installed or used in con- struction within the same day after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equip- ment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. 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, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Con- tractor shall furnish and install signs and warning devices and promptly remove them upon com- pletion 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: 1) The Engineer ................................................................................. . 2) Carlsbad Fire Department Dispatch .............................................. . 3) Carlsbad Police Department Dispatch ........................................... . 4) Carlsbad Traffic Signals Maintenance (extension 2937) ................ . 5) Carlsbad Traffic Signals Operations .............................................. . 6) North County Transit District.. ........................................................ . 7) Waste Management ...................................................................... . 8) Leucadia Waster Water District. .............................................. . (760) 602-2720 (760) 931-2197 (760) 931-2197 (760) 438-2980 (760) 602-2752 (760) 967-2828 (760) 929-9400 (760)-753-0155 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. -{"\ • ., Revised 6/15/17 Contract No. 6607 Page 95 of 150 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. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2009 Revision 1 and 2, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contrac- tor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and con- trol devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb mark- ing shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Con- tractor. Warning and advisory signs, lights and devices shall be promptly removed by the Con- tractor 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 re- moved from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the trav- eled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CAL TRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, in- cluding 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 equip- ment 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 piece of 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 {'\ •+' Revised 6/15/17 Contract No. 6607 Page 96 of 150 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 6', nor oper- ate equipment within 2' from any traffic lane occupied by traffic. For equipment, the 2' shall be measured from the closest approach of any part of the equipment as it is operated and/or maneu- vered 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 the entire construction, a minimum of one 12' wide lane, shall be open for use by public traffic in each direction of travel. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2009 Revision 1 and 2, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 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 Cal- ifornia Manual on Uniform Traffic Control Devices (FHWA MUTCD 2009 Revisions 1 and 2, as amended for use in California) published by CAL TRANS. 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 mate- rial. Temporary pavement delineation shall not be applied over existing pavement delineation or {'\ • ., Revised 6/15/17 Contract No. 6607 Page 97 of 150 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 tem- porary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 15-day re- view period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP sub- mittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supple- ments and/or new design of TCP shall meet the requirements of the (FHWA MUTCD 2009 Revi- sions 1 and 2, as amended for use in California) published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addi- tion, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefore. 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 l'\ •~ Revised 6/15/17 Contract No. 6607 Page 98 of 150 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 Con- tractor 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 pro- vided, 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 Ma- terial Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe condi- tions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, admin- istering 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 con- tain 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 l'\ •~ Revised 6/15/17 Contract No. 6607 Page 99 of 150 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor per- sonnel, 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 con- fined 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 person- nel 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. 7-11 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 ar-,y legal action that may be brought for infringe- ment of patents. 67-12 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 Na- tional 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. ., \i.., Revised 6/15/17 Contract No. 6607 Page 100 of 150 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 pur- chases 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 pay- ment to the contractor, without further acknowledgment of the parties." {'\ •+;' Revised 6/15/17 Contract No. 6607 Page 101 of 150 SECTION 8 -FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Field facilities for Agency personnel are not required. l' •'1 Revised 6/15/17 Contract No. 6607 Page 102 of 150 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 meas- urements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sec- tions 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 dupli- cate 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. Stand- ard 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. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only 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 accord- ance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. {' •fr Revised 6/15/17 Contract No. 6607 Page 103 of 150 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 injury, death, or property damage, and precau- tions which are the Contractor's responsibility have not been taken and are not reasonably ex- pected 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 owner- ship shall remain with the Contractor who shall be obligated to store any fully or partially com- pleted 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 re- cordation 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 appli- cable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as pre- scribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar 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 l'. • .-, Revised 6/15/17 Contract No. 6607 Page 104 of 150 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 Engi- neer 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 pay- ment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.01 0 of the Code of Civil Procedure. From each progress estimate, 1 0 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 re- maining 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 liqui- dated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substi- tute 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 corre- sponding 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 Esti- mate. 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 adjust- ments 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. ,, • ., Revised 6/15/17 Contract No. 6607 Page 105 of 150 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written state- ment 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 Condi- tions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Re- port, 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 con- tentions 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. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 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. The Contract lump-sum price paid for mobilization shall not exceed TEN PERCENT (10%) of the total bid and includes full compensation for furnish- ing 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 inci- dental 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 per- formed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. Mobilization shall include but not be limited to the following items: 1. Obtaining and paying for all required Bonds, Insurance Policies (including premiums and incidentals), and Permits if applicable. ,., •fir Revised 6/15/17 Contract No. 6607 Page 106 of 150 2. Submittal of required materials, shop drawings, construction schedule(s), and 3-week look ahead schedule. 3. Establishment of all offices, buildings, construction yards, fencing, sanitary facilities, and any other facilities necessary for work at all project sites. 4. Posting all OSHA required notices and establishment of safety programs. 5. The movement of personnel, equipment, supplies, and incidentals to all project sites. 6. Developing and installing construction water supply. 7. Notification of residents and businesses 8. Utility Coordination and mark out Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization and Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. No additional compensation will be allowed for additional mobilizations required, including but not limited to delays caused by the relocation of existing utility facilities shown on the Plans or dis- covered during construction operations. The deletion of work or the addition of extra work as provided for herein shall be reflected in Contract Change Orders, and shall not affect the price paid for "Mobilization." 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 sys- tems, 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 ex- pense. Bid Item No. 1: Mobilization (Lump Sum) The Contractor is to mobilize per Section 9-3.4.1 Bid Item No. 2: Traffic Control (Lump Sum) The Contractor is to submit for approval, implement and maintain a traffic control plan per Section 7-10 and Part 6 of the Supplemental Provisions. Bid Item No. 3: Tier 2 Water Pollution Control Plan (Lump Sum) Contractor is to submit for approval, implement and maintain a Tier 2 SWPPP per Sections 7-8 and 300-12. Bid Item No. 4: Utility Potholing (Each) The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for performing exploratory excavation at utility connections and {' •+' Revised 6/15/17 Contract No. 6607 Page 107 of 150 crossings within the proposed trench zone prior to construction. This includes, but is not limited to, excavating and locating of up to five (5) utilities, backfilling, pavement restoration, traffic con- trol, permitting and submitting a report of the located utility depths per Section 5-1. Bid Item No. 5: Trench Dewatering (Stipulated Lump Sum) The Contractor shall to remove and maintain the project site free of groundwater in accordance with Section 306-5. Compensation for services will be paid by time and materials as defined by Section 3-3 Extra Work. Bid Item No. 6: Clear, Grub and Grade (Lump Sum) The entire work site is to be cleared and grubbed as necessary to construct the improvements and graded to final grade lines in accordance with Section 300-1 and Section 300-2. Bid Item No. 7: Sheeting, Bracing and Shoring (Lump Sum) The contractor shall furnish and install sheeting, bracing and shoring in compliance with CALOSHA and Section 306-4. Soil conditions per the attached soils report in Appendix F shall be considered in bid price. Bid Item No. 8: Remove and Dispose Existing CMP Pipe (Linear Feet) The existing 18 inch corrugated metal pipe shall be removed and disposed per Section 401. Bid Item No. 9: Remove and Dispose Existing RCP Pipe (Linear Feet) The existing 21 inch reinforced concrete pipe shall be removed and disposed per Section 401. Bid Item No. 10: Remove and Dispose Existing Curb Inlet and Wing Wall (Each) The existing reinforced concrete curb inlets shall be removed and disposed per Section 401. Bid Item No. 11: Remove and Dispose Curb and Gutter (Linear Feet) The curb and gutter scheduled for demolition shall be removed and disposed to the nearest joint in accordance with SDRSD G-11 and Section 401. Bid Item No. 12: Remove and Dispose Sidewalk (Square Feet) The concrete sidewalk scheduled for demolition shall be removed and disposed to the nearest joint in accordance with SDRSD G-11 and Section 401. Bid Item No. 13: Connect to Existing Storm Drain Cleanout Structure per CSD DS-9 (Each) The contract unit price paid for this item shall constitute full compensation to connect the RCP pipeline to the existing type B storm drain cleanout structure at Station 10+00 per Carlsbad Stand- ard Drawing DS-9. This includes, but is not limited to, removing the existing 18 inch cmp pipe from structure, reconstructing the connection window for the 30 inch diameter RCP and furnishing and installing reinforced concrete per the rebar schedule of Carlsbad Standard Drawing DS-9 to create a water tight connection. Bid Item No. 14: Construct Water Tight 30-inch Elliptical RCP Storm Drain Pipe (D-2000) (Linear Feet) The 30 inch water tight reinforced concrete elliptical pipe (D-2000) is to be installed in accordance with Section 306, City of Carlsbad Standard Drawing GS-26 and 28 and SDRSD D-60 (See Carls- bad's modifications to San Diego Regional Standards in Appendix B). The elliptical pipeline shall meet the dimensions of 38 inches in width by 24 inches in height. The in-situ soil conditions pro- vided in the geotechnical report in Appendix F shall be considered in this unit price. Sand cushions for utility protection as identified on plan shall be included in unit price. {'\ • .., Revised 6/15/17 Contract No. 6607 Page 108 of 150 Bid Item No.15: Construct Water Tight 30-inch RCP Storm Drain Pipe (D-1350) (Linear Feet) The 30 inch water tight reinforced concrete pipe (D-1350) is to be installed in accordance with Section 306, City of Carlsbad Standard Drawing GS-26 and 28 and SDRSD D-60 (See Carlsbad's modifications to San Diego Regional Standards in Appendix BJ. The in-situ soil conditions pro- vided in the soil report in Appendix F shall be considered in this unit price. Bid Item No. 16 Trench Resurfacing per GS-26 (Linear Feet) Trench resurfacing shall be completed per City of Carlsbad Standard Drawings GS-26 and GS- 28, Sections 203-6, 302-5 and 404. Pavement Section shall be six (6) inches PG 64-10 asphalt over fourteen (14) inches of class II base per the soils report in Appendix F. Item shall include the 2" grind and 2" surface overlay (T-Patch) portion of GS-26. CCTV inspection of all specified pipe- lines must be approved by the engineer at least two days prior to final surface paving. Bid Item No. 17: Construct Type B-1 Curb Inlet (L=10') per SDRSD D-02 (Each) The Type B-1 curb inlet at Station 11 +40.51 is to be constructed per SDRSD 0-02 and Section 303-1 with a wing wall opening length of 10 feet. Bid Item No. 18: Construct Type B-1 Curb Inlet (L=15') per SDRSD D-02 (Each) The Type B-1 curb inlet at Station 12+ 10.62 is to be constructed per SDRSD 0-02 and Section 303-1 with a wing wall opening length of 15 feet. Bid Item No. 19: Construct 6 Inch Curb and Gutter per SDRSD G-02 (Linear Feet) The Type G curb and gutter shall be constructed to the nearest joint per SDRSD G-2 and Section 303-5. Bid Item No. 20: Construct Type A-1 Curb Ramp per SDRSD G-28 (Linear Feet) The Type A-1 curb ramp shall be constructed per SDRSD G-28, CSD G-32 and Section 303-5. This item includes, but is not limited to, the installation of truncated domes per SDRSD G-30, adjusting traffic pull box to final grade and reinstalling the mag nail survey monument with County recordation per Section 2-9.1 and 2-9.2. Bid Item No. 21: Construct 6 Inch Concrete Curb per SDRSD G-01 (Linear Feet) The 6 inch curb shall be constructed where shown on the plan and in accordance to SDRSD G- 1 and Section 303-5. Bid Item No. 22: Construct Sidewalk per SDRSD G-07 (Square Feet) The sidewalk shall be constructed to the nearest joint per SDRSD G-07, G-11 & Section 303-5. Bid Item No. 23: Remove and Replace Loop Detectors (Each) Loop detectors damaged by construction shall be replaced in-kind per Appendix D Traffic Signal and Street Lighting Notes. Bid Item No. 24: Remove and Replace Signing, Striping & Pavement Legends (Lump Sum) All road striping, markings and signage within the project area are to be replaced per Section 314. This item, includes but is not limited to, painted curb addresses and mail box relocation. Bid Item No. 25: CCTV Inspection and Delivery of PACP File (Lump Sum) The following pipelines are to receive Closed Circuit Television Inspections (CCTV) in accordance with the Pipeline Assessment Certification Program (PACP) standard and delivered to the city with a PACP transferrable file per Section 500-3.4: ,., •+; Revised 6/15/17 Contract No. 6607 Page 109 of 150 1) Pre-and post-construction inspection of Leucadia Waste Water District's 8" PVC Gravity Sewer main through the trench zone. (Approximate 250 foot long sewer segment) 2) Post construction inspection of the newly installed 30" RCP storm drain. Bid Item No. 26: Record Drawings (Lump Sum) The contractor is to maintain and submit for approval a record set of drawings per Section 2-5.4. (' ~ Revised 6/15/17 Contract No. 6607 Page 11 0 of 150 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. Add the following: Aggregate base shall be Class 2 Aggregate Base per Cal- trans Standard Specification, 2015, Section 26: Aggregate Bases, Subsection 26-1.02B Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.2.4 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be com- pacted readily under watering and rolling to form a firm, stable base. Aggregate may include ma- terial processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. Sieve Sizes 2" ..................... , ... , 11/2'' .......................... . 1" ............... . 3/4" ........ . No. 4 .......... . No. 30 ....... . No. 200 AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2'' Maximum 3/4" Maximum Operating Range Operating Range 100 90-100 50-85 25-45 10-25 2-9 100 90-100 35-60 10-30 2-9 QUALITY REQUIREMENTS Tests Resistance (R-value) Sand Equivalent Durability Index Operating Range 78 Min. 25 Min. 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Dura- bility Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, an- other day's work may not be started until tests, or other information, indicate to the satisfaction of {' •+;' Revised 6/15/17 Contract No. 6607 Page 111 of 150 the Engineer that the next material to be used in the work will comply with the requirements spec- ified 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 En- gineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grad- ing 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. 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) <3l PORTLAND CEMENT CONCRETE Type of Construction Concrete Class All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) <1l Trench Backfill Slurry 115-E-3 (190-E-400) Street Light Foundations and Survey Monu-330-C-23 ments (560-C-3250) Traffic Signal Foundations 350-C-27 (590-C-3750) Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) Maximum Slump mm (Inches) (2) 200 (8") 100 (4") 100 (4") 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. 201-1.2.1 Cement. Substitute the following: a) Portland Cement. Portland Cement shall be Type V Portland cement conforming to ASTM C150 and the optional requirements of ASTM C150, Table 2 for maximum equiv- alent alkalis (Na2O + 0.658K2O) of 0.60 percent. 201-1.2.4 Chemical Admixtures. Substitute the following: (d) Air-Entraining Admixtures. The air content shall not deviate from the percentage spec- ified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed con- crete will be determined by California Test Method No. 504. I'\ •+; Revised 6/15/17 Contract No. 6607 Page 112 of 150 201-3 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 to 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. Provide color selections made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment asspecified 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-C-920-87, 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 Litho- seal 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 sub- strates, 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 preformed, compressible, resilient, nonstaining, nonwaxing, non- extruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyeth- ylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polysty- rene foam is not acceptable. l'\ •+;' Revised 6/15/17 Contract No. 6607 Page 113 of 150 SECTION 203 -BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 203-6.2.1. Asphalt Binder. Add the Following: Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.4. Devia- tions in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.4. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grad- ing as shown in Table 203-6.4.4. 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10 for surface course, and B-PG64-10 for base course. Asphalt concrete shall be class D2-PG70-1 0 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 0,Net 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 accord- ance 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 lnstitute'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. 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 {' •~ Revised 6/15/17 Contract No. 6607 Page 114 of 150 with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.4 Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grad- ing as show in Table 203-6.4.4. SECTION 206 -MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. 206-7 .1.1 Roadside Signs. This work shall consist of furnishing and installing roadside signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the ser- viceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and alumi- num marks. 206-7.1.2 Sign Identification. The following notation shall be placed on the lower right side of the back of each sign where the notation shall not be blocked by the sign post or frame: A. PROPERTY OF THE CITY OF CARLSBAD, B. Name of the sign manufacturer, C. Month and year of fabrication, D. Type of retroreflective sheeting, and E. Manufacturer's identification and lot number of retroreflective sheeting. The above notation shall be applied directly to the aluminum sign panels in 1/4-inch upper case letters and numerals by die-stamp and applied by similar method to the fiberglass reinforced plas- tic signs. Painting, screening, or engraving of the notation will not be allowed. The notation shall be applied without damaging the finish of the sign. 206-7.1.3 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manu- facture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.1.4 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Desig- nation 04956 and conforming to the requirements of these special provisions. 206-7.1.5 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminium shall be pretreated in accordance to ASTM Designa- tion B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light l'\ •+' Revised 6/15/17 Contract No. 6607 Page 115 of 150 and tightly adherent chromate conversion coating free of powdery residue. The conversion coat- ing shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be pro- vided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. 206-7 .1. 7 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stationary and porta- ble signs. 206-7.2.1 General. This work shall consist of furnishing and installing temporary signs in accord- ance with details shown on the plans, the California Sign Specifications and these special provi- sions. Permanent and temporary signs shall be free from blemishes that may affect the service- ability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7.2.2 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manu- facture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.2.3 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Desig- nation D4956 and conforming to the requirements of these special provisions. 206-7.2.4 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminum shall be pretreated in accordance to ASTM Designa- tion B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coat- ing shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation Standard Plans RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: ., \.~ Revised 6/15/17 Contract No. 6607 Page 116 of 150 a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements of these special provisions. 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of these special provisions, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these special provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tub- ing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be per- forated on all four faces with 11 mm (7/16") holes on 25 mm (1 ") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011 ", -0.005"). Convexity and concavity measured in the center of the flat side shall not ex- ceed a tolerance of +0.25 mm (+0.01 0") applied to the specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16" in 3'). Tolerance for corner radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on corner-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(8). ,, •~ Revised 6/15/17 Contract No. 6607 Page 117 of 150 TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions Outside Tolerance for All Sides at Corners mm (inches) mm (inches) 25 X 25 (1 X 1) 0.13 0.005 32 X 32 (1¼x1¼) 0.15 0.006 38 X 38 (1½ X 1½) 0.15 0.006 44 x44 (1¾ X 1¾) 0.20 0.008 51 X 51 (2 X 2) 0.20 0.008 56 X 56 (23/15 X 23/15) 0.25 0.010 57 x57 (2¼ X 2¼) 0.25 0.010 64 X 64 (2½ X 2½) 0.25 0.010 51 X 76 (2 X 3) 0.25 0.010 TABLE 206-8.2(8) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension Squareness<1l Twist Permissible in 900 mm (3") mm (Inches) mm (Inches) mm<2l (lnches)<2l 25 X 25 (1 X 1) 0.15 0.006 1.3 0.050 32 X 32 (1-¼ X 1-¼) 0.18 0.007 1.3 0.050 38 X 38 (1-½ X 1-½) 0.20 0.009 1.3 0.050 44 x44 (1-¾ X 1-¾) 0.25 0.010 1.6 0.062 51 X 51 (2 X 2) 0.30 0.012 1.6 0.062 56 X 56 (2-3/15 X 2-3/ 1s) 0.36 0.014 1.6 0.062 57 X 57 (2-¼ X 2-¼) 0.36 1.014 1.6 0.062 64 X 64 (2-½ X 2-½) 0.38 0.015 1.9 0.075 51 X 76 (2 X 3) 0.46 0.018 1.9 0.075 . . <1) Tubing may have its sides fa1l1ng to be 90 degrees to each other by the tolerance listed . (2) Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall conform to ASTM B-633, Type 111 Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a con- troller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -20°C (-4°F) to + 70°C (158°F) and shall not be affected by unauthorized mobile radio transmissions. {' •+; Revised 6/15/17 Contract No. 6607 Page 118 of 150 The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of com- plete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that au- tomatically 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-pro- grammed 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 op- erator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and main- tained 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 ac- cordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. Add the following section: 206-9.4 Measurement and Payment. Payment for all traffic signs, including Portable Changea- ble Message Signs, are incidental to the traffic control plan and no other compensation will be made therefor. {'\ •ff Revised 6/15/17 Contract No. 6607 Page 119 of 150 SECTION 207 -GRAVITY PIPE 207-2 REINFORCED CONCRETE PIPE (RCP). 207-2.5 Joints. Add the following: All RCP joints shall receive a rubber-gasket meeting the re- quirements of Section 208-3 Gaskets for Concrete Pipe. Add the following section: 207-26 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-26.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Mark- ing Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-26(A) and 207-26 (B): TABLE 207-26.1 (A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Method Value Thickness ASTM D2103 0114 mm (0.0056") Tensile strength ASTM D882 4500g/cm (25 lbs/inch) (5,500 PSI) Elonqation ASTM D882-88 <50 percent at break Printability ASTM D2578 >50 dynes/square centimeter Flexibility ASTM D671-81 Pliable hand Inks Manufacturina specifications Heat-set Mvlex Messaae repeat Manufacturing specifications Every 500 mm(20") Foil ManufacturinQ specifications Dead soft/annealed Top layer ManufacturinQ specifications Virqin PET Bottom layer Manufacturina specifications Virain LOPE Adhesives Manufacturina specifications >30 percent, solid 1.5#/R Bond strength BoilinQ H20 at 100 deqrees Celsius Five hours without peel Colors APWA Code See Table 207-25.1 (B) TABLE 207-26.1(6) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Utility Marked Red Electric power, distribution, transmission, and municipal electric systems. Yellow Gas and oil distribution and transmission, dangerous materials, product and steam. Orange Telephone and telegraph systems, police and fire communications, and cable tel- evision. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. {'\ •ff Revised 6/15/17 Contract No. 6607 Page 120 of 150 Add the following section: 207-26.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the re- quirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321 (e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Dam- age to Pipelines. Adopted June 7, 197 4. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid pe- troleum pipelines -APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Spec- ification for Mechanical and Electrical Equipment -PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, Na- tional Electrical Safety Code for Underground Construction for remote and immediate hazards. SECTION 210 -PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.5. TABLE 210-1.5 (A) Surface to be Painted Pre-treatment I Surface Prepa-Pri-Finish Coats ' ration mer Temporary Railing type Abrasive Blast Cleaning to a None Two coats white (K) Roughened, Textured Appear-Acrylic Emulsion Paint ance (1) (1) acrylic emulsion paint designed for use on exterior masonry. This paint shall comply 1n all respects to Federal Spec1ficat1on TT-P- 19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates. 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 Separation of Soil and Street Structural Section Separation of Soil and Subsurface Am:ireoate Drain Reinforcement of Street Structural Section Remediation and Separation of Soil Reinforcement of Soil Drainaoe at the Interface of Soil Structures Drainaoe at the Interface of Soil and Structures ,, • ., Revised 6/15/17 Contract No. 6607 Type Designation 90WS 180N 200WS 270WS 270WS N/A N/A Page 121 of 150 Type Designation Application of Geotextile Rock Slope Protection Fabric for Rock Sizes Below 225 kq (¼ Ton) 180N Rock Slope Protection Fabric for Rock Sizes lncludinq and Above 225 kq (¼ Ton) 250N Plant Protection Covering 90N Erosion Control Fence with 14 AWG -150 mm x 150 mm (6"x6") Wire and 3 m 90WS (1 0') Post Spacing Erosion Control Fence with 1.8 m (6') Post Spacinq and No Wire Fencinq 200WS Add the following section: 213-5.2 Erosion Control Specialties. Storm water erosion control plans shall be prepared, im- plemented, 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 (50 lbs) of 19 mm (¾") crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS. 214-4.1 General: Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, chan- nelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CAL TRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pave- ment arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic con- forming to CAL TRANS 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 CAL TRANS Specification No. 8010-004 (Type II). CAL TRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CAL TRANS 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 T e TOM-Temporary Overlay Markers ., \i.,, Revised 6/15/17 Manufacturer of Distributor Davidson Traffic Control Products, 3110 70th Avenue East, Ta- coma, WA 98424, (877) 335-4638 Contract No. 6607 Page 122 of 150 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 illumina- tion 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. Type Safe-Hit SH336SMA Carsonite SDR3036 "Super TABLE 214-6.4.3.2 REFLECTIVE CHANNELIZER Manufacturer of Distributor Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Duck" 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 reflec- tive 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. SECTION 215 -FENCING Add the following section: 215-1 ENVIRONMENTAL FENCING 215-1.1 Materials. Environmental fence shall be minimum 4' high, orange colored plastic con- struction fencing installed prior to performing any work. Environmental fence shall be constructed of non-toxic, non-conductive polyethylene capable of withstanding temperatures from -58F de- grees to 194F degrees. Color shall be non-fading. Posts shall be 6'-6" long, shall be spaced no more than 1 0' 0" apart and buried portion shall be no less than 2'-6" deep. Used materials may be installed providing the used materials are good, sound, and are suitable for the purpose in- tended, as determined by the Engineer. Materials may be commercial quality providing the di- mensions and sizes of the materials are equal to, or greater than, the dimensions and sizes spec- ified herein. Posts shall be either metal or wood at the Contractor's option. Galvanizing and paint- ing of steel items will not be required. Treating wood with wood preservatives will not be required. Concrete footings for metal posts will not be required. ,., •,;' Revised 6/15/17 Contract No. 6607 Page 123 of 150 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 -EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. Add the following: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot success- fully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, existing gate, traffic signs (including project notification signs), and other existing surface features that interfere with the work. These items shall be removed as a part of clearing and grubbing whether or not such items are shown on the plans. Existing under- ground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. Modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price. Payment for removal and disposal of abandoned utilities, structures, vegetation, unsuitable soil, and signs (including project notification signs) shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. Add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and recompaction of soil salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1 ') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland miti- gation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. 300-2.2.1 General. Add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuit- able soils at specific locations or elevations on the site. ('\ •+;' Revised 6/15/17 Contract No. 6607 Page 124 of 150 Add the following: Alluvial and colluvial removal and recompaction shall consist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed by the Contractor until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompaction. The excavated material shall be placed and compacted in accordance with section 300-4 of the specifications except that section 300-4.9, Measurement and Payment, shall not apply. 300-2.9 Payment. Substitute the following: Payment for all unclassified excavation shall be inci- dental to the item requiring excavation to depth specified on the plan and/or standard drawing and no additional compensation will be allowed therefor. 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 SSPWC. 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 preven- tion work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, here- after referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the 2016 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 ("Hand- book"), 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 of these Special Provisions. If revisions are required, as determined by the Engineer, the Con- tractor 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. In order to allow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construc- tion 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; l' •+;' Revised 6/15/17 Contract No. 6607 Page 125 of 150 3. Wind erosion control practices; 4. Non-storm water management and waste management and disposal control practices. 5. Daily street sweeping Specific objectives and minimum requirements for each category of control measures are con- tained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibil- ities 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 quan- tities 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 oper- ations. 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 Protec- tion 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 main- taining the control measures included in the SWPPP and any amendments thereto and for re- moving and disposing of temporary control measures. Unless otherwise directed by the Engineer {'\ • ., Revised 6/15/17 Contract No. 6607 Page 126 of 150 or specified in these supplemental provisions, the Contractor's responsibility for SWPPP imple- mentation 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. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. 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 manage- ment 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 inspec- tion record to the Engineer, within two days of the inspection. During the winter 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 com- pensation 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 ., f.;r Revised 6/15/17 Contract No. 6607 Page 127 of 150 and remove construction BMPs per the approved SWPPP. The most recent Tier 2 construction SWPPP Template is available on the City Website and an example is included in Appendix C. Partial payment shall be based on the percentage the total value of work completed. 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 "150mm (6 inches)" to "300 mm (12")". 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Con- tractor 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 test D-1557-12. 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 302-4.5 Scheduling, Public Convenience and Traffic Control. Add the following: 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 Coast Waste Management at (760) 929-9400. 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 with appropriate street names, dates, times, and phone numbers specific to the work inserted in the letter. During resurfacing operations, the Contractor's schedule shall be designed to provide residents and business owners sufficient paved parking within a 900 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects ve- hicular traffic and/or parking or pedestrian routes, the Contract shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected l' •+' Revised 6/15/17 Contract No. 6607 Page 128 of 150 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 hangar which shall state the date and time the work will begin and its anticipated duration. The notification shall list two tele- phone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the 760 area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the con- struction. The Contractor shall use the sample door hangar provided by the city and submit door hangars to the Inspector for approval. Notices shall not be distributed until approved by the In- spector. 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 65Ib card stock. The printing on the notice shall be no smaller than 12 point. The door hangars shall show the street name, date, time, phone numbers, and appropriate information specific to the work inserted. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for "Public Notification of Work" and the Contractor will not be entitled to any additional compensation for work outlined in this section. 302-5 ASPHALT CONCRETE PAVEMENT. Add the following: 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 con- structed 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-1 h 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-1 h emulsion, immediately before the adjoining as- phalt concrete is placed. The Contractor shall place a tack coat between the successive interfaces of existing pavement and new asphalt concrete. 302-5.5 Distribution and Spreading. Modify as follows: After second sentence of sixth para- graph, add: 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 {'\ • ., Revised 6/15/17 Contract No. 6607 Page 129 of 150 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. Modify as follows: Second paragraph, Part (2), add: Pinched joint rolling pro- cedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. Modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.9 Measurement and Payment. Add the following: Payment for final surface paving shall be made at the unit price bid per Square Foot and shall constitute payment for cold milling, re- moval of grindings, surface preparation and placement of Asphalt Concrete. No additional pay- ment shall be made for any tack coat or sand blotter. 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 of¾" 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: Con- crete structures will be measured for payment by each structure installed as specified in the bid schedule and in accordance to the plan and any referenced standard drawings. 303-1.12 Payment. Delete the subsection in its entirety and replace with the following: Payment for concrete structures will be made as set forth in the Bid Schedule. Payment shall include com- pensation for furnishing all labor, materials, tools, and equipment necessary to construct the con- crete structures complete in place. Items shall include submittal of PCC mix design for approval, structure excavation, subgrade and bas 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. 303-2 AIR-PLACED CONCRETE. 303-2.1.1 General. add the following: Modify Regional Standard Drawing D-75 as follows: replace stucco netting with 150mm x 150mm (6" x 6") by No. 10 by No. 1 O welded wire mesh. I"\ • .., Revised 6/15/17 Contract No. 6607 Page 130 of 150 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.1.1 General. Add the following: Portland Cement Concrete construction shall include, but not limited to, curbs, walkways, cross gutters, access ramps, driveways, concrete curb outlet, terrace ditches, and all other miscellaneous PCC construction items as indicated on the plans and per these Specifications. 6" Curb and Gutter shall conform to SDRSD G-2 (Type G), the details on the plans, and these specifications. Adjacent AC/AB removal associated with concrete curb construction shall be full depth AC replacement and a minimum width of one foot from the face of concrete edge. Removal of AC shall be incidental to Section 401-1 Removals. Replacement of AC shall be considered incidental to this Section and conform to the requirements of Sections 203-6 and 302-5. The Contractor shall verify with a "smart level", string line and/or water testing that positive drain- age 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 pour- ing 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 Markin s round facilities Water Service Lateral Sewer Service Lateral lrri ation Water Lateral or Sleeve Markin w s RW 303-5.9 Measurement and Payment. Add the following: Curb and gutter, and curb, shall be con- sidered as continuing across driveways, access ramps and drainage inlets when constructed ad- jacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depres- sions, except that which occurs in gutter transitions at each side of an inlet. 303-6 STAMPED CONCRETE. 303-6.1 General. Add the following: Concrete shall be 560-C-3250 with 6"x6" -10 guage wire mesh throughout. Add the following: 303-6.5 Concrete Finishing Products. 303-6.5.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal) Water base penetrating sealer shall be a sealer designed for the protection of imprinted and nat- ural concrete. ('\ •~ Revised 6/15/17 Contract No. 6607 Page 131 of 150 Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the ma- sonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer's directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications: Color: Odor: Flash Point: Specific Gravity: Density: Drying Time: Cure Time: voe Content: Polymer Type: Clear, non-yellowing Mild None (C.O.C. method) 1.03 8.6 pounds per gallon 30 minutes to 60 minutes 24 to 48 hours None (0 g/I) excluding water Proprietary Reactive Resin System Coverages (approximate) Smooth Concrete: 300 to 400 square feet per gallon Rough Concrete: 200 to 300 square feet per gallon Note: Coverages vary depending on porosity and condition of surface and method of application. Method of: Application Manufacturer: Airless sprayer. Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer's direction. Add the following: 303-6.7 Measurement and Payment. Payment for colored, stamped concrete paving shall be paid in accordance to the contract unit price. Said payment shall include compensation for survey, sawcut, excavation, disposal of material, grading, backfill, compaction, base material, forming, mesh, reinforcing steel, concrete, integral color, texture sealers, transitions, joints, and other material necessary to construct the specific paving. 303-7 COLORED CONCRETE 303-7.1 General. Add the following: Integral color shall consist of colored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, ('\ •+; Revised 6/15/17 Contract No. 6607 Page 132 of 150 workability and finishing performance of the concrete. Integral color pigments shall meet or ex- ceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architec- tural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see product information bulletin). Provide sample panel submittals of all colors to be used in the in- stallation on identical surfaces for approval by the Engineer. Contractor shall provide a mainte- nance schedule for integral colored concrete. Admixture for all integral colored concrete paving in medians and other integral colored concrete shall be the following: Color: Refer to 2016 City of Carlsbad Landscape manual for median coloring. Curing: Scofield Colorcure Concrete Sealer (or approved equal). See Section 201 of these Supplemental Provisions for Concrete Curing Materials. Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 Admixture products and procedures for installation shall be in strict accordance with the manu- facturer's specifications and recommendations, and those published by the American Concrete Institute (ACI) and the Portland Cement Association (PCA). 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 ex- cavate 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 nec- essary to accomplish the intent of the plans shall be made at no additional costs. Add the following: 306-3.2 Removal of Surface Improvements. Bituminous pavement, concrete pavement, curbs, sidewalks, or driveways removed in connection with construction shall be removed in accordance with Subsection 401-2 of the Standard Specifi- cations and these Special Provisions and reconstructed in accordance with Section 404 of the Standard Specification and these Special Provisions. Add the following: ,., • ., Revised 6/15/17 Contract No. 6607 Page 133 of 150 . 306-3.5 Maximum Length of Open Trench. The first sentence for the first paragraph is hereby deleted and replaced 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 in a single day. Add the following section: 306-3.7 Steel Plate Bridging -With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-3. 7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recog- nized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ ADT + EWL + DAYS+ 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X 100] X LANES 1000 8 PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS+ 20 X WEATHER + SPEED (mph) + SLOPE X 100] X LANES 1000 5 where: PS ADT EWL DAYS WEEKEND NIGHTS WEATHER SPEED SLOPE = plate score. = average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by Supplements 1 and 2. = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by Supplements 1 and 2. = total number of 24 hour periods during which the plates will be utilized at the site being considered. = total number of Saturdays, Sundays and holidays that the plates will be uti- lized at the site being considered. = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. = total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. = the quotient of the vertical differential divided by the horizontal distance. The ,., .... Revised 6/15/17 Contract No. 6607 Page 134 of 150 vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. LANES = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridg- ing shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-3.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Draw- ings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. Add the following section: 306-3.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 61 0 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install per the following: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the un- milled pavement and the plate shall not exceed 25 mm (1'J and shall be filled with elastomeric sealant material which may, at the contractor's option, be mixed with no more that 50%, by vol- ume, of Type I aggregate conforming to the requirements of tables 203-5.2(8) and 203-5.3(A). l' •;;' Revised 6/15/17 Contract No. 6607 Page 135 of 150 Add the following section: 306-3.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-3.7.4 (A) TABLE 306-3.7.4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width <1l Minimum Plate Thickness 0.3 m (10") 13 mm (½") 0.6 m (23") 19 mm (¾") 0.8 m (31") 22 mm (7/s") 1.0 m (41") 25 mm (1") 1.6 m (63") 32 mm (1 ¼") (1) For spans greater than 1.6 m (5'), a structural design shall be prepared by a registered civil engineer and submitted to the Engineer for review and approval in accordance with section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CAL TRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid sur- face on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CAL TRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-3.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-7 PREFABRICATED GRAVITY PIPE. 306-7.3.2.3 Gasket-Type Joints. Add the following: The Contractor shall provide Rubber Gasket- type joints for all reinforced concrete pipe (watertight joints). 306-12 BACKFILL. 306-12.1 General. Add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9" x 3") 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. The type and color of detectable underground utility marking tape shall conform to the requirements of Section 207-26 of the Supplemental Specifications. 306-12.3.2 Compaction Requirements. Delete Section 306-12.3.2 and replace with the follow- ing: The Contractor shall density 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. {'\ •+f Revised 6/15/17 Contract No. 6607 Page 136 of 150 306-13 TRENCH RESURFACING. 306-13.1 Temporary Resurfacing. Add the following: Temporary bituminous resurfacing mate- rials 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 resurfac- ing 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 resurfac- ing 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 com- pensation for furnishing, placing, maintaining, removing, and disposing of such temporary resur- facing 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 densification of backfill and aggregate base materials. 306-15 PAYMENT. 306-15.1 Basis of Payment for Open Trench Installation. This section is hereby deleted and replaced with the following: The price per linear foot for storm drain in place shall be considered full compensation for furnishing pipe, sawcut, removal and disposal of existing PCC and AC pavement, trench excavation, over excavation of trench as required, removal of spoils, preparation of subgrade and base material, installation of pipe, gasket joints, backfill, compaction, pipe detection tape, trench plates, bedding and protection for crossing utilities where specified on plan (sand cushion and padding) installed per Section 402-1, preparation of road aggregate base material, trench resurfacing as detailed in the respective City of Carlsbad Engineering Standard GS 24 -29, San Diego Regional Standard Drawings D-60, per city modifications, and all other work necessary to install storm drain pipe, complete and in place and no additional compensation shall be allowed therefor. 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 con- struction site. The Contractor shall remove by wet grinding all existing or temporary traffic mark- ings 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 {' •,;' Revised 6/15/17 Contract No. 6607 Page 137 of 150 on pavement shall not exceed variations from a uniform plane more than 3 mm (1/s") in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm(¼") 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 con- flict 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 sand- blasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.1 0') thick asphalt concrete overlay is not permitted. Add the following section: 314-4.3.5.2 Layout, Alignment, and Spotting. The Contractor shall establish the necessary con- trol points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 1 00m (1 /2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100mm (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 72 hours of pavement resurfacing. After one week, a second coat of paint shall be applied to all final, approved striping. The Con- tractor 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 add the following: The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for the installation and replacement of all final and temporary striping, pavement markers, inlet stenciling, signing, and refreshing all striping within 200 feet in each direction of the project limits of work per this section, 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 therefore. {'\ •+;' Revised 6/15/17 Contract No. 6607 Page 138 of 150 314-5 PAVEMENT MARKERS 314-5.4 Placement. Add the following: When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pave- ment markers are to be placed. Add the following section: 314-5.4.1 Reflective Channelizer Placement and Removal. The Contractor shall place and re- move reflective channelizers the same as for pavement marker placement and removal. The Con- tractor 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 Con- tractor. 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. 6607 Page 139 of 150 SUPPLEMENT AL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 4, EXISTING IMPROVEMENTS SECTION 401 -REMOVAL 401-3 CONCRETE AND MASONRY IMPROVEMENTS 401-3.2 Concrete Curb, Walk, Gutters, Cross Gutters, Curb Ramps, Driveway and Alley In- tersections. 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 minimum depth of 1-1/2 inches. 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 he/she shall pay all costs incidental to the disposal. Add the following section: 401-3.2.1 Adjacent Asphalt Concrete Removal. Adjacent AC/AB removal associated with concrete curb construction shall be full depth and a minimum width of one foot from face of concrete edge and continue along the concrete segment scheduled for removal. Removal of adjoining AC section shall be incidental to the removal of concrete structure bid item per this Section. Replacement of adjoining AC section shall be inci- dental to replacement of concrete structure bid item as specified in Section 303-5. l' •+' Revised 6/15/17 Contract No. 6607 Page 140 of 150 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 5, SYSTEM REHABILITATION SECTION 500 -PIPELINE 500-3 CLEANING AND PRELIMINARY INSPECTION. 500-3.2.2 Closed Circuit Television (CCTV) System Equipment. Add the following: The cam- era head shall have a rotary head with rotational, pan and tilt movement in order to allow a full circumferential inspection and observe all portions of the pipeline. It shall have a high resolution lens capable of spanning 360 degrees circumference and 270 degrees on a horizontal axis to televise pipelines. Optical focal distance shall be adjustable through a range of 1-inch to infinity. The camera source image capture shall provide a high resolution image with a minimum of 320x240 pixels capture. The camera shall clearly show all conditions and defects. The purpose of the rotating head camera is to view all service connections, and to locate all defects, as well as any pipeline problem conditions. The Contractor shall stop for at least 15 seconds to properly document the condition of the lateral, size and location, and observed structural defects such as misalignment, offset joints, protruding lateral taps, cracked pipe, roots in pipe, roots from laterals, sages in profile, and other pertinent observations as they are encountered. The camera will pause as necessary and pan/tilt/rotate to clearly show manhole condition and structural defects from the channel and lower manhole area to the upper manhole area as viewable by the camera. Add the following subsection: 500-3.4.1 Investigations The Contractor shall videotape the pipeline and submit on DVD format for Owner's review at the following: • Pre-construction of areas adjacent to construction • post cleaning of the storm drain, • post lining of the storm drain • final video shall include: post main lining, post sealing of mainline cut ends at inlets and post sealing of lateral connections. Final videotaping shall be performed after complete system installation and five (5) days prior to the final walk through inspection. Final color video shall be submitted on DVD format. The video shall be of a high resolution quality, to be viewed on DVD reader system. Lettering 3/8- inch high and internal approval stamps of pipe manufacturers shall be clearly readable on the video. Continuously displayed on the monitors and recorded on the video shall be the date of the survey, number designation of the manhole section being surveyed, identified fault conditions and a con- tinuous forward and reverse read-out of the camera distance from the manhole of the reference. {'\ •+;' Revised 6/15/17 Contract No. 6607 Page 141 of 150 Pipe conditional and fault information tied to pipe location shall also be recorded in the Report Access database record associated with each video. This information shall be in tabular form, and include but not be limited to the following information: pipeline run from upstream to down- stream manhole, location of defects in feet from upstream manhole, description of the defect, and other pertinent information. Location records shall also show all lateral connections. The camera operator shall record all fault conditions and other required information as an audio commentary on the tape. The audio portion of the file shall be sufficiently free from electrical interference and/or background noise so that the narration is completely intelligible. The audio shall remain accurate to the original source voice through the digital video processing. The audio narrative shall describe all notable defects found including the location in feet from the upstream manhole and type of each defect. A QA/QC procedure by the Contractor shall be developed to ensure high quality results from the televising. The Contractor shall provide reports of inspection results of pipeline televising and conditional assessments utilizing reporting software that is compatible with Owner format requirements. The reporting software shall utilize a Microsoft Access Database. The inspection reports shall incor- porate and utilize a standardized NASSCO PACP rating system to be provided for comprehensive evaluation of pipeline and/or manhole condition, i.e. a standardized listing of facility condition and defect codes. The report shall utilize a Microsoft Access Database. The Contractor shall provide digital photos of representative pipeline conditions, captured during the CCTV televising. Representative photos of pipeline conditions shall be taken with a minimum of four (4) photos for every section of pipeline between manholes. In addition, photos shall be taken of serious defect locations, with these defects to be defined by the Owner. When these conditions are noted, the Contractor shall notify the Owner of the need for emergency repair re- quirements. The Digital photo files shall be annotated with the pipeline number and station of the defect. Photos shall be attached to the inspection reports to be provided in both hard copy and in an electronic format consistent with Owner requirements. Within two (2) working days after the television inspection of each individual reach documented on a particular videotape, the Contractor shall deliver to the Engineer the DVD for review. Three (3) working days shall be allowed for the City to judge whether the deficiencies are repairable, in place. If the judgment is made that the deficiencies are non-repairable in place, the affected por- tion(s) shall be reconstructed. Due to the nature of the work, the Contractor shall provide a self-propelled camera, capable of extended videotaping lengths and operation in remotely accessed areas without direct vehicular access. The Contractor shall provide all video (with audio) in digital file format on DVDs. The Contractor shall provide an initial submittal at the start of televising work demonstrating the typical video and audio quality to be provided for approval by the Owner. This submittal shall note any proposed changes to the specification listed below regarding video format, data processing compression or other condition for review and approval by the Owner. One file shall be provided for each manhole to manhole pipe segment (or for each manhole to manhole inspection video). {'\ •+' Revised 6/15/17 Contract No. 6607 Page 142 of 150 The filename shall incorporate the unique facility identifier (to be provided by the Owner) and the date of the inspection. The facility identifier numbers will be manhole numbers, with adjacent manhole numbers identifying pipe sections. A single video record file shall be provided for each pipe section. The video will be captured and compressed so as to reduce file size as much as possible while still meeting the needs of the Owner. The compression shall be per MPEG-2 format. The video files shall be highly compressed, resulting in an anticipated average file size of 1 O MB per minute of video. The compression shall not significantly degrade the still frame quality of the video or audio signal from the original source video, as judged in a side by side viewing ·under normal viewing condi- tions. Owner staff will be responsible for integrating the digital files within applications to facilitate access and vexing of the video files by end users. Add the following subsection: 500-3.4.2 Reporting and Delivery of Inspection File The Contractor shall provide reports of inspection results from pipeline televising and conditional assessment utilizing a Microsoft Access Database version compatible with the City. Upon completion of the first day of work, the consultant shall submit a DVD of all segments in- spected to demonstrate the typical video, audio quality, summary log of inspection, and Microsoft Access format that will be provided throughout the project. A Microsoft Access file containing the PACP assessment, video inspection, inspection summary report in pdf format and screen shots of defects (if any) shall be recorded for each segment televised. At the end of the project, the consultant shall submit a summary inspection log that shows the date of inspection, PACP score for each segment televised, and clearly identify all red flag pipe segments. 500-3.6 Measurement. Replace this section with the following: CCTV inspection will be measured by the unit of measure defined in the bid schedule. 500-3.7 Payment. Replace this section with the following: The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and for doing all work involved in performing post construction CCTV inspections of the newly constructed storm drain and pre and post inspections of the Leucadia Waste Water District's 15" PVC gravity sewer in accordance with Sections 500.3.4 and PACP Standard. PACP 6.0 certified software with the capability to im- port from and export to a PACP database shall be used. Contractor shall notify the engineer and Leucadia Waste Water District five (5) working days prior to inspection and the city will provide the PACP database at that time. CCTV Inspection files shall be delivered to the engineer per Section 2-5.3 Submittals a minimum of forty eight (48) hours prior to excavation or the final surface cap paving. l' •+;' Revised 6/15/17 Contract No. 6607 Page 143 of 150 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 601-2 TEMPORARY TRAFFIC CONTROL PLAN (TCP). 601-2.2 Payment. Replace this section with the following: The Contract lump sum price paid for the traffic control system shall include full compensation for, but not limited to, design, submittal and approval of the traffic control plan, furnishing all labor (including flagging costs), materials (including construction area signs), tools, equipment, traffic control plans for the project, and inci- dentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control including channel- izers (surface mounted), temporary railing (Type K) markers, lights for illuminating the work site, delineators, temporary striping and pavement marking, barricades, portable flashing beacons, flashing arrow signs, portable changeable message signs, as shown on the Plans, these contract documents, and as directed by the Engineer. The traffic control plan shall include, at a minimum, one portable changeable message sign posi- tioned on both eastbound and westbound approaches to the work area. Full compensation for removing and salvaging the traffic control equipment and materials that are to be reused or reset in the project shall be considered included in the Contract lump sum price paid for traffic control system and no additional compensation will be allowed therefor. Partial payment for traffic control shall be based on the percentage of total value of work com- pleted. 601-3 TEMPORARY TRAFFIC CONTROL (TTC) ZONE DEVICES. 601-3.1 General. ADD the following: The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. Add the following section: 601-3.4.1 General. Add the following If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking ,., •'1 Revised 6/15/17 Contract No. 6607 Page 144 of 150 being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. 601-3.5 Signs and Signage 601-3.5.1 General. Add the following to the first paragraph: The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Modify the last paragraph as follows: Public notification signs of temporary no parking restriction shall be installed at least 72 hours before enforcement of the "No Park" zone. 601-3.5.2 Payment. Modify this section as follows: Payment for signs and signage is incidental to the temporary traffic control plan 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 sheet- ing 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 channel- izers to the proper alignment shall be performed by the Contractor. If the channelizers are dis- placed 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 speci- fications and conform to the prequalified design and material requirements approved by the En- gineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following subsection: 601-3.6.5.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand- filled crash cushions units as shown on the plans. Add the following subsection: 601-3.6.5.2 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 "Paint Systems" and 31 0 "Painting". Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. ('\ • ., Revised 6/15/17 Contract No. 6607 Page 145 of 150 Add the following subsection: 601-3.6.5.3 Manufacture of Temporary Railing. In addition to the requirements herein the tem- porary railing (Type K) shall be manufactured per CAL TRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201- 1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall con- form to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (3/s") thick plate welded on the upper end with a 5-mm (3/15") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 "Ordinary Sur- face 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 com- pound 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 subsection: 601-3.6.5.4 Installation of Temporary Railing. In addition to the requirements herein the tem- porary railing (Type K) shall be installed per CAL TRANS 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 align- ment. Each rail unit placed within 3 m (1 0') 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 adja- cent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary rail- ing shall be restored to its previous condition, or constructed to its planned condition. Add the following subsection: 601-3.6.5.5 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite Ill" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to de- termine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CAL TRANS and that the temporary sand-filled crash cushion units meet NCH RP 350 standards. Other features will be suitability to application, operational characteristics, dura- bility 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 in- stalled 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 {'\ •+;' Revised 6/15/17 Contract No. 6607 Page 146 of 150 (Type K) being considered. The TSFCC shall be installed per CAL TRANS 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 appro- priate 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 Uni- form 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 CAL TRANS Standard Draw- ings 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. 601-4 TEMPORARY TRAFFIC STRIPING AND PAVEMENT MARKINGS Add the following section: 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 deter- mined 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 re- place 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. ,, •+;' Revised 6/15/17 Contract No. 6607 Page 147 of 150 SUPPLEMENT AL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 8 LANDSCAPING AND IRRIGATION SECTION 801 INSTALLATION 801-1 GENERAL. Add the following: The Contractor shall maintain all landscape and private property surrounding the construction to the greatest extent possible. Any landscape, plants, walls, or steps stones disturbed shall be restored to pre-construction condition . . , f.+r Revised 6/15/17 Contract No. 6607 Page 148 of 150 {'\ •ff Revised 6/15/17 Appendix A Door Hanger Contract No. 6607 Page 149 of 150 {'. • ., Revised 6/15/17 APPENDIX A CITY OF CARLSBAD ROADWORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD# (76Q)XXX-XXXX Dear resident: As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be resurfaced with asphalt concrete over the existing roadway surface. This construction will require the closing of your street to through traffic for one day. Your street, from XYZ St. to DEF Ave. will be closed to through traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE: XX I XX I XX from XXX A.M. to XXX P.M. If you don't plan to leave your home by 7:00 A.M . on the above date please park your car on an adjacent street in your neighborhood that will not be resurfaced. Streets scheduled for resurfacing can be determined by calling either the Contractor or the City of Carlsbad's Project Inspector. When walking to and from your car, remember not to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overlaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at the above phone number if you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. Contract No. 6607 Page 150 of 150 Appendix B Standard Plans CONSTRUCTION PLANS FOR ROMERIA STREET STORM DRAIN IMPROVEMENTS cm or OCEANSIDE " PROJECT LOCATION VICINITY MAP NOT fO SCALE SHEET INDEX 1 TITlESHEET,VICINITYMAP AND LOCATION MAP NOTE CONTRACTOR SHALL LOCATE All EXISTING UTILITY VALVE BOXES, MANHOLES, VAULTS, SEWER CLEANOUTS, STORM DRAIN GRATES, INLETS AND SURVEY MONUMENT BOXES AND PROTECT IN PLACE. "DECLARATION OF RESPONSIBLE CHARGE" I HEREBY DECLARE THAT I AM THE ENGINEER OF W)RK FOR THIS PROJECT THAT I HAVE EXERCISED RESPONSIBLE CH.-.RGE OVER THE DESIGN OF THE Pl'tOJECT "5DEFINEDINSECTION67030FTHE9USINESS AND PROFESSIONS CODE AND THAT THE DESIGN IS CONSISTENT \.\IITH CURRENT STANDARDS ! UNDERSTAND THAT THE CHECK OF PROJECT ORA\.\IINGS AND SP'EC!flCATIONS BY THE err, OF CARLSB,O,.D DOES NOT RELIEVE ME AS ENGINEER OF V.ORK OF MY RESPONSIBILITIES FOR PflOJECT DESIGN FIRM Rla<.ENGINEERlNGCQMPANY ADDRESS 562QFRIARSR0AD CITY.ST. SANDEGOCAUFORNIA921!0 PROJECT NO. 66071 CITY OF CARLSBAD CARLSBAD, CALIFORNIA CITY COUNCIL MA TT HALL • MAYOR KEITH BLACKBURN· MAYOR PRO TEM MARK PACKARD· COUNCIL MEMBER MICHAEL SCHUMACHER· COUNCIL MEMBER CORI SCHUMACHER· COUNCIL MEMBER SCOTT CHADWICK CITY MANAGER PAZ GOMEZ PUBLIC WORKS DIRECTOR DECEMBER 2018 !~ PROJE1 SITE (ROMERIA STREET STORM DRAIN IMPROVEMENTS BJ.SIS OF BWUNG THEs-sts.OFBEARINGFORTHISSURVEYISTHE LOCATION MAP PUBUC SEWER SYSTEM APPROVAL APPROVED BY L'ND DISTRICT ENGINEER POTABLE WATER SY5TEM APPROVAL OMWOWQ#, ___ _ Note s,'1"alureespire,;2year5afterda!e "AS BUil T" SOURCE or TOPOGRAPHY ~1~~~~1:nrn:: ~~ l~~~~~rn ______ C336S2 ___ S.C--EXP,___ DATIC REVIEWED 8Y: TOPOGRAPHY SHOWN ON TI-<ESE PLANS WAS TAKEN ON SEPTD,IIIER Jl, 2007 AT POINT l2D ANO POINT f24 GENERATED FROM F1ELD INFORW.TION GATHERED BY AS SHOWN ON REOORD OF SURVEY MAP No 17271 Tl-IE CITY OF CARLSBAD. DexterWllwnEng1nee11nglnc Exp Date INSPECTOR PROIECT LOCATION THISPROJEt:TISLOCATEDWITHIN ASSE3SORS PARCaNUMBER(S) 22J-12-0J-l0 lsiru71m CITY OF CARLSBAD l'"'z"'I t==jt==t====================j===:t==jt==:t==j L...!_J ENGINEERING DEPARTMENT THE CAUFORtM COORD~TE lhlO or THIS PR0J£CT IS. , ______ ~'------t===1t==t=====================1===:::===1t==:t===1 ROllKRJA STRKrl' STORM DRAIN DIPROVKDNT TITLE SHEET, VICINITY MAP, AND LOCA T/ON MAP LEUCADIA WASTEWATER DISTRICT -GENERAL NOTES 1 N.J.--MO,TERMC511El.AltD11)UIDSCIIDIODQl.lll'ltlllld,'1Cl~$ltlilJ.~11)MLJIIISEIIIEl!!TN«IMD5PEC -.c.11.1 DN TIit UIII IIIEISII[ AT Hlll>-/..-.I.INO.Clle,/~5P£C5 AND 11) 11€ ll£IMIQIEN1'S Of" M STAHllllAD 9U:IF'CA'ltlll5 r:==-~{~ANDTHE ___ IIQSTWIRDIJ'EDl!DIS.INllt::MM'Of"COWUC1,llt:: l. COIIIMCltlllSHl,UCC'IYINlllltMll.1-THIPlCTN.J.OllflfflT!illlEJl'1ilCl.fllElleR055EOtJ>'EIIDRIN;IEJl,IIOTH!IER)ll[ANl)Af1ER--ME~fGICIU'UIT~CC'lYYaD»N.1.EPlltr.'IXt>TOIMIFc.RlV181ANDRB:Dllll'Ull'OSDl'!IOITO~- ~~-~orc:g~THE~OOCLll[NP,IDIIIU IIESlalTT[DlO'!HEoimm:T 1,CALE10111lln51'1101110 l COIIIMCltlllSIW.l llt-TitlTLIIIJ,i.cure PlltMJE'MSIDU,ltJIC0lfl[TIIIICE. l!ID,TMDIT. -ll5l'OSll. lllffif: PIJIU: l4 KMISA ill'f, JeDl'l'SATE,VI. lllDIOOIIIE,UIDDR1HEllllllffiW;IDRS-IEID,l(QS$IDFJQ/1'6Fc.~~DRDIDl:OIC'Tll[PU! A1""1'111Lrnta;Nllllll;n;IIIIIUOISIJIICTitllNXDSTOrntFQJTDl!I-ATN.J.TKS(DUIIICttlllSllllaDIIN)ATTHE000f ~IXIIISTRUCTllllDll't)-9W,J..M;rll9QJIANl)llOW)lit~t0r.55151fflH-'CC(S!I--..Cll!;l!IINlMOI.IIIDUIDTAClll6. 4 COIIIMCltlll5MolU.1¥CN.J.~-N(USWl'TUl"lll7r!r!UIDFJiCI..TIVIAND~OOl'IINCC0N5TRUC10I.Sll0W)fflt ~AIIH1TlolCIMMIQ:UIIIDll-llS[ll[JllATlllH.fJCUllt5.THEaJKIIW:IDll!HIIIU.-lll.TSll)P'«lll(.NOIJ'Tl.llll.-N/l)CDN!llOlNflSlWIGESPUNIDMJ'Ml~flrtCIJIIS11)Tll'5,lilliF~DFl\£Ulllo«:MIIIA1Nl)1Xl5111)lMl~LJ.,tllll; ~~~~="~~:r~Ulll~=~$ltlil..LIIE Rll'MIEDIN~ ' sli==~~~:Ia~~~~~~~Zr~~T I. ~SHAUIIOll'TIMl/1<11£fXIN-"IWM;t:f11'Pl,\NN[tJ~Al;IMIOlllllt:"1V<Of"-t'l1IDrTIOUT~UIIISOIOI T. ~~:m~lrlH4'fO.RSPIIOITO!Jl1'.N,ll,lllNOf"sm:Jt~-011-.J.D.MlliUATIIN5 STREET NOTES 1. ~~DlllUIIESNIDlAIDIIIL5Sltllll.8ENSTALLEDPIIIDRTOCONSTRUl:l10NOf"CI.RBS,CII05SOOIIDISOIIS!Mlf.lCNll 2. 11'1-lll.C-RNilf'S SHAU. IIE INSTAUm f'[]I lmlllROIEMB DF mu: 24. CAUFOllfllO -'511¥,TN'E CODE. ). ~ ~~= ~T_.gt Dl$TT!l9UTED ~ Tlt:5 WOIIK Stll.u. 11£ !rU5!AalSH([), P'llll'£TUATUI, AM) DOCUIIOOED GENERAL NOTES 1. NOIIE'ffilJN5al.EIEIWIETO'llOll'INIS!lllllOUTrntlllfflEN#'PIDMLtlFMCINEIGl€P,Nt11Ill111!191Tll'RE'oU)Hl!U)Cl.0Nlll' -TE5HEEIDFlKl'INGANl)T1TUSl«I 2.. ACCO$n;Nlln!EIIM)OTHEIIDIOICCNCl'YEJilCLDSIIAU.IIEIMINl.-.!IEl>IUTlff:1'11Wt:[;1'51TEATAU..TMDOOl!l~CONSTl!UCTON l. MC0!1111ACltl1151W!.CONARITO~t:OIIESEr11DNl7tl:IIJl'~40EtU.. P\MIUTH[tJITEll!lllEDt AMI)µ,._ CONCEIIIIE) ~~IH[OESOIOf"Sll:llltG, BCINGSLDPCDROllO' PA!M5DI$ TO IC IIIIOl::Of"WIIIIEJI f'IIOICt:IDI ~MIWAAOor -l;llllJI.Nt)DIJIING!HE(ll~TllNOF'SI.OllllDICMDRTIIOICl6DRU...C\'KPl'C-.U,lllN-'TIIISPl.liNtf.1511El'IIOWIED ,IQN;ff'IIIOlllllOC--..1: 100 ElOSllNC T'l'Pf:sc.o; EJOStlNG ◄0• RCP. 5KJIINDNTHEPl,Nl5. NGIH111111D1005TNl P(R As.JM..T I .JOJe-? 90 I. THEcc»ITMtlDRSIWJ.YDlll'l'llllila:ATJ;IHDFN.J.(lllSIWIGTAClIIO~IONlUNDERCID.IND)-11€PRO.tEC'I SITE ~~-wn:r:~TOPEIIWITHE-OFIH!:IXNS!llUmOlll'I..WS~ITl!I -1llOllH[4=11lla:AlltlN5 l. IHE~51WJ,.Ml'ITIAffEC!Elll/lUITCOIIIPIOllf3(5£!'11UDW)ATlfASITWOFUU.IIQIIKJICIIA'ISPIIDIID~~ -1HEllna.JllE,$NG9illlJ.COOIIONIIE--.mtAaJIIP!lltfllEPll£50/TA~ LA COSTA AVENUE R/W .. . ______ , __ ~ CURB DATA NO. OELTA OR BRG. RADIUS LENaTH 1 SM'28'1J"W 52,58' TYPE 'G' ColrQ 2 6-89'27'34• 111.00' 2◄.98' TYPE 'G' c.tG J N22"01'111"W 2.oo' TYPE"G'c.tG ◄ N80'01'45"W 15.00' e·~ STORM DRAIN DATA* NO. DELTA OR BRO. RADIUS LENaTH 1 N7◄"◄2'◄1"E 138.M JD" RCP (2000-0)- 2 S81"◄1'JD"E SS,89 Je•(W)x2◄•(H) Ra> (1JSO-O)- loTRENCH, COMPACT AHO RESURFM:E TRENCH PER cm' MODIFIED SORSD 0-110 MIO Cl1'r' STANWI> GS-26 •-M,L J0tflS SHALL BE WATER TIGHT --"""' ~.=,.CAt211D (FA)l)61Uf1AlliS R/W / 12/6/201B 3:53:27 PM __._,... ... --- ERQE!.L.L RQMERIA STREET STORM DRAIN ;~ HOftCZ-.1·-201• et. t.•-,i.• PLAN: ROMERIA STREET STORM DRAIN GRAPHIC SCALE: 1•-20' AT!HECDIQ.LJ5l.)HOff.llCII-- T li..L 11-.t: P!ll;IIEJ;IM:llEWXS!lt(llll!HU!EIN,v,a:ATTHEDCIDFCACl1111111KNilMT lllel!HII: F,...;(,JDll'I-~ ftlll£C,ISJoo:UD5'1111!TP(JIC£IIT(-).5UANDcmolUll5!Hi.l.lllllEIIMD-~-f11U. IAU..-Ua,c:,SHl,UIIEIIJRUIPITP[lllll!J/41NCM-AtellO:lllTL OUVENHAIN MUNICIPAL WATER DISTRICT NOTES LA COSTA AVENUE ROMERIA STREET CURB RETURN BLOW UP CONSJ'Rl/CllON NQlFS.· G)REMCM EX 18" CNP, L-135 lF @REMCM:EXCURBllll£T @REMCl'IE EX 21" RCP, L-119.D lF © CONS1RLICT ◄" SIDEWALK PER SDRSD G-07 @~LD~~~~~~~~ @REMCNE EX CVRB/GUITTR N«l SIDEVWJ( {z) CONSTRUCT MDDlflED TYPE B-1 CURB IN.ET PER SDRSO 0-02 R/'# @PIPE OONNECOON TO CURB JN.£T PER OTY STANDMD OS-9 ® REMCNE ANO REPIJCE EXIST TRN'f1C LOOP DETICTORS @) PROTECT 1N PLACE @COHSlRUCT II" CURB PER SDRSO G-1 @)AO.A.ISTTOGIW>f i~ e• TYPE •~ CURS ii; GUTTER PER SDRSO G-02 ---~-~ REVISION DESCRIPTION f l;'.,:_;>.·>·:··J ◄" CONCRETE SDEWMJI: ~-----' ~ PAVEMENT (PG 84-10) =="=== PROPOSED STORM ORAIN ---------SAWCUT "AS BUILT" P.E. __ E,P ___ DATIC INSPECTOR fsHml CITY OF CARLSBAD l'"""'I L.._g_j ENGINEERING OEPAR'TMENT 2 Appendix C SWPPP Tier 2 Template STORM WA"fER POLLUTION PRt,VFNT/ON NOTE'i TIER 2 CITY STORM WATER POLLUTION PREVENTION PLAN (TIER 2 SWPPP) SW~_ THC Fa.Lu.NC GDP'At. SIil' IIANA(Dl£NT flfr»RfJ,/fNTS 9iAll Bf AOlelED 10 THROJQfQJT THC DURATl<M OF THC CCWSTRIJCWJN IICllll' ('lf:AR ROI.IND). I INCASl"EJEJrr:ENCYIIO'ffl'ISRfQI.IIRED,cv.'TAc;r_· ___ ,,_ __ AT(1ELNO.) ____ _ z. OCW<n ~ cw arr APPROlof'1l l'lN6 SHALL NQT Bf IIOl[O (R liKDF1EJ) *1HOfJr 1HC APl'WOrAl. OF nE lNQN£ERING l'ISPCCrr:R. .l 1HC CCW1RACTQII SHAU. RCSrrRC AU. OIOSKJN CCWTRa a-wa-5 ro IIQl!IIWC alDER ro THC S411S1"ACIIGW OF THC arrVKZUR AFTEJl[ACH flUN-<Yr~RAJNFAI.L. ~ THC Cl'.WIIUCrtl'i' 'SHN.l INSTALJ. AWIIGWAt. OIOSION CCW/llQ. ilfASl,f;t"S AS IIAY 8£ RBAWIB)8Y11£CJTY~OI.JCTr)IMCtlll'l£1ll)QWJ/Nea<'E7'i'Arl(NS(R~ a,QMSTANCES JIIHCH MAY NaSC. 5 THC CCWTRACTr:R SHAU. 8£ RfSPONS8.£ Nto SHAU. TAKE /1£1:£SS.4Kt F'Rf.'CAUOCWS IV~TP{.ft.c' mnf'.45:S CWIVAR£AS ~U"(l(,f«Z1 IM1U1Sa.£All"A HM.NfUOOS ""°""' 6. CRAIJING~SNIQINJTHCPRO.£CTPfRll£1D?IIUSTORUIAIMTFROIITHCFAOC OF5Z.Gl"E"ATTHCCCMJ.!1Slai0F[ACH~OAY. 1. ALL REJWVAR.£ P'1QITTm,£ OOfCES SHALJ. Bf IN PUCE AT THC fM) OF EACH IIOi'll1V(; 0ATl!PEN111£(5}CMYRAINPWCBA/JfJTY~STD'CHtlSFTRTYPOICfHT{401lJ.51.t AIDOrHfRce,ilSSHAli.tlCROll'..lloWAF1fR£ACHRAINFAI.L 4 AU. Q;>AlfJ. IMG:5 SHAU. CCWTMI .J/-t NOi JINM,JII AGQl[GA/l". "-AU.DIPOSfDUS1tRtJEIJARfASIIIJSTH<ll,£"£ROSIQHIWOTITnalBl#"s-"l'lCFt7ilY INSTAI.J.£I). MS WCLW£5 AU 9AD#G PADS, UNFH9E1J Rll40S; AM) .llc:f"U ta ADfWAIFPO/JIICTCRP'flOITTnal_..llllSTBflNSTAlJ.£JJMOlilAMTANEDAIEJ ~ IE l.l"Qi'ALEJ, IF tEinSARt; ro Pl'l'Ol«IE" W1'1CJEJIT PROITT:noN f1IOII llUHCFT OtRM;~ElOllS. 11, Aa'WA1l' SEIJll£NT CON"1Q 811P, 11115T IE INSTNLED ANDIIA#lrAIED. JA.Nr=A ll" /JIIPJ ro CCWTR<X. 0Fra1l' SHAENT TRAO<JlfG MUST 8£ INSTAU..£D ANO IJ. A Wt!Mtt.11 OF /Z,X OF THC MATERIAL NUDED roo INSTAU. STANOBY Bt1Pt TD PROITT:T 11/E EXP05cD ARCA$ F1llM UI09CH ANO PRf','fJIT ScDIME:NT OISCHAl?GCS. MVST 8£ SroRED CWSIIF. ARCAS AIA(A()Y fffOTU:1EIJ f1l'Ol,I ER0SKJN li9NG .CW~ STA/JIUZATIQN OR [STAa&lfD iu;rTAT1QN STABIUZArlON /JIIPr ARC NOT catSID£Rfl) ro IE bPosro" FOR P!Nil"05lS (F THIS lrWI..I/REJIENf. 14, 1HE l'.JIMW,-tlE)nll"[Jt/tQV11i'ACltJI' .INST FrxLOW "11£A"1ER ll'IIGGE1fW" ACn<M PU,N ANO 8( ABE ro tv'I.OY STAMJBY 81/PJ ro P'101ITT 1HE [JIPOS[J) P()RT/(115 (T ~-~~~}~~~~u~~~~fa'' F?MCA5'0 ON R£"C;l.O"T, 1HE OWO',-tlE)nlJPDi',/t:Q','lli'ACnJI' 1111ST fWQ\IOC PR0<T CF 11#5 CAPAI/UrY. /j, £P[.011,Vlr CF /'JO~l GR lf:CHAnat [R()!gat a:JH11la /JIIPr 1111ST ~ AS 5(J()N AS SlOl'U ARf CCIWl.£1fJJ. 1HE O~GF£1i';t:'fM11i'ACnJI' /JAY NOT Rf!. r ON 11£ ABI.JTT ro IV'I.OY STAHOBr fJl,IP IIA/Vi'l'ALS ro PRflo(NT fROS()N (T SlGff5 THAT HAi£8CEN CQIIPf.ETrD. 16. 11£ARCA THATCANBfClE.ARfD. Qi'AOW. Al«Jl.£TT[XPQSCf}ATIJI£ mlCIS UIIIIW ro TH£ A"""T OF A~Gl" THAT 1HE a:JHTRACrrR CAN A{]f/JIJA m. r P'101£t"T PRKR ltlAPff£DICTWRAINO£Nr. FORLAIICEfl.91U Qi'ADINC!HO/JI.OBCPHASED ITMAY8£ -"EIZ5SARY ro tv'I.OYERQ90N ANO SWIIIO(T CONTRa. lJ!ltPs IN AlifAS THAT ARf NOT CClllA.E1W, 8/JT AR£ NOT Acmnr B£JNG IKJik'W BUrRC AIDT1CWAI.. GRAD#iC ISAI.LOIIEtl WPROCffD. AT 1HEasa£11CWOF 1HEOTTWSF'[t'"l't'Jli', 11 All M1ll&ll AKAS l>IAT AR€ NOT CCU'l£1El1 ANO/DI' ltOT 8f.W(; ACnlfl.Y ~ADED 11/JSTBf F\UYP'10ITT'IW F1lfM EROSION F I.UTRR 14 OR Malf OA,S 11£ AlllJf'r WINSTAl.l..8IIP"4/l111Al51NA PffCMPTMANERISJIDISU'FlaDIT /JIIPrNffD ,VB[ INSTAUIDIN71£S£ARCAS 111 /JIIPr WST Bf Sroac1'1.W AT VAIIJOUS LOCATION T1ROUQf(J(JT 1HE PflO..CCT 9TE" THR()JCH()UT 1HE )£AR, IH1!£)£1i' ™EJfE/S A «11tCHANCEORQl£AIE1' ()FA RAIN IITH/NA T1#lFE(J)tMYnwrt:'AST, 1HENSPfCTTR 111.L IOi\FYTHAT/JIIPrARE" AococrAm.r STIJCJ(Pff£l}. /JIIPr IIUSTB[ Sll?Dl'PUl:l ANO READrFQR OEROrllENT ~ THlRt IS 50% C1IANC£ OFRAIN JIITHIN A ,fl HO.R FQR£CASr. F.((!,flf ro ctlFI.Y JIITH ~~RE3L(.TIN TH£~ (TA ~OR OrHER 16. Al.J. lli'EArl/fNTANOfROSIONC'l'.Wn.'Q./JIIPrWSTl:£/NSl'£CTWIIED1.YAHO PRKR Tr)A FOliITASTEDRAINO£NTrFQ!EA/Di' Tl-WI 50-1; AND AFTER A RAINnQT. IN AIDTl<M. rR£A7WENT CONIROI. 811P, /JUST 8[ SERlfaV AS NE.f1JfD THRa/QKAJT 1>£1'fAR. 20 IF SfUf:IW 81/P FAlS {J(lltNC A RAIi 0£NT. IT MUST BE RfPAMfr) OR IR'OloED OR liU'UCW 11TH AN ACTE'TABE AllVIIVAll" AS SCDJ AS /TIS 5AFf 10 DO Sil 1HE FALl.fiE" (TA 8MP IOCAIB IT ll?o:S /IIOT ACE1.l/All" FQR 1HE l'.lllClMSTA.'l'CB IN 11H01 IT IMS USEll REPAIRS ANO R£1'1.ACDIENT WST T1£Rrn:JRf: PUT A l,IQ;'f R061/ST 811P ,W"ASll<Y"IN-"t.Alt" 21. ALL CCWS1111Jc:11CW EJl&'I.Ol'U5 1111ST Bf Iii'~ ON 1HE ll#"ORTANCC CF SrtJllt IM/Di'Pa..LJJrlONPl?E',£NT1QNAN08IIPIIAINTENANC£. WEATHER TRIGGERED ACTION PLAN 71£ D[l,£l.CFEJi' SHAI.L tv'I.OY STAM)flY BCST IMIIACE1/0if PflACna: MfAstliU ro CClll"l.Em.Yl'WQITT'T rl£(X1'0Stl}PORTIONS OF THC SIil" IITHIN ,fl HQl.lfS(TA PflfDICTED SrtJlltf\£NT(APREDCIWS11Mfn£NT/SOU'6!A5Arait"CASlm 41&' OWICCOF~Br rH£NAnaiAL IIE"ArHERSERtfCC). INADQTION row>.IIIPUJJfNTfI) 'rl:AR--Rl'.UCJ IIQ.w,«; PfRIMf1E1I cam1a •• IIIMl fR090N CTM/1i'a.. lli'AOl'IYI:. NCW-SroRJI IM15V ctWlli'a.. IMS/, MANAGOENT. Ni() JfA1911ALS Pa.J.UTIQN CCW11i"Q'... TH[ NAOONAl 11£AII-O SERlola" ,u,n:uT 9'41.L BE ll()Hrt:R[D AM) US[]) BT THf L£\E.Gll'EJI' al A OM.Y BA.sis F PflffY'/TArlON IS l'l'!EIJC,W (<Km CHANCE OF FfAIN}, THEN TH£ /olECESStRY ll'A15V POU.Utui CONIJi'a. PIIACfllIS SHAI.L Bf tv'I.Olm ltlTf/lN'8H(AJNSANQPRl(R ro rHCONSETCF TJEPRUFITATION. THE tv'I.OnENT OF TH£ iNPS SH.AU. /NaUJC BUT NOT BE UMl"lW ro Gll'Al£l BAGS Al«! SU F[Nr;5 A IIINMN OF I~ OF TH[ MAIDllAL NEHIW 10 INSTAU. STANDBY BfST IUINACOIOiTl'll'AClltlS ll["ASl.l'lfS ro l'll'OIEt"T rH[ D1'0SElJ AR£AS Fr:JN fJ1'Q.90N AMJ Pl'lnfHT SEClll£NT 050/ARCCS I/UST Bf Sn:li'W al-SITE. AREAS THAT HAI£ AI..R£ADY flflN l'll'OITT'fEI! F1lOJf £R0SKM USlNC PHl'Sl'CA!. STAB«JZAT10H OR lSTAa.JSHED 1£!ZTAOON STA81.J/AOON 1111"$ ASOC1l111MW BT THC OJ'YOF CAlll..S840 ARC NOT Ctw:Sa1/W WBf 'tV'OS[J)"n;R THCl'tJRPQSCSCF"IIEAl10' 1FrlOC£REI)ACf/CWPUH~ AN AOCQUAll" SQ.liCf OF CWAICNT ANO~ SHALL IE AVAlABE FOR LV'I.O'IIPT<F"IIE"AHR 7RICfJERfD~ I AU PfRIIAIENT AMJ TO/PfRARY fT«J90N CONTl«X PI.ANrwG ANO IRRfCATIQN SHALi. IE INSTAUHJ ANO IIAINTAMEIJ AS liRUllW fl S£r:TIQN 212 CF 11£ SrMIOIRO SPE'CIQCAOONS AHO rHE" Fr:UOJIING: A H~SHALL(JEM'PI.JEl)rll-1 All 5l.(J'[S 1HA T ARf Qi'AOW 6: I {HORIZONTAi. TO 1£1i'rrcAL) OR STUPfRNfetlJ£YARf: a THRECFEIT0Rlo(Jllf"INHEJQITANOAOJACEJITIVPl.a.JC MUORS"1£CT II. AU 5l.Gl'U 4 FEET CR II/JR[ IN HEJGHT 2 AREAS(RA{£1)FUT7ERTHAN6·/"'DIANY(FrH[ ltUOIIWC caDTla#S DJSr.· NOT sam.tW FOIi U'lllffl00/'1'5 (cr/NS"1UCTION GR CO#ERAl I..NVSCAPfNG) 11111/N tlO IMJS OF~ Gll'AOINC. b. lJEN71FEI) BY THCPA/llfS AJ/0 IIFCRCATION /IRE'CTIJR AS l«H..Y~IVTHCPIJBJC C. NA~ ANT SPEQAL CQN(}ln(M IOlNrnD IIY TH[ arr 9K1NEERTHAT..vi,;>AN1'5.IIIWEUAl£111£A111£1iC B H'lfJROSffDINCAREASSHAU.IJCliMGAfEI!flAct'O'IIW,'C£1111HrnE nuOIING rJllT£1/IA: I AU 5l.Gll'E'S THATARCG1i'AOW6:I 0RS1UJ'fRANO IHIITARf: a. THRfC ro EJCHT !£IT W /-EJQIT ~ 8C .lilffl.41fD BY HANO ll'ATERWCIRCIIQUIO(Cllll"Wi'S,MOSE"NSORA C'l'.Wlo£HmwAL 5n/DI' CF LOW l'Jil"mTAT10H SffllNKl.£R ICADS Pl'i'Qlt'.IIYG I~ Cl?lfli'AIZ". b. ~TEJt/HAN81£ITlll~T~/Ellll7fRg}BYA C'l'.Wlo£Hll(WA(Sl'S/Dl'(TLOW~TAT10HSIWWKUR~ PROw;w;lrxnlC171f1i'AOC 2 AREAS .llGFED /.£S:5 THAN 5:1 SHALL Bf-"IIG,Ultl AS APPRQ\o£D BY 1H£0TT£NQNCIR,PIIIQRrtlH!'tlll'D5llDIW. TH[~GF£1i'SHALL Stall A PRa'OSEO 50,Djf ro l'll'OIIOC IMIGAIION ro THC arr CNQNfIR. 71£ fWtRlSAI. SHAU BE .9'£CR"llfGAROIN(; 1HE NI.M8lRS. mt: AND oosrs CF 1HE E1£IIOITS (T TH€ PROPOSED SI'S/lit. J IRRfCATIOISH.AU.IIAINTAJNTHfMaS11M'i£1..0RCFTHCsatATTH[ Cll"IMMLflflFQRIHFCIIAtMK:0FTHCHlPfCl5rnlEZICHOWTH. C Hl'CIROSffDNC W 5HAi.1 CDNSISTCF All CF ll-£11ll.a.G-I ~IIIXSH.AU.cr:HS1ST(TN()tflSTHAN: a lOlllaPERACWfOFflOSE"Q.OIVi' b.20ll•PfllACl'lf(TZQ1"10fl5a,£ c. JhPE'RACl'!ffT[ 501'00. QA CAU'QINCA d. 4,,.PfRACl'i["fTAa«.lCAMUDWA « JhPfRAOiE"fTAllSSlll(CARPITfTSNOW'} f 1/2 e, Pf.JI AC1i£ FoaKRPHOt£r::A 11-I/EM'S c. d. ._ ANO fCF 0051.eSITIOIMAYBC CMTTW ON w.sa:c FRrM one A P1JRJC smur OR R£51VfH11Al. """"'"" h. '::'~fl~~~=~~~'::/ ORU.JNGarlli'l'MOCASINGBCroR£~ l AU. 5ml MA1E11/AlS SHAI.L 8C FRAN5l'CIRTBJ ro Tl£ USll" fl IIKP£NfD CC1'1TAIIEIIS ltlTH THi CMR1iM,4 CIEPARTll£NT CFFOOOAl«!AQWCU.ltA'lf"WrrlFICArKM TAl;ATTACl£D ro. OR ~fEI! al SW aJNTAll(1lS. , N(N-p,mr>--ro»c ~ A<Bi~ IMY BE AOOfll TO 1>£ HIO'l'OSUD ~r AT IH£ OfSOf£10I (T 1}£ CONTRACTOR. 2 nF'£ I 1Ua,'APPl8)Af/HfRAICCF/IIOUlSHNl2000h'PfR ACllf. nF'£ 6 JIU.CH (S111AW) "'4YIJC St65Tlllllm 111£}1 STRAlf' IS USltl, lrllUSTB[ANCHORfD IV 11€".lltF£BY,lllfa,'MIDUYl'UNOIMCNO/..£SS THAil XllfF TH[ S111Alf'INlt) tH[ SOl. J FEIITUZER C'l'.WSlSTINC OF AlollQ\UI PUOSR4U£ SUFATE. 16-20--0 ltl1H r~ SlJI.J1HUR ~ AT IH£ RATr fT ,00 1h PER ACRE". 0 AREASltlBlHl'fJROSffJJfDSHAIJ..BfPRU'ARfDfflfORrtlH'lfJROSEfDNG: I mx:HENIN(;r,£Sl,liF"Alt"rtlBEPLANfEI!8YNIYORA COIIBINA~(IF: a. lli'ACX IMt.K.WC SlCl"ES SllV'9l THAN 6: I. b. HARWO'IMCAR£AS6.·/0RFUTTER1'1ATAR£SUFRC1£NrtT """" 2 ~S rRADED FUT7ER THAN6 I WHOI ANT(T THCFDl.1.0.C co,,orncws CXISr.· a NMJSTINC Tl£ Sllif"ACC SOI. MQS"/llllf" IU PflOIIOC A OAIIP 8/TNCTS,11lMAIEDSUVIEIJ. 11. 11£ ADQ11<W rF SC:... AltfN:IWENr.;; PH NMJSTll£Nr, LCAOIINC ~SAI.NSl'.il.SIV.OWOl,ftDIWl£co,,orTIQNSFGR E Hrf)l(05££0INCN1£AS SHAil BCMAINTAINE1J rDfflOICl"A ~ r;ROWTH !M~ lHfFWO.ECTISPEJNANENR.YLAM?SCAPEVl;w,FORARfAS~ Hltll'iOSElllWCIS1H£~TLA~ IA¥1l 1HEPRO,£CTIS CDIFlflE1} ANO AU. 80«JS RU£(5ED_ 2. All Sl.Ot'U SHAl.J. HAI£ IRRICA1ION INSTA/.J..ElJ AMJ Bf STMII.IZED. PUH7£D AloV/tl'i'HlfJROSaD£D 11/THl<i 7fJI (lo) OATS(T IHE IIE 1/IENIAQi SLOPC/S~T ro Cli'AOE" AS SHOWi ON 1Hf APF'ROIED CRAIJINC Pl.ANS J S>ICU.JJ CDiJMAll(W r;FHl'tROSEEDEV .llll"D FM. ro PRIIIOC EFFICIENT COIE1i'AGf (T CRADMG .5l£l'U (!IOI COlelAC£) ~ TO OCra!D' I, M SI.Q'ES 9/Al.1. Bf STNJILILED BY AN ~lffl«J!!ila, COYlll'Q. MAnwG IIAIUllAL. APF'li'OIEZI BY THCPUB.JCIIQillrSINSFftroR. 4. I..ANOSCAPWC91Ali.BEA~ONALJ..llt:F'BAIIDPMJSASR£rMRf08Y 1'£QTTCTCARl.58AO~//AM.IAI.. ff"!MDSCN'fNCPt.ANSFUI 11«5"'10.ECT GR AS Llll!EtlfD BT THE" DTY ENQll££R OF PUJHNC OlllifCltw. ,. THC OWER/APPUCANT 9/ALJ. ENSUi£ THAT All CQVlllACIP'lS SHAU COOROINA/l" 11£ l!Qli'/l'OF 1MS CCNSrRIJCTION SIIPl"FSHQtMONNIYQU{}INC PLANS. LANOSCA~ AND IRRIGA110N PLANS. AND IIPflOl'DIENr A'.ANS AS R[r»Rf1) FOR /'HIS PR08T IIQ'ill'. BEST MANAGEMENT PRACTICES (BMP) SELECTION TABLE ~,,,..,..,Ccm,o, ---c;':.:~. Nm-S!,,m,W-W...ie~/-~!alo!cdl.• ,~. """'ag,,,-,,,>"18111P, Po/tmooCon/n'J8/JPs f f j - ' 1 -l i i j • u 1 Hi .I z t j I ! i ~ l i -t i-. Bes/ Management Prad1re• iq if t sn . -I 1 /BMPI Descnpbon ➔ . -! i • f. ; la ~B !I i & ilH Hi u iH Hit Hi in • lt u h. n n • p ui h.1 ~HI ~ .. C~SQ,I~➔ ~ ~ ~ ~ ~ ~ ~ ~ : -' ~ I -n ;i i I . ~ ~ ~ ~ ~ • • ~ ~ ;i ;i " 1m1/tt,a .... ln•lrl,cllons-l. Ol-,;t lh• kl' lo lhtl /i,tt of r,11 Dpplicmlt ctn117vclb! och'••tr (lhl column) l:IJ'lfC!..:I to ocair ci,ri,,g ccn1/roctlon l. :=.,oc: ~. '.::, i::.:; t: u':' ~• ::..:~:~ e.• :,~th11~r• ~~ ~~" S=l:t1~¼/:.~"f. ~~i ~!!::,.~umtw. o,.,.,..""" l ~,_. to th, CASOA nin•lrvclion hand)oo« fr,,-i,li;,rrrn,filO'I and CW!IIQ of 1M ~ B11P. and lie,, h, apply lh.,, lo lh• prvjKt. LEGEND (00.Cl'f" lrrMS NOT (.15£!) ON ~ s11r MAP) f"C-1~ ~OCITY OIS9PATION SE-I, SILT FU/CC SE -.5. FIBER RIXL SE-15. GRAl,£1. BAC rR-1. srABIUZUJ CONSr1?1JCTION ENTRANCE ~ NS-8, i,£HIQ£ AND EQUIPftlOIT Q.£ANIHG NS-8 OWNER'.'i C'ERHFIC'ATION: I fHJERSrANO AMJ Aa<NOll.1JJCC THAT/ tll/ST: (1) /IIPWIENT scsr tlANAC'EJIEHr Pl'i'ACIJCD {BIIPs) OtM,N(; CCHSTNIJCOON ACTllfll[S ro THC MAXMM EXTENT Pl'i'ACOCABU' ro AlO[I 71£ IIQJ/llZATICN (T PO..LurAN~ SIJOI AS ~T Al/0 ro AKlll THE EXP05lR£ CF STORII lf'A/l1i' ro C(INSTRIJCTICW 1![1,17fD PO..LUTANTS; ANO (2) AOl£R£ m ANO ArAI.L ~ ctlFI.Y ,tTH THIS CITYM'RlOloED 7l£R 2CJ;INSl1i'UCTIQN SNf'PP ~T ff OIRA 00N CF THC CCNS1111Jc:110N ACTllf,U (Mil T1E CCWSTRVCTICW ll(lla"/S OOIIA.£1,AMJ S1CNED r:NBT TIEDTTrF~ OIIINER(S)/ a•ers A<DT NAJI[ (SKMIURf) VIONITY MAP SHEET INDEX: SHEET I: Tin.£ SHEET SHffT 2: £R0510N CON TR'OI.. Pl.ANS 4PN: ---------- SITE ADDRESS: ARbi. OF DISTURBANCE (THIS AR'CA INQU0£S BUT IS NOT LIM/Tm 10 Off-SIT"E: 'IIQRK' INQUOING PVBUC IM!WOVEltlCNTS AND TDIPCIRARY OtSTURBANCE: SUCH AS ',,£Hla..£ ANO £00/PltlCNT STACINC AREAS. CONSrRUCTION WOR,(£R FOOT TRAFFIC, saL/GRA~ PILES, ur,urr fflOiCHES. BACJ<nU ctJ/5 ANO SI.OPE" ll"E"YWAl'S) CONSTRUCTION THREAT· C(lfSIJIVCTl(N IHl["AT WSTr,111 ll!olll1i' OOALJTY(0£0<80X): □ /#CH O/#[f)l(,JII OWNER/APPLICANT: '""' -=· lflEPHON[NQ.: EMERGENCJ. ,ONT ACT: NS-10. 'tVftQE ANO EQUIPMENT IIIAIN19/ANCE Mil'-1, .VA IERfAL D£ll'>£RY ANO STORA/;£ 1111-2. /JA 1£111AL VSE ~ CITY OF CARISBAD I '"'2m I ~-------------------lL..l._J ENGINEERING DEPARTMENT IIM-!S,. SDl../0 WASTF /JANAGCIICNT 1111-9. SANITARY/5V'nc WASIF JJANAGOIOff CONCRHE: BROW 0/TOI VZZZZZl = = = NAME Of PREPARER: ______ _ OUALJFlCATION (f" Pf!EPAo~------ """"' --------- STAMP IF APl'IJCAB1£ CnT S'IOKK H.TD POWITl)I PBYIIITl>I PLAN (-UPPP) TIER2 PROJE(T!';A.\tr _______ _ TITI.FSHFFT I PROJECT I[) 11 '"~" '"I APN 156-351-04 ~ ~ I I I I I I I APN 156-351-03 7 I TIER 2 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) APN 156-350-11 ''s,__,J I I ' ~ _______ _,_✓ il I ! % ~~~~~CZ:::Pr-71~~~--~---------l~-------~ / ~ ,\ 'i, " . \ i ,I I ,I II .t i I ;'<o ' I ~ \ "\ EXIS™C H0US( 'os IL,\\-~n 'o /'% --~~ l,}::ff;,,~: '. I \ ,,--~~{ -J ---~-c.::::\-"' •~rn-o, j .,,_"> \ ,I ,I ,I~ I' ,I .1. I C '.J cc ::, !=, Ul ~ ~ 0 0 ::2 ~-0 ~ I APN -)--r· APN APN [I"l1 c1u.2. ... ~~Eful~AD iw 1 ST011f WUU POu»?l)tr PU\'11ffl0M Jl'Ulf {IWPPP) 1 TIER2 PROJECTNA~tE: _______ _ EROSION CONTROL Pl.AN Hi'.F. =11 _,,,.., II'""''° ~1 Appendix D Traffic Signal and Street Lighting Notes City of Carlsbad Traffic Signal and Street Lighting Notes WORK TO BE DONE: The improvements consist of the following work to be done according to this plan and: 1. The City of Carlsbad Special Provisions. 2. California Dept. of Transportation Standard Specifications, latest version. 3. California Dept. of Transportation Standard Plans, latest version. 4. The California Manual on Uniform Traffic Control Devices, latest version. 5. FHWA Standard Highway Signs, latest English Unit version. 6. Standard Specifications for Public Works Construction, latest version. 7. San Diego Area Regional Standard Drawings, latest version. CONSTRUCTION NOTES: 1. Contractor shall provide all materials (except for material provided by the City) needed to construct a fully operational traffic signal. 2. All existing signal equipment shall remain in place and operating until new equipment is in place and ready to operate. 3. City will be responsible to provide traffic signal timing, program conflict monitor and configure field network communication 4. Potholing must be perform before foundation location are finalize. 5. Foundation location shall be finalize before signal poles and mast arms are ordered. 6. Unless directed by City Traffic Engineer, signals shall be placed in full operation between 9:00 a.m. and 12:00 p.m. (noon) on Monday through Thursday only. 7. Contractor must notify the City project inspector or their designee at least one week prior to placing the signal in full operation. 8. 30 days testing period: once the permanent signals have been installed and placed in operation, the signal shall operate continuously for a minimum of 30 calendar days in satisfactory manner. During this test period, the Contractor shall repair and replace any malfunctions to equipment that was supplied on the project. Any failure during the 30 days period will cause the test period to start over. BATTERY BACKUP (UPS): 1. Uninterruptible Power System (UPS) shall be Alpha FXM 1100 QC or approved equivalent. 2. Batteries for the UPS shall be housed in a NEMA 3R rated cabinet mounted to the side of the Model 332 and cabinet door shall be equipped with a Best Company lock core and lock. COMMUNICATION EQUIPMENT: 1. Contractor shall furnish and install all traffic signal communication equipment as shown on project plan. 2. City staff will be responsible to program and configure all field network switches and communication devices. CONDUIT AND SERVICE PEDESTAL: 1. Install Type Ill-BF Signal and Lighting Service Enclosure per SDG&E requirements. Provide 50A-1P, 120V SIGNAL metered circuit breaker, 30A-2P, 240V LIGHTING unmetered circuit breaker, 15A-1P, 120V FLASHING BEACON metered circuit breaker (use only if applicable) l'\ •,;' Revised 6/15/17 Contract No. 6607 Appendix D 2. Install 2" conduit and pull rope from Type Ill-BF service cabinet to SDG&E service point per SDG&E requirements. Conductors to be installed by SDG&E. 3. Service cabinet shall be fabricated from anodized aluminum sheet. DETECTION SYSTEM: 1. Video detection system shall be lteris Vantage Edge2 or approved equal by City Traffic System Operations Specialist. 2. Detection shall be program for both vehicle and bicycle approaches as shown on project plans 3. Video detection equipment shall include video detection processors,· video monitor in the controller cabinet, video detection cameras, EdgeConnect Hub/Ethernet converter and all wiring and ancillary equipment. 4. Video detection camera shall be mounted on the signal mast arm using a manufacturer-approved riser (Pelco "Astro Brae" bracket with 74" riser mounted on the back side of the signal mast arm) as shown on the project plans. PREEMPTION: 5. Contractor shall furnish and install all Emergency preemption equipment. 6. Contractor shall install EVP detections on the mast arm as shown on the project plan. 7. Emergency preemption system shall be GTT brand Opticom system or approved equal by City Traffic Engineer. The system shall include GPS capability and the ability to communicate with GTT Central Management Software (CMS). 8. Contractor shall program EVP units according the City established system. SIGNAL CABINET AND CONTROLLER: 1. Contractor shall furnish and install signal controller, controller cabinet and connect all associated field wiring per Caltrans standards unless otherwise specify differently on the plan. 2. Traffic Signal controller cabinet shall be McCain 352i-ATC with additional input assembly or approved equivalent cabinet 3. Traffic Signal controller shall be McCain Omni eX intersection Control Software or approved equivalent SIGNAL HEADS: 1. All signal heads housing shall be McCain TM or approved equivalent style and dimensions. 2. All signal indications shall be General Electric (GE) Gelcore™ clear LED or approved equivalent and meet the latest ITE standards. 3. Signal Heads displays and pedestrian Walk and Don't Walk heads with countdown displays shall have LED inserts supplied by the contractor. 4. All signal heads shall be polycarbonate with single piece back plates compatible with McCain™ or approved equivalent signal heads. 5. Install Mast Arm-Mounted Sign per Caltrans Standard Plan ES-7N, Detail "U". Sign type as noted on plan. {'\ •,;' Revised 6/15/17 Contract No. 6607 Appendix D **USE THE FOLLOWING CONSTRUCTION NOTES ONLY WHEN APPLICABLE** 1. Install Type 1 Pedestrian Barricade with two R49 signs (back to back) per Caltrans Standard Plan ES-7Q. 2. Install Type 1D Pole with Advance Flashing Beacon and W3-3 Sign per Caltrans Standard Plan ES-7J. Reflective sheeting for the W3-3 sign shall be fabricated with Type IX prismatic, cube corner reflective sheeting (Diamond Grade VIP or equal). Flashing beacon control and photo-electric control switch for incandescent light shall be included. Install "SIGNAL AHEAD" pavement legend as shown. 3. Install weatherproof tenon for future use per Caltrans Standard Plan ES-7M. GENERAL NOTES: 1. The location of all underground utilities on these plans is approximate. The contractor shall determine the depth of all utilities, including those not shown on this plan, and verify all job site conditions. 2. The contractor shall obtain all necessary permits and notify all utility agencies at least 48 hours in advance of construction. 3. All new pull boxes and covers shall be concrete unless otherwise shown. Pull box covers shall be marked with "TRAFFIC SIGNAL". All pull boxes shall be No. 5 unless otherwise specified. Maximum pull box spacing shall be 200 feet. 4. All pullboxes shall conform to current May 2006 Caltrans standard plans. 5. All conduit shall be 3" schedule 80 unless otherwise specified. 6. All traffic signal pole foundations shall have a 3" conduit installed to the adjacent No. 5 pull box. The controller foundation shall have a spare 3" conduit stubbed out to the adjacent No. 6 pull box for future use. 7. (only if applicable) All new loop detectors to be Type "E". Loop detectors shall be 6' diameter with 10' spacing and positioned in the center of lane unless otherwise shown. Front loops shall have five (5) turns. All other loops shall have three (3) turns. Loops shall be sealed using hot-melt rubberized asphalt sealant per Caltrans specifications. See Caltrans Standard Plans ES-5A and ES-5B for detector legends and details. 8. All signal heads shall be 12" in diameter with back plates. All red, yellow, green and pedestrian signal indications shall be L.E.D. 9. Pedestrian heads and push button signs shall meet Caltrans specs. Pedestrian push buttons shall be 2" ADA. 10. Safety lighting shall be 20,600 pupil lumen high efficiency induction lighting. The induction lamp shall be 150W, feature a color temperature of 5,000K and be rated at 100,000 hours (US Lighting Tech Jersey Series HA-120V/277V-150W-5K-FG or approved equal). Luminaire shall have Type IV P.E.C. 11. Anchor bolt nut covers shall be provided for all standards. 12. Street name signs shall be non-illuminated metal blade signs. Sign panels for street name signs shall be fabricated using Type IX prismatic, cube corner, reflective sheeting (Diamond Grade VIP or equivalent) and shall not exceed 6' (width) and 18" (height) unless otherwise approved. Lettering for the street name signs shall be 8" upper case and 6" lower case in CleaNiew font. 13. The contractor shall be responsible for the layout and installation of all applicable loop detectors, traffic striping, pavement markings and legends, parking removal and traffic signing shown on these plans. 14. The contractor shall obtain approval of the City Inspector or their designee for all applicable loop detector locations prior to cutting and the locations of the striping, pavement markings and legends, parking removal and signing prior to painting and installation. 15. The contractor shall be responsible for the removal of all conflicting striping and pavement markings by grinding. 16. All traffic striping and markings within a 500 foot perimeter of the construction project shall be restored to a "like new" condition, in a manner meeting the approval of the City Inspector. 17. The contractor shall not erect any signal standard more than two weeks prior to the scheduled traffic signal turn-on unless approved by the City Inspector or their designee. l' •ff Revised 6/ 15/17 Contract No. 6607 Appendix D 18. Flashing signal operation shall be red on all phases. Pedestrian signals shall be blank during flashing operations. 19. All traffic signal improvements shall be installed in coordination with the signing and striping contractor. 20. Existing "STOP" and "STOP AHEAD" signs and pavement legends shall not be removed until traffic signal(s) are operational or directed by the City Inspector or their designee. 21. New "SIGNAL AHEAD" signs and pavement legends shall not be installed until traffic signal(s) are operational or directed by the City Inspector or their designee. 22. The contractor shall be responsible for any monumentation and/or benchmarks which are disturbed or destroyed by construction. Such points shall be referenced and replaced with appropriate monumentation by a licensed land surveyor or registered civil engineer authorized to practice land surveying. A corner record or record of survey, as appropriate, shall be filed by the licensed land surveyor or registered civil engineer as required by the Land Surveyor's Act. 23. Limit lines and crosswalks shall be field located. 24. All striping at intersections shall be consistent with City of San Diego High-Visibility crosswalk standards where appropriate. 25. Testing of control equipment and cabinet wiring shall be accomplished at a facility designated by the City of Carlsbad. The contractor shall be responsible for shipping, deliver and pick-up of equipment. 26. The conductor schedule is furnished as an installation guide only. It shall be the contractor's responsibility to provide the correct conductors required for intended operation. 27. The contractor shall coordinate service details and scheduling with SDG&E and pay the required fees for service connections. 28. Unless otherwise noted, all salvaged equipment shall be removed from the project site by the contractor and become the property of the contractor. 29. Video detection camera shall be placed within two feet of prolongation of lane line between outermost left turn lanes and adjacent through lane on approaches with left turn phasing. On approaches with no left turn phasing, video detection camera shall be placed within two feet of the center of the approach travel way. A manufacturer representative shall check video camera placement and overall video detection system operation prior to signal turn-on. Utility Contacts UNDERGROUND SERVICE ALERT SAN DIEGO GAS & ELECTRIC (SDG&E) PACIFIC BELL ADELPHIA CABLE COMMUNICATIONS COX COMMUNICATIONS CITY OF CARLSBAD (STREETS & STORM DRAIN) CITY OF CARLSBAD (SEWER, WATER & RECLAIMED WATER) As Appropriate: SAN DIEGUITO WATER DISTRICT LEUCADIA WASTEWATER DISTRICT VALLECITOS WATER DISTRICT OLIVENHAIN WATER DISTRICT BUENA SANITATION DISTRICT {'\ •,;' Revised 6/15/17 Contract No. 6607 (800) 422-4133 (800) 660-7343 (800) 892-0123 (760) 438-7741 (760) 806-9809 (760) 434-2980 (760) 438-2722 (760) 633-2650 (760) 753-0155 (760) 7 44-0460 (760) 753-6466 (760) 726-1340 Appendix D Appendix E Signing and Striping General Notes GENERAL NOTES: Appendix E Signing and Striping Notes 1. The contractor is responsible for installation of all signing and striping. 2. All signing, striping and pavement markings shall conform to the California Manual on Uniform Traffic Control Devices (latest version), the Caltrans Standard Plans and Specifications (latest version), these plans and the Special Provisions. 3. All signing and striping is subject to the approval of the Public Works Director (for CIP projects and "City Engineer" for Development Projects) or his/her representative, prior to installation. 4. Any deviation from these signing and striping plans shall be approved by the Public Works Director (for CIP projects and "City Engineer" for Development Projects) or his/her representative prior to any change in the field. 5. All striping shall be reflective per Caltrans specifications. Striping shall be repainted two weeks after initial painting. 6. All permanent signage shall be reflective per ASTM Designation D4956 and shall use Type IV prismatic reflective sheeting (High Intensity Prismatic or equal) unless otherwise specified. R1-1 "STOP", R1-2 "YIELD", R2-1 "SPEED LIMIT" and street name signs shall use Type IX prismatic cube-corner reflective sheeting (Diamond Grade VIP or equal). 7. Prior to final acceptance of street improvements, all street striping and markings within a 500' perimeter of the construction project will be restored to a "like new" condition, in a manner meeting the approval of the City Inspector. 8. Exact location of striping and stop limit lines shall be approved by the Public Works Director (for CIP projects and "City Engineer" for Development Projects) or his/her representative prior to installation. 9. Contractor shall remove all conflicting painted lines, markings and pavement legends by grinding. Debris shall be promptly removed by the contractor. 10. All pavement legends shall be the latest version of the Caltrans stencils. 11. Limit lines and crosswalks shall be field located. Crosswalks shall have 1 O' inside dimension unless otherwise specified. 12. All crosswalks, limit lines, stop bars, pavement arrows and pavement legends including bike lane legends and arrows shall be thermoplastic unless otherwise specified. Preformed thermoplastic arrows and legends shall not be acceptable. 13. Size of signs shall be based upon the recommended sign sizes found in the California Manual on Uniform Traffic Control Devices unless otherwise specified. 14. Sign posts shall be square perforated steel tubing with breakaway base per San Diego Regional Standard Drawing M-45. 15. When a sign is attached to a pole, it shall be mounted using a standard City of Carlsbad approved mounting bracket with straps. Page 1 of 2 Appendix E Signing and Striping Notes 16. Existing signs removed by the contractor shall be delivered by the contractor to the City of Carlsbad Public Works Yard at 405 Oak Avenue. 17. All signs shown on these plans shall be new signs provided and installed by the contractor except those signs specifically shown as existing to be relocated or to remain. 18. Fire hydrant pavement markers shall conform to the California MUTCD and San Diego Regional Standard Drawing M-19. **USE THE FOLLOWING NOTES ONLY WHEN APPLICABLE** 19. Lettering on ground-mounted street name signs on streets with a speed limit of 25 mph or less shall be 4" upper case and 3" lower case. Lettering on all other ground-mounted street name signs shall be 6" upper-case and 4.5" lower-case. Supplemental lettering such as suffixes, block numbers and directional arrows shall be at least 3" high. Street name signs for public streets shall have white lettering on a green background. Street name signs for private streets shall have black lettering on a white background. 20. Street name sign blanks shall be flat (non-extruded) and street name posts shall be a minimum 12-gage, 1 ¾" square tubing per San Diego Regional Standard Drawing M-45. 21. Where R6-1 "ONE WAY" signs are installed in a raised median, the bottom of the sign shall be 18" above the finished surface of the median. 22. Where OM1-3 object markers are installed in a raised median, the bottom of the sign shall be 24" above the finished surface of the median. 23. Where R4-7 sign and OM1-3 object marker are to be installed in a median less than 3 feet wide, the R4- 7 sign shall be 18"x24" and the OM1-3 object marker shall be 12"x12". 24. All median noses and flares shall be painted yellow. 25. Existing "STOP" and "STOP AHEAD" signs and pavement legends shall not be removed until traffic signals are operational or until directed by the Public Works Director (for CIP projects and "City Engineer" for Development Projects) or his/her representative. 26. New "SIGNAL AHEAD" signs and pavement legends shall not be installed until traffic signals are operational or until directed by the Public Works Director (for CIP projects and "City Engineer" for Development Projects) or his/her representative. Page 2 of 2 Appendix F Soils Report • Geotechnical Evaluation Romeria Street Storm Drain Improvements City of Carlsbad Project No. 66071 Carlsbad, California City of Carlsbad Public Works Transportation and Engineering 1635 Faraday Avenue I Carlsbad, California 92008 November 30, 2018 I Project No. 108040010 Geotechnical I Environmental I Construction Inspection & Testing I Forensic Engineering & Expert W itness Geophysics I Eng1neenng Geology I Laboratory Testing I Industrial Hygiene I Occupational Safety I Air Quality I GIS Gtotochnlcal & Environmental Scltncts Consultants Geotechnical Evaluation Romeria Street Storm Drain Improvements City of Carlsbad Project No. 66071 Carlsbad, California Mr. Daniel Zimny, PE , QSD City of Carlsbad Public Works Transportation and Engineering 1635 Faraday Avenue I Carlsbad, California 92008 November 30, 2018 I Project No. 108040010 Christine M. Kuhns, PE (LA) Senior Staff Engineer $-'7./t.r Jeffrey T. Kent, PE, GE Principal Engineer CMK/CAT/JTK/gg Distribution: (1) Addressee (via e-mail) Christina A. Tretinjak, PG, CEG Senior Project Geologist 5710 Ruffin Road I San Diego, California 92123 I p. 858.576.1000 I www.ninyoandmoore.com CONTENTS 1 INTRODUCTION 1 2 SCOPE OF SERVICES 1 3 SITE AND PROJECT DESCRIPTION 2 4 SUBSURFACE EVALUATION 2 5 GEOTECHNICAL LABORATORY TESTING 2 6 SUBSURFACE CONDITIONS 3 6.1 Encountered Pavement Section 3 6.2 Fill 3 6.3 Colluvium 3 6.4 Santiago Formation 3 6.5 Groundwater 4 7 CONCLUSIONS 4 8 RECOMMENDATIONS 5 8.1 Earthwork 5 8.1.1 Site Preparation 5 8.1.2 Excavation Characteristics 5 8.1.3 Excavation Bottom Stability 6 8.1.4 Temporary Excavations 6 8.1.5 Temporary Shoring 7 8.1.6 Construction Dewatering 8 8.1.7 Pipe Bedding and Modulus of Soil Reaction (E') 8 8.1.8 Pipe Zone Backfill 9 8.1.9 Materials for Backfill 9 8.1.10 Compacted Backfill 10 8.2 Preliminary Flexible Pavement Design 10 8.3 Corrosion 11 8.4 Concrete 12 8.5 Pre-Construction Conference 12 8.6 Plan Review and Construction Observation 12 Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 9 10 TABLE LIMITATIONS REFERENCES 1 -Recommended Preliminary Flexible Pavement Sections FIGURES 1 -Alignment Location 2 -Exploration Location 3 -Geology 4 -Lateral Earth Pressure for Braced Excavation Below Groundwater APPENDICES A -Boring Log B -Geotechnical Laboratory Testing Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 13 14 11 ii 1 INTRODUCTION In accordance with your approval, our proposal dated July 13, 2018, and Purchase Order No. P136454 dated September 19, 2018, we have performed a geotechnical evaluation for the proposed Romeria Street Storm Drain Improvements project (City of Carlsbad Project No. 66017). The proposed project is located along La Costa Avenue west of Romeria Street in Carlsbad, California (Figure 1 ). The purpose of this study was to evaluate the geotechnical conditions at the site and provide geotechnical design and construction recommendations for the proposed project. This report presents the results of our field exploration 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 Our scope of services included the following: • Reviewing readily available published and in-house geotechnical literature including previous geotechnical reports in the project vicinity (Ninyo & Moore, 2008), topographic maps, geologic maps, fault maps, stereoscopic aerial photographs, and groundwater data. • Obtaining a Right-of-Way permit from the City of Carlsbad and a boring permit from the County of San Diego Department of Environmental Health (DEH) prior to the performance of our subsurface exploration. • Performing a field reconnaissance to observe existing site conditions and mark the location of our subsurface exploration. • Contacting Underground Service Alert (USA) to clear the subsurface exploration location for conflicts with buried utilities. • Performing a subsurface exploration consisting of the drilling, logging, and sampling of one exploratory boring. Relatively undisturbed and bulk soil samples were obtained at selected intervals from the boring. The collected samples were transported to our in-house geotechnical laboratory for testing. • Performing geotechnical laboratory testing on representative soil samples to evaluate design parameters and soil characteristics. • Compiling and performing engineering analysis of the data obtained from our background review, field activities, and geotechnical laboratory testing. • Preparing this report presenting our findings, conclusions, and recommendations regarding the geotechnical aspects of the design and construction of the project. Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 3 SITE AND PROJECT DESCRIPTION The project site is located at the intersection of La Costa Avenue and Romeria Street in Carlsbad, California (Figure 1 ). Based on our review of the 50% Construction Plans (Rick, 2018), the proposed project will include removing and replacing approximately 211 lineal feet of existing corrugated metal pipe (CMP) storm drain pipe with 30-inch diameter reinforced concrete pipe (RCP). The roughly east-west trending alignment for the new storm drain pipe crosses beneath Romeria Street at the south side of the intersection with La Costa Avenue and then continues westerly beneath La Costa Avenue (Figure 2). The piping will have an invert depth on the order of 10 to 12 feet below the existing pavement surface. The global coordinates of the project site are approximately 33.0857°N Latitude and -117.2453°W Longitude and surface elevations along the storm drain alignment range from approximately 101 to 104 feet above Mean Sea Level (MSL). 4 SUBSURFACE EVALUATION Our recent subsurface exploration was conducted on November 9, 2018 and included the drilling, logging, and sampling of one small-diameter boring (B-1) to a depth of approximately 19 feet using a truck-mounted drill rig equipped with 8-inch diameter hollow-stem augers. Ninyo & Moore personnel logged the boring in general accordance with the Unified Soil Classification System (USCS) and ASTM International (ASTM) Test Method D 2488 by observing drill cuttings and obtaining drive samples. Representative bulk and in-place soil samples collected from within the boring were transported to our in-house geotechnical laboratory for analysis. The approximate location of the exploration boring is shown on Figure 2. A log of the boring is included in Appendix A. 5 GEOTECHNICAL LABORATORY TESTING Geotechnical laboratory testing was performed on representative soil samples collected from our exploratory boring. Testing included an evaluation of in-situ moisture and density, shear strength, a Proctor density relationship, soil corrosivity, and R-Value. The results of the in-situ dry density and moisture content tests are presented on the boring log in Appendix A. The results of the other geotechnical laboratory tests are presented in Appendix B. Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 2 6 SUBSURFACE CONDITIONS Geologic units mapped at the site and encountered during our subsurface exploration included fill, colluvium, and materials of the Santiago Formation (Kennedy and Tan, 2007). Generalized descriptions of the 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 boring in Appendix A. The regional geology of the site is shown on Figure 3. 6.1 Encountered Pavement Section An asphalt concrete (AC) pavement section was encountered during our subsurface exploration for boring B-1. The pavement section consisted of approximately 6 inches of AC underlain by 9 inches of aggregate base. The aggregate base consisted of brown, moist, dense, silty sand with scattered gravel. 6.2 Fill Fill was encountered in boring B-1 underlying the pavement section and extended to a depth of approximately 14 feet below the pavement surface. As encountered, the fill generally consisted of various shades of brown and gray, moist, medium dense, clayey and silty sand. Based on the results of our laboratory testing, the existing fills are generally at a moisture content above its optimum moisture content. Additionally, documentation regarding the placement of these fills was not available for review. 6.3 Colluvium Colluvium was encountered in boring B-1 underlying the fill and extended to the total depth explored of approximately 19 feet. As encountered, the colluvium generally consisted of light and dark and gray, moist, firm, sandy lean clay. 6.4 Santiago Formation Although not encountered in our exploratory boring, materials of the Santiago Formation have been mapped below the colluvium in the project area. These materials generally consist of various shades of brown and olive, moist, moderately to strongly cemented, siltstone and sandstone. Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 3 6.5 Groundwater Groundwater and seepage were not encountered in the boring performed for this recent subsurface evaluation. However, our experience during the design and construction stages of the adjacent Romeria Drainage Improvements project (City of Carlsbad Project No. 66041) indicates that relatively shallow seepage, perched water, and/or groundwater conditions are present at the site. Surface water has been observed on several occasions flowing within the concrete lined channel just south of the project alignment. Furthermore, exploratory test pits performed during the design stage of the Romeria Drainage Improvements project encountered seepage at depths of 4 to 7 feet (Ninyo & Moore, 2008). Additionally, during the construction phase of the same project, shallow seepage a few feet below the ground surface was observed during reconstruction of the concrete lined channel and construction of the all-weather access road. Groundwater levels can fluctuate due to seasonal variations, groundwater withdrawal or injection, and other factors. Additionally, perched water conditions may be encountered in such areas as existing utility trenches and the geologic contacts between fill and formational materials. 7 CONCLUSIONS Based on our review of the referenced background data, subsurface exploration, and laboratory testing, it is our opinion that construction of the proposed improvements are 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 project site is underlain by fill and colluvium. Although not encountered in our boring, materials of the Santiago Formation have been mapped underlying the colluvium in the project area. • The existing fill and colluvium encountered on-site should be generally excavatable with heavy-duty earth moving equipment in good working condition. Zones containing gravel and cobbles may be encountered and additional efforts including heavy ripping should be anticipated. Additionally, strongly cemented zones and/or concretions may be encountered in the formational materials that may require the use of heavy ripping and rock breaking. • Groundwater and seepage were not encountered in the boring performed for this evaluation. However, our experience with the adjacent Romeria Drainage Improvements project immediately to the south indicates that relatively shallow seepage, perched water, and/or groundwater conditions a few feet below the ground surface are present at the site. Accordingly, the contractor should be prepared to address these conditions. • Based on the laboratory testing presented in Appendix B, the on-site soils encountered during this evaluation are generally at a moisture content above the laboratory optimum moisture content. Accordingly, the contractor should be prepared to aerate or dry the soils prior to reuse and compacted backfill. Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 4 • Due to the presence of existing site soils with a moisture content above its laboratory optimum moisture content and the potential to encounter seepage, perched water, and/or groundwater conditions, the contractor should anticipate encountering soft and yielding trench bottom conditions that will require stabilization efforts. • Excavations that extend to a depth that is near or below seepage, perched water; and/or groundwater conditions are anticipated to encounter sloughing soils, caving soils, and yielding trench bottoms. • Based on the results of our geotechnical laboratory testing the Caltrans (2018) corrosion guidelines, we do consider the on-site soils to be corrosive. 8 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. 8.1 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. 8.1.1 Site Preparation Site preparation should begin with the removal of flatwork, vegetation, utility lines, asphalt, concrete, and other deleterious debris from areas to be graded. Tree stumps and roots should be removed to such a depth that organic material is generally not present. Clearing and grubbing should extend to the outside of the proposed excavation and fill areas. The debris and unsuitable material generated during clearing and grubbing should be removed from areas to be graded and disposed of at a legal dumpsite away from the project area. 8.1.2 Excavation Characteristics The results of our field exploration program and our background review indicate that the project alignment is underlain by fill, colluvium, and materials of the Santiago Formation. The fill and colluvium should be generally excavatable with heavy-duty earth moving equipment in good working condition. Excavations extending into formational materials may encounter very difficult excavation conditions and the contractor should be prepared to utilize heavy ripping techniques. Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 5 Excavations that extend to a depth that is near or below seepage, perched water, and/or groundwater conditions are anticipated to encounter sloughing soils, caving soils, and yielding trench bottoms. The contractor should be prepared to address these conditions. 8.1.3 Excavation Bottom Stability In general, we anticipate that the exposed removal surfaces for trench excavations will encounter soils at a moisture content above the laboratory optimum moisture content that may result in unstable trench bottom conditions. In general, soft and/or unstable trench bottom conditions may be mitigated by overexcavating the excavation bottom to a suitable depth (as evaluated in the field by the project geotechnical consultant's representative) and replacing with a combination of gravel, aggregate base materials, and/or geosynthetic fabrics/grids. Specific recommendations for stabilizing excavation bottoms should be based on evaluation in the field by the project geotechnical consultant at the time of construction. 8.1.4 Temporary Excavations For temporary excavations, we recommend that the following Occupational Safety and Health Administration (OSHA) soil classifications be used: Fill and Colluvium Santiago Formation Type C TypeB 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 trench 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 colluvium, and 1: 1 in materials of the Santiago Formation. 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. On-site safety of personnel is the responsibility of the contractor. Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 6 8.1.5 Temporary Shoring In excavations where loose soils, or soils with low cohesion, are encountered we recommend that a temporary earth retention system be utilized for areas where excavations are to be performed in proximity to existing structures or other improvements. Temporary earth retention systems may include braced systems, such as trench boxes or shields with internal supports or cantilever systems (e.g., soldier piles and lagging); however, the risk of excessive lateral deflection may render a cantilevered shoring system inappropriate for the project. Shored or braced trench excavations in may be designed using the parameters on Figure 4. The recommended design earth pressures are based on the assumptions that the shoring system will be constructed without raising the ground surface elevation behind the shoring system, that there are no stockpiles of soil and/or construction materials, or other loads that act above a 1: 1 plane extending up and back from the dredge line. For earth retention systems subjected to the above-mentioned surcharge loads, the contractor should include the effect of these loads on the design lateral earth pressures. In addition, where loose, low cohesion soils are encountered, the excavations may not stand open long enough to install the trench boxes. The contractor should be prepared to deal with these soil conditions and plan accordingly. Once installed, some sloughing is possible at the ends of the trench box; therefore, any loose material should be removed prior to backfilling of the trench. We recommend that an experienced structural engineer design the shoring system. The shoring parameters presented in this report should be considered as guidelines. We anticipate that settlement of the ground surface will occur behind shoring systems during excavation. The amount of settlement will depend on the type of shoring system used, the contractor's workmanship, and soil conditions. We recommend that embankments, roadways, utilities, and other structures in the vicinity of the planned excavation be evaluated with regard to foundation support and tolerance to settlement. To reduce the potential for distress to these structures, we recommend that the shoring system be designed to limit the ground settlement behind it to ½-inch or less. Possible causes of settlement that should be addressed include settlement during excavation, construction vibrations, de-watering (if needed), and removal of the shoring system. We recommend that shoring installation be evaluated carefully by the contractor prior to construction and that ground vibration and settlement monitoring be performed during construction. Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 7 The contractor should evaluate the adequacy of the shoring parameters presented in this report, and make the appropriate modifications for their design. We recommend that the contractor take appropriate measures to protect the workers. OSHA requirements pertaining to workers' safety should be observed. 8.1.6 Construction Dewatering Due to the potential presence of shallow seepage, perched water, and/or groundwater conditions, dewatering is anticipated to be performed at the site for the storm drain trench. The dewatering scheme may include pumping of the groundwater from well points installed within the excavation. Considerations for construction dewatering should include anticipated drawdown, volume of pumping, potential for settlement, and groundwater discharge. The well point system design should be evaluated by the specialty dewatering contractor. In general, we recommend that dewatering efforts extend to a depth of 3 feet below the bottom of excavations, including depth of bottom stabilization efforts. Testing and disposal of groundwater should be performed in accordance with the current guidelines of the Regional Water Quality Control Board (RWQCB). In addition, excavated material should not be placed within close proximity to the excavation. The weight of the material may create a surcharge effect on the underlying soils, causing additional settlement. 8.1.7 Pipe Bedding and Modulus of Soil Reaction (E') We recommend that the new pipelines (pipes), where constructed in open excavations, be supported on 6 or more inches 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 and pipe zone backfill should have a Sand Equivalent (SE) of 30 or greater, and be placed around the sides and top of the pipe. In addition, the pipe zone backfill should extend 1 foot or more above the top of the pipe. 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 excavation depths up to 5 feet and 1,800 psi may be used for excavation depths more than 5 feet, backfilled with granular soil and compacted to 90 percent based on ASTM D 1557. Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 8 8.1.8 Pipe Zone Backfill The pipe zone backfill extends from the top of the pipe bedding material and continues to extend to 1 foot or more above the top of the pipe in accordance with the recent edition of the Standard Specifications for Public Works Construction ("Greenbook"). Pipe zone backfill should have a SE of 30 or more, 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. 8.1.9 Materials for Backfill Materials for backfill may be obtained from on-site excavations or import sources. Backfill soils should possess an organic content of less than approximately 3 percent by volume (or 1 percent by weight). In general, fill material should not contain rocks or lumps over approximately 3 inches in diameter, and not more than approximately 30 percent larger than¾ inch. Large chunks, if generated during excavation, may be broken into acceptably sized pieces or disposed of offsite. On-site excavations are anticipated to generate materials that possess moisture contents above the laboratory optimum moisture content. The contractor should anticipate moisture conditioning of site soils, including aeration and/or drying, prior to reuse as compacted backfill. Imported fill material, if needed, should generally be granular soils with a very low to low expansion potential (i.e., an El of 50 or less). Import fill material should also be non- corrosive in accordance with the Caltrans (2018) corrosion guidelines. Non-corrosive soils are soils that possess an electrical resistivity more than 1,100 ohm-cm, a chloride content less than 500 parts per million (ppm), less than 0.11 percent sulfates, and a pH more than 5.5. Materials for use as fill should be evaluated by the geotechnical consultant's representative prior to filling or importing. Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 9 8.1.10 Compacted Backfi II Prior to placement of compacted backfill, the contractor should request an evaluation of the exposed ground surface by Ninyo & Moore. Unless otherwise recommended, the exposed ground surface should then be scarified to a depth of approximately 6 inches and watered or dried, as needed, to achieve moisture contents generally 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 this office and the appropriate governing agency when project areas are ready for observation, and to provide reasonable time for that review. Backfill 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 backfill soils should be generally consistent within the soil mass. Prior to placement of additional compacted backfill material following a delay in the grading operations, the exposed surface of previously compacted fill should be prepared to receive backfill. Preparation may include scarification, moisture conditioning, and recompaction. Compacted backfill 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 the subgrade materials beneath vehicular pavements should be compacted to a relative compaction of 95 percent relative density as evaluated by ASTM D 1557. Successive lifts should be treated in a like manner until the desired finished grades are achieved. 8.2 Preliminary Flexible Pavement Design In general, pavement reconstruction for trench patches in AC pavements should be constructed in accordance with the standard drawings presented in Volume 3 of the City of Carlsbad (2016) Engineering Standards. As an alternative for the design of new flexible AC pavements, we have used Volume 1 of the City of Carlsbad (2016) Engineering Standards and the Caltrans Highway Design Manual (2017). We understand that La Costa Avenue is classified a "Major Arterial" with a design Traffic Index (Tl) of 8.5. Our laboratory testing of a near surface soil sample at the Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 10 project site indicated an R-value of 21. We have used an R-Value of 21 and a Tl of 8.5 for 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 1 -Recommended Preliminary Flexible Pavement Sections -------- T ff. 1 d Asphalt Concrete Aggregate Base ra IC n ex Th" k Th" k (P t u ) 1c ness 1c ness avemen sage (inches) (inches) 8.5 (Major Arterial) 21 6 14 As indicated, these values assume Tis of 8.5 or less for site pavements. If traffic loads are different from those assumed, the pavement design should be re-evaluated. In addition, we recommend that the upper 12 inches of the subgrade and aggregate base materials be compacted to a relative compaction of 95 percent relative density as evaluated by the current version of ASTM D 1557. AC materials should be compacted to 95 percent of the Hveem density as evaluated by the California Test (CT) 366. Actual pavement reconstruction should conform to the requirements of the appropriate governing agency. 8.3 Corrosion Laboratory testing was performed on representative samples of the on-site 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 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 B. The results of the corrosivity testing indicated an electrical resistivity of 700 ohm-centimeters (ohm-cm), a soil pH of 8.3, a chloride content of 360 ppm, and a sulfate content of 0.046 percent (i.e., 460 ppm). Based on a comparison with the Caltrans corrosion (2018) criteria and our experience with similar soils, the on-site soils would be classified as corrosive. Corrosive soils are defined as soil with an electrical resistivity less than 1,500 ohm-cm, a chloride content more than 500 ppm, more than 0.11 percent sulfates (1,100 ppm), and/or a pH less than 5.5. Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 11 8.4 Concrete Concrete in contact with soil or water that contains high concentrations of water-soluble sulfates that can be subject to premature chemical and/or physical deterioration. As noted, the soil sample tested in this evaluation indicated a water-soluble sulfate content of 0.046 percent by weight (i.e., 460 ppm). Based on the American Concrete Institute (ACI) 318 criteria, the potential for sulfate attack is negligible for water-soluble sulfate contents in soils less than about 0.10 percent by weight. Therefore, the site soils may be considered to have a negligible potential for sulfate attack. However, due to the potential variability of site soils, consideration should be given to using Type II, IIN, or V cement for normal weight concrete in contact with soil. 8.5 Pre-Construction Conference We recommend that a pre-construction meeting be held prior to commencement of grading. The agency representatives, the civil engineer, Ninyo & Moore, and the contractor should attend to discuss the plans, the project, and the proposed construction schedule. 8.6 Plan Review and Construction Observation The conclusions and recommendations presented in this report are based on analysis of observed conditions in our exploratory boring. If conditions are found to vary from 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 and Ninyo & Moore with a letter 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 I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 12 9 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. Ninyo & Moore should be contacted if the reader requires additional information or has questions regarding the content, interpretations presented, or completeness of this document. This report is intended for design purposes only. It does not provide sufficient data to prepare an accurate bid by contractors. It is suggested that the bidders and their geotechnical consultant per- form 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. If geotechnical conditions different from those described in this report are encountered, our office should be notified, and additional recommendations, if warranted, will be provided upon request. 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. In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to government action or the broadening of knowledge. 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 I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 13 10 REFERENCES American Concrete Institute (ACI), 2014, ACI 318 Building Code Requirements for Structural Concrete and Commentary. Building News, 2015, "Greenbook," Standard Specifications for Public Works Construction: BNI Publications. California Department of Transportation (Caltrans), 2017, Highway Design Manual, Chapter 630, Flexible Pavement: dated November 20. California Department of Transportation (Caltrans), 2018, Corrosion Guidelines (Version 3.0), Division of Engineering and Testing Services, Corrosion Technology Branch: dated March. City of Carlsbad, 2016, Engineering Standards, Volume 1 and 3: General Design Standards. County of San Diego, 1960, Topographic Survey, Sheet 334-1695, Scale 1"=200'. County of San Diego, 1976, Topographic Survey (Orthotopographic), Sheet 334-1695, Scale 1"=200'. Geotracker website, 2018, www.geotracker.waterboards,ca.gov: accessed in October. Google Earth, 2018, https://www.google.com/earth/. Hartley, J.D., and Duncan, J.M., 1987, E' and Its Variation with Depth: American Society of Civil Engineers (ASCE), Journal of Transportation Engineering, Vol. 113, No. 5: dated September. Historic Aerials website, 2018, www.historicaerials.com: accessed in October. Kennedy, M.P., and Tan, S.S., 2007, Geologic Map of the Oceanside 30' x 60' Quadrangle, California, Scale 1: 100,000. Ninyo & Moore, In-house Proprietary Data. Ninyo & Moore, 2008, Geotechnical Evaluation, Romeria Street Drainage Improvement Project, Carlsbad, California, Project No. 106333001: dated June 27. Ninyo & Moore, 2018, Proposal for Geotechnical Evaluation, Romeria Street Storm Drain Improvement (66071), Romeria Street, Carlsbad, California, Proposal No. 108040000: dated July 13. Rick Engineering Company (Rick), 2018, 50% Construction Plans for Romeria Street Storm Drain Improvement, Project No. 66071, Carlsbad, California: dated April. USDA, Aerial Photograph, Date April 11, 1953, Flight AXN-8M, Numbers -17, -18, and -19 Scale 1 :20,000. Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 14 Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 'C " E ul o' 8 cl ~ Tcr MAP INDEX .:/f><'I'/ ,5: Le•amo :::.1 San Diego County Al.c,1, 1,. qu N<lv.lrra Dr r, ,.. ~ ::: .. ~ ., " % :, a :: &. t <',j 0 :, •! " '< la Co&b Canion Parl. '1> 0 %, :, ~ Ga11.<:>"0 S\ ~ l;j ~ ~ 0 S~h Par~ FEET 1,500 3,000 :::, NOTE DIRECTIONS. DIMENSIONS AND LOCATIONS ARE APPROXIMATE J SOURCE ESRI 1/1/0RLD TOPO, 2018 Geotechnlcal & Environmental Sciences Consultants FIGURE 1 ALIGNMENT LOCATION ROMER IA STREET STORM DRAIN IMPROVEMENTS CARLSBAD, CALIFORNIA 10804001 o I 11118 <D ...---0 § TD=19 ~ BORING TD=TOTAL DEPTH IN FEET "" ~ a, PROJECT ALIGNMENT o' 8 ~ N FEET ;;;, NOTE. DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE. I SOURCE. GOOGLE EARTH, 2018 $ 0 50 100 ~~-· ,,.,. : ..Ji,. , ' Geotechnlcal & Environmental Sciences Consultants FIGURE 2 EXPLORATION LOCATION ROMERIA STREET STORM DRAIN IMPROVEMENTS CARLSBAD, CALIFORNIA 103040010 I 11118 ~ E (!) o' 8 YOtJng aNwlal flood-plain deposits (Holocene and late Pie!slocene) Qk'j alluvial f'lood-plaln deposlls. undivided (late to middle Ptefsloc:ene) 10 Sant\ago ForrnaOon (m!dd'e Eocene) Delmar Fom,aoon (mddle Eocene) Metamorphosed and unmetamorphosed volcank: and sedimenlery rocks. undivided (Mesoz.OtC) .... Lf----- Landslide • Arrow$ Indicate pMCipal dir.ction of moYemenl. 0uened ¥l'her9 u •tence •~ Fault • Solid where accurately 1ocate<:1: dashed where spproximetely )Oeated: dotted where concealed. U • upthrown bfock, D • downthrown bkx:k Maw and number Indicate direction and angle o( dip of fatAI pianrt. lnd1r1ed FEET I NOTE OIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE I SOURCE KENNEDY, M p ;:;, TAN S S 2007 GEOLOGIC MAP OF THE OCEANSIDE 30 X 60-MINUTE QUADRANGLE. CALIFORNIA $-0 2,000 4,000 Geotechnical & Environmental Sciences Consultants FIGURE 3 GEOLOGY ROMER IA STREET STORM DRAIN IMPROVEMENTS CARLSBAD, CALIFORNIA 10804001 o I 11118 I- BRACEJ 12 INCHES OR ~ORE Geotechnlcal & Envlronmental Sciences Consultants Pa, • I + + NOTES: 1. APPARENT LATERAL EARTH PRESSURES, Pa 1 AND Pa 2 Pa, =28Hpsl Pa2 = 14 H psi +- 2. CONSTRUCTION TRAFFIC INDUCED SURCHARGE PRESSURE, P5 P5 = 120 psi 3. WATER PRESSURE, Pw Pw= 62.4 h2 psi 4. PASSIVE PRESSURE, PP Pp= 150D psi 5. SURCHARGES FROM EXCAVATED SOIL OR CONSTRUCTION MATERIALS ARE NOT INCLUDED 6. H, h1, h2 AND DARE IN FEET 7. + GROUNDWATER TABLE GROUND SURFACE h, h2 H 12 INCHES OR ~ORE T 1 NOT TO SCALE FIGURE4 LATERAL EARTH PRESSURES FOR BRACED EXCAVATION BELOW GROUNDWATER ROMERIA STREET STORM DRAIN IMPROVEMENTS CARLSBAD, CALIFORNIA 108040010 I 11/18 Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 APPENDIX A BORING LOG 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 boring. 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. Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 Soil Classification Chart Per ASTM D 2488 I Secondary Divisions Primary Divisions 1--------,----------- Group Symbol Group Name GP poor1y graded GRAVEL GW-GM well-graded GRAVEL with silt GRAVEL GRAVEL with more than DUAL GP-GM poor1y graded GRAVEL with silt 50% of CLASSIFICATIONS coarae 5% to 12% fines GW-GC well-graded GRAVEL with day fraction ,~; .. ' retained on GP-GC poor1y graded GRAVEL with No. 4 sieve GRAVEL with GM silty GRAVEL COARSE-FINES GC dayey GRAVEL GRAINED more than SOILS 12% fines GC-GM silty, dayey GRAVEL more than : ';j 50% retained CLEAN SAND SW well-graded SAND on No. 200 less than 5% fines SP poor1y graded SAND sieve SW-SM well-graded SAND with silt SAND SAND with SP-SM poor1y graded SAND with silt 50% or more DUAL of coarae CLASSIFICATIONS . SW-SC well-graded SAND with day fraction 5% to 12% fines passes SP-SC poor1y graded SAND with day No. 4 sieve SM silty SAND more than SC dayey SAND 12% fines SC-SM silty, dayey SAND CL lean CLAY SILT and INORGANIC ML SILT CLAY CL-ML silty CLAY liquid limit FINE-less than 50% organic CLAY GRAINED ORGANIC SOILS organic SILT 50%or CH fat CLAY more passes SILT and INORGANIC No. 200 sieve CLAY MH elastic SILT liquid limit organic CLAY 50% or more ORGANIC ~ . ; . organic SILT Highly Organic Sools ~~1111 ~t" Bouldera Cobbles Coarse Gravel Fine Coarae Sand Medium Fine Fines ii: X w 0 ~ > t:: u j:: en <( .J l I I V Grain Size Sieve Size > 12· 3 -12· 3/4 -3" #4 -3/4" #10 -#4 #40 -#10 #200 -#40 Passing #200 Grain Size > 12· 3 -12· 3/4 -3" 0.19 -0.75" 0,079 -0.19" 0.017 • 0.079" 0.0029 - 0.017" < 0.0029" Plasticity Chart V V Approximate Size Larger than basketball-sized Fist-sized to basketball-sized Thumb-sized to fist-sized Pea-sized to thumb-sized Rock-salt-sized to pea-sized Sugar-sized to rock-salt-sized Flour-sized to sugar-sized Flour-sized and smaller V V CH or OH./ V V v v V CLorOL V MH or OH ...,,r a.. 7 4 ] CL -ML/' ML or OL LIQUID LIMIT (LL), % Apparent Density -Coarse-Grained Soil Consistency -Fine-Grained Soil Apparent Density Very Loose Loose Medium Dense Dense Very Dense Spooling Cable or Cathead !: 4 5 -10 11 -30 31 -50 > 50 Modified Split Barrel (blows/foot) !: 8 9 -21 22 -63 64 -105 > 105 Geotechnlcal & Environmental Sciences Consultants Automatic Trip Hammer !: 3 4-7 8 -20 21 -33 > 33 Modified Split Barrel (blows/foot) !: 5 6 -14 15 -42 43 -70 > 70 Consis- tency Very Soft Soft Firm Stiff Very Stiff Hard Spooling Cable or Cathead <2 2-4 5-8 9 -15 16-30 > 30 Modified Split Barrel (blows/foot) <3 3-5 6 -10 11 -20 21 -39 > 39 Automatic Trip Hammer < 1 1 -3 4-5 6 -10 11 -20 > 20 Modified Split Barrel (blows/foot) <2 2-3 4-6 7 -13 14 -26 > 26 uses METHOD OF SOIL CLASSIFICATION (/) u:-w u ..J r ~ e:, °Qi 0.. 0 0 ~ ~ 0 w i':: ..J <( u. a:: 0 (/) ui ci5 al I ::) ~ r ~ r z 0.. (/) w >-C 0 (/) w .>< a, 0 0 0 3 .~ ...J al ~ >-al ~ a:: 0 0 XX/XX ~ 10 ¥ ~ 15 Geotechnlcal & Environmental Sciences Consultants z 0 i== <( ui u· -U u. . -(/) (/) . (/)::) ::s u SM CL BORING LOG EXPLANATION SHEET 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/Dip b: Bedding c: Contact j: Joint f: Fracture F: Fault cs: Clay Seam s: Shear bss: Basal Slide Surface sf: Shear Fracture sz: Shear Zone sbs: Shear Bedding Surface The total depth line is a solid line that is drawn at the bottom of the boring. BORING LOG (/) LJ.J ...J c.. u:-~ ~ u z m <( I-~ c.. 0 (/) 0 e..... i= ~ 0 LJ.J ~ ...J <( Cl) u. ~ 0 u · I u5 :::> u5 co -U ~ u. . I-3: I-z -(/) c.. (/) LJ.J >-(/) . C 0 (/) (/) :::> LJ.J -"' (I) 0 0 0 :5 -~ ...J ::i co ~ >-coo ~ u 0 22 23.0 98.6 10 32 22.6 103.4 SM CL 16 22.0 94.8 19 22.8 97.4 20 30 JVin90 &1ftoore Gtottdlnl<ol & E...,,......c.l Sdon<n Con..tuntl DATE DRILLED 11/09/18 BORING NO. B-1 GROUND ELEVATION 104' ± (MSL) SHEET OF --- METHOD OF DRILLING 8" Diameter Hollow Stem Auger (CME-95) (Baja Exploration) DRIVE WEIGHT 140 lbs. (Auto-Trip) DROP 30" SAMPLED BY CMK LOGGED BY CMK REVIEWED BY CAT DESCRIPTION/INTERPRETATION Light gray, moist, medium dense, silty fine to coarse SAND. COLLUVIUM: Light gray, moist, firm, fine sandy lean CLAY. ota Dept eet. Groundwater not encountered during drilling. Backfilled with approximately 7 cubic feet of bentonite grout and patched with hot-mix asphalt shortly after drilling on 11 /09/18. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. ROMERIA STREET STORM DRAIN IMPROVEMENT CARLSBAD, CALIFORNIA 108040010 11/18 APPENDIX B Geotechnical Laboratory Testing Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 Classification APPENDIX B GEOTECHNICAL LABORATORY TESTING 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 log of the exploratory boring in Appendix A. In-Place Moisture and Density Tests The moisture content and dry density of relatively undisturbed samples obtained from the exploratory boring were evaluated in general accordance with ASTM D 2937. The test results are presented on the log of the exploratory boring in Appendix A. Direct Shear Test A direct shear test was performed on a relatively undisturbed sample in general accordance with ASTM D 3080 to evaluate the shear strength characteristics of the selected material. The sample was inundated duri ng shearing to represent adverse field conditions. The results are shown on Figure B-1. Proctor Density Tests The maximum dry density and optimum moistu re content of selected representative soil sample was evaluated using the Modified Proctor method in general accordance with ASTM D 1557. The results of the test are summarized on Figure B-2. 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 41 7 and CT 422, respectively. The test results are presented on Figure B-3. · R-Value The resistance value, or R-value, for site soils were evaluated in general accordance with 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-4. Ninyo & Moore I Romeria Street Storm Drain Improvements, Carlsbad, California I 108040010 I November 30, 2018 u:-(/) e:, Cl) Cl) w a::: I-C/) a::: ~ I Cl) 5000 4000 3000 2000 1000 0 -.,L ~ 0 I I ~/. (✓ / ~ ,/ /;,/ ,/ ' ~✓-// .,,,, ~ ~' / ~ (" ' I 1000 2000 3000 4000 5000 NORMAL STRESS(PS~ Descnpt1on --.---· ----. . -. -. . Friction Angle (degrees) Soil Type Clayey SAND Clayey SAND 8-1 - -X - -8-1 5.0-6.5 Peak 5.0-6.5 Ultimate PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080 Gtottchnical & Environmental Sd1ncn Consultants 108040010_DIRECT SHEAR 8-1 @ 5.0-6.5.xlsx 220 170 32 30 SC SC FIGURE B-1 DIRECT SHEAR TEST RESULTS ROMERIA STREET STORM DRAIN IMPROVEMENTS CARLSBAD, CALIFORNIA 108040010 I 11/18 140.0 130.0 120.0 U:-u Cl. ~ 110.0 ci5 z UJ 0 >-a:: 0 100.0 90.0 \~ I I ~ t+ I 1--r I Zero Air Void Line \ (Specific Gravity = 2. 70) I----+-' ~~ I I -+-I\ I I I I 1---+- \ f\f¥ -\ l t ~~ 1-,1----H-j !-1--Zero Air Void Line 1--!-+-+- j !-1--(Specific Gravity = 2.60) 1-1-1-- '-+-1--h '.+-[\I ~[\ V _L+-_ jt-LL1--~-f\ ~ I\ ---+-1--f\ , \ f, Zero Air Void Line '-I \ \ 1\. JI (Specific Gravity = 2.50) I I I'\ \I r,._ f 1 r ii --,_ L+-\' (~ ~ +-+--I I ~ I I I r\l~b I -c--1-I ~ '-h--j-H-I\ t "t\. I'\' --+-I---,_ ~~ t I\ I'\ f-q ~I" •-tt ,11. t\. !-1--1"t t\.~ --- I I -_,_ r--..1'--~ I I I '. :--;:: I ---1-1-~"" ,'is.... I ~ --. I -.... ........ -.... I --+-+--t -+-+-I "-~~k ..,.___, 80.0 0 5 10 15 20 25 30 35 40 MOISTURE CONTENT (%) -•.. • S011 Description B-1 5.0-10.0 Clayey SAND Maximum Dry Density ( C 123.0 Optimum Moisture Content ercent 12.5 Dry Density and Moisture Content Values Corrected for Oversize (ASTM D 4718) PERFORMED IN GENERAL ACCORDANCE WITH Geotechnlcal & Environmental Sciences Consultants 108040010_MAXOENSITY B-1@ 5.0-10.0.xlsx 0 ASTM D 1557 0 ASTM D 698 METHOD 0 A O B O C FIGURE B-2 PROCTOR DENSITY TEST RES UL TS ROMERIA STREET STORM DRAIN IMPROVEMENTS CARLSBAD, CALIFORNIA SAMPLE LOCATION B-1 I SAMPLE DEPTH (ft) 5.0-10.0 ■ 8.3 RESISTIVITY 1 (ohm-cm) 700 SULFATE CONTENT 2 -460 0.046 CHLORIDE CONTENT 3 (ppm) 360 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 643 2 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 417 3 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 422 Geotechnlcal & Environment•! Scl1ncH Con1ult1nt1 108040010_CORROSIVITY S.1 C 5 0-10 O..xlsx FIGURE B-3 CORROSIVITY TEST RESULTS ROMERIA STREET STORM DRAIN IMPROVEMENTS CARLSBAD, CALIFORNIA 108040010 I 11/18 I SAMPLE LOCATION B-1 SAMPLE DEPTH (ft) 1.0-3.0 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 2844/CT 301 I Geotechnlcal & Environmental Sciences Consultants 108040010_RVTABLE1 ldP: ' SOIL TYPE R-VALUE Clayey SAND (SC) 21 FIGURE 8 -4 R-VALUE TEST RESULTS ROMERIA STREET STORM DRAIN IMPROVEMENTS CARLSBAD, CALIFORNIA 108040010111/18 Geotechnlcal & Environmental Sciences Consultants 5710 Ruffin Road I San Diego, California 92123 I p. 858.576.1000 www.nin oandmoore.com December 12, 2018 ADDENDUM NO. 1 ( City of Carlsbad RE: PROJECT NO.: CORRUGATED METAL PIPE REPLACEMENT PROGRAM - ROMERIA 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 included to your bid when your bid is submitted. GRAHAM JORDAN Contract Administrator OUM NO. 1 Bidder's Signature Shahram Elihu, Sole Proprietor/Owner Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t December 12, 2018 ADDENDUM NO. 1 {'cicyof Carlsbad RE: PROJECT NO.: CORRUGATED METAL PIPE REPLACEMENT PROGRAM - ROMERIA 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 included to your bid when your bid is submitted. cZ ?---- GRAHAM JORDAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD Corrugated Metal Pipe Replacement Program -Romeria Contract No. 6607 Bid No. PWS19-687TRAN Addendum No. 1 From: Daniel Zimny, Project Manager Phone: (760) 602-7551 daniel.zimny@carlsbadca.gov No. of Pages: 29 pages (including this page, excluding the contract, specifications and Drawings) Date: December 12, 2018 Bid Opening Date: January 8, 2018 -11 :00 am (unchanged) MODIFICATIONS, DELETIONS, AND ADDITIONS TO SPECIFICATIONS 1) Romeria Specifications FINAL DELETE Appendix B and REPLACE with the Attachment A. MODIFICATIONS, DELETIONS, AND ADDITIONS TO PLANS 1) DWG 512-2 Romeria Storm Drain Improvement Plan. Contract Drawings removed from Appendix B of specifications and added as a standalone document. Contract No. 6607 -CMP REPLACEMENT PROGRAM -ROMERIA Addendum No. 1 1 Attachment A Project Specifications Appendix B (Attached Separately) Contract No. 6607 -CMP REPLACEMENT PROGRAM -ROMERIA Addendum No. 1 2 Appendix B CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONAL STANDARD DRAWINGS Note: The minimum allowable concrete mix design for all concrete placed within public right-of-way shall be 560-C-3250 as specified in the Standard Specifications for Public Works Construction DWG. MODIFICAITON D-2 Enlarge curb inlet top to width of sidewalk (not to exceed 5'6") by length of inlet including wings. Existing reinforcing steel shall be extended across enlarged top to clear distances shown. D-20 Delete. D-27 Add: A maximum of three (3) combined outlets in lieu of Std. D-25 D-40 Add: "T" dimension shall be a minimum of three (3) times size ofrip rap. D-60 Add: Backfill¾" crushed rock up to the spring line of pipe. Add: pipe bedding thickness shall be Pipe Diameter/4 with a minimum thickness of 4" and a Maximum thickness of 8". Modify Note 3 to read as follows: Top 36" of trench backfill in street section shall be 95% relative compaction unless specified otherwise. D-70 Minimum bottom width shall be 6' to facilitate cleaning. D-71 Minimum bottom width shall be 6' to facilitate cleaning. D-75 Delete "Type-A" Add: 6" x 6" x #10 welded wire mesh, instead of stucco netting. E-1 Delete direction burial foundation Add: The light standard shall be pre-stressed concrete round pole. E-2 Grounding per note 2. Attachment of the grounding wire to the anchor bolt shall be below the light standard base plate with an approved connection. G-3 Delete. G-5 Add: Note 4. Tack coat shall be applied between dike and existing asphalt concrete surface as specified in Section 302-5.4 SSPWC G-6 Type B-1 not used. When specified, Type B-2 shall have a curb height of 8", width of 6", with a 3:1 batter. When specifically approved by the City Engineer, Type B-3 shall have a curb height of 8", width of 6", a 3:1 batter with the hinge point eliminated. G-11 Add: Remove curb/gutter and sidewalk from score-mark to score-mark or from joint-to-joint or approved combination. CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONAL STANDARD DRAWINGS {CONTINUED} DWG. MODIFICAITON G-12 Add: smooth trowel flow line (typical) 7-1/2" thick with a minimum of 6" of aggregate base per City of Carlsbad Standard GS-17 G-13 Add: smooth trowel flow line (typical) 7-1/2" thick, with a minimum 6" of aggregate base per City of Carlsbad Standard GS-17. G-14 Change: Residential Thickness= 5-1/2" Commercial/Multi-Family Residential Thickness= 7-1/2" G-15 Delete requirement 3 G-24 Replaced with Carlsbad Standard Drawing GS-25 G-25 "Type-C" only (delete "Type-D") G-26 Change thickness from 5-1/2" to 7-1/2" and add minimum 4" Class II base under curb/gutter (to 6" past back of curb). G-33 Delete G-34 "Type-C" only (delete "Type D") G-35 "Type-F" only (delete "Type E") M General" Agency shall be "City of Carlsbad" M-2 Add: to be used only with specific approval of the City Engineer. SEE M-2 FOR MANHOLE FRAME ND COVER ....... T C t::i;: l +~ xo z u.J u.J e T • A __ #4 n AROUND OPENING I I WING WHERE OCCURS ON ONE OR BOTH SIDES .. 8 I r-t-----7 I C J TRANSITION TO NORMAL CURB HEIGHT IN 10' ON BOTH SIDES UNLESS OTHERWISE NOTED SEE NOTE 7 CURB LINE 6" SEE D-12 FOR CONTINUOUS GALVANIZED STEEL FACE ANGLE AND PROTECTION BAR • A PLAN .. 8 EDGE OF GUTTER SECTION 8-8 L -LENGTH SHOWN ON PLANS SLOPE TO MATCH CURB PROFILE OR AS SHOWN ON PLANS 3" CLR ---1-1;2· 4-#4 AROUND PIPE OPTIONAL CONSTRUCTION JOINT 6" MIN ABOVE INVERT ~~~~~~~!::}-SLOPE FLOOR 12: 1 30 D LAP~ ~ I TOWARDS OUTLET {1YP) ----1 T f--Y ~ fl-= 30 D LAP {1YP) Y IS DETERMINED BY PIPE SIZE -4' MIN, 8' MAX SECTION C-C NOTES 1. SEE D-11 A, D-118 & D-12 FOR ADDITIONAL NOTES AND DETAILS. #4 @ 12· #4@ 6" 3-#4 Y+10" 1----l X (4' MIN) {SEE NOTE 11) SECTION A-A 2. 1YPES ARE DESIGNATED ON PLANS AS FOLLOWS: 8 {NO WING), 8-1 {ONE WING) or 8-2 {TWO WINGS). [ CURB LINE 10" UNLESS OTHERWISE 2 LSHOWN 1' I- SEE SDARSD D-11 A & D-11 B FOR HORIZONTAL & FLOORING J _REINFORCEMENT l D.. CL ~~ ....... OPTIONAL CONSTRUCTION JOINT 6" MIN ABOVE INVERT 30 D LAP (lYP) 3. MAINTAIN 1-1/2" CLEAR SPACING BETWEEN REINFORCING AND CONCRETE SURFACE UNLESS OTHERWISE NOTED. 4. STEPS SHALL BE INSTALLED WHEN V EXCEEDS 4'. SEE D-1 lA FOR DETAILS. 5. CONCRETE GUTTER TO MATCH ADJACENT GUTTERS. 6. AN EXPANSION JOINT SHALL BE PLACED AT THE ENDS OF THE INLET WHERE THE CURB IS TO ADJOIN. 7. PROVIDE 1/4" TOOLED GROOVE IN TOP SLAB IN LINE WITH BACK OF ADJACENT CURB. 8. SURFACE OF TOP SLAB TO MATCH SIDEWALK FINISH AND SLOPE. 9. IF REQUIRED BY LOCAL AGENCY, EXTEND TOP SLAB STEEL REINFORCEMENT 12" INTO ADJACENT SIDEWALK. 10. ELEVATIONS SHALL BE SHOWN ON PLANS WHERE INDICATED BY "O" SYMBOL LEGEND ON PLANS 11. IF REQUIRED BY LOCAL AGENCY, ENLARGE CURB INLET TOP TO WIDTH OF ADJACENT SIDEWALK {X + T NOT TO EXCEED 5' -6") BY LENGTH OF INLET INCLUDING WING{S). REINFORCING STEEL SHALL BE P:--, EXTENDED ACROSS ENLARGED TOP TO CLEAR DISTANCES SHOWN. Date ORIGINAL Kercheval 12 75 Reformatted T. Stanton 04/06 Edited T. Stanton 02/09 Edited S.S. T. Regello 03/11 Edited T.R. T. Regello 10/15 SAN DIEGO REGIONAL STANDARD DRAWING CURB INLET -TYPE B RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 12. 11, '2015 Chai DRAWING D-02 NUMBER X l_1_T 1· ___ .. _1 Tr I-t . __._ .______. _..__ . SEE TABLE ON D-11 B FOR HORIZONTAL AND FLOOR REINFORCEMENT >- NOTES I I/VERTICAL REINFORCING #4 @ 18" MAX (TYP) 1-1/2" CLR (TYP . ---.-.--------. r • ~ 2· (TYP)J l TYPICAL BOX SECTION STEP DETAIL 1. CONCRETE SHALL BE 560-C-3250 UNLESS OTHERWISE NOTED. APPROVED STEEL REINFORCED POLYPROPYLENE STEP 2. REINFORCING STEEL SHALL COMPLY WITH THIS DRAWING (D-11 A AND D-11 B) UNLESS OTHERWISE SPECIFIED. 3. REINFORCING STEEL SHALL BE INTERMEDIATE GRADE DEFORMED BARS CONFORMING TO LATEST ASTM SPECIFICATIONS. 4. BENDS SHALL BE IN ACCORDANCE WITH LATEST ACI CODE. 5. MINIMUM SPLICE LENGTH FOR REINFORCING SHALL BE 30 DIAMETERS. 6. FLOOR SHALL HAVE A WOOD TROWEL FINISH AND, EXCEPT WHERE USED AS JUNCTION BOXES, SHALL HAVE A MINIMUM SLOPE OF 1:12 TOWARD THE OUTLET. 7. DEPTH V IS MEASURED FROM THE TOP OF THE STRUCTURE TO THE FLOWLINE OF THE BOX. 8. WALL THICKNESS AND REINFORCING STEEL REQUIRED MAY BE DECREASED IN ACCORDANCE WITH TABLE ON D-11 B. 9. WALL THICKNESS SHALL BE STEPPED ON THE OUTSIDE OF THE BOX. 10. WHEN THE STRUCTURE DEPTH V EXCEEDS 4', STEPS SHALL BE CAST INTO THE WALL AT 15" INTERVALS FROM 15" ABOVE FLOOR TO WITHIN 12" OF TOP OF STRUCTURE. WHERE POSSIBLE, PLACE STEPS IN WALL WITHOUT PIPE OPENING, OTHERWISE OVER OPENING OF SMALLEST DIAMETER. 11. ALTERNATE STEP MAY BE AN APPROVED STEEL REINFORCED POLYPROPYLENE STEP. 12. UPON APPROVAL OF THE AGENCY, THE USE OF PRECAST STORM STRUCTURES IS ACCEPTABLE AS AN ALTERNATE TO CAST-IN-PLACE. PRECAST UNITS SHALL CONFORM TO ASTM STANDARDS AND BE MANUFACTURED IN A PERMANENT FACILITY DESIGNED FOR THAT PURPOSE. Date RECOMMENDED BY TI-tE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval 12/75 Reformatted T. Stanton 04/06 INLETS AND CLEANOUTS 12 17. '2015 Edited T. Stanton 02/09 Chai Edited s.s T. Regello 03/11 NOTES AND DETAILS DRAWING D-11A Edited T.R. T. Regello 10/15 NUMBER BOX SECTION REINFORCEMENT {HORIZONTAL AND FLOOR) MAXIMUM SPAN DEPTH THICKNESS XOR Y V T 3' TO 4' 4'-1" TO 7' 4' 6" 7'-1" TO 8' 3' TO 4' 4'-1" TO 5' 4'-1" TO 8' 6" 5'-1" TO 6' 6'-1" TO 8' 3' TO 4' 6" 4'-1" TO 5' 8'-1" TO 12' 5'-1" TO 6' 8" 6'-1" TO 8' 3' TO 4' 4'-1" TO 5' 5'-1" TO 6' 12'-1" TO 16' 8" 6'-1" TO 7' 7'-1" TO 8' 3' TO 4' 8" 4'-1" TO 5' 5'-1" TO 6' 16'-1" TO 20' 10· 6'-1" TO 7' 7'-1" TO 8' 3' TO 4' 8" 4'-1" TO 5' 5'-1" TO 6' 20'-1" TO 24' 10· 6'-1" TO 7' 7'-1" TO 8' 12" Revision By Approved Date ORIGINAL Kercheval 12/75 SAN DIEGO REGIONAL STANDARD DRAWING Add Metric T. Stanton 03/03 Reformatted T. Stanton 04/06 Edited S.S. T. Regello 03/11 Edited T.R. T. Regello 10/15 INLETS AND CLEANOUTS NOTES AND DETAILS HORIZONTAL AND FLOOR REINFORCEMENT SIZE AND SPACING #4 @ 18" #4 @ 12· #4@ 8" #4 @ 18" #4 @ 12· #4@ 8" #4@ 6" #4 @ 15" #4 @ 12· #4@ 8" #4@ 6" #4 @ 12" #4 @ 12" #4@ 8" #4 @ 6" #5@ 8" #4@ 12· #4@ 12· #4@ 8" #4@ 6" #5@ 8" #4 @ 12· #4 @ 12· #4@ 8" #4@ 6" #5@ 8" RECOMMENCED BY lHE SAN DIEGO REGIONAL STANDARDS COMMlmE ~ ;JJ?JJi;:t:;5 12/11/2015 Chalwerson R.C.E. 19246 Dote DRAWING NUMBER D-11B . N ......... ~ I . . ·. q 4 Ll . 10· 3 8" . q 4 . . q . q . •q. ~. rr=-71"· .. . . ~ -.q.·.·-. · .. . .< I 14 . . "' ·.11 · 1 /2" r/J ANCHOR BAR @ 3' OC MAX NOTES 4 · Ll 4 . ·q 4 q' . (0 . 00 4· 1"<6 PROTECTION BAR I I q I I 4 I I / -f, . ~-t---..,Ll----'r I 1 ~ . .d <1 .. ,d 6 . Ll . I - 4" X 3" X 3/8" 1/4" I "' 1 /2·• RADIUS "' _J <1<1. Ll 4 LI °",i ✓ "' 1 "r/J SUPPORT BOLT 4 "'6 -I 1. FACE ANGLE SHALL BE CAST CONTINUOUSLY INTO STRUCTURE FOR THE ENTIRE LENGTH "L". 2. ALL EXPOSED METAL PARTS SHALL BE HOT-DIPPED GALVANIZED AFTER FABRICATION. 4 "' . (0 5: (.!) [iJ :c ID 0::: :::, (..) • 0 . N ......... 3. WHEN CURB INLET OPENING HEIGHT {H) EXCEEDS 6", INSTALL 1 "r/J STEEL PROTECTION BAR. STEEL PROTECTION BAR SHALL BE EMBEDDED 8" INTO CURB INLET. 4. INSTALL ADDITIONAL BARS AT 3-1 /2" CLEAR SPACING ABOVE FIRST STEEL PROTECTION BAR WHEN OPENING EXCEEDS 13". 5. WHEN CURB INLET OPENING LENGTH EXCEEDS 8' INSTALL 1 "r/J STEEL SUPPORT BOLTS SPACED AT NOT MORE THAN 5' OC. Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY lHE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval 2 75 Reformatted T. Stanton 04/06 12. 17, '2015 Edited T. Stanton 02/09 CURB INLET OPENING Choi Edited S.S. T. Regello 03/11 DRAWING D-12 Edited T.R. T. Regello 10/15 NUMBER ... .._ /. ..... /,' w z 0 N * a:: t') ~ w 0 0 a.. w w Ol 0 3:: a.. _J 0 a.. TRENCH WIDTH (/) _J => _J LL <( _J 0 §/ _J !::: Li: ::.::: ~ I- I u ::J ~ t <( w <( ID z X u w 0 <( X 0 N * f! ~ w ~ I w 0 1/,~ u _J Ol z 0 (~ w 0 'X~" a:: ~ ,, I- ~ A w I c., z INVERT ELEVATION z 0 0 N * 0 ~ w w 0 ID a.. Ol 0:: J_ L 4" CLEARANCE (MIN) 3/4" CRUSHED ROCK SECTION NOTES 1. SEE G-24A AND G-24B OR G-25 FOR RESURFACING DETAILS ON IMPROVED STREETS. 2. (*) INDICATES MINIMUM RELATIVE COMPACTION. 3. TOP 12" OF TRENCH BACKFILL IN STREET SECTION SHALL BE 95% RELATIVE COMPACTION UNLESS SPECIFIED OTHERWISE. ORIGINAL Reformatted T. Stanton Edited S.S. T. Regello Edited T.R. T. Regello Dote 2/75 04/06 03/11 10/15 SAN DIEGO REGIONAL STANDARD DRAWING PIPE BEDDING AND TRENCH BACKFILL FOR STORM DRAINS RECOMMENDED BY lHE SAN DIEGO REGIONAL STANDARDS COMMITTEE DRAWING NUMBER 12 17, '2015 D-60 #4 AT 18"0.C. CBARS E BARS - 2 ABOVE OR CLOSER AND 2 BELOW OPENING <\ 'C <\· T 'C T <\ #4 AT 12n0.C. #4 AT 18"0.C. OR CLOSER SECTION A-A NOTES 1). REINFORCING STEEL SHALL BE 1-1/2" CLEAR FROM FACE OF CONCRETE UNLESS OTHERWISE SHO~. 2). REINFORCING STEEL FOR INSIDE FACE OF CURB INLET BASIN SHALL BE CUT AT CENTER OF OPENING AND BENT INTO WALLS OF MONOLITHIC CONNECTION. REINFORCING STEEL FOR OUTSIDE FACE OF CATCH BASIN WALL SHALL BE CUT 2n CLEAR OF OPENING. 3). CONNECTION SHALL BE POURED MONOLITHIC WITH CURB INLET. THE ROUNDED EDGE OF OUTLET SHALL BE CON- STRUCTED BY POURING CONCRETE AGAINST A CURVED FORM WITH A RADIUS OF 3•_ 4). FLOOR OF STRUCTURE SHALL BE STEEL-TROWELED TO SPRING LINE. 5). CONNECTIONS SHALL BE CONSTRUCTED WHEN: A) PIPES, 12• THROUGH 72n IN DIAMETER, INLET OR OUTLET THROUGH CORNER OF CURB INLET. B) ANGLE A, FOR PIPES 24" THROUGH 30" IN DIAMETER, IS 70'0R LESS. C) PIPES, 33" THROUGH 72" IN DIAMETER, INLET OR OUTLET THROUGH THE SIDE WALL OF CURB INLET. 6). ALL CONCRETE SHALL BE TYPE 560-C-3250. D BARS-2 ABOVE AND 2 BELOW OPENING #4 AT 12"0.C. B 12· 15" 18" 21· 24" 27" 30• 33• 36" 39• u, ~ T CD (.) 4• 4-1/4 4-1/2 u 5• ci 5-1/4 'lo 5-1/2 I-5• <C 6-1/4 """ '=II::: 6-1/2 7" u, co: < CD w Q B T ~ 0 42" 7-1/2 45• 7-3/4 48" a· 51" 8-1/2 ~ 54• 9• 57" 9-1/4 60" 9-1/2 63" 10· 66" 10-1/4 69" t0-3/4 72" 11· u, ~ CD (.) u ci • co I-<C ~ u, co: < i'li Q z < 0 ~ REV. APPROVE DATE z. / /7 ....................... liliiiliil ...... .,;,,;,;;;;,, ...... _ ___,......, _____ ....,;;,iiiiiii,,i,iiiiiiiiioiiiiiiiiiiiiiiii-------/.7~ 0-::.........:.. 6-04 -------CONNECTION TO CURB INLET CITY ENGINEER DATE FOR PIPES 12" THROUGH 72" ~~::~:iiN~~~ DS-9 1- w z ::J Cil a::: :::::, 6"u 11" 2" 2" WEAKENED PLANE JOINT GUTTER LINE . (XJ · .... .. .. •.·;._ ~:·:·:~:--: ·-~:6.-. · ..... · 1-12" .1 2" WEAKENED PLANE JOINT GUTTER LINE 6" CURB AREA=0.89 Sq. Ft. 8" CURB AREA= 1.12 Sq. Ft. w z ::J Cil §5 WIDTH SHOWN ON PLANS u---------18" MIN GUTTER ELEVATION 1-1 /2" EXCEPT WHERE ELEVATIONS SHOWN INDICATE OTHERWISE GUTTER NOTES: 1. CONCRETE SHALL BE 520-C-2500. 2. SEE STANDARD DRAWINGS G-9 AND G-10 FOR JOINT DETAILS. 3. SLOPE TOP OF CURB 2% MAX TOWARD GUTTER. Revision By Ap roved Date SAN DIEGO REGIONAL STANDARD DRAWING ORIGINAL KERCHEVAL 12/75 ADD METRIC T. STANTON 03/03 EFORMATTE T. STANTON 04/06 CURBS AND GUTTER -SEPARATE UPDATED MR MR/CV 11/11 UPDATED CV CV 12/15 LEGEND ON PLANS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 12 17, '2015 Chai DRAWING G-01 NUMBER ORIGINAL UPDATED UPDATED 6" 1/2" R w z ::J IIl cc ::::, (_) \ ·~ 2" WEAKENED PLANE JOINT 1" R ... . . ... .; . . . Vl z 0 ~ G'.i w _J Vl w ~ w cc cc w w :r: :r: f- 3:: 0 f-w Cl... ~ w (_) (_) X 0 w ~ ' z N ----3:: 0 I :r: ~ Vl -t ________ W _______ k lYPE w *AREA G 24" 1.34 SQ. FT. H 30" 1.60 SQ FT. * 6" CURB HEIGHT NOTES: 1. CONCRETE SHALL BE 520-C-2500. 2. SEE STANDARD DRAWINGS G-9 AND G-10 FOR JOINT DETAILS. 3. SLOPE TOP OF CURB 2% MAX TOWARD GUTTER. LEGEND ON PLANS Date RECOMMENDED BY lHE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COMMITTEE 12/75 T. STANTON 03/03 12 17 '2015 T. STANTON 04/06 CURB AND GUTTER -COMBINED MR MR/CV 11/11 DRAWING G-02 CV CV 12/15 NUMBER VARIES 1/2" R r-~~,, / ~ ,----_ _) t / I L___ I -------_J 1/2" R WIDTH AS SHOWN ON PLANS 4" ----2% MAX CROSS-SLOPE ·~----------- 2" WEAKENED PLANE JOINT NON-CONTIGUOUS WIDTH AS SHOWN ON PLANS 4" ----2% MAX CROSS-SLOPE · .. / -7 ... -. -- - - - ---: ~ ':'-;.· 1/2" R 1/2" R :.,_:..--::-r_.:....---1 L~....:..::_ _____ ______..,_____. I ,----_ _) ~ , r L___ I ------_ _J CONTIGUOUS NOTES: 1. CONCRETE SHALL BE 520-C-25OO. 2. SEE STANDARD DRAWINGS G-9 AND G-1O FOR JOINT DETAILS. 2" WEAKENED PLANE JOINT LEGEND ON PLANS ? .--:--: · .• ,•·.·~ Revision By Approved Date ORIGINAL KERCHEVAL 12/75 SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ADD METRIC T. STANTON 03/03 EFORMATTE T. STANTON 04/06 SIDEWALK -TYPICAL SECTIONS UPDATED MR MR/CV 11/11 REVIEWED CV CV 12/15 Chai DRAWING NUMBER 12. 17. '2015 G-07 MID POINT OF CURB RETURN P.C.R. I• 15' TYP. P.C.R. NOTES: ·. I .. · . I I I I 5' TYP.1 45' TYP. I I I I I I I . I 1. EXPANSION JOINTS - - -AT CURB RETURNS, ADJACENT TO STRUCTURES AND AT 45' INTERVALS. (SEE STANDARD DRAWING G-10). 2. WEAKENED PlANE JOINTS------AT MID POINT OF CURB RETURN, WHEN REQUIED, AND AT 15' INTERVALS FROM P.C.R. (SEE STANDARD DRAWING G-1O). 3. 1/4" GROOVES---WITH 1/4" RADIUS EDGES AT 5' INTERVALS. Revision By Approved Date RECOMMENDED BY 1HE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COMMITTEE ORIGINAL KERCHEVAL 12/75 ADD METRIC T. STANTON 03/03 12 17. "2015 EFORMATTE T. STANTON 04/06 SIDEWALK JOINT LOCATIONS Chai REVIEWED CV CV 12/15 DRAWING G-09 NUMBER .. ·.··. ·.·· ORIGINAL 1/4" . ~- ~: . EXPANSION JOINT FILLER MATERIAL 1/8" R ~ . _j I-1 /2" (PAVEMENT) 1 / 4" MIN -1 /2" MAX (SIDEWALK) EXPANSION JOINT 1/8" R t •. . . . . . . . . . . . ·. . . : . , .. _L___ .-_-·:-:··'· -I f-114" .· . ►- 1/8" R .. • . A ·• . . ·-··. •, . . -. . . . . . . . : ... ·. •.: ..... · ..... 1/2" (#4) x 24" SMOOTH, GREASED OR OILED BAR, 30" ON CENTER CONTACT JOINT 1/8" PREFORMED JOINT FILLER •.6., .. . ··• :· .. ... · ...• •, . . . .: . . .... WEAKENED PLANE JOINT CURB AND SIDEWALK WEAKENED PLANE JOINT GUTTER AND CONCRETE PAVEMENT 1-1/2" •.·· . ~ . : ... ·. ·-··· 1/8" l-1-5/8" KEYED JOINT ._• .. · .. · . .. : ..... .•. . SAN DIEGO REGIONAL STANDARD DRAWING I RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMlmE ADD METRIC T. STANTON 03/03 12. 17, "2015 EFORMATTE T. STANTON 04/06 UPDATED CV MR/CV 11/11 REVIEWED CV CV 12/15 CONCRETE JOINT DETAILS DRAWING NUMBER G-10 NOTE: EXISTING SCORE MARK EXISTING SCORE MARK~I. f '.>'. '.', §! AREA TO BE REMOVED 5', OR FROM JOINT IN PANEL, WHICHEVER IS LESS SIDEWALK PLAN EXISTING JOINT AREA TO BE REMOVED • l<,EXISTIN~ JOl~t: ~ .. ;t ·--II ~ · ·· · · · · · .... •.. . : . . .. ' . : . ... . . SIDEWALK SECTION AREA TO BE REMOVED 30" MIN. 5', OR FROM JOINT IN PANEL, WHICHEVER IS LESS FROM EXISTING JOINT OR EDGE OF CURB EXISTING JOINT OR EDGE CURB LINE GUTTER LINE CURB PLAN 1 • AREA TO BE REMOVED • 1 • 5' MIN. FROM EXISTING • , 5' MIN. JOINT OR EDGE OF PAVEMENT .. I-:::, <..) PAVEMENT SECTION .... . . ~ .· ... -. _.·. . 1-1/2" MIN. EXISTING JOINT OR EDGE REMAINING EDGE TO BE SMOOTH AND TRUE WITH NO SHATTER CONCRETE TO BE REMOVED -t- 4 1. SIDEWALK CROSS SLOPE SHALL BE 2% MAX. . . 2. WHEN DISTANCE FROM "AREA TO BE REMOVED" TO EXISTING JOINT, EDGE OR SCORE MARK IS LESS THAN MINIMUM SHOWN, "AREA TO BE REMOVED" SHALL BE EXTENDED TO JOINT, EDGE OR SCORE MARK. Approved Dote SAN DIEGO REGIONAL STANDARD DRAWING ORIGINAL KERCHEVAL 12/75 T. STANTON 03/03 CONCRETE CURB, GUTTER, EFORMATTE T. STANTON 04/06 UPDATED CV MR/CV 11/11 SIDEWALK AND PAVEMENT REVIEWED CV CV 12 15 REMOVAL AND REPLACEMENT •. · .. SECTION SHOWING CUT RECOMMENDED BY lHE SAN DIEGO REGIONAL STANDARDS COMMITTEE Choi DRAW1NG NUMBER 12 17 '2015 G-11 ~ (!) ::ii z • ci oz I < ¼-....J 1 · .·- . I>-'.:: - I LANDING r-A · j ~ ....J ~ w Cl vi 12" WIDE BORDER SEE STANDARD DRAWING G-32A DETAIL A .. )I I:);},{.{') :_:'J{f 1;:': 6:·. ; • 0 0 0 0 0 0 0 0 D D O O O O O O O .· _' '· · · . ,. . ,·(:\: 0 0 0 0 0 0 0 0 0 0 000 0 0 0 -::.•• · . 0000000000000000;6•'. --~ 0000000000000000 :-...... '11·_ (!) z F C/) x w .. :-~--,· ,,._._. 0 TRUNCATED DOMES--+-+++++-_-_6_-_•:_•-...... ·_.: . _A.-·, ......... A·-. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -~., .·-4 ,-..... · · 0000000000000000 .-,,.-~_-.:. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 , .. •.' .. .-. · 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 · .· b,., ._, ,. ~- Revision ORIGINAL UPDATE REVISED UPDATED UPDATED Z* 4'-0" i..-A PLAN FACE OF CURB LIP (TOE) OF GUTTER X I Z* • 1 4'-0" 1· Z* • 1 /TOP OF CURB ==::=l ==iz~s=i:i:::c:i::Ei:ci::::c:;:Ews:::2;::a::::c;;::::::::;~:::E::::{==::'.:if""1..= GUTTER FLOW LINE f 1: ,.0,?=:-5-.:, 7._ ~ n .c:i -7-·z ... 7-n_ -7\-ttzi< ,-j ELEVATION 4'-0" MIN y SEE NOTE 4 8.33% MAX 4" THICK MIN SECTION A-A 5% MAX GUTTER APRON SLOPE AT RAMP OPENING EXISTING PAVEMENT CONCRETE GUTTER NOTES: 1. SEE STANDARD DRAWING G-32A FOR GENERAL NOTES. 2. TYPE A-1 IS A DESIGNATION FOR RAMP AT CURB RETURN. 3. TYPE B-1 IS A DESIGNATION FOR RAMP AT STRAIGHT CURB (SHOWN ABOVE). 4. LANDING CROSS SLOPE SHALL BE 2.0% MAX IN BOTH DIRECTIONS. 5. FOR TRUNCATED DOMES DETAIL, SEE STANDARD DRAWING G-3O. 6. SEE STANDARD DRAWING G-32B FOR X, Y, AND Z* DETAILS. roved Dote RECOMMENDED BY lHE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COMMITTEE BAHMANIAN 02/95 D. DAVIES 12/04 12 17. '2015 T. STANTON 04/06 CURB RAMP -TYPES A-1 AND B-1 Choi MR MR/CV 03/12 (FOR EXISTING SIDEWALK) DRAWING G-28 CV CV 12/15 NUMBER DETAIL 1 U) :::::e LL.I • ::::) ~~~ :::::e Cl NU z Cl~(.!) :::::e I=! • ~ < <OU -0 u ·< :z: ~ 0.. I ~ e,Ul t') ~ 4'-0" TRUNCATED DOMES @ 1.6" TO 2.4" SPACING C/C ••••••••••••••••••••••••• ··~························· •••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• •••••••••••••••••••••••••••• PLAN -TILE NOT TO SCALE NOTES 1. DETECTABLE WARNING SURFACE COLOR SHALL BE YELLOW CONFORMING TO FEDERAL STANDARDS 595B TABLE IV, COLOR NO. 33538, OR AS SPECIFIED BY THE AGENCY. COLOR SHALL BE HOMOGENEOUS THROUGHOUT THE TILE. 1.6" TO 2.4" 2. TRUNCATED DOME TOP DIAMETER OF 50% OF THE BASE DIAMETER MINIMUM TO 65% OF THE BASE DIAMETER MAXIMUM. 0.65" MIN 000 000 000 000 1 I e IHH41 o 7 rsEE NOTE# 2 ~ N 0 f-(0 Revision ORIGINAL ADD METRIC UPDATE UPDATED UPDATED 000 ~+---~-~-.,..,...:r: 00000 ~ 0000000 :::::e 00000 0000000001000 = 0000000000000000000 ~ 00000 000000000 000 0~--~-~0000000 .............. oo ---oooeo, ,o DETAIL 1 NOT TO SCALE 00 -0 00 000<)0 NOTE: PATTERN, SIZE & ORIENT A llON ARE PER MANUFACTURER'S RECOMMEND A llON )f R A . " . . . . . • . . z ~ A • "..;-SEE NOTE # 3 0.90" TO 1.4" By Approved Date I I RECOMMENDED BY THE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COMMITTEE PARKINSON 02/951 T. STANTON 03/03 f-iH~ w,wo,s D. DAVIES 12/04 TRUNCATED DOMES I MR MR/CV 03/12 RAWING G 30 MR MR/CV 03/12 UMBER - 4'-0" MIN 1 · LANDING I LINE OF CURB SEE NOTE #61\ 12" WIDE BORDER NOTES I \ 8.33% MAX \I>-"·' ·, ~ A TRUNCATED DOMES SEE STANDARD DRAWING G-30 12" DETAIL A 12" WIDE BORDER REMOVE & RECONSTRUCT PAVEMENT AS SHOWN ON PLANS TO PROVIDE 5% MAX SLOPE WITHIN 4' -0" RAMP APPROACH. 6" MIN 8" MAX 1. THE REMOVAL OF EXISTING CONCRETE CURB, GUTTER, SIDEWALK, AND PAVEMENT FOR PEDESTRIAN RAMP INSTALLATION SHALL COMPLY WITH STANDARD DRAWING G-11. FOR CONSTRUCTION OF CURB RAMPS ON EXISTING SIDEWALKS, REMOVAL OF ADDITIONAL SIDEWALK MAY BE REQUIRED TO COMPLY WITH ADA REQUIREMENTS TO MEET EXISTING GRADE. 2. CONCRETE SHALL BE CLASS 52O-C-25OO. 3. AREAS SHOWN THUS: [:"•:,e;".:c::j SHALL HAVE A MEDIUM TO HEAVY BROOM TEXTURE FINISH, PERPENDICULAR TO THE AXIS OF THE RAMP. AREAS SHOWN THUS: I;':/ ·.·:<_::I ARE THE MINIMUM REQUIRED FOR A COMPLETE RAMP INSTALLATION. 4. IF OBSTRUCTIONS SUCH AS INLETS, UTILITY POLES, FIRE HYDRANTS, ETC., ARE ENCOUNTERED, THE RAMP LOCATIONS MAY BE ADJUSTED UPON THE APPROVAL OF THE AGENCY. 5. THE RAMP SLOPES WILL BE MEASURED RELATIVE TO THE SIDEWALK SLOPE. ADJOINING SLOPE BEYOND THE RAMP SHALL NOT EXCEED 20: 1 (5%). 6. LANDING CROSS SLOPE SHALL BE 2.0% MAX IN BOTH DIRECTIONS. 7. EDGE OF TRUNCATED DOME PANEL SHALL BE LOCATED 6" MINIMUM AND 8" MAXIMUM FROM THE GUTTER FLOWLINE. Revision B Ap roved Date RECOMMENDED BY TilE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COMMITTEE ORIGINAL PARKINSON 02/95 UPDATE D. DAVIES 12/04 12 17, '2015 REVISED T. STANTON 04/06 GENERAL NOTES FOR CURB RAMPS Choi UPDATED MR MR/CV 03/12 DRAWING G-32A REVIEWED CV CV 12/15 NUMBER TABLE A TABLE B X y z CT X y z Z1 CURB RAMP SIDE CURB CURB RAMP SIDE SIDE HEIGHT LENGTH SLOPE TRANS. HEIGHT LENGTH SLOPE SLOPE ( 12: 1) (10:1) ( 12: 1) ( 1 0: 1 ) ( 12: 1) 1 n 1'-0" 1 '-6" 0'-0" 1 n 1 '-0" 1'-6" 1 '-0" 2" 2'-0" 1'-8" o'-o" 2" 2'-0" 1'-8" 2'-0" 3" 3'-o" 2'-6" 0'-0" 3" 3'-0" 2'-6" 3'-o" 4" 4'-o" 3'-4" o'-o" 4" 4'-o" 3'-4" 4'-o" 5" 5'-o" 4'-2" 0'-0" 5" 5'-0" 4'-2" 5'-o" 6" 6'-0" 5'-o" o'-o" 6" 6'-o" 5'-o" 6'-0" 7" 7'-0" 5'-10" 1-0" 7" 7'-0" 5'-10" 7'-o" 8" 8'-0" 6'-8" 2'-0" 8" 8'-0" 6'-8" 8'-o" TYPE A AND B CURB RAMPS TYPE A-1 AND B-1 CURB RAMPS TABLE C X CT CURB CURB NOTES HEIGHT TRANS. ( 12: 1) 1. DIMENSIONS X, Y, Z, Z1, AND CT MAY BE DETERMINED BY USING THE TABLES ON THIS SHEET WITH PRIOR 4" 4'-0" AGENCY APPROVAL. WITHOUT AGENCY APPROVAL, DIMENSIONS SHOULD NOT EXCEED THE MAXIMUM SLOPE 5" 5'-0" OR RATIO PROVIDED. 6" 6'-0" 2. Z* REFERS TO Z OR Z1 IN TABLE B. Z SIDE SLOPE 7" 7'-0" SHALL BE 10: 1, EXCEPT PER NOTE 3. 8" 8'-0" 3. FOR TYPE A-1 AND B-1 CURB RAMPS, WHERE A 4' g" 9'-o" LANDING CANNOT BE CONSTRUCTED DUE TO INADEQUATE RIGHT OF WAY, A 3' MINIMUM LANDING IS ACCEPTABLE 1 O" 10'-0" WITH PRIOR AGENCY APPROVAL AND PROVIDED THE SIDE SLOPES ARE REVISED TO 12: 1 PER SIDE SLOPE Z1 IN 11 " 11 '-o" TABLE B. 12" 12·-o" 13" 13'-o" TYPE C CURB RAMP Revision By Approved Dote RECOMMENDED BY lHE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COMMITTEE ORIGINAL MR MR/CV 03/12 ~, UPDATED CV CV 12/15 ~ J~ 12/17/2015 NOTES FOR CURB RAMPS Chaiu,'erson R.C.E. 19246 Date DRA'MNG G-32B NUMBER 4" BLACK NUMBERS WHITE BACKGROUND 6" I-•~--------VARIES---------- REV. APPROVED DA TE 1. NUMBERS TO BE CENTERED ON WHITE BACKGROUND. 2. NUMBERS TO BE PLACED WITHIN 5 FEET OF DRIVEWAY CITY OF CARLSBAD PAINTED CURB ADDRESS CITY ENGINEER DA 1E SUPPLEMENTAL GS-19 STANDARD NO. LIP 1 /2'' MIN. 3/4" MAX. 1 /8" EDGE TAPER PRECAST ----REINFORCED---CONCRETE 5 ____ ....,.....,. _____ 3""""""_..__ __ ...., vi z ~ X --.+-------.~.,__------~-'-'-"-1 wz ~ • tO A t_ TYPE 31/2 5 COVER EDGE CLEAN CRUSHED ROCK (1/2" MAX.) SECTION A-A + TRAFFIC + SIGNAL .......... ~s PLAN MIN. DEPTH BOX AND L* THICKNESS EXTENSION 1 3/4" NO 15 3/8" EXTENSION 2· 22" 23 1/4" • TOP DIMENSION W* R 10 1/8" 1 1/8" 13 3/4" 1 1/4" SECTION 8-8 COVER REINFORCING PLAN NOTES: 1 ). USE STEEL COVER WHEN SUBJECTED TO TRAFFIC LOADS. 2). PULL BOX COVER SHALL BE MARKED "STREET LIGHTING" WHERE PULL BOX CONTAINS STREET LIGHTING CONDUCTORS ONLY. "HIGH VOLTAGE" SHALL BE ADDED WHERE VOLTAGE IS ABOVE 600 VOLTS. 3). THE L AND W DIMENSIONS OF THE COVER SEAT SHALL BE 1/8" GREATER THAN THE COVER DIMENSIONS. 4). COMPACT EARTH UNDER AND AROUND PULL BOX . ..,R __ E __ V . .,..A .... P ... P,_.R .... v ... o_,...D_AT __ E,.._ __ c_IT_Y_O_F_C_A_R_LS_B_A_D _______ /;L 6? PULL BOX FOR .... c-1TY-E-NG-1N-EE_R___ ~~: TRAFFIC SIGNAL AND SUPPLEMENTAL GS 21 STREET LIGHTING STANDARD NO. - FULL LANE WIDTH 12 FT. MIN. 26" TO 48" ~--ASPHALT CONCRETE FINISH COURSE SEE GS-28 -~ = -LIMIT OF 2" GRIND ~---L.-.L-.L......L.......<'---L...-........i-----~---(TYP.) LIMIT OF 2" GRIND (TYP.) SAWCUT LINE TYPICAL NOTES: EXISTING AC AND BASE ASPHALT CONCRETE BASE COURSE, SEE GS-28 AGGREGATE BASE PIPE BEDDING AND BACKFILL PER PROJECT PLANS, SPECIFICATIONS, AND CITY STANDARDS. 1. THE DETAIL SHOWN ABOVE APPLIES TO TRENCH WIDTHS FROM 26 INCHES TO 48 INCHES. 2. EXISTING A.C. SHALL BE CUT AND REMOVED IN SUCH A MANNER SO AS NOT TO TEAR, BULGE OR DISPLACE ADJACENT PAVEMENT. EDGES SHALL BE CLEAN AND VERTICAL. ALL CUTS SHALL BE PARALLEL OR PERPENDICULAR TO STREET CENTERLINE, WHEN PRACTICAL. 3. BASE MATERIAL SHALL BE REPLACED TO DEPTH OF EXISTING BASE. A.C. MAY BE SUBSTITUTED FOR BASE MATERIAL AT THE CITY ENGINEER'S DISCRETION. 4. WHEN THE EDGE OF THE GRIND AREA IS WITHIN 24 INCHES OF EDGE OF PAVEMENT, ANY STRUCTURE, AN ADJACENT TRENCH PATCH, OR OTHER PAVING JOIN LINE, THE GRIND AREA SHALL BE EXTENDED TO THE EXISTING STRUCTURE OR JOIN LINE. 5. WHEN THE EDGE OF THE GRIND LIES WITHIN A WHEEL PATH, THE GRIND AREA SHALL BE EXTENDED TO THE NEAREST LANE LINE OR EDGE OF PAVEMENT . ..,R_E_v..,. . ..,.AP..,.P_Riiii,O_VEiiiiD~DA_T_E.,_ __ c_I_T_Y __ O_F __ C_A_R_LS_B_A_D _____ -1~.L-,-T. 2 10 TRENCH RESURFACING ~....:........:,~~ ASPHALT CONCRETE PAVEMENT CITY ENGi ER DATE FOR TRENCH WIDTHS FROM 26" TO 48" ~~=~6~~~~~ GS-26 NOTES: 1. A TACK COAT OF ASPHAL TIC EMULSION OR PAVING ASPHALT SHALL BE APPLIED TO EXISTING A.C. OR P.C.C. CONTACT SURFACES PRIOR TO RESURFACING PER SSPWC SECTION 302-5. 2. ASPHALT CONCRETE RESURFACING -BASE COURSE: a. MINIMUM TOTAL A.C. THICKNESS SHALL BE ONE INCH GREATER THAN EXISTING A.C. b. A.C. SHALL BE B-PG64-10 FOR BASE COURSE, PER SECTION 203-6 OF SSPWC. c. BASE COURSE SHALL BE LAID DOWN WITH SELF PROPELLED PAVING MACHINE AND AND COMPACTED PER SSPWC SECTION 302-5. 3. ASPHALT CONCRETE RESURFACING (FINISH COURSE): a. PROVIDE 2 INCH DEEP GRIND AND A.C. FINISH COURSE C2-PG64-10 PER SECTION 203-6 OF SSPWC. b. FINISH COURSE FOR RESURFACING SHALL BE LAID DOWN USING A SELF-PROPELLED PAVING MACHINE AND COMPACTED. c. SMOOTHNESS AND COMPACTION OF RESURFACING SHALL MEET THE REQUIREMENTS OF SEC 302-5 SSPWC EXCEPT THAT THE SMOOTHNESS SHALL BE DETERMINED OVER THE LENGTH AND WIDTH OF PAVED AREAS DISTURBED BY THE CONTRACTOR'S OPERATIONS. 4. SURFACE TREATMENT TO MATCH EXISTING PAVEMENT SURFACE (SLURRY, CHIP SEAL, ETC.) 5. SLOUGHING OF TRENCH UNDER PAVEMENT SHALL BE CAUSE FOR REQUIRING ADDITIONAL PAVEMENT AND BASE. REV. APPROVED DATE CITY OF CARLSBAD ..--..----..... -.... -------------------~.1..&....1--1. kf-1,..,_ . ? /10 NOTES FOR ASPHALT CONCRETE CITY ENGINfER \l DATE TRENCH RESURFACING SUPPLEMENTAL GS 28 STANDARD NO. - 1. THE REMOVAL OF EXISTING CONCRETE CURB, GUTTER, SIDEWLK AND PAVEMENT FOR PEDESTRIAN RAMP INSTALLATION SHALL COMPLY WITH SDRSD G-11. 2. AREAS SHOWN THUS: ~ SHALL HA VE A HEAVY BROOM "RIPPLE" TEXTURE FINISH, TRANSVERSE TO AXIS OF RAMP CONTRASTING VISUALLY WITH ADJOINING SURFACES. 3. AREAS SHOWN THUS: ! ! ARE THE MINIMUM REQUIRED FOR A COMPLETE RAMP INSTALLATION AND SHALL BE CONCRETE CLASS 520-C-2500. 4. IF OBSTRUCTIONS SUCH AS INLETS, UTILITY POLES, FIRE HYDRANTS, ETC. ARE ENCOUNTERED, THE RAMP LOCATIONS MAY BE ADJUSTED UPON THE APPROVAL OF THE RESIDENT ENGINEER. 5. RAMP SLOPE SHALL BE A MINIMUM GRADE OF 15: 1. 6. THE RAMP SLOPES WILL BE MEASURED RELATIVE TO THE SIDEWALK SLOPE, SEE DETAIL A BELOW. ADJOINING SLOPE BEYOND RAMP SHALL NOT EXCEED 20: 1 (5%). X --=====:==:::::JY SLOPE = X:Y WHERE X IS LEVEL PLANE DETAIL A REMOVE & RECONSTRUCT PAVEMENT AS SHO~ ON PLANS TO PROVIDE 5% MAX. SLOPE WITHIN L •· o, go,wALK LIMIT. DETAIL B .,.R_E_V . ...,_AP_P_Ro_v_E_D ..,.D_A_TE ..... ___ c_IT_Y_O_F_C_A_R_LS_B_A_D _______ /.7£ 6-L 6-04 GENERAL NOTES FOR PEDESTRIAN RAMPS CITY ENGINEER SUPPLEMENTAL STANDARD NO. DATE GS-32 2" X 1• diamond mat, 1/B" deep 3/4" radius lug slot in both sides of rim 15• Open position mark, 1/B" deep groove in both sides of rim and cover. 1/4" TOP OF FRAME & COVER Letters 1 • high, 3/4 • no other inscription to appear on exposed surfaces. SECTION THROUGH RIM Machined Surface NOTES 22• Dia. Clear O enin SECTION THROUGH FRAME & COVER 5/8" R BOTTOM OF COVER 1. Frame and cover shall be cast iron. Cast iron shall conform to ASTM 48, Class 30. 2. Frame and cover for use in non-traffic area only. 3. Weights: Frame 29 lbs -33 lbs. Cover 95 lbs. -110 lbs. 4. Imported frames and covers shall have the country of origin marked in compliance with federal regulations. ~ /,..'--'-'----'----'-~ ~~ ., N ~-~----,-! \~a-=T Is 3/B"----i SECTION THROUGH LUG 13/4"1 3 a· SECTION THROUGH RIB AT MID RADIUS @ .-------------, FOR Sewer Projects Storm Drain Projects Water Projects Sewer Storm Drain Water . N SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY lHE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Delete Metric D. Gerschoffer 05/12 Reviewed D. Gerschoffe 12/ 15 24• MANHOLE FRAME AND COVER LIGHT DUTY DRAWING NUMBER M-02 Attachment B Contract Drawings DWG 512-2 Romeria Storm Drain Improvement Plan (Attached Separately) Contract No. 6607 -CMP REPLACEMENT PROGRAM -ROMERIA Addendum No. 1 3 CONSTRUCTION PLANS FOR ROMERIA STREET STORM DRAIN IMPROVEMENTS CITY or OCEANSIDE ,. PRO.IECT LOCA.TJDN VICINITY MAP SHEET INDEX NOTE CONTRACTOR SHALL LOCATE ALL EXISTING UTILITY VALVE BOXES, MANHOLES, VAULTS, SEWER CLEANOUTS. STORM DRAIN GRATES, INLETS ANO SURVEY MONUMENT BOXES AND PROTECT IN PLACE HOr 10 SCAl£ "DECLARATION OF RESPONSIBLE CHARGE" I UNDERSTAND THAT THE D;ECKOF PROJE,CT ORA'MNGS AND SPEClf\C.ATIONS BY THE CITY OF C.ARLSBJ,.D DOES NOT RELIEVE ME AS ENGINEER OF w:JRK OF MY RESPONSIBILJTIES FOO PRD.JECT DESIGN rn1,1 RICJ\ENGINffRIM.COW'i\NY ADDRESS'.,1;,0fH ... RSRQAD ur, 51 SAN DIEGO c;..t..UFOON&,0,92110 -~===-----DATE~ R~GISTRATIO~ EXPJto.T!ONOATT !>'J0,1j/ W:\ 17615-C_RomerioStonnOroin\Civil\Sheets\ 1 oo,: Submittol\ 1761 SC_imp_Ol.dwg, 12/6/2016 J:52:35 pt,j PROJECT NO. 66071 CITY OF CARLSBAD CARLSBAD, CALIFORNIA CITY COUNCIL MA TT HALL -MAYOR KEITH BLACKBURN -MAYOR PRO TEM MARK PACKARD -COUNCIL MEMBER MICHAEL SCHUMACHER -COUNCIL MEMBER CORI SCHUMACHER -COUNCIL MEMBER SCOTT CHADWICK CITY MANAGER PAZ GOMEZ PUBLIC WORKS DIRECTOR DECEMBER 2018 SOURCE or TOPOGRAPHY TOPOGRAPHY SHOWN ON TliES[ Pl.ANS WAS GENERA.ITO FROM FlElO 1NF~TION GATHERED 8Y Tl£ CITY OF CAAL.SBAO PROIBCT LOCATION THIS PRWll:l' IS LOCATED WITHIN ASS6SORS PARCn NIJMBER(S) zt.J -lZ ~ Dl -lO !~ PROJE1 SITE (ROMERIA STREET DRAIN IMPROVEMENTS BASIS or BliRING THEBASISOFBEARINGFORTHISSURVE.'Y!STHE CAUFORNIACOOROIMA1£5YSTEMCCS8JZDNE6.U'OCH LOCATION MAP PUBUC: SEWER SYSTEM APPROVAL APPROVE08Y LII\/ODISTRICTENGINEER OLNENHAIN MUNICIPAL WATER OISTRICT "AS BUILT" 1911Ll5 ANO IS ocrtRMl<IEO 8'I' R'TK C.P.S, IIEASUREYE~ TMEN ON SEP'TEMBER l1, 2007 AT PONT 12rl AND POINT #24 "5SHOM<!OltRECOIIDOfSIJRV£YIW>No17271 ______ C33692 ___ P.E.--EXP.___ D<TE O,,,terSWil'"°" PE REVIEWED 6Y· REVISION DESCRIPTION LEUCADIA WASTEWATER DISTRICT GENERAL NOTES Z. ~:IHIUCCIYIIIDlll'U.YMl'B:'TIIU.llRMIY$DU:rJQJTCCIIOSEOIIODIIIN0,11711<1Vo.:-ltflDIND'-~~ -ai.-i.,ryDQW.tcf¥WJ0)$11111.J.Rl'ltMD(1llOllltlFDII--IIEa:tll)~-Tll~N£9 .:JIINCl~~Of---TM:CC1V~TIJN11U.RSl.aSntlllO'lllCDIJIIEIU~twn-lO aMOIC[IIIENTOfll!RtlHU11lJ.l:IIOSSA_,.DOl l CONTJW:ltllt'""-1.k-lllO.TLW!;IFACUIDl'IIOIIDllMS!?MlUl!DWUMCt.TIIUil-.--lOIII[ ~Z4 -APlY, ~OATSAYEIIR. n€ll[Jtl!LlltDOllfHElll~•Yf€ID.rccmlOfactl!UrollDPUlllfCIIS,~Dll~IIEJ'MI ATAl!l'IW..lll[1D11Mt1111111lJ.CN$UIIETIIO.TACCDSlOlll[fAall'Ol5-U,U.~(ta..«;:C0NSIIII.ICl'QI-A11M:DIDOf ~ CQN5TIIIJ;ll)II IIA1) liNO :IHIUIOl"l9a;lll-lltJA.D RDl'Ct:IBI TOASSftl'ltf!MJCCUS llla.E--«!Nllllll~ u,o rAClflO. 4. IXINlMCTtl! SHAU WC AU. '1l£CAlllDWl'I' lllASURES IEt£S5MI' lO Plll1IUT l.-a '10.te JM) ~ 1U1911. CONmft,ll;TION. SH0l.l..ll TME CCM1111CT1111ATNtfJIIC-LlrtlDII-Tt$810!lMDl'l'1Clll0,1H[CONl!IIICIUll5HII..L~lSltll'lltlllk,lltl!FIUll).-.IMIOJIIIIIOI..Alll'l£-.it:5FUM011£PM1~'1Cl/lDTl;l1M:5A~Of1M:l:,tlDRtmlATNOCOSITl>U,Ota.J.QNC ~---~T11SCIIOlna.J!Y0l'OIIO.TDIII.INIIOll[CN.15ll)l0$DIElllllClJ!e:IH'U.RIICP-»NAC~ -AU.~I.M-~,lfl:1--FDIIUtD--Tl>- !-1M: a»!IM:l1III !IIWJ. R rtll.f IIIJf'CN5II.£ FD11 ---.U,, ~JIii SE-« 5".il; --Woll.. Dl5PO!illl.Of _s,aUIJ ___ /lflfll!JMIID.IIICOl'Tll;>llltlFIIIClJle,DIIAU.Qftl;A5mra:!PUOll'11Alm:ltlPft'IOIIA5-!PU ;-:~~~R-.CRll!AU.tu.lllll.Ptom--.J08S!3ilfDlOTMl'Dl5-=t-"SA!EU,.T I. ~'""-1.IIOTl'TI.IIOAWllllN-.CCOf~~AClM'IDNTMl'MQ.Of-l'QlnmliU.l,nu;"!ll;LIIORWES 1. ~~:m~-•IGlll5-lOOC:-lD<DfSEnll~--Oll~NJTAU.AmNS 8. ~~~--'"':.o.:~~~~~,:-=-~ltlllllWIIIITUAT111H»-01,0/~.011G.. STREET NOTES 1. ~~UTIJIDAHOlATEJW.$SIWJ.8[NST.lti.lDP!nORlOCON5TlM;TQIOf"CI.RllS.CII05SI.VTTDISOIISIM!fllCIN0 2 ~ IWIP5 SH0U R INSTAU£0 Pill MllUll!DIEMn Of IITlC 24, l;Ai.Jft)IIN.,. -TIYE COO(_ l. ~~~=~l~DISllll9UTU)Sl'Tl-Cl-,0:5>1AU.111(11£UT.<A.ISH(D,l'Dll'£TUl<Ttl).NClllOCUMENltD GENERAL NOTES r. ~=,~~~n-:,~:;::rr™E~--or11£cmoa«n.1111U1-™E~UC..01111£ Z. ACCDSRlll'F'llt.,.,_DIP00IC'r\lOICU3SHOUIIC-lrllN£0l01\t[l'Ml.lEC'f,TtATAU.~-~ l. 1M:CDITltlClDll:51W.l~lO~cta:stt:IIJNl11i,-,-Aooa., 11\MlOl!IEtm~ -r,,. 1X110E1111€0 "'1()Cr 9ClnC 11£ l6UI Of 511l11Nl. llllCIIGSUPCClltm0 l'IIOll5IOIIJT11 R WCll:Ofl'OIIKCll Pllm!;:IUj .,._ nt' HIWll>Of ~QO.Mlla.lllN:TH[[l~Of9.0llllEMCHOll~OII-TME"l:ISIIIU.AlDITIEOl.1"151'1.#111J51'Rl'IIOWICO ,._,.lO-.lD<,.L liNOrJQJTC-OIITIIEa.mu:TIONPI.AN$WEJIIEOSIMG9'1'ASEIIIICliOf ~7~~,=_~~~9:"'~~ _,.Tll[lJICAllJIIOfAU.oosr.;rACUTll~/rfCl-)-lll:l'!IOJtCT Sit :.=:=..l0-lll[-Df™!:~!'\NGFITl5 l'OINJTIIO.TTll[AClUAI.IJlCVD!S t. THECONTIIAtTDIISHliU._,.,.llfffCmllllUTTCOIIPIINl[S[!ICEIICUM)ATLCAS'IT1111rtUlltllKNlilllll'!$~lO!SIAll!9C~ -'JIUllfll1/IOM051111U.~Tt1IOllllWIIHACOIIPNll'"ltEJl'IIOOIP,IM:. 110 100 """"' T'tf'EBC.O, EXl!fflNQ -40• RCP PER AS BULT I JQ.31-1 ec R/W ~·-----+--+--- LA COSTA AVENUE CURB DATA NO. DELTA 0A BRO. RADIUS L.EMaTH 52.58' TYPC"O'C.C 2 6-IV2T34" 18.00' 2◄.H' TYPE "C' C.C 3 N22'"01"UI"'# 2.00" Tl'PC'G'~ 4 NIW01'46'"W STORM DRAIN DATA• NO. OELTA 0A BRO. RADIUS L.ENaTH 1 N7◄'◄2'◄1"E 138.M JO" RCP (2000-0)- 2 SB1"◄1'JO"E "'TRENCH, COMPACT NfD RESIM"M::E TRENCH PER CITY MOOIFlm SDRSO 0-110 NII0 CFTY STAl'fJAAO GS-21 "'"ALL JOtITTI SHALL BE WATER 11Q{T .. . ~-----!--. R/W I EEQfilE;__ RDMERIA STREET STORM DRAIN ,SCALC: HOfftt. .,-.. 20'. "'1n. t~•"'' 10+00 11+00 I 12':;~~N CAUTION! EXIST 2" GAS PLAN: RDMERJA -110 -100 EROSION CONTROL NOTES ~-1 AU.~ PII01ti;IM~--.J.-INPUQ:AJTHEDIDOf"[IICH-,.go,a-.OM PM:(5)11111- -roRU:A51PCEDl!IRlffrl'OICO'l'(-).SlllllllllltmlEIIODIISSHliU.RllllllMDNTDl~-flll.L. I AlJ.l;IIM'[L""55HIIJ.RllllllAPITP'i:IIIIHJ/4NCH-.,,.-TL OUVENHAIN MUNICIPAL WATER DISTRICT NOTES LA COSTA AVENUE ROMERIA STREET CURB RETURN BLOW UP SCALE: 1·-10 CQNSl7j'f/CJ70N NOTES; G)RENCM: EX 18" CMP, L• 1E LF © RENCM: EX Cl.ffll NI.ET @REMOVE EX 21" RCP, L• U.O Lf @ CClfrolS1'lU:T ◄" SIDEWALK PER SDRSO G-07 @~~-~=~~~ @RDIM: EX ClRB/OUTTER Nil SIOE'fWJ( (z}CCNSTRUCT IO)f1[l) TYPE 8-1 CURB M.ET PER S0RSO D-02 @PIPE CXlNEC'TlON TO CIJll8 IN.ET PER CfTY STAMOMD 05-11 @RDIM: ~ A£PUa EXIST TIWR: LOOP O£T£CTORS ® PROm:T IN PlACC @c:afflllUCT I" CURB PER SORSO G-1 @ADAIST TO GRADE ~ ~ I" TYPE 'ft CURB ol: GIJTTER PER 50"50 C-02 ·--~-~ f (:· ,:_(.~ .~ ;-•· ·J ◄" CONCRETE SClEWALK ~--~ N; PA\'EMENT (PO M-10) =======-sroRM"""' ---------S4WCUT "AS BUILT" P.E. __ [XP. ___ om REVlrwtD BY ~::;:;;;::)::;;;;;;::l~==================:t::;::;:=t:::=t;::::::t:::;= ~~=='i~i'F='i;,,,,ssD.£"'-,~,'i!._,~=ir.c~~~ I REVISION DESCRIPTION 66071