Loading...
HomeMy WebLinkAboutBURTECH PIPELINE INC; 2012-03-05; PWS12-13UTILCITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT STREET AND MADISON STREET) CONTRACT NOS. 6608,6021 AND 6001 BID NO. PWS12-13UTIL Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 1 of 168 Pages TABLE OF CONTENTS Itenfi Page Notice Inviting Bids 7 Contractor's Proposal 11 Bid Security Form 22 Bidder's Bond to Accompany Proposal 23 Guide for Completing the "Designation Of Subcontractors" Form 25 Designation of Subcontractor and Amount of Subcontractor's Bid Items 27 Bidder's Statement of Technical Ability and Experience 28 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 29 Bidder's Statement Re Debarment 30 Bidder's Disclosure of Discipline Record 31 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 33 Contract Public Works 34 Labor and IVIateriais Bond 40 Faithful Performance/Warranty Bond 42 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 44 ^¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 2 of 168 Pages QENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 47 1-2 Definitions 48 1-3 Abbreviations 51 i -4 Units of Measure 54 1- 5 Symbols 55 Section 2 Scope and Control of the Work 2- 1 Award and Execution of Contract 56 2-2 Assignment 56 2-3 Subcontracts. 56 2-4 Contract Bonds 57 2-5 Plans and Specifications 58 2-6 Work to be Done 62 2-7 Subsurface Data 62 2-8 Right-of-Way 62 2-9 Surveying 62 2-10 Authority of Board and Engineer 66 2- 11 Inspection 66 Section 3 Changes in Work 3- 1 Changes Requested by the Contractor 67 3-2 Changes Initiated by the Agency 67 3-3 Extra Work 68 3-4 Changed Conditions 70 3- 5 Disputed Work 72 Section 4 Control of Materials 4- 1 Materials and Workmanship 74 4- 2 Materials Transportation, Handling and Storage 78 Section 5 Utilities 5- 1 Location 79 5-2 Protection 79 5-3 Removal 80 5-4 Relocation 80 5-5 Delays 81 5- 6 Cooperation 81 Section 6 Prosecution, Progress and Acceptance of the Work 6- 1 Construction Schedule and Commencement of Work 81 6-2 Prosecution of Work 82 6-3 Suspension of Work 83 6-4 Default by Contractor 83 6-5 Termination of Contract 84 6-6 Delays and Extensions of Time 84 6-7 Time of Completion 85 6-8 Completion, Acceptance, and Warranty 85 6-9 Liquidated Damages 86 6-10 Use of Improvement During Construction 86 Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 3 of 168 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 86 7-2 Labor 87 7-3 Liability Insurance 87 7-4 Workers' Compensation Insurance 87 7-5 Permits 87 7-6 The Contractor's Representative 88 7-7 Cooperation and Collateral Work 88 7-8 Project Site Maintenance 89 7-9 Protection and Restoration of Existing Improvements 91 7-10 Public Convenience and Safety 91 7-11 Patent Fees or Royalties 98 7-12 Advertising 98 7-13 Laws to be Observed 98 7- 14 Antitrust Claims 99 Section 8 Facilities for Agency Personnel 8- 1 General 99 Section 9 Measurement and Payment 9- 1 Measurement of Quantities for Unit Price Work 99 9-2 Lump Sum Work 99 9-3 Payment 100 9-4 Bid Items 103 ^¥ Revised 06/10/09 Contract Nos. 6608,6021, and 6001 Page 4 of 168 Pages SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-1 Rock Products. 112 200- 2 Untreated Base Materials 113 Section 201 Concrete, Mortar and Related Materials 201- 1 Portland Cement Concrete 114 201- 3 Expansion Joint Filler and Joint Sealants 116 Section 202 Concrete Pavers 202- 1 Concrete Pavers 117 Section 203 Bituminous Materials 203- 6 Asphalt Concrete 118 203- 11 Asphalt Rubber Hot Mix (ARHM) Wet Process 119 Section 204 Lumber and Treatment with Preservatives 204- 1 Lumber and Plywood 119 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs 119 206-8 Light Gage Steel Tubing and Connectors 121 206- 9 Portable Changeable Message Sign 123 Section 207 Pipe 207- 2 Reinforced Concrete Pipe 124 207-9 Iron Pipe and Fittings 124 207-10 Steel Pipe 124 207-25 Underground Utility Marking Tape 125 Section 210 Paint and Protective Coatings 210-1 Paint 126 Section 213 Engineering Fabrics 213-2 Geotextiles 127 213- 3 Erosion Control Specialties 127 Section 214 Pavement Markers 214- 5 Reflective Pavement Markers 127 PART 3 Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing 129 300-2 Unclassified Excavation 129 300-3 Structure Excavation and Backfill 129 300- 13 Storm Water Pollution Prevention Plan 129 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301- 1 Subgrade Preparation 131 Section 302 Roadway Surfacing 302- 1 Oiled Roadways and Shoulders 132 302-5 Asphalt Concrete Pavement 133 302-11 Asphalt Pavement Repairs and Remediation 134 302-13 Interlocking Concrete Paving Stones 136 Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 5 of 168 Pages f Section 303 303-2 303-5 303-6 Section 306 306-1 306-5 Section 307 307 Section 310 310-5 310-7 Section 312 312- 1 Section 313 313- 1 313-2 313-3 313-4 DIVISION 02 02810 Concrete and Masonry Construction. Air-Placed Concrete 136 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways 136 Stamped Concrete 137 Underground Conduit Construction Open Trench Operations 137 Abandonment of Conduits and Structures 142 Street Lighting and Traffic Signals Street Lighting and Traffic Signals 143 Painting Painting Various Surfaces 143 Permanent Signing 144 Pavement Marker Placement and Removal Placement 144 Temporary Traffic Control Devices Temporary Traffic Pavement Markers 145 Temporary Traffic Signing 145 Temporary Railing (Type K) and Crash Cushions 146 Measurement and Payment 147 TECHNICAL SPECIFICATIONS - SITE WORK Landscape Irrigation Systems 148 APPENDIXES Appendix A Door Hangers Appendix B CEQA Notice of Exemption Appendix C Standard Form - Tier 1 Storm Water Prevention Plan Appendix D Potholing Appendix E Storm Drain Inlet Stencil Appendix F Standard Traffic Control Plan Appendix G City of Carlsbad Standard Notes for Signing and Striping Plans Appendix H City of Carlsbad Modifications to San Diego Regional Standard Drawings Appendix I Striping Plans Appendix J Sidewalk Remove and Replace Plans for Roosevelt Street and Madison Street Appendix K Irrigation System Appendix L Electrical Conduit Installation Appendix M Village Events Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 6 of 168 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON DECEMBER 14, 2011, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: The project is the construction of drainage, concrete and asphalt pavement improvements in two discrete locations and includes the following: installation of Type B and B-2 storm drain curb inlet. Type A4 storm drain cleanout, Type B-5 storm drain cleanout, demolition and replacement of PCC curb, gutter and sidewalk, miscellaneous concrete work and colored stamped concrete, 57 lineal feet of 12" PVC storm drain, 425 lineal feet of 18" RCP storm drain, remove existing grated inlet, 480 lineal feet of trench resurfacing (per City of Carfsbad Standard Drawing GS-26), 25,100 square feet of 1 Vz gnnd and overfay, relocate and adjust existing water services, demolition and replacement of existing brick crosswalk, signing and stnping, potholing, storm water pollution control and traffic control. NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NOS. 6608, 6021, AND 6001 BID NO. PWS12-13UTIL INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a penod of 90 days and such additional time as may be mutually agreed upon by the City of Carfsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by secunty in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carfsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carfsbad or another junsdiction in the State of California as an irresponsible bidder. The work shall be performed in stnct conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Utility Engineenng Department. The specifications for the work include City of Carfsbad Technical Specifications and the Standard Specifications for Public Works Construction. Parts 2 & 3. current edition at time of bid opening and the supplements thereto as published bv 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 descnption of the work. The General Provisions (Part 1) to the SSPWC do not apply. ¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 7 of 168 Pages The City of Carfsbad encourages the participation of minority and women-owned businesses. The City of Carfsbad encourages all bidders, suppliers, manufacturers, fabncators and contractors to utilize recycled and recyclable matenals when available, appropnate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designafion 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 fime 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 - (opfional, 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 Esfimate is $420,000. TIME OF COMPLETION: The contractor shall complete the Work within the fime set in the contract as defined in the General Provisions Secfion 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expirafion date and classificafion in the proposal, under penalty of perjury. This invitafion to bid does not involve federal funds. The following classifications are acceptable for this contract: Classification I Description A I General Engineering Contractor or his designated subcontractor shall demonstrate experience in storm drain and paving construction activities in downtown locations totaling $5 million in the last five (5) years with references listed are required and must be listed in the Bidders Statement of Technical Ability and Experience of this document. W ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted ¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 8 of 168 Pages with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carisbad, California 92008-7314, for a non-refundable fee of $35.00 per set. If plans and specificafions are to be mailed, the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specificafions or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award ofthe contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. 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. THE PAYMENT OF PREVAILING WAGES IS NOT REQUIRED The City of Carisbad is a Charter City. Carisbad Municipal Code Secfion 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. The City Council has determined that it is not in the best interest of the city to require the payment of prevailing wages for this project. Payment of prevailing wages is at contractor's discretion. MANDATORY PRE BID MEETING A MANDATORY pre-bid meeting and tour of the project site will be held Wednesday, November 30, 2011 at 2 p.m. at the Housing and Neighborhood Services Offices at 2965 Roosevelt Street, Suite B, Carlsbad, CA 92008. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis ofthe given esfimated quantifies 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 inifialed in ink by a person authorized to sign for the Contractor. ADDENDUMS 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 rejecfion of bid. Bidders Inguires ^ Bidders' inquiries will be accepted until 5:00 pm, Thursday, December 8, 2011. Bidders inquiries are to be submitted in writing to Sherri.Howard@carlsbadca.gov. Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 9 of 168 Pages 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 unfil they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with secfion 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 condifions stated above for all insurance companies. 2) Cover anv 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 addifional 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 (20) days of receipt of the contract documents for execution. 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 Carfsbad Business License for the duration of the contract. Approved by the City Council of the City of Carisbad, California, by Resolufion No. 2011-086, adopted on the 10* day of May, 2011. November 2, 2011 Date Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 10 of 168 Pages CITY OF CARLSBAD NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NOS. 6608, 6021, AND 6001 CONTRACTOR'S PROPOSAL City Council f City of Carisbad 1200 Carisbad Village Drive Carisbad, California 92008 • L DATE The undersigned declares he/she has carefully examined the locafion of the work, read the Nofice Invifing Bids, examined the Plans, Specificafions, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportafion, and services required to do all the work to complete Contract Nos. 6608, 6021, and 6001 in accordance with the Plans, Specificafions, 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: SCHEDULE "A" NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, PROJECT NO. 6608 Approximate Item Quanfity Unit Price Total Amount No. Descripfion And Unit (Figures) (Figures) A-1 Mobilizafion at LS $ Q.%^b^'^0 $ Sl^^^fpT^O (Price in Words/ A-2 Trench Dewatering as Required LS $5,000 $5,000 by the Engineer per Section 3-3 "Extra Work" at the Sfipulated Amount of Five thousand dollars (Price in Words) A-3 Storm Water Pollution Control LS $ 2>t OOP. $ 3^ OOCy.fW at (Price in Words) Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 11 of 168 Pages Item No. A-4 A-5 A-6 Description Potholing and Ufility Coordination at . , (Price in Words) Shoring and Bracing at (Price in Words) Type B Curb Inlet (SDRSD D-2) at Approximate Quantity And Unit arr A-7 (Unit Price in Words) Type B-2 Curb Inlet (SDRSD D- 2) at . A-8 (Unit Price in Words) 12" PVC C-900 Class 200 Storm Drain Pipe at r^uo Hummed lOitMu (Unit Price in Words) A-9 18" RCP Storm Drain Pipe at Org l^uOelrC() r^£o\\A lhrt£^ Odllan ^ (Unit Price in Words) A-10 Trench Resurfacing at (Unit Price in Words) A-11 Type A4 Storm Drain Cleanout (SDRSD D-9) at ^h/hAsa^a Oollari (Unit Price in Words) LS Unit Price (Figures) 2EA %_6i^G0Jb_ 2EA $ O)tU0.(ro 57 LF $ ai^M 425 LF $_m^ 485 LF $ ^^'^ Total Amount (Figures) LS $_S^£^^ $ g,5(^>0D 3 EA $ 0)(mOD $ I St ODO'(P^ ^¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 12 of 168 Pages Approximate -^•^ Item Quantity Unit Price Total Amount W No. Description And Unit (Figures) (Figures) A-12 Type B5 Cleanout (SDRSD D- 1 EA $ 8,0VD.(rb $ ^jOW CTL? 10) at . ^, (Unit Price in Words) A-13 Remove and Replace In-Kind LS $ ^i^^.Qb $ ^,^OV.(rO Existing Grated Inlet at (Price in Words) A-14 Relocate/Adjust Existing Water 2 EA $ 3,(W,0D $ Service at Tbret Th(fViSo>r)4 Oof/at^ (Unit Price in Words) A-15 Remove and Replace Curb, LS $ ^idfW^OD $ ^)m^(TO Gutter, and Sidewalk Near Proposed Inlets (Roosevelt) at p//^ fhruianci Doll an (Price in Words) A-16 Remove and Replace Curb, LS $ l0i(M)^(JD $ lO^GOO^OO Gutter, and Sidewalk Near Proposed Inlets (Madison) at (Price in Words) A-17 Remove and Replace Brick 10 LF $ 7^-^ Crosswalk (Roosevelt and Carisbad Village Drive) at ;ansbad village urive (Unit Price in Words) A-18 Connect to Existing Storm EA %_ijSOML $ o^)COV'(^ Drain (Madison) at, - (Unit Price in Words) A-19 Remove and Replace Cross LS $ ^,9^00.0d $ ^^^.JO Gutter (Madison and Grand) at /iur)ctrtd Ml cm ~~ (Price in Words) Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 13 of 168 Pages Item No. Description A-20 Traffic Control at • (Price in Words) A-21 Signing and Striping at (Price in Words) A-22 Abandon Existing Grated Inlet at . ^Ac 1hhjiicfr)cl Dol/atf (Price in Words) A-23 Post Construction CCTV Inspection and DVD at (Price in Words) A-24 Utility Relocations for Unmarked Utilities as Required by Engineer per Section 3-3 "Extra Work" at the Stipulated Amount of Ten Thousand Dollars (Price in Words) Approximate Quantity And Unit LS LS LS Unit Price (Figures) $10,000 Total Amount (Figures) $_2LI22^ LS $ ))OW^Cb $ /; ct> LS $ hcm^(yo $ $10,000 Total amount of bid in words-for Schedule "A": Tu)0 Hundred Thir-tu -Th f^t. ThousanJ Total amount of bid in numbers for Schedule "A": $ SCHEDULE "B" CONCRETE REPAIR WORK, PROJECT NO. 6021 Item No. B-1 Descripfion Approximate Quantity and Unit Mobilizafion at LS Unit Price (Figures) $ 3,000 (>D Total Amount (Figures) $ ^.&00M (Unit Price in Words) Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 14 of 168 Pages Item No. B-2 B-3 B-4 B-5 B-6 B-7 B-8 Description Storm Water Pollution Control at /v^e HtAr)dr^ D/f//aa (Unit Price in Words) Remove Existing and Install New Midblock Popouts including Security Planters (Roosevelt) at (Price in Words) Remove Existing and Install New Crosswalk including Bollards (Roosevelt) at Fifteen Mian (Price in Words) Remove Existing and Install New Midblock Popouts including Security Planters (Madison) at Wn Thdusafia Dollar^ (Price in Words) Remove Existing and Install New Crosswalk including Bollards (Madison) at Fifhcn 0(S)I<1^^ (Unit Price in Words) Irrigation per Appendix K at (Price in Words) Remove and Replace Sidewalk per Appendix J at ^jx pom ^ rfpjtj Uf)iJ (Unit Price in Words) Approximate Quantity and Unit LS LS LS 1290 SF Unit Price (Figures) $ SW'(fV 738 SF $ /^-^ 738 SF $_lSjfO $ Total Amount (Figures) LS %_%Mi^ $ (^,m&n $ 11)010.00 $ lO}Cft)0.dt) $ IO)M)Ob $ lh 070.0V ^¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 15 of 168 Pages Approximate ^ Item Quantity Unit Price Total Amount W No. Description and Unit (Figures) (Figures) B-9 Traffic Control at „ LS $ ^lOOOM $ 4,(^M (Price in Words) B-10 Electrical Conduit per LS $ ISjCVQ.Cll) $ lQ,0W'O0 Appendix L at Oallar^ ~~~~~~~ (Price in Words) B-11 Remove and Replace Curb 185 LF $ SlO>.50 $ ^tCjp^.So and Gutter per SDRSD G-2 at Tmrn^ 'hi^ Mian and (Unit Pride in Words) B-12 Remove and Replace Meter 11 EA $ I.OlJD^dD $ IhffDi^'^ and Pull Boxes at OfVL r})!hJ<-^ar\d MlM (Unit Price in Words) B-13 Remove and Replace Driveway on Madison St at Thrtt rhQUSand OallaO LS $ 3,0V0-OT) $ ^,0^-0% (Price in Words) Total amount of bid in words for Schedule "B": ,pn& HafldfeJ ^i^f) thl^S<^f)d A)/Ag, fjiAfi/irm Tmt^fij^^HY) Omn (/(ml f//>^ ^tr - Total amount of bid in numbers for Schedule "B": $ SCHEDULE "C" PAVEMENT MANAGEMENT, PROJECT NO. 6001 Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) C-1 Mobilization at , . / LS $ ^,^C^'OV $ ^m^^ DDiiizaiion ai / ^ ' HaodiLcl OoWn (Price in Words) ^¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 16 of 168 Pages Approximate Item Quantity Unit Price Total Amount Na Description and Unit (Figures) (Figures) C-2 Storm Water Pollution Control LS $ I,OOP.CD $ h^^Ob (Price in Words) C-3 Grind (minimum 1-1/2") 13,000 SF $ I^SO $ lfi)^m)^(Tb Roosevelt Street at ooseveit btreei (Unit Price in Words) C-4 Variable AC Overiay (minimum 13,000 SF $ A ^ $ /7; ^^0- (TQ 1 y2") Roosevelt Street at • Ont DolUr and ihuh (Unit Price in Words) C-5 Grind (minimum 1 y/) Madison 12,100 SF $ 0-^6 $ (0)0^0 01) Street at (Unit Price in Words) C-6 Variable AC Overlay (minimum 12,100 SF $ / M $ /(^)^^^^ 1 y/) Madison Street at ^At Ddllar ^/)d 'TMij Fm (Mi (Unit Price in Words) C-7 Traffic Control at / LS $ ^,»r^>()p $ ^r^ro.^Tl) fm ihou^a^)f$ Fm (Price in Words) C-8 Signing and Striping at ' LS $ %^dt>.OD $ ?>,^(FDM hlUfldrtr/ O-olhr^ (Price in Words) Total amount pf bid in words for Schedule "C": Fifj^' F\^ ThffilSand Huf)dkjcr ^^rji^-Fi\ie. OoHay^ ^ Total amount of bid in numbers for Schedule "C": $ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 17 of 168 Pages Total amount of bid in words including Schedule "A", a)nd Schedule "B", and Schedule "C": l\irirt Huifidrtd \0)t<t+[j-Se.no ihdtA^no Dollar^ TiQunt of i)id ir Total amount of jDigL in numbers including Schedule "A", and Schedule "B", and Schedule "C": $_ The basis of award will be the sum of Schedule "A" through "C". Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s).__/ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carfsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security ofthe 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 '^1^30^ , classification 4 which expires on Ij^i leP^/X , 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 Carisbad is personally interested, directly or indirectiy, 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 corporafion making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is ^OOC^ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) ofthe amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. ^••^ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 18 of 168 Pages Check a License - License Detail - Contractors State License Board Page 1 of2 Department of Consumer Affairs Contractors State License Contractor's License Detail - License # 718202 A DISCLAIMER: A license status check provides information taken from the CSLB license database Before relymg on this Information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to pubiic complaint disclosure a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number Business Information Entity: Issue Date Expire Date License Status Additional Status: Classifications: 718202 Extract Date: 12/15/2011 Bonding: %^ Workers' Compensation: BURTECH PIPELINE INCORPORATED 102 SECOND STREET ENCINITAS, CA 92024 Business Phone Number:(760) 634-2822 Corporation 01/29/1996 01/31/2012 This license is current and active. All information below should be reviewed. The renewal application has been received but not yet processed. CLASS DESCRIPTION A GENERAL ENGINEERING CONTRACTOR CONTRACTOR'S BOND This license filed Contractor's Bond number 2142702 in the amount of $12,500 with the bonding company NORTH AMERICAN SPECIALTY iNSURANCE COMPANY. Effective Date: 08/01/2011 Contractor's Bonding Historv BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) BURTECH DOMINIC JOSEPH JR certified that he/she owns 10 percent or more ofthe voting stock/equity ofthe corporation. A bond of qualifying individual is not required. Effective Date: 01/29/1996 BQI's Bonding Historv This license has workers compensation insurance with the OLD REPUBLIC GENEFm. INSURANCE CORPORATION Policy Number:A1CW49031106 https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=7... 12/15/2011 Check a License - License Detail - Contractors State License Board Page 2 of 2 Effective Date: 09/03/2011 Expire Date: 09/03/2012 '•*mm>^ Workers' Compensation Historv Personnel List Conditions of Use j Privacv Poiicv Copyright © 2010 State of California https://www2.cslb.ca.go v/0nlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=7... 12/15/2011 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 City and State (4) Zip Code (5) E-Mail (Street and Number) Telephone No. 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 City and State (4) Zip Code (5) E-Mail (Street and Number) Telephone No. Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 19 of 168 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted ^kf^^oL "Pi I >V) P, 3/^r> (2) .(Ml (3) Incorporated under the laws of the State (4) Place of Business ID g^ f^J'Jmcl Sc^ OM^^^ Impress Corporate Seal here > - ^ . (Street and Number) City and State K\IU.\^l\\^A fA (5) Zip Code 7 Telephone No (6) E-Mail IniAclcly b iir4^.c/y|pipii . NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED ^¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 20 of 168 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On Arthur P. Arquffla, Notary Public personally appeared (/j5V\/ >^^^ f}fOy t^c4^ Here Insert Name and Title of the Officer Nanne(s) of Signer(s) OFFICIALSEAL i ARTHUR p. AROUILLA i [NOTARY PUBLIOCAUFORNIA^ ' COMM.N0.18729g 2. SAN DIEGO COUNTY | MY COMM. EXP. JAN. 7,2014 • ——» Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(sj1^re subscribed to the witiiin instrument and acknowlecj^ed to me that hejhe/they executed the sari]^ irChi§/Her/their authorized capacity (ies), and that byCKi§/b^r/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 PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ind/c OPTIONAL WITNESS my l;)^'n^and^official Signature Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Sigrier(s) Othei' Than Named Above; Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual 2 Corporate Officer— Title(s): . Z Partner — • Limited • General ~ Attorney in Fact ~ Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatswortfi. CA 91313-2402 • www.NationalNotaryorg Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 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: Julie J- hur^ecXs V Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 21 of 168 Pages BID SECURITY FORM (Check to Accompany Bid) NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NOS. 6608, 6021, AND 6001 (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 dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 22 of 168 Pages ^ BIDDER'S BOND TO ACCOMPANY PROPOSAL NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NOS. 6608, 6021, AND 6001 KNOW ALL PERSONS BY THESE PRESENTS: r^INUVV MLL ^cr^owl ^^^^ AMERICAN SPECIALTY That we BURTECH PIPELINE, INCORPORATED, as Principal, and INSURANCE COMPANY _^ as Surety are held and firmly bound unto the Cjty of O^^ad CaHfornia, m^^^ as follows: (must be at least ten percent (10%) ofthe bid amountamr^fi^^ GREATER 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 ofthe above- bounden Principal for: NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NOS. 6608, 6021, AND 6001 in the City of Carisbad. 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 t^^^^ date of award of Contract by the City Council of the City of Carisbad, being duly notified of said award, then this obligation shall become null and void; othenA/ise, 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 W Revised 06/10/09 Contract Nos. 6608, 6021. and 6001 Page 23 of 168 Pages not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 9TH day of DECEMBER 20 11 . PRINCIPAL: BURTECH PIPELINE, INCORPORATED (name of Principal) By:. 1 here) (sign here) DOMINIC J. BURT (print name here) Executed by SURETY this of DECEMBER ESIDENT (Title and Organization of Signatory) By: (sign here) (print name here) (title and organization of signatory) 9TH 20ii day SURETY: NORTH AMERICAN SPECIALTY INSURANCE COMPANY , (name of Surety) 701 SOUTH PARKER STREET, SUITE 3800 ORANGE, CA 92868 (address of Surety) 714/550-7799 (telephone number of Surety) By (signature of Attorney-in-Fact) MARK D. lATAROLA, ATTORNEY-IN-FACT (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: Deputy City Attorney \ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT On 12/9/11 before mfi, MICHELLE M. BASUIL, NOTARY PUBLIC personally appeared MARK D. lATAROLA who proved to me on the basis of satisfactory evidence to be the person(s) whose name(9) is/afe subscribed to the within instrument and acknowledged to me that he/she/tbey executed the same in his/fw/ their authorized capacity(ies), and that by his/hor/thoir signature('8) on the instrument the personf^, or the entity upon behalf of which the person(s) acted, executed the instrument. ^ ^^^^^.^^' c^i^'fy under PENALTY OF PERJURY under the laws of ^JoJjI^^^'^i^g^JJpi the State of California that the foregoing paragraph is oHMM «iQftoc7K !Ltrue and correct COMM. #1862575 NOTARY PUBUC-CAUFORNIA SAN DIEGO COUNTY My Comm. Exp. AUG 24.2013 %ITNESS my hand and official seal. Signature of Notary •OPTIONAL SECTION I CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. • INDIVIDUAL • CORPORATE OFFICER(S) TITLE(S) • PARTNER(S) •LIMITED • GENERAL H ATTORNEY-IN-FACT • TRUSTEE(S) • GUARDIAN/CONSERVATOR • OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. OPTIONAL SECTION TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES NAS SURETY GROUP NORTH AMERICAN SPECIALTY 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 Manchester, New Hampshire, and Washington Intemationai 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 Schaumburg, Illinois, each does hereby make, constitute and appoint: JOHN G. MALONEY, HELEN MALONEY, MARK D. lATAROLA and DEBORAH D. DAVIS JOINTLY OR SEVERALLY Its true and lawfiil Attomey(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 PJP^Y MILLION ($50,000,000.00) DOLLARS This Power of Attomey 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 Intemationai Insurance Company at meetings duly called and held on the 24* of March, 2000: "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 Attomey qualifying the attomey named in the given Power of Attomey 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 Attomey and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal ofthe Company may be affixed to any such Power of Attomey or to any certificate relating thereto by facsimile, and any such Power of Attomey 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, President & Chief Executive Officer of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company By. David M. Layman, Senior Vice President of Washington International Insurance Company & Vice President ofNorth American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington Intemationai Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 15th day of September ^ 2011 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook On this l^th jay of September 20jJ_, before me, a Notary Public personally appeared Steven P. Anderson . President and CEO of Washington Intemationai Insurance Company and Senior Vice President ofNorth American Specialty Insurance Company and David M. Layman, Senior Vice President of Washington Intemationai Insurance Company and Vice President ofNorth American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attomey as officers of and acknowledged said instmment to be the voluntary act and deed of their respective companies. OFFICIALSEAL DJILLNaSON NOTARY PUBUC • STATE OF HUNOIS MY COMMSSiON EXPRESMtt3/12 D. Jill Kelson, Notary Public I, James A. Carpenter . the duly elected Assistant Secretary ofNorth American Specialty Insurance Company and Washington Intemationai Insurance Company, do hereby certify that the above and foregoing is a tme and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington Intemationai Insurance Company, which is still in full force and effect. 9TH DECE^fBER 11 IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of 20 . James A. Carpenter, Vice President & Assistant Secretary of Washington Intemationai Insurance Company & North American Speci.'Uty fcurance Compafiy CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Califomia County of On / ^// f / II Dator personally appeared _ } lefore me, Arthur P. Arquilla, Notary Pnblic Here Insert Name and Title of the Officer Name(s) of Signer(s) MMMM 1 OFFICIALSEAL ARTHUR P. ARQUILLA^ NOTARY PUBUC-CAUFORNlAg COMM. NO. 1872932 ^ SANDEGOCOUNTY^^ • MY COMM. EXP. JAN. 7.2014 | Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(sJ^lS^re subscribed to the within instrument and acknowledged to me that ^^^Tie^he/they executed the sgme i^^^^j^er/their authorized capacity (ies), and that b^^^s^r/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 PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my h^d And official Signature OPTIONAL Though the information below is not required by law, it may prove valuable to persons relym§T^ the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above; Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attomey in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Cfiatswortti, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toil-Free 1 -800-876-6827 RESOLUTION OF BURTECH PIPELINE INCORPORATED RESOLVED BY THE SHAREHOLDERS of Burtech Pipeline Incorporated, a Califomia Corporation as follows: Appointment of Dominic J. Burtech Jr. as the official signatories for: - Bidding Purposes Contract Award - Change Orders - Dispute Resolutions - Project Completion Documents The resolution was adopted by the SHAREHOLDERS of the Corporation during the Annual Shareholders Meeting of the Corporation held on the 1^* day of January, 2009 at 102 Second Street, Encinitas, CA 92024. CERTIFICATE OF SECRETARY The undersigned hereby certifies that she is duly elected and qualified Secretary of BURTECH PIPELINE INCORPORATED, a Cahfomia Corporation and that the foregoing is a tme and correct record of a resolution duly adopted by the SHAREHOLDERS of the Corporation on 1^^ day of January, 2009. e J. Burtech, Secretary Cc: Dominic, Julie, Corporate Fiie Corporate Seal Burtech Pipeline, Inc. /102 Second Street, Encinitas, Califomia 92024 / Phone 760-634-2822 / Fax 760-634-2415 Company Profile Page 1 of 2 Company Profile NORTH AMERICAN SPECIALTY INSURANCE COMPANY 650 ELM STREET, 6TH FLOOR MANCHESTER, NH 03101-2524 Agent for Service of Process NANCY FLORES, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 29874 NAIC Group #: 0181 California Company ID #: 3208-6 Date authorized in California: June 30, 1989 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: NEW HAMPSHIRE Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY DISABILITY FIRE LIABILITY MARINE PLATE GLASS SPRINKLER SURETY WORKERS' COMPENSATION http://interactive.web.insurance.ca.gov/webuser/idb_co jprof_utl.get_co_prof?p_EID=6943 12/15/2011 Company Profile Page 2 of 2 Company Complaint Information Company Enforcement Action Documents Companv Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Last Revised - May 26, 2011 01:14 PM Copyright © Califomia Department of Insurance http://interactive. web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_prof?p_EID=6943 12/15/2011 ^ 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 ofthe General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information mav result in reiection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision ofthe (ilty Council shall be final. ^¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 25 of 168 Pages 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 W 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. ^¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 26 of 168 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NOS. 6608, 6021, AND 6001 The Bidder certifies that it has used the sub-bid of the following listed subcontractors In preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business Subcontractor's License No. and Classification* Amountof Work by Subcontractor in Doiiars* lOZfJo Ga)n ^mru iuouj. Cla/)d A — XT' mitA Loma. ^ ^m7 "Solid GiruchirtS # l2,^0b,(fV '9 P * ' *•— ^—' clok^ A ^a\r\oy& Pavma tksis>h(^l} OvtrlaiA on e/>nn^ Va/ltui, CA ^/^7^ Cat^ l-^Ad '^umtAtM lilt-^ LS^ll c/— ' 7 UN hi L Co nettle f'hfwdft^ iffi^ Cof)CH4c IDC- au/^ , CA <^Mtc Page / of / pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." ^¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 27 of 168 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NOS. 6608, 6021, AND 6001 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. Contractor or his designated subcontractor shall demonstrate experience in storm drain and paving construction activities in downtown locations totaling $5 million in the last five (5) years with references listed are required and must be listed in the Bidders Statement of Technical Ability and Experience of this document. Date Contract Completed Name and Address of the Empioyer Nanie arid^hone NOP? bf Peiiiolh'tb Cbntract Type of Work Amount iV of>:,- Contract Cih 4 Cfrhhoiii Morlh i^e^^ SmM —1—1-— • • — fm]idi f^o. m Cilu rf^n D)tao Leijii Ann Oeri>civ)\^ —I—P— ^—1 0 \o]0 ^eoDOClv^^ 9£..nfD, CJhA d H Ca\m Duane da(hdt\ ^vitf I ^+orYn dm • * I——1 M los\ Piam trt-> ^ 1—^ r— |vloi4h CedrDi avcx 1 I**"*- ^ www U 5^ ' t ^ t 2 (u\(^^ 3^1' CliuiA Vis+a.CA'^l^ll PPie Cdnstructim R?lom^r PamjeWoteH , i^ini)9^^'OfjCo Cer)\ef \P<i^\ I .ss 71 Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 28 of 168 Pages BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NOS. 6608, 6021, AND 6001 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: 0" Comprehensive General Liability 0^ Automobile Liability Workers Compensation Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 29 of 168 Pages ACCORD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 01/16/2012 16:23 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED .0i*£PRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. I^^PORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 PRODUCER Barney & Barney LLC CA Insurance Lie: 0C03950 9171 Towne Centre Drive, Suite 500 San Diego, CA 92122 858-457-3414 CONTACT Sarah Nicholas PRODUCER Barney & Barney LLC CA Insurance Lie: 0C03950 9171 Towne Centre Drive, Suite 500 San Diego, CA 92122 858-457-3414 rX'ifo.Exrt: (858) 875-3009 f^^, NO: PRODUCER Barney & Barney LLC CA Insurance Lie: 0C03950 9171 Towne Centre Drive, Suite 500 San Diego, CA 92122 858-457-3414 AnnRF«;<?- saiahn@barneyandbarney.com PRODUCER Barney & Barney LLC CA Insurance Lie: 0C03950 9171 Towne Centre Drive, Suite 500 San Diego, CA 92122 858-457-3414 INSURER(S) AFFORDING COVERAGE NAIC# PRODUCER Barney & Barney LLC CA Insurance Lie: 0C03950 9171 Towne Centre Drive, Suite 500 San Diego, CA 92122 858-457-3414 INSURERA Old Republic General Insurance Corp INSURED Burtech Pipeline, Inc. 102 Second Street Encinitas, CA 92024 Client* 47852 INSURER B INSURED Burtech Pipeline, Inc. 102 Second Street Encinitas, CA 92024 Client* 47852 INSURERC INSURED Burtech Pipeline, Inc. 102 Second Street Encinitas, CA 92024 Client* 47852 INSURERD INSURED Burtech Pipeline, Inc. 102 Second Street Encinitas, CA 92024 Client* 47852 INSURER E INSURED Burtech Pipeline, Inc. 102 Second Street Encinitas, CA 92024 Client* 47852 INSURER F COVERAGES CERTIFICATE NUMBER: 417219 MST NUMBER: 19787 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 WHICH 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 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR JHSE POLICY NUMBER POLICY EFF POLICY EXP (MM/DD/YYYY) (MM/DD/YYYY) LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY ^ OCCUR EACH OCCURRENCE X A1CG49031106 9/3/2011 9/3/2012 DAMAGE TO RENTED PREMISES (Ea occurrence) CLAIMS-MADE MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE GEN'L AGGREGATE LIMIT APPLIES PER: POLICY I A I jgg-p PRODUCTS - COMP/OP AGG 1,000,000 100,000 5,000 1.000,000 2,000,000 2,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) 1,000,000 X ANY AUTO ALL OWNED AUTOS HIRED AUTOS BODILY INJURY (Per person) SCHEDULED AUTOS NON-OWNED AUTOS A1CA49031101 9/3/2011 9/3/20 J 2 BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) UMBRELLA LIAB EXCESS LIAB DED OCCUR CLAIMS-MADE EACH OCCURRENCE AGGREGATE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY y / ^ ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below • A1CW49031106 9/3/2011 9/3/2012 Y WC STATU-TORY LIMITS OTH- ER E.L. EACH ACCIDENT 1,000,000 E.L, DISEASE - EA EMPLOYEE 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Burtech Job #2011-016. NW Quadrant Storm Drain Improvement Program. Project No. 6608, 6021, & 6001 Ttie City of Carlsbad, its officials, employees and volunteers are included as additional insureds per ttie attactied endorsement. Coverage is primary and waiver of subrogation applies per ttie attactied. CITY OF CARLSBAD 1635 FARADAY AVE. CARLSBAD, CA 92008 \ — SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF CARLSBAD 1635 FARADAY AVE. CARLSBAD, CA 92008 \ — AUTHORIZED REPRESENTATIVE — Sarah McfioLas ^.^fiJ^iiAf^^ Subject ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD INSURED: Burtech Pipeline, Inc. COMPANY: Old Republic General Insurance Corp POLICY #: A1CG49031106 POLICY PERIOD: 9/3/2011 EFFECTIVE DATE: 01/16/2012 TO 9/3/2012 POLICY NUMBER: COMMERCIAL GENERAL UABILITY CG 20 37 or 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endoisement trodiies insurance provided under the following: COMiMERCIAL GENERAL UABILITY COVERAGE PART SCHEDULE Name Of Additional insuretl Person(s) Or Organization(s): Location And Description Of Completed Operations WHERE REQUIRED BY WRITTEN CONTRACT, BUT ONLY WHEN COVERAGE FOR COMPLETED OPERATIONS IS SPECIFICALLY REQUIRED BY THAT CONTRACT Information required to complete this Schedule, if not shown above, will be shown In the Declarations. Section li - Who Is An Inswred Is amended to include ss an additional insured the person(s) or organizationCs) shown In the Schedule, but only with respect to liabtlity for "bodily injury" or "property dam- age" caused, in whole or In part, by 'Vour work" at the location designated and described in the sched- ule of this endorsermnt perfoimned for that additional insured and included in the "prod ucts-completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 INSURED: Burtech Pipeline, Inc. COMPANY: Old Republic General Insurance Corp POLICY #: A1CG49031106 POLICY PERIOD: 9/3/2011 EFFECTIVE DATE: 01/16/2012 TO 9/3/2012 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLtCY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the follcwing; 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. Infbrmation required to oomplete this Schedule, if nol shown above, will be shown in the Declarations. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or ofganization(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 perforniance of your ongoing operations for the additional insured(s) at the location(s) designated above. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after; 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed: or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 ISO Properties, Inc., 2004 Page 1 of 1 INSURED: Burtech Pipeline, Inc. COMPANY: Old Republic General Insurance Corp POLICY #: A1CG49031106 POLICY PERIOD: 9/3/2011 EFFECTIVE DATE: 01/16/2012 TO 9/3/2012 OLD REPUBUC GENERAL INSURANCE CORPORATION CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANGE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional Insured P6rson(s) Or Organization(s): CITY OF CARLSBAD Location(s) of Covered Operations As required by written contract: Information required to complete this Schedule, if not shown above, will be shown in the Declarations, The tnsurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance of a tike kind available to the person or organization shown in the schedule above unless the other insurance is provided by a contractor other than the person or organization shown in the schedule above for the same operation and job location. If so, we will share with that other insurance by the method described in paragraph 4.c. of Section IV - Commercial General Liability Conditions. All other terms and conditions remain unchanged. Named Insured Burtech Pipeline, Inc. Policy Number A1CG49031106 Endorsement No. Policy Period 9/3/2011 to 9/3/2012 Endorsement Effective Date: 01/16/2012 Producer's Name: Producer Number: j^0iii^>^ AUTHORIZED REPRESENTATIVE CG EN GN 0029 09 06 INSURED: Burtech Pipeline, Inc. COMPANY: Old Republic General Insurance Corp POLICY #: A1CA49031101 POLICY PERIOD: 9/3/2011 EFFECTIVE DATE: 01/16/2012 TO 9/3/2012 COMMERCIAL AUTO OA 04 44 0310 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided underthe following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement This endorsement changes the policy effective on the inception date ofthe policy unless another date is indicated below. Named Insured: Burtech Pipeline, Inc. Endorsement Effective Date: 9/3/2011 SCHEDULE Name(s) Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Oth- ers To Us Condition does nol apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cident" or the "loss" under a conlract with that person or organizalion. CA 04 44 03 10 © Insurance Services Office, Inc., 2009 Page 1 of 1 INSURED: Burtech Pipeline, Inc. COMPANY: Old Republic General Insurance Corp POLICY #: A1CG49031106 POLICY PERIOD: 9/3/2011 EFFECTIVE DATE: 01/16/2012 TO 9/3/2012 POLICYNUMBER: A1CG49031106 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT Information required lo complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV- Conditions: We waive any right of recovery we may have against the person or organizalion shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a conlract wilh lhat person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organizalion shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 INSURED: Burtech Pipeline, Inc. COMPANY: Old Republic General Insurance Corp POLICY #: A1CW49031106 POLICY PERIOD: 9/3/2011 EFFECTIVE DATE: 01/16/2012 TO 9/3/2012 OLD REPUBLIC GENERAL INSURANCE CORPORATION WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall nol operate directly or indirectly to benefit anyone not named in the Schedule, Schedule WHERE REQUIRED BY WRITTEN CONTRACT The premium charge for this endorsement is $0.00 Named Insured Burtech Pipeline, Inc. Policy Number A1CW49031106 Endorsement No. 000 Policy Period 9/3/2011 to 9/3/2012 Endorsement Effective Date: 9/3/2011 Producer's Name; OLD REPUBLIC CONSTRUCTION INSURANCE AGENCY, INC. Producer Number: 0000007000 AUTHORIZED REPRESENTATIVE WC 99 03 15 (01/07) DATE BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NOS. 6608, 6021, AND 6001 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accomnnodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: VpVifhdr\ Pi|>€^|iae Inc. By: (name of Contractor) (sign here) (print name/title) Page of pages of this Re Debarment form Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 30 of 168 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NOS. 6608, 6021, AND 6001 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? Ai/^ 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 penod? 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? fij 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 / of oi pages of this Disclosure of Discipline form ^¥ Revised 06/10/09 Contraci Nos. 6608, 6021, and 6001 Page 31 of 168 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NOS. 6608, 6021, AND 6001 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. I'M (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: (name of Contractor) By:_^ (signhere) (print name/ of Si pages of this Disclosure of Discipline form Revised 06/10/09 ' Contract Nos. 6608, 6021, and 6001 Page 32 of 168 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NO. 6608, 6021, and 6001 State of California ) ) ss. County of San OiegD ) (Name ot Bidder) being first duly sworn, deposes and says tha(^^or oho is Pfye^y^^ X ceo (Title) of (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalt executed on the I perjury that the foregoing is true and correct and that this affidavit was day of Pec-eyntHv , 20 // . 20 /J ^^¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 33 of 168 Pages <C'»|> CITY Of -^CARLSBAD Contract Administration www.carlsbadca.gov December 6, 2011 ADDENDUM NO. 1 RE: NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR PROGRAM AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST; BID NO. PWS11-52UTIL Please include the attached addendum in the Request for Bid package you have for the above project: This page—receipt acknowledged—must be attached to your bid when it is submitted. Sr. Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Sigrrifure 1635 Faraday Avenue, Carlsbad, CA 92008-7314 T 760-602-4677 F 760-602-8562 0 CITY OF CARLSBAD NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR PROGRAM AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT STREET AND MADISON STREET) CONTRACT NOS. 6608, 6013 AND 6001 BID NO. PWS12-13UTIL Addendum No. 1 From: Sherri Howard, Project Manager Phone: (760)602-2756 Fax: (760)602-8562 Email: Sherri.Howard@carlsbadca.gov No. of Pages: 3 (including this page) Date: December 5, 2011 Bid Opening Date: December 14, 2011 2:00 pm (unchanged) PREBID MEETING A mandatory Pre-bid Meeting was held Wednesday, November 30, 2011 at the Housing and Neighborhood offices at 2965 Roosevelt Street, Suite B. Carlsbad, CA. The meeting was followed with a site walk. Attached is a copy of the Pre-Bid Meeting Sign-in Sheet. PLANS DWG 457-4B, Sheet 6, Note 38. Change the word gutter to walk in both occurrences. Note 38 shall read: 1 V2" grind and overlay madison Street between Grand Avenue cross walk and Carlsbad ViHage Drive cross walk. Contract No. 6608/Bki No. PWS12-13 UTIL 1 Addendum No. 1 NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR PROGRAM AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT STREET AND MADISON STREET) CONTRACT NOS. 6608, 6013 AND 6001 BID NO. PWS11-52UTIL Pre-Bid Meeting Sign-in Sheet Wednesday, November 30, 2011 2:00 PM Name (please print) 1 Mc\Y)c\ LAvrl^>/ Affiliation Address Email *7i?^ €.<\<^r- Jf^c Conn 1 p/tAGA-AJ 8 Do^A 9 PfOC 10 NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR PROGRAM AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT STREET AND MADISON STREET) CONTRACT NOS. 6608, 6013 AND 6001 BID NO. PWS11-52UTIL Pre-Bid Meeting Sign-in Sheet Wednesday, November 30, 2011 2:00 PM Name (please print) Affiliation Address Email Attended PrerBid/Slte Visit (Signature Required) y^flSo^A ' CQV)A y Ul^e.QistkJi^-'ig. /'h\^ Q<M^rviActtr^-y ^ . 10 X X X X X CONTRACT PUBLIC WORKS This agreement is made this . _ day of /^arofx , 2012, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Burtech Pipeline, Inc. whose principal place of business is 102 Second Street Encinitas CA 92024, (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NO. 6608, 6021, and 6001 (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, Non-Collusion Affidavit, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure ofthe Contractor to apprise subcontractors and materials suppliers of this condition ofthe Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT ofthe General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground ^¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 34 of 168 Pages conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: (A) Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. (B) Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. (C) Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall Issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7 Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8 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, iniurv and liability of every kind, nature and description, directly or indirectly ansing from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attomeys fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. ^ Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or othen/vise, and Contractor will pay all costs, including defense W Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 35 of 168 Pages costs for the City. Defense costs include the cost of separate counsel for City, if City requests r^"' separate counsel. 9. 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 Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance ofthe 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. 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 r 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 company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials! employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after five (5-) days' prior written notice has been sent to the City by certified mail, return receipt requested. Revised 06/10/09 Contract Nos. 6608,6021, and 6001 Page 36 of 168 Pages (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability of insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication ofthe Department of Insurance ofthe State of California and/or under the standards specified by City Council Policy # 70. (H) Verification of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 10. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions In the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (secfion 900 et seq., of the California Government Code) for any claim or cause of acfion for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of lifigafion or in conjuncfion with lifigafion. (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 prosecufion. (C) Government Code. Contractor acknowledges that California Government Code secfions 12650 et seq., the False Claims Act, provides for civil penalfies where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may ^¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 37 of 168 Pages 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 secfions 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 jurisdicfion is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participafing In future contract bidding. (H) Jurisdiction. Contractor agrees and hereby sfipulates that the proper venue and jurisdicfion for resolufion 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 10 above. 11. Security. Securifies in the form of cash, cashier's check, or certified check may'be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 12. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest m and to all causes of acfion it may have under Secfion 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Secfion 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, sen/ices, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 13 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 othenA/ise, any such provision is not inserted, or is not correcfiy inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correcfion. ^niimjuiii"' Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 38 of 168 Pages 14. Additional Provisions. Any addifional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR (name of C6ntract^)^x^ CITY OF CARLSBAD a municipal corporafion of the State of California (pnnt nam President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney By: MA tvCitvAttom Deputy CityT^ttorney ^^¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 39 of 168 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Califorpja County of ^j7^^ /Q^-^-yt^ On } personally appeared _ before me, Arthur P. Arquilla. Notenry Pnblic ^ /(ere Insert Name anaTitle o of the Officer Name(s) of Signer(s) ^^^^ OFFICIALSEAL I ARTHUR P ARQUILLA :^ ' COMM. NO. 18729^ SANDEGOCOUNTY • MYCQMM.EXP.JAN.7.20 4 I who proved to me on the basis ot^atisfactory evidence to be the person(s) whose name(^j§/are subscribed to the wittiin instrument and acknowlgdged to me that /jT^^e/they executed the same in(@/her/their authorized capacity (ies), and that b^^^HjsJier/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 PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my ha Place Notary Seal Above Signature OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer — Title(s): _ • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGm"THUMBPRim- OF SIGNER Top of thumb here Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRim- OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O.Box 2402 •Ctiatsworth, C A 91313-2402* www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1-800-876-6827 BOND NO. 2148119 PREMIUM INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of Califoxgja,^^^olution No. 2012-007, adopted January 10, 2012, has awarded to Burtech Pipeline, TO.-(hereinaner designated as the "Principal"), a Contract for: NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NO. 6608, 6021, and 6001 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. PIPELINE, INCORPORATED NOW, THEREFORE, WE, BURTECH RJRSdtaSiE, as Principal, (hereinafter designated as the "Contractor"), and NORTH AMERICAN SPECIALTY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum of Three Hundred Ninety Six Thousand Nine Hundred Ninety Eight Dollars ($396,998), said sum being an amount equal to: One hundred percent (100%) ofthe total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that If the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code secfion 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to secfion 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code secfion 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code secfion 3181, so as to give a right of acfion to those persons or their assigns in any suit brought upon the bond. Surety sfipulates 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 nofice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 06/10/09 Contraci Nos. 6608, 6021, and 6001 Page 40 of 168 Pages 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 obligafions under this bond. Executed by CONTRACTOR this ^™ JANUARY day of ,2012 CONTRACTOR: BURTECH PIPELINE, INCORPORATED Executed by SURETY this of JANUARY 17TH day ,20 12 . SURETY: NORTH AMERICAN SPECIALTY INSURANCE COMPANY (name of Surety) 681 SOUTH PARKER STREET, SUITE 130 ORANGE, CA 92868 (address of Surety) 714/550-7799 (fitle and orgamzation of signatory) (sign here) (print name here) (telephone number of Surety) Bv: A/^- ch^^ (signature of Attorney-in-Fact) MARK D. lATAROLA, ATTORNEY-IN-FACT (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) SECRETARY (title and organizafion of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporafions. If only one officer signs, the corporation must attach a resolufion certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R.BALL City Attorney By: Deputy City Attorney ^¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 41 of 168 Pages /^^'_^°"'^_'^,fA'-:P""POSE ACKNOWLEDGMENT State of California Countv of SAN DIEGO On 1/17/2012 before me, MICHELLE M. BASUIL, NOTARY PUBLIC MARK D. lATAROLA personally appeared who proved to me on the basis of satisfactory evidence to be the person^e) whose name(8) Is/afe- subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hef/ tiieir authorized capacity(ies), and that by his/hef«r signature(s) on the instmment the person(^, or the entity upon behalf of which the person(s) acted, executed the instrument. OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill In the data below, doing so may prove invaluable to persons relying on the document • INDIVIDUAL • CORPORATE OFFICER(S) g>^i ^ ^ rw^ ^ ^„ 1^, ^ I certify under PENALTY OF PERJURY under the laws of '^'SJ51:4^^M'LO«C''- ^ ^^^^^ °f t^^t the foregoing paragraph is ^^JS^I^^LA r^ue and correct. %cgx?°Boi3 b WITNESS my hand and official seal. TITLE(S) • PARTNER(S) •LIMITED • GENERAL 0 ATTORNEY-IN-FACT • TRUSTEE(S) • GUARDIAN/CONSERVATOR • OTHER: Signature of Notary SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) THiS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT Though the data requested here is not required by law, 't could prevent fraudulent reattachment of this form OPTIONAL SECTION TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES, DATE OF DOCUMENT t could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT state of California County of ^)^U^^2g^g-^^ On //^/f-^^ / / Date personally appeared } before me^ iLrthnr P. Arquilla, Notary Public Insert Name and Title of ttie Officer Name(s) of Signer(s) OFFICIALSEAL ARTHUR p. ARQUILLA NOTARY PUBLIC-CALlFORNlAg COMM. NO. 1872932 S SAN DIEGO COUNTY MYCOMM. EXP. JAN, 7,2014 1^ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(^rjs^re subscribed to the within instrument and acknowledged to me that h^he/they executed the same i^Thjsyher/their authorized capacity (ies), and that b^([^pher/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 PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal Above WITNESS my haff^And official Signature L./i>' OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying^n the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer{s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ' • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: . Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator n other: . Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., RO.Box 2402 •Chatsworth, CA 91313-2402* www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On ^Date personally appeared ^^^^ Arfllur P. Arquffla,, ttie Officer Name(s) of Signer(s) OFFICIALSEAL | ARTHUR p. ARQUILLA • NOTARY PUBUC-CALIFORNIAS COMM. NO. 1872932 ^ SANDEGOCOUNTY | MY COMM. EXP. JAN. 7,2014 | who proved to me on the basis of satisfactory evidence to be the person(s) whose name(^Jj^re subscribed to the withirL^ instrument and acknowledged to me that h^she^hey executed the same in hj^Qif/their authorized capacity(ies), and that by hi^TFie^eir 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 PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my Place Notary Seal Above Signature OPTIONAL Though the information below is not required by law, it may prove valuable to persdosjei^ng on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • • • • • rn 1 I • Individual Corporate Officer Title(s): Partner — • Limited • General Attorney in Fact Trustee Guardian or Conservator Other: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., PC. Box 2402«Ctiatswortti,CA 91313-2402'www.NationalNotaryorg Item #5907 Reorder: Call Toll-Free 1-800-876-6827 NAS SURETY GROUP NORTH AMERICAN SPECIALTY 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 Manchester, New Hampshire, and Washington Intemationai 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 Schaumburg, Illinois, each does hereby make, constitute and appoint: JOHN G. MALONEY, HELEN MALONEY, MARK D. lATAROLA and DEBORAH D. DAVIS JOINTLY OR SEVERALLY Its true and lawful Attomey(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 FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attomey 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 Intemationai Insurance Company at meetings duly called and held on the 24* of March, 2000: "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 Attomey qualifying the attomey named in the given Power of Attomey 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 Attomey 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 Attomey or to any certificate relating thereto by facsimile, and any such Power of Attomey 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." = J/ SEAL Ilk ^8^3 WJI *%JllllW»\* By Steven P. Anderson, President & Chief Executive Officer of Washington International Insurance Conipany & Senior Vice President ofNorth American Specialty Insurance Company By. fof Wasbingto David M. Layman, Senior Vice Presidenfof Washington Intemationai Insurance Company & Vice President ofNorth American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington Intemationai Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 15th day of September ^ 2011 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook On this l^th jay of September 20 H , before me, a Notary Public personally appeared Steven P. Anderson . President and CEO of Washington Intemationai Insurance Company and Senior Vice President ofNorth American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington Intemationai Insurance Company and Vice President ofNorth American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attomey as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFIOAISEAL DJHlNaSON NOTARY PUBUC < STATE aUNOS My COMMISSION EXI»#IESMn3/12 ACJ LLC )Cll'. r-v r:ii -KT^I T>..UI:„ D. Jill Kelson, Notary Public I, James A. Carpenter , the duly elected Assistant Secretarv ofNorth American Specialty Insurance Company and Washington Intemationai Insurance Company, do hereby certify that the above and foregoing is a tme and correct copy of a Power of Attcraey given by said North American Specialty Insurance Company and Washington Intemationai Insurance Company, which is still in full force and i^ffect. 17TH JANUARY 12 IN WITNESS WHEREOF, I have set my hand and affixed the seals ofthe Companies this day of , 20 . James A. Carpenter, Vice President & Assistant Secretiry of "W^ihagton International Insurance Company & North American Specialty Insurance Coinpany Premium »6 For Contract Temi BOND NO. 2148I19 And Is Subiect To Ad^tstment PREMIUM: $3,970.00 Based On Final Contract Pnce ' FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of Ca'ifOTj|pB]iiBS?'"^*'°" 2012-007, adopted January 10, 2012, tias awarded to Burtech Pipeline, BEKX (riereinaner designated as the "Principal"), a Contract for: NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NO. 6608, 6021, and 6001 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; PIPELINE, INCORPORATED NOW, THEREFORE, WE, BURTECH fmsmm, mSs, as Principal, (hereinafter designated as the "Contractor"), and NORTH AMERICAN SPECIALTY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum of Three Hundred Ninety Six Thousand Nine Hundred Ninety Eight Dollars ($396,998), said sum being an amount equal to: One hundred percent (100%) ofthe 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 ifthe 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; othen/vise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 42 of 168 Pages 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 dav of JANUARY 20i2 17TH Executed by SURETY this JANUARY 17TH day of 20 12 CONTRACTOR: BURTECH PIPELINE, INCORPORATED (name of Contractor) PRESIDENT (Title and Organization of Signatory) SURETY: NORTH AMERICAN SPECIALTY INSURANCE COMPANY (name of Surety) 681 SOUTH PARKER STREET, SUITE 130 ORANGE, CA 92868 (address of Surety) 714/550-7799 (telephone number of Surety) Bv: /^^O (signature of Attorney-in-Fact) MARK D. lATAROLA, ATTORNEY-IN-FACT (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (print name here) SECRETARY (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: Deputy City Attorney f ^¥ Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 43 of 168 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of SAN DIEGO On 1/17/2012 before me, personally appeared MICHELLE M. BASUIL, NOTARY PUBLIC MARK D. lATAROLA who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/€tr& subscribed to the within instrument and acknowledged to me that he/shte/they executed the same in his/tter/ ttwtf-authorized capacity{4e9), and that by his/*4€ffcif signature(^ on the instrument the personfa^, or the entity upon behalf of which the person(s) acted, executed the instrument. 1^ ^—^^^-^ MICHELLE M. BASUIL COMM. #1862575 NOTARY PUBUC-CAUFORNIA SAN DIEQO COUNTY My Comm. Exp. AUG 24.2013 I certify under PENALTY 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 OPTIONAL SECTION • CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. • INDIVIDUAL • CORPORATE OFFICER(S) TITLE(S) • PARTNER{S) •LIMITED • GENERAL 0 ATTORNEY-IN-FACT • TRUSTEE(S) • GUARDIAN/CONSERVATOR • OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. TITLE OR TYPE OF DOCUMENT. NUMBER OF PAGES DATE OF DOCUMENT SIGNER{S) OTHER THAN NAMED ABOVE • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Califojiiia County of On //^J//Z^ ifotqia } before me, Arflmr P. Arquilla, Notary Public personally appeared Here Insert Name and Title of the Officer Name(s) of Signer(s) OFFICIALSEAL I ARTHUR P ARQUILLA^ iNOTARYPUBLIC-CA^^^^^ ' COMM. NO. 1872932 -SAN DIEGO COUNTY 1 MY COMM. EXP. JAN. 7,2014 i who proved to me on the basis of satisfactory evidence to be the person(s) whose name(^j^are subscribed to the within instrument and acknowledged to me that (^^f^he/they executed the same in(2{^er/their authorized capacity (ies), and that l^^Hip^er/their signature(s) on the instrument the person(sj7^ the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my h Place Notary Seal Above Signature OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer—Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. ©2007 National Notary Association • 9350 De Soto Ave., PO. Box 2402 • Cfiatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Califc^ia County of ^^^^^^^^^^-^ / ' Date } before mfi4rthi^r Arquilla, Notary Pnblic ^ / Here Insert Name and Title personally appeared Title of the Officer Name(s) of Signer(s) 1 OFFICIALSEAL ARTHUR P. ARQUILLA NOTARY PUBLIC-CALIFORNIAS COMM. NO. 1872932 5 SAN DIEGO COUNTY MY COMM. EXP. JAN. 7,2014 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(^j^re subscribed to the within instrument and acknowledogd to me that hei^t5rthey executed the samg-ip his^n^^'their authorized capacity(ies), and that by hw^/he^eir signature(s) on the instrument the person(s), oTlhe entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal Above WITNESS my>(ai/d and offici Signature AAA^^^ OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Number of Pages: Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator n other: Signer Is Representing: RIGHTTHUMBPRINT DESIGNER Top of thumb here Signer's Name: • Individual • Corporate Officer — Title(s): ___ • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here © 2007 National Notary Association • 9350 De Soto Ave., RO. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 NAS SURETY GROUP NORTH AMERICAN SPECIALTY 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 Manchester, New Hampshire, and Washington Intemationai Insurance Company, a corporation organized and existing under the laws ofthe State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: JOHN G. MALONEY, HELEN MALONEY, MARK D. lATAROLA and DEBORAH D. DAVIS JOnSTTLY OR SEVERALLY Its true and lawful Attomey(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: PjP^Y MILLION ($50,000,000.00) DOLLARS This Power of Attomey 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 Intemationai Insurance Company at meetings duly called and held on the 24* of March, 2000: "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 Attomey qualifying the attomey named in the given Power of Attomey 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 ofany such Power of Attomey and to attach therein the seal ofthe 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 Attomey or to any certificate relating thereto by facsimile, and any such Power of Attomey 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 Ilk 1973 Wof ^'%/lllllW«* Steven P. Anderson, President & Chief Executive Officer of Washington International Insurance Company & Senior Vice President ofNorth American Specialty Insurance Company By. •"0, David M. Layman, Senior Vice President of Washington Intemationai Insurance Company & Vice President ofNorth American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington Intemationai Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 15th jay of September ^ 2011 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook On this ^^th jay pf September 20jJ_, before me, a Notary Public personally appeared Steven P. Anderson . President and CEO of Washington Intemationai Insurance Company and Senior Vice President ofNorth American Specialty Insurance Company and David M. Layman, Senior Vice President of Washington Intemationai Insurance Company and Vice President ofNorth American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attomey as officers of and acknowledged said instmment to be the voluntary act and deed of their respective companies. OFFICIALSEAL OJHlNaSON NOTARY PUMJC • STATE OF iUMMS MV COMMISSION EXPnES:0WDV12 D. Jill Kelson, Notary Public I, James A. Carpenter . the duly elected Assistant Secretarv ofNorth American Specialty Insurance Company and Washington Intemationai Insurance Company, do hereby certify that the above and foregoing is a tme and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington Intemationai Insurance Company, which is still in full force and effect. f*^ 17TH JANUARY 12 \^ IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of , 20_ , > \ ^ A James A. Carpenter, Vice President & Assistant Secretary of V/fishington In?£Tnational Insurance Company & North American Specialty Insurance Como-w/ 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature ^ 7 For Contractor: For Escrow Agent: Address 1635 Faradav Avenue. Carlsbad. CA 92008 Title ' Name Signature Address |na 'bi-U Title Name ton Signature Address a i^<^^c/ At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 45 of 168 Pages 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: Title MAYOR Signature Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 Title Name Signature Address Title Name Signature Address /y/4)c^, Revised 06/10/09 Contract Nos. 6608, 6021, and 6001 Page 46 of 168 Pages Escrow No: 23851 Conditions of Acceptance of Escrow Agency UNION BANK, N.A. is in receipt ofthat certain Escrow Agreement for Security Deposits in Lieu of Retention by and between the City Of Carlsbad, (Owner), and Burtech Pipeline, Inc., (Contractor), and hereby agrees to: A: Accept the herein above referenced agreement under our Escrow # 23851 and be Escrow Holder under said instructions; B: Be bound by said instructions in the performance of its duties as Escrow Holder; provided, however, the undersigned shall have no obligations, liability or responsibility under any amendment to said instructions unless same has been accepted by the undersigned in writing and; THIS ACCEPTANCE OF UNION BANK, N.A. AS ESCROW HOLDER IS FURTHER CONDITIONED UPON THE FOLLOWING: 1 Escrow Holder reserves the right to require the parties to deliver written approval, satisfaction or waiver of all conditions precedent to (A) any release of funds and/or (B) close of this escrow; 2. Contractor has elected to have the retention funds deposited directly mto escrow by Owner. Said funds deposited into escrow are described as the "Retention Funds". 3. Contractor shall advise Escrow Holder in writing for any mvestment of retention funds deposited. Absent a written instruction, said funds shall be placed into an interest bearing Business Money Market Account. Contractor shall be entitled to any interest eamed on said funds and shall hand you an executed Taxpayer Identification form in order to open said account. 4. Contractor hereby authorizes and instructs Escrow Holder to deduct escrow fees and charges as they become due from the interest/investment eamings provided they are in accordance with the established fee schedule set forth herein. 5. Contractor is aware and understands that in the event a default under the terms of said Escrow Agreement as reflected in paragraph 7 of said agreement. Owner has the right to draw upon said funds deposited herein without further written instmctions from Contractor. 6. Contractor agrees to indemnify Escrow Agent for, and agrees to hold Escrow Agent harmless from, any and all losses, liabilities, costs, damages and expenses, including reasonable attomeys' fees, which Escrow Agent may suffer or incur by reason ofany action, claim, or proceedings brought or threatened against Escrow Agent arismg out of or relating to the Escrow Agreement or this letter agreement unless such action, claim or proceeding is the result of Escrow Agent's willful misconduct or negligence. The Agreement described above is hereby incorporated by this reference as though actually a part hereof. Each of the undersigned has received a copy of the agreement placed on deposit with you and confirms by signature herein that it is a tme and complete copy of the agreement entered into by the parties. THE DUTIES AND RESPONSIBILITY OF THE ESCROW HOLDER HEREUNDER COMMENCE ONLY UPON RECEIPT OF COPIES OF THIS LETTER SIGNED BY CONTRACTOR. The undersigned does hereby acknowledge receipt and agreement with the conditions of acceptance ofthe escrow agency as set forth above. CONTRACTOR: Burtech Pipeline, Inc. 102 Second Street Encinitas, CA 92024 ESCROW AGENT: Union Bank, N.A. 1980 SatumSt., V03-012 Monterey Park, CA 91755 BY:. Title: Date: BY: Yolanda Duroiy Assistant y ice4*resident Please Note: All funds will be released via cashier's check unless altemate instmctions have been indicated below: Q Union Bank Transfer Union Bank Account Number Union Bank Account Name Q Wire Transfer Beneficiary Bank Routing Number Beneficiary Bank Beneficiary's Account Number Beneficiary's Account Name Authorized by: EXHIBIT A A BASE ESCROW ACCEPTANCE FEE of **$1,250.00 and a **$125.00 PER INVESTMENT TRANSACTON FEE will be charged if the retention funds are held in any investment account other than the Union Bank, N.A. Business Money Market Account. Initial Here ANNUAL FEE (after first escrow year) $-0- RETENTION FUNDS REMAINING IN THE BUSINESS SAVINGS ACCOUNT WILL NOT BE SUBJECT TO ESCROW ACCEPTANCE FEES OR ANNUAL FEES. ALL INTEREST RATE IS SUBJECT TO MARKET CONDITIONS, IS DETERMINED BY US FROM TIME TO TIME, AND CAN CHANGE AS OFTEN AS DAILY. INTEREST EARNED ON YOUR ACCOUNT WILL BE PAID TO YOUR ACCOUNT ON THE LAST BUSINESS DAY OF THE CALENDAR QUARTER. Fees agreed to be paid are for ordinary and usual services and should there be any extraordinary of unusual services, reasonable compensation will be billed. SPECIAL NOTICE CONTRACTOR TO PROVIDE A FULLY EXECUTED W-9 FORM SETTING FORTH THE TAXPAYER IDENTIFICATION NUMBER. ABSENCE OF A TAXPAYER IDENTIFICATION NUMBER WILL BE SUBJECT TO BACKUP WITHHOLDING. THE ABOVE FEE SCHEDULE WILL BE SUBJECT TO REVIEW AND REVISION ANNUALLY. Burtech Pipelme, Inc. BY: Title: Date: FUNDS TRANSFER ORDER INFORMATION Owner: City Of Carlsbad Contractor: Burtech Pipeline, Inc. Escrow No.: 6608,6021,6001 Project: Northwest Quadrant Storm Drain Improvement Program An account has been opened in connection with the above referenced escrow. Funds may be remitted by either cashier's check or wire transfer per the following information: MAILING ADDRESS: Union Bank, N.A. 1980 SatumSt., V03-012 Monterey Park, CA 91755 Escrow No: 23851 ^ WIRE INSTRUCTIONS: Union Bank, N.A. 1980 SatumSt., V03-012 Monterey Park, CA 91755 ABA #122000496 Account #9140065827 Escrow No. 23851 Please ensure that the escrow number is included when remitting funds. GENERAL PROVISIONS FOR NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT ST AND MADISON ST) CONTRACT NO. 6608, 6021, and 6001 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 othenA/ise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives ofthe Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated othenA/ise. 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 othenA/ise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated othenA/ise. 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 othenA/ise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. Revised 8/10/10 Contract No. 6608 Page 47 of 168 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum - Written or graphic instrument Issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - The City of Carlsbad, California. 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 Govemment 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 documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Revised 8/10/10 Contract No. 6608 Page 48 of 168 Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and W all Modifications issued after the execution of the Contract. Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be conistructed to be the Contractor. The term "prime contractor" 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 othenA/ise 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, luminaire, etc. Engineer - The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. 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. ^ . A ^ x- *• 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. W Revised 8/10/10 Contract No. 6608 Page 49 of 168 Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Owner - The City of Carlsbad, California Own Organization - When used in Section 2-3.1 - Employees ofthe Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work! Further, such employees have their employment taxes, State disability insurance payments. State and Federal income taxes paid and administered, as applicable, by the Contractor. Wheri 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 administration and first level for informal dispute resolution. Proposal - See Bid. Reference Specifications - Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications ~ General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. ^¥ Revised 8/10/10 Contract No. 6608 Page 50 of 168 Standard Specifications - The Standard Specifications for Public Works Construction W (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street-Anyroad, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency In becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. 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 easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of ali 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. ^¥ Revised 8/10/10 Contract No. 6608 Page 51 of 168 All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete ACP ..Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APTS ....Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BP Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA .....California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF.. Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONC Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb retum EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge ^^^g^ GAL Gallon and Gallons GALV Galvanized ^¥ Revised 8/10/10 Contract No. 6608 Page 52 of 168 GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT. Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS..... Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL. Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE.! Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RCB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Resen/oir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Constmction ST HWY State highway STA Station STD Standard STR Straight Revised 8/10/10 Contract No. 6608 Page 53 of 168 STR GR Straight grade STRUC Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing TOPO Topography TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TW Top of wall TYP Typical UE Underground Electric USA Underground Service Alert VAR Varies, Variable VB Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH Work Area Traffic Control Handbook Wl Wrought iron WM Water meter WPJ Weakened plane joint XCONN Cross connection XSEC Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials 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 Presen/ers 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 UndenA/riters' 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 8/10/10 Contract No. 6608 Page 54 of 168 1-4.2 Units of Measure and Their Abbreviations. U.S. Customarv Unit (Equal To) SI Unit fAbbreviations) (Abbreviations) 1 mil (=0 001 in) 25.4 micrometer (^m) 1 inch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) 1 -6093 kilometer (km) 1 square foof (ft^j^".!."""!""""!!""!!".! 9 S§?? !8H?[?!!]?!?[ ([Hal i acreT.'"'.''!^.'.!!!!!!!!!!!!!! 0.4047 hectare (ha) 1 square yard (yd^) 0.8361 square meter (m ) 1 cubic foot (ft^) 0.0283 cubic meter (m ) 1 cubic yard (yd^) 0.7646 cubic meter (m ) 1 U.S. gallon (gal) 3.7854 Liter L) 1 fluid ounce (fl. oz.) 29.5735 millileter (mL) 1 pound mass (Ib) (avoirdupois) 0.4536 kilogram (kq) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0 '' pascal second (Pa s) 1 centistoke (cs) 1 square millimeters per second (mm /s) 1 pound force (Ibf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1 -3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations ^ Degree Fahrenheit (T): Degree Celsius (°C): T = (1.8 X "C) + 32: °C = (T - 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) kilo(k), 10^ Common Metric Prefixes )\ centi (c) IO3 mini (m) 10^ micro (u) nano (n) pico (p) 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes Inches or seconds ^ Number / per or (between words) ° Degree PL Property line CL Centeriine SL Survey line or station line Revised 8/10/10 Contract No. 6608 Page 55 of 168 SECTION 2 - SCOPE AND CONTROL OF WORK ii 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 shail be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as othenA/ise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract Involved, after a public hearing. Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed In Revised 8/10/10 Contract No. 6608 Page 56 of 168 excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the 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 subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, ^ and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to Issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. 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. 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 ali claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the Revised 8/10/10 Contract No. 6608 Page 57 of 168 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, ofthe un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans consist of one set. This set Is designated as City of Carlsbad Drawing No. 457-4B and consists of 13 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 Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. 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 Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. •F^ Revised 8/10/10 Contract No. 6608 Page 58 of 168 Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract 5) Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions and Appendicies. 6) Plans. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Cadsbad Municipal Water District Standard Drawings. ^ c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. '\m0^ 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. 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. Revised 8/10/10 Contract No. 6608 Page 59 of 168 The Contractor shall allow a minimum of 20 working days for review of submittals unless othenA/ise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 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." ,. 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: ^¥ Revised 8/10/10 Contract No. 6608 Page 60 of 168 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facilities Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operafion 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 othenA/ise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless othenA/ise 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) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as- built" record set of blue-line prints, 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, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included ^¥ Revised 8/10/10 Contract No. 6608 Page 61 of 168 in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless othenA/ise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. 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 provided by the Agency. Unless othenA/ise 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. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent "BOOTH MARKERS" survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. ofthe 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 othenA/ise. 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, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations 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 requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (SVz" by 11") paper. The field notes, calculations and supporting 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 Sun/eyor 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 V Revised 8/10/10 Contract No. 6608 Page 62 of 168 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 documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 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 Sun/eyor shall establish, set or construct any permanent sun/ey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centeriines are permanent survey monuments. The Record of Sun/ey 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 Sun/ey(s) shall be submitted for the Engineer's review and approval before submittal to the County Sun/eyor 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 Inten/als than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations 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 construction in the area marked. Centeriine monument shall have the disk stamped with the date the monument was set and the registration number of the Sun/eyor. 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) Survey Requirements for Construction Staking Feature Staked Stake Description ® Centeriine or Parallel to Centeriine Spacing®, (S> Lateral Spacing (3), <S> Setting Tolerance (Within) Street Centeriine SDRS M-10 Monument <1000', Street Intersections, Begin and end of curves, only when shown on the plans on street centeriine 0.02' Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, painted line on PCC & AC surfaces lath - Inten/isible, < 50' on tangents & ^ 25' on curves. Painted line - continuous at clearing line 1' Horizontal Slope RP + Marker Stake Inten/isible and <, 50' Grade Breaks &^25' O.r Vertical & Horizontal Fence RP + Marker Stake < 200' on tangents, <, 50' on cun/es when R^ 1000' & 25' on cun/es when R^ 1000' N/A (constant offset) 0.1' Horizontal Rough Grade Cuts or Fills ^ 10 m (33-) RP + Marker Stake ^50' N/A O.r Vertical & Horizontal Final Grade (includes top of: Basement soil, subbase and RP + Marker Stake, Blue- top in grading area <. 50' on tangents & cun/es when R^ 1000' & <. 25' on cun/es when R <. 1000' ^22' %" Horizontal & Vertical Revised 8/10/10 Contract No. 6608 Page 63 of 168 Feature Staked base) Stake Description ® Centeriine or Parallel to Centeriine Spacing®, ® Lateral Spacing (3), ® Setting Tolerance (Within) Asphalt Pavement Finish Course RP, paint on previous course ^ 25' or as per the intersection grid points shown on the plan whichever provides the denser information edge of pavement, paving pass width, crown line & grade breaks %" Horizontal & V4" Vertical Drainage Structures, Pipes & similar Facilities®, ® RP + Marker Stake inten/isible & <, 25', beginning and end, BC & EC of facilities, Grade breaks. Alignment breaks. Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines as appropriate %" Horizontal & 'U" Vertical Curb RP + Marker Stake ^ 25', BC & EC, at YAA, YZA & '''A on curb returns & at beginning & end (constant offset) %" Horizontal & V/ Vertical Traffic Signal ® Vertical locations shall be based on the ultimate elevation of curb and sidewalk Signal Poles & Controller ® RP + Marker Stake at each pole & controller location as appropriate %" Horizontal & Vertical Junction Box ® RP + Marker Stake at each junction box location as appropriate V Horizontal & 'U" Vertical Conduit ® RP + Marker Stake ^ 50' on tangents & curves when R^ 1000' & <, 25' on cun/es when R <. 1000' or where grades 0.30% as appropriate %" Horizontal & when depth cannot be measured from existing pavement V4" Vertical Minor Structure ® RP + Marker Stake + Line Stake for catch basins: at centeriine of box, ends of box & wings & at each end of the local depression (D as appropriate %" Horizontal & Vertical (when vertical data needed) Abutment Fill RP + Mariner Stake + Line Stake 50' & along end slopes & conic transitions as appropriate O.r Vertical & Horizontal Wall ® RP + Marker Stake + Line Point +Guard Stake <. 50' and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height as appropriate 'W Horizontal & 'W Vertical Maior Structure ® Footings, Bents, Abutments & Wingwalls RP + Marker Stake + Line Point +Guard Stake 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns as appropriate 78" Horizontal & 'U" Vertical Superstructures RP 10' to 33' sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns as appropriate 78" Horizontal & 'U" Vertical Miscellaneous (D Contour Grading ® RP + Marker Stake ^50' along contour line O.r Vertical & Horizontal Utilities ®, ® RP + Marker Stake <, 50' on tangents & cun/es when R> 1000' & ^ 25' on cun/es when R <, 1000' or where grades 0.30% as appropriate 78" Horizontal & Vertical Channels, Dikes & Ditches ® RP + Marker Stake inten/isible & ^ 100', BC & EC of facilities, Grade breaks, Alignment breaks. Junctions, Inlets & similar facilities as appropriate O.r Horizontal & 'U" Vertical Signs ® RP + Marker Stake + Line Point +Guard Stake At sign location Line point O.r Vertical & Horizontal Subsurface Drains ® RP + Marker Stake inten/isible & <, 50', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities as appropriate O.r Horizontal & '// Vertical Revised 8/10/10 Contract No. 6608 Page 64 of 168 c Feature Staked Stake Description ® Centeriine or Parallel to Centeriine Spacing®, ® Lateral Spacing (3>, ® Setting Tolerance (Within) Overside Drains ® RP + Marker Stake longitudinal location At beginning & end O.r Horizontal & 7/ Vertical Markers ® RP + Marker Stake for asphalt street surfacing ^ 50' on tangents & cun/es when R^ 1000' & < 25' on cun/es when R^ 1000'. At marker location(s) 'U" Horizontal Railings & Barriers ® RP + Marker Stake At beginning & end and ^ 50' on tangents & curves when R ^ 1000' & <, 25' on cun/es when R^ 1000' at railing & barrier location(s) 78" Horizontal & Vertical AC Dikes ® RP + Marker Stake At beginning & end as appropriate O.r Horizontal & Vertical Box Culverts 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert as appropriate 78" Horizontal & 'U" Vertical Pavement Markers® RP 200' on tangents, 50' on cun/es when R ^ 1000' & 25' on cun/es when R <, 1000'. For PCC surfaced streets lane cold joints will suffice at pavement marker location(s) 'U" Horizontal ® and the accuracy requirements of the RP meet the requirements for the feature ® 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 ® Perpendicular to centeriine. ® Some features are not necessarily parallel to centeriine but are referenced thereto ® Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane ofthe feature © > means greater than, or equal to, the number following the symbol. <. means less than, or equal to, the number fol- lowing the symbol. ® 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 othenA/ise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) TABLE 2-9.2.2(B) Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, centertine, alignments, etc. White/Red Vertical Control Bench marks White/Orange Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Yellow Structure Bridges, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Blue Right-of-Way Fences, RJ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Orange * Flagging and marking cards, if used. 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 compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. Revised 8/10/10 Contract No. 6608 Page 65 of 168 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality 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 jn the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in ail matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specificafions. The Contractor shall promptly comply with instrucfions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relafing to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretafion of the Plans, Specificafions, or other drawings. This shall be precedent to any payment under the Contract, unless OthenA/ise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relafive to all its acfivities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance nofice. Contractor shall make available to the Engineer for examinafion, 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 relafing to all matters covered by this Contract. However, any such acfivities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operafions. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulafions. 2-11 INSPECTION. The Work is subject to inspecfion and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspecfion is required. Work shall be done only in the presence of the Engineer, unless othenA/ise authorized. Any work done without proper inspecfion will be subject to rejecfion. The Engineer and any authorized representatives shall at all times have access to the Work during its construcfion 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 obligafion to fulfill all conditions of the Contract. Revised 8/10/10 Contract No. 6608 Page 66 of 168 SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specificafions, requested in wrifing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granfing 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 reducflon in cost or no addifional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specificafions, character of the work, or quantity of work provided the totai arithmefic 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 limitafion, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of complefion, and when negofiated prices are involved, shall provide for the Contractor's signature indicafing 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 Speciflcafions, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Speciflcations 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 Secfion 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 Specificafions, an adjustment in payment will be made per Secfion 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quanfity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity In excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the opfion of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Secfion 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. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specificafions, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested Revised 8/10/10 Contract No. 6608 Page 67 of 168 in wrifing 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 opfion of the Engineer, on the basis of Extra Work per Secfion 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. Sfipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specifled 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 Secfion 3-3, except as othenA/ise specified in Secfions 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construcfion. 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 enfirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to nofificafion in wrifing from the Engineer so stafing Its eliminafion. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of nofificafion of eliminafion by the Engineer, and if the order for that material can not 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. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacafion, apprenficeship 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 addifional costs. Labor costs for equipment ^¥ Revised 8/10/10 Contract No. 6608 Page 68 of 168 ^ 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 Secfion 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 edifion ofthe, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the fime 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, lubricafion, supplies, small tools, necessary W attachments, repairs and maintenance of any kind, depreciafion, storage, insurance, and all incidentals. Necessary loading and transportafion costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condifion, 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 rafing recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the durafion of its use on the extra work. This fime begins when equipment is first put into actual operafion on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be ^ submitted with the request for payment. If the request for payment is not substantiated by invoices or %^ other documentation, the Agency may establish the cost of the item involved at the lowest pnce which was current at the time of the report. W Revised 8/10/10 Contract No. 6608 Page 69 of 168 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 compensafion for bonding. (b) Work by Subcontractor. When ali or any part of the extra work is performed by a Subcontractor, the markup established in Secfion 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantifies of materials used. 3. Show type of equipment, size, identificafion number, and hours of operafion, including loading and transportafion, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall prompfiy notify the Engineer of the following Work site condifions (hereinafter called changed conditions), in wrifing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical condifions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Secfion 25117 ofthe Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in ac- cordance with provisions of exisfing law. Revised 8/10/10 Contract No. 6608 Page 70 of 168 The Engineer will promptly invesfigate condifions which appear to be changed condifions. If the Engineer determines that condifions are changed condifions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of fime subject to the provisions of 6-6. If the Engineer determines that the condifions do not justify an adjustment in compensafion, the Contractor will be notified in wrifing. This nofice will also advise the Contractor of its obligafion to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give nofice of changed condifions promptly upon their discovery and before they are disturbed shall constitute a waiver of ali claims in connecfion therewith. The Contractor shall not be enfified to the payment of any addifional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written nofice of potenfial claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to nofice provisions in Section 6-7.3 Contract Time Accounfing, nor to any claim that is based on differences in measurement or errors of computafion as to contract quantities. The written notice of potenfial claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the fime that the Contractor performs the work giving rise to the potenfial claim. The Contractor's failure to give written nofice of potential claim for changed condifions 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 descripfion of the particular circumstances giving rise to the potenfial claim, the reasons for which the Contractor believes addifional compensafion may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notificafions are disallowed. The potenfial claim shall include the following certificafion relative to the California False Claims Act, Government Code Secfions 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Secfions 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final esfimate in order for it to be further considered." By: Title: Date: Company Name: 1^ Revised 8/10/10 Contract No. 6608 Page 71 of 168 The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substanfiafion of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said nofice of potenfial 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 attenfion of the Engineer at the earliest possible fime 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 nofice of potenfial 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 foliowing dispute resolufion chain of command: 1. Project Inspector 2. Construcfion Manager 3. Deputy City Engineer, Construction Management & Inspecfion 4. Ufility Director 5. Deputy City Manager 6. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stafing its posifion on the claim, the contractual basis for the claim, along with ail documentafion supporting the costs and all other evidenfiary 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 posifion, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide Its posifion within 10 working days of receipt of said addifional informafion or Contractor's presentation of its report. The Contractor may appeal each level's posifion up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolufion chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Secfion 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 resulfing 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 Secfion 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. ¥ Revised 8/10/10 Contract No. 6608 Page 72 of 168 ^ (2) "Claim" means a separate demand by the contractor for (A) a fime 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 othenA/ise expressly provided for or the claimant is not OthenA/ise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specificafions 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 substanfiate 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 othenA/ise 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 addifional documentafion supporting the claim or relafing to defenses to the claim the local agency may have against the claimant. (2) If addifional informafion 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 addifional informafion, 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 addifional documentafion supporting the claim or relafing to defenses to the claim the local agency may have against the claimant. (2) If addifional informafion is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement ofthe 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 documentafion, or within a period of time no greater than that taken by the claimant in producing the addifional informafion 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 fime prescribed, the claimant may so notify the local agency, in wrifing, 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, respecfively, 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 Secfion 900) and Chapter 2 (commencing with Secfion 910) of Part 3 of Division 3.6 of Tifie 1 of the Government Code. For purposes of those provisions, the running of the period of fime within which a claim must be filed shall be tolled from the fime the claimant submits his or her written claim pursuant to subdivision (a) unfil the fime that claim is denied as a result of the meet and confer process, including any period of time ufilized 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 fime periods for filing tort claims or acfions specified by Chapter 1 (commencing with Secfion 900) and Chapter 2 (commencing with Secfion 910) of Part 3 of Division ^ 3.6 of Tifie 1 of the Government Code. ^***'^ 20104.4. The following procedures are established for all civil acfions filed to resolve claims subject to this article: /\ ^¥ Revised 8/10/10 Contract No. 6608 Page 73 of 168 (a) Within 60 days, but no earlier than 30 days, following the fliing or responsive pleadings, the court shall submit the matter to non-binding mediafion unless waived by mutual sfipulafion of both parties. The mediation process shall provide for the selecfion 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 mediafion unless a fime requirement is extended upon a good cause showing to the court or by sfipulafion of both parties. Ifthe parties fail to select a mediator within the 15-day period, any party may petifion the court to appoint the mediator. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitrafion pursuant to Chapter 2.5 (commencing with Secfion 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Secfion 1141.11 ofthat code. The Civil Discovery Act of 1986 (Article 3 (commencing with Secfion 2016) of Chapter 3 of Tifie 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought underthe subdivision consistent with the rules pertaining to judicial arbitrafion. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construcfion law, and, upon sfipulafion 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 arbitrafion where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Parts of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addifion to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as othenA/ise provided in the contract. (b) In any suit filed under Secfion 20104.4, the local agency shall pay interest at the legal rate on any arbitrafion award or judgment. The interest shall begin to accrue on the date the suit is flled 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. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specificafions shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specificafions. Revised 8/10/10 Contract No. 6608 Page 74 of 168 %^ 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilifies and employ such measures as will presen/e the specifled quality and fltness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and exisfing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the complefion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless othenA/ise specified, inspecfion is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal easfing, welding, concrete pipe manufacture, protective coafing applicafion, and similar shop or plant operafions. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certificafion as to compliance with the Specificafions, subject to sampling and tesfing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspecfion at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspecfion at the source, normally only for performance testing. The Specificafions may require inspecfion at the source for other items not typical of those listed in this secfion. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any fime. Such free and safe access shall include means of safe access and egress, venfilafion, lighfing, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulafions, Tifie 8, Industrial Relafions, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such informafion as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspecfion or tesfing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specificafions. The Contractor shall fonA/ard reports required by the Engineer. No matenal or equipment shall be shipped nor shall any processing, fabricafion or treatment of such matenals be done without proper inspecfion 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 inspecfion and tesfing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of ^ inspecfion at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporafion in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense. Revised 8/10/10 Contract No. 6608 Page 75 of 168 shall deliver the materials for tesfing to the place and at the fime designated by the Engineer. Unless OthenA/ise provided, all inifial tesfing will be performed under the direcfion of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for tesfing, 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 intenfion to use materials for which tests are specifled, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the nofice of intent to use is sent before the materials are available for tesfing or inspecfion, or is sent so far in advance that the materials on hand at the fime 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 specifled in these Provisions, the Agency will bear the cost of tesfing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specificafions, Technical Specificafion, 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 preparafion and use. If, after incorporafing 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 improper storage, handling or for any other reason it shall be rejected, not incorporated Into the work and shall be removed from the project site all at the Contractor's expense. , Compacfion tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specificafions shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specificafions shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials tesfing requirements of the Speciflcafions and accept the manufacturer's written certiflcation that the materials to be supplied meet those requirements. Material test data may be required as part ofthe certiflcation. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specifled or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate fime shall be allowed for the Engineer to make this determinafion. 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 facilitafing its descripfion and shall be deemed to be followed by the words or equal. A lisfing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substanfiafion 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 characterisfics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended ^ funcfion. Revised 8/10/10 Contract No. 6608 Page 76 of 168 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 subsfitute item is equivalent. The Engineer's findings shall be final. Installafion and use of a substitute item shall not be made unfil 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 secfion. The Contractor is responsible for the safisfactory performance of subsfituted items. If, in the sole opinion of the Engineer, the substitufion is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the subsfituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. 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 Regulafions pertaining to weighing devices. A certificate of compliance shall be presented, prior to operafion, 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 applicafion 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 vibrafion or moving of other operafing equipment in the plant area that the error In weighing with the enfire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Tesfing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain- measuring devices shall be calibrated by a tesfing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modificafion, or relocafion ofthe equipment. Calibrafion certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using Industry accepted practices. A contradiction exists whenever test values or process observafions of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The invesfigafion shall allow access to all test results, procedures, and facilifies relevant to the disputed work and consider all available informafion and, when necessary, gather new and addifional informafion in an attempt to Revised 8/10/10 Contract No. 6608 Page 77 of 168 determine the validity, the cause, and if necessary, the remedy to the contradicfion. If the cooperative ^ investigation reaches any resolufion mechanism acceptable to both the Agency and the Contractor, , the contradicfion shall be considered resolved and the cooperative invesfigafion concluded! ' VVhenever the cooperafive investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the invesfigafion shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the invesfigafion shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request nofificafion, 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 selecfion of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request nofificafion. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a confinuance of the cooperative invesfigafion and will re-consider all available informafion and if necessary gather new and addifional informafion to determine the validity, the cause, and if necessary, the remedy to the contradicfion. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and pracfices and to ensure public value, the committee may provide engineering recommendafions as necessary. Unless OthenA/ise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolufion of the committee shall be by majority opinion, in wrifing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolufion process by committee shall confinue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolufion mechanism; or 2. Within 14 days of the formafion of the committee, the inifiafing 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 othenA/ise agreed, the Contractor shall bear and maintain a record for all the invesfigafive costs until resolufion. Should the invesfigafion discover assignable causes for the contradicfion, the assignable party, the Agency or the Contractor, shall bear all costs associated with the invesfigafion. Should assignable causes for the contradicfion extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigafion substanfiate a contradicfion without assignable cause, the invesfiga- fion will assign costs cooperatively with each party or when necessary, equally. Should the invesfigafion be unable to substanfiate a contradicfion, the initiator of the invesfigafion shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradicfion shall be suspended unfil the invesfigafion 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 ofthe work only during working hours, as deflned in Secfion 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 descripfion of the Revised 8/10/10 Contract No. 6608 Page 78 of 168 material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any locafion within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the descripfion of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the fime allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparafion of the storage site and the locafion of the site on which the materials are stored. Loss, damage or deteriorafion of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this secfion, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 - UTILITIES 5-1 LOCATION. The Agency and affected ufility companies have, by a search of known records, endeavored to locate and indicate on the Plans, ail ufilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or locafion of ufilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connecfion for each type of ufility. As provided in Secfion 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identificafion number. The California Department of Transportafion is not required by Secfion 4216 to become a member of the regional nofification center. The Contractor shall contact it for locafion of its subsurface installafions. The Contractor shall determine the locafion and depth of all ufilifies, including service connecfions, 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 compensation 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 funcfion or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of ufilifies located as shown on the Plans or in accordance with Secfion 5-1, the Contractor shall, unless othenA/ise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and locafion of any utility omitted from or shown incorrecfiy on the Plans, the Contractor shall immediately notify the Engineer in wrifing. When authorized by the Engineer, support or protecfion of the ufility will be paid for as provided in Secfion 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the ufility owner if any ufility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any ufility damaged if located as noted in Section 5-1. When placing concrete around or configuous to any non-metallic ufility installafion, the Contractor shall at its expense: /\ W Revised 8/10/10 Contract No. 6608 Page 79 of 168 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic ufility installafion; or where the coafing, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless othenA/ise specified, the Contractor shall remove all interfering portions of ufilities 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 before commencement of work by the Contractor. When the Plans or Specifications indicate that a ufility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Speciflcations for Public ^ Works Construcfion, Section 301-1.6, 2009 Edifion, and supplements thereto. Ufilifies which are relocated in order to avoid interference shall be protected in their position and the cost of such protecfion shall be included in the Bid forthe items of work necessitafing such relocafion. 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 Secfion 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 necessitafing 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 ali arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Woi-k or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connecfions will be paid for in accordance with provisions of Secfion 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 ufility to disconnect and reconnect interfering service connecfions. 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 installafion of any and ali ufility structures within the limits of work by any ufility 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 othenA/ise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilifies that V Revised 8/10/10 Contract No. 6608 Page 80 of 168 interfere with the construcfion, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the ufility. 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 safisfacfion of the ufility agency or company. Such temporary omission shall be for the Contractor's convenience and no addifional compensafion will be allowed therefore or for addifional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless othenA/ise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protecfion, removal, or relocafion of ufilifies. Said nofificafion shall be included as a part of the construcfion schedule required in Secfion 6-1. The Contractor shall notify the Engineer in wrifing of any subsequent changes in the construcfion schedule which will affect the fime available for protection, removal, or relocation of utilifies. The Contractor will not be entified to damages or addifional payment for delays attributable to utility relocations or alterations If correcfiy located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the fimely removal, relocafion, or protecfion of exisfing main or trunkline ufility facilifies within the area affected by the Work if such ufilifies are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocafion, or protecfion of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Secfion 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 feir and reasonable compensafion for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of fime. 5- 6 COOPERATION. When necessary, the Contractor shall so conduct its operafions as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6- 1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within five (5) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, nofificafion of contract award, the Engineer will set the fime and locafion for the Preconstrucfion Meefing. Attendance of the Contractor's management personnel responsible for the management, administrafion, and execufion of the project is mandatory for the meefing to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meefing will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meefing. The notice to proceed will only be issued on or after the complefion of the preconstruction meefing. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construcfion Schedule per the submittal requirements of Secfion 2-5.3. The submittal of the Revised 8/10/10 Contract No. 6608 Page 81 of 168 Baseline Construcfion Schedule shall include each item and element of Secfions 6-1.2 through 6- 1.2.9 and shall be on hard (paper) copy. 6-1.2.10 Engineer's Review. The Engineer will review and return to the Contractor, with any comments, the Baseline Construcfion Schedule within five (5) working days of submittal. 6-1.3 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construcfion Schedule are incidental to the work and no separate 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 pracficable, the Contractor shall diligenfiy 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, unfil the Contractor takes said steps. As soon as possible under the provisions of the Specificafions, the Contractor shall backfill all excavations and restore to usefulness ali 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 properiy 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 Specificafions. The work includes installation of storm drain pipeline, catch basins, cleanouts, AC grind and overlay and PCC removal and paving, Irrigation and signing and striping. Contractor shall maintain pedestrian access to the weekly Farmers Market held on Wednesdays and Saturdays from 12:00 p.m. to 6:00 p.m. located in the parking lot north of 2970 Roosevelt Street. Point of contact is Christy Johnson and her email is christv(@shopcarisbadvillage.ora. The list of Farmers Market dates is in Appendix M. Grinding and the overlay cannot occur on Wednesdays or Saturdays during the daytime so as not to conflict with the weekly Farmers Market. 6-2.2 Weekend Work. Weekend and evening work may be permitted by Engineer to meet schedule. 6-2.3 Project Meetings. The Engineer will establish the time and locafion of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Secfion 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meefings will be made. Revised 8/10/10 Contract No. 6608 Page 82 of 168 Each Meeting shall include a 3-week look ahead schedule. The Look Ahead Schedule shall be ^ in bar chart format and will be used as an outline fbr the Schedule Status topic to start each Weekly Meeting and shall be provided by the Contractor. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as othenA/ise specifled in Secfion 6-6.3. 6-3.2 Archaeological and Paieontological Discoveries. If discovery is made of items of archaeological or paieontological Interest, the Contractor shall immediately cease excavation in the area of discovery and shall not confinue unfil ordered by the Engineer. When resumed, excavation operafions 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 entified to an extension of fime 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 locafions 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 sen/e written nofice upon the Contractor and the Surety on its Faithful Performance Bond demanding safisfactory 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 cancellafion the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quanfity of the Work completed at the fime of cancellafion, 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 cancellafion 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 fime 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 cancellafion, or fails to confinue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces by letting the unflnished Work to another Contractor, or by a combinafion of such methods. In any event, the cost of complefing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. Ifthe sums due under the Contract are insufficient for complefion, the Contractor or Surety shall pay to the Agency within 5 days after the complefion, all costs in excess of the sums due. W Revised 8/10/10 Contract No. 6608 Page 83 of 168 The provisions of this secfion 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 discrefion or when condifions encountered during the Work make it impossible or impracficable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official acfion 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 entifie the Contractor to an extension of fime as provided herein, but the Contractor will not be entified to damages or addifional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulafions, 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 speciflc events as may be further described in the Speciflcafions. 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 fimely manner in accordance with the sequence of the Contractor's operafions 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 Contractor will not be entitled to damages or addifional payment due to such delays, except as - *^ provided in Secfion 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 fime, 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 determinafion 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 othenA/ise be obligated by The Contractor shall provide continuing dally written notice to the Engineer, each working day, throughout the duration of such period of delay. The inifial and confinuing written nofices shall include the classificafion of each workman and supen/isor and the make and model of each piece of equipment placed on standby, the cumulative durafion of the standby, the Contractor's opinion of the cause of the delay and a cogent explanafion of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. w Revised 8/10/10 Contract No. 6608 Page 84 of 168 ^ 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 fime as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days, completion within 75 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 fime as deflned in Section 6-1 and the date provided for completion, or upon fleld acceptance by the Engineer for all work provided for in the Contract, whichever occurs flrst, 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 associafion, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined In Secfion 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 deflned in Section 6-6.1. Unless OthenA/ise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneflcial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. No work involving grinding and overiay operafions shall be performed by the contractor on Wednesday due to the weekly Farmers Market.. The Contractor shall incorporate the dates, areas and types of work prohibited in this secfion in the Construcfion Schedule required by Secfion 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibifion of work being performed within the dates, areas and/or types of work prohibited in this section. 6-7.3 Contract Time Accounting. The Engineer will make a daily determinafion of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract fime, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. OthenA/ise, 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 completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specificafions for the Work. Use, temporary, interim or permanent, of all, or /\ ^¥ Revised 8/10/10 Contract No. 6608 Page 85 of 168 portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certificafion 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 flled in the office of the San Diego County Recorder. The date of recordation shall be the date of complefion 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 fime specified in the nofice. If the Contractor fails to make such replacement or repairs within the time specified in the nofice, the Agency may perform this work and the Contractor's surefies 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 Secfion 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of One Thousand Five Hundred Dollars ($1,500.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that the sum of One Thousand Five Hundred Dollars ($1,500.00) 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 damages. 6- 10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and ufilize 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 resulfing from use by public traffic or from the acfion of the elements or from any other cause, except Contractor operafions or negligence. The Contractor will not be required to reclean such portions of the Improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this secfion shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulfing from the utilizafion 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. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7- 1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condifion all equipment and facilifies as required for the proper execufion and inspecfion of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. ^¥ Revised 8/10/10 Contract No. 6608 Page 86 of 168 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, disorderiy, or othenA/ise objecfionable, or who fails or refuses to perform work properiy and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions ofthe 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 nondiscrimina- tion because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalfies prescribed in the Labor Code for violafions. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in secfion 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 execufion of the Contract by the Board, the Contractor shall file with the Engineer the following signed certificafion: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensafion or to f^- undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with Secfion 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensafion 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' compensafion insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carisbad 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 addifional compensafion will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operafions such as, but not limited to, those permits required for night work, overioad, blasfing, and Revised 8/10/10 Contract No. 6608 Page 87 of 168 demolifion. For private contracts, the Contractor shall obtain all permits 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. 7-5.1 Agency Permits. Agency permits for the Work are included in Appendix 'A' of these supplemental provisions. 1. Coastal Zone - Sites 1A, 5 and 6 are located in the Coastal Zone. Repair and maintenance activifies not described in C.M.C. Secfion 21.201.070 do not require a Coastal Development Permit. This includes repair and maintenance activities that are not located in sensifive habitat areas or adjacent to coastal bluffs or waters. The projects are located within existing improved and developed areas. In addition, no increase in capacity will occur as a result of the projects and therefore will not require a Coastal Development Permit. 2. Village Area - A portion of site 1A and all of sites 2, 3, 4 and 5 and located within the city's Village Review Area and are potentially subject to Village Review permits. The Village Design Manual states the projects which are exempt from Coastal Development Permits, per the Coastal Commission Act, are also exempt from Village Review Permit Requirements. Furthermore, the design manual also specifically exempts repair and maintenance acfivities and or activities of public utilifies. The projects as proposed are exempt from any Village Review permits. 3. Environmental Review - The projects as proposed are exempt from the California Environmental Quality Act (CEQA) per State CEQA Guidelines Secfion 15301 - Existing Facilifies. Secfion 15301 exempts the repair, maintenance, or minor alterafion of existing facilities, such as streets, sidewalks, gutters, and utility services, involving negligible or no expansion. Secfion 15302 exempts the replacement or reconstrucfion of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced. Section 15282(k) statutorily exempts installafion of new pipeline or maintenance, repair restorafion, removal, or demolifion of an exisfing pipeline as long as the project does not exceed one mile in length. For these reasons, the drainage projects, as proposed, are exempt from CEQA and further environmental review. 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 alternafive representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instrucfions or direcfions may be given by the Engineer to the superintendent or person in charge of the speciflc 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 speciflc 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 essenfial work by others. The Revised 8/10/10 Contract No. 6608 Page 88 of 168 3 ^ Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in Its Bid all costs involved as a result of coordinafing its work with others, the Contractor will not be entitled to addifional compensafion from the Agency for damages resulting from such simultaneous, collateral, and essenfial 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 ufility companies during the relocafion or construcfion of their lines. The Contractor may be granted a fime extension if, in the opinion of the Engineer, a delay is caused by the ufility company No addifional 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 construcfion, 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 reisulfing in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specificafions, 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 construcfion, including restorafion, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final Inspecfion, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specificafions. Forms and form lumber shall be removed from the site as soon as pracficable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work unfil the condifion is corrected. No addifional compensafion will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. ^ The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discrefion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust W Revised 8/10/10 Contract No. 6608 Page 89 of 168 control shall be considered incidental to the Items of work that they are associated with and no addifional payment will be made therefore. .li'ji:'" 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 regulafions of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the eliminafion of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodafions shall be maintained in a neat and sanitary condifion. They shall also comply with all applicable laws, ordinances, and regulafions pertaining to public health and sanitafion of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backflll. 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 flre hydrant (except to extinguish a flre), 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, tesfing and ali 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 pollufion. It shall conduct and schedule operafions so as to minimize or avoid muddying and silfing of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevenfion, control, and abatement of water pollufion. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 2009-0009-DWQ, Nafional Pollutant Discharge Eliminafion System (NPDES) Generai Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construcfion Activity (General Permit) and subsequent adopted modificafions and with all requirements of the Storm Water Pollufion Prevenfion and Monitoring Plans for this project in accordance with these regulations. 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, asphalfic 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. W Revised 8/10/10 Contract No. 6608 Page 90 of 168 /«-^ 7-8.7.1 Special Storm Water Control requirements for this project. •^^^^ The work zone in the vicinity of the popouts to the future storm drain inlets is subject to flooding during every rain event. The City has determined the storm system in Grand Avenue and Carlsbad Village Drive is adequate to handle storm water flows generated in this area. Existing surface drainage will not convey flows to the existing storm drain Inlets. Contractor is responsible for diverting storm water flows to surface flow around corner at Roosevelt and Carlsbad Village Drive and from Madison to the storm drain inlet on Grand Avenue. Contractor shall protect private property from flooding. During rain events, contractor shall protect subgrade. 7-8.8 Noise Control. All internal combusfion engines used in the construcfion shall be equipped with mufflers in good repair when in use on the project with special attenfion to the City Noise Control Ordinance, Carisbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protecfion of public and private property adjacent to the Work and shall exercise due caufion to avoid damage to such property. The Contractor shall repair or replace all exisfing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, ufility installafions, pavement, structures, etc.) which are damaged or removed as a result of its operafions. When a r portion of a sprinkler system within the right-ofway must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to exisfing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operafions, they shall be restored or replaced in as neariy the original condifion and locafion 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 protecfing, 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 operafions shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all fimes. Unless othenA/ise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. W 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 W Revised 8/10/10 Contract No. 6608 Page 91 of 168 stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be confinuous and unobstructed unless othenA/ise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at inten/als not exceeding 90 m (300 feet), shall be maintained unless othenA/ise approved by the Engineer. Vehicular access to residenfial driveways shall be maintained to the property line except when necessary construcfion precludes such access for reasonable periods of fime. If backflll 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 collecfion and removal of trash and garbage to maintain exisfing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably safisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless OthenA/ise authorized, work shall be performed in only one-half the roadway at one fime. 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 condifioned 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 company Coast Waste Management at 929-9417. ' During overiay operafions, the Contractors schedule for overiay applicafion shall be designated to provide residents and business owners whose streets are to be overiaid sufficient paved parking 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 vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disrupfion. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be nofified. The nofificafion shall be hand delivered and shall state the date and fime the work will begin and its anficipated durafion. The nofificafion shall list two telephone numbers that may be called to obtain addifional informafion. One number shall be the Contractor's permanent office or fleld 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 nofificafion shall also give a brief descripfion of the work and simple instructions to the home or business owner on what they need to do to facilitate the construcfion. The Contractor shall submit the contents of the nofificafion to the Engineer for approval. Nofices shall not be distributed unfil approved by the Engineer. For residences, the nofificafion 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 contrasfing prinfing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The prinfing on the nofice shall be no smaller than 12 point. An example of such ^ nofice is provided in Appendix "A". •F^ Revised 8/10/10 Contract No. 6608 Page 92 of 168 In addifion to the notificafions, 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 fime of parking restriction for a durafion not to exceed the fime necessary to complete the work at that locafion. Failure of the contractor to meet the posted date requires re-posfing the no parking signs 72 hours in advance 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 preparafion, materials, prinfing and distribufion of the notificafions shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these nofices. The contractor shall replace all street markings and striping damaged by construcfion 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. Construcfion materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days 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 equipment may be authorized by the Engineer. fl^^ Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless othenA/ise 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, fiagpersons, and watchpersons. The Contractor shall be responsible for compliance with addifional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon complefion 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 nofify the following: 1) The Engineer (760)602-2720 2) Carlsbad Fire Department Dispatch (760)931-2197 3) Carlsbad Police Department Dispatch (760) 931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937) (760) 438-2980 5) Carlsbad Traffic Signals Operations (760) 602-2752 6) North County Transit District (760) 967-2828 7) Waste Management (760)929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviafing 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. 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 ^¥ Revised 8/10/10 Contract No. 6608 Page 93 of 168 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 2003 Revision 1, 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 Contractor shall immediately repair said component to its original condifion 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, delineafion or devices as may be required herein, the Engineer may, at his/her sole opfion, install the traffic signs, markings, delineafion 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 construcfion traffic signs and control devices shall be maintained throughout the durafion 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 refiective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Secfion 214- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Secfion 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Secfion 210-1.6 for materials and Secfion 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direcfion and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stafionary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and -H,^' 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 exisfing condifions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stafionary construcfion area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Secfion 280, of the California Vehicle Code, portable signs shall be illuminated or, at the opfion of the Contractor, shall be in conformance with the provisions in Secfion 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 specifled in CALTRANS "Standard Speciflcations", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or 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 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 operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the acceptable shy distance, (2') shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is ^ specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reducfion is shown on the traffic Revised 8/10/10 Contract No. 6608 Page 94 of 168 ^ 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 condifion 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 enfire construcfion, a minimum of one paved traffic lanes, not less than 12' wide, 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 2003 Revision 1, 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 addifional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the durafion of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavafion adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. Ifthe Contractor so elects, said components may be stored at selected central locafions, 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 operafions, 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 alternafive traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan unfil 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 delineafion shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) published by CALTRANS. Whenever the work causes obliteration of pavement delineafion, temporary or permanent pavement delineafion shall be in place prior to opening the traveled way to public traffic. Lane line or centeriine pavement delineation shall be provided at all fimes for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineafion 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 delineafion shall be removed by grinding. Surfaces to receive temporary pavement delineafion shall be dry and free of dirt and loose material. Temporary pavement delineafion shall not be applied over exisfing pavement delineafion or other temporary pavement delineafion. Temporary pavement delineafion shall be maintained unfil superseded or replaced with permanent pavement delineafion. Temporary pavement delineafion shall be removed when, as determined by the Engineer, the temporary pavement delineafion conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineafion 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 modifled TCP prepared and submitted as a part of the Work for any and all construcfion activities that are located within the traveled way The Contractor shall have TCP Revised 8/10/10 Contract No. 6608 Page 95 of 168 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 Secfion 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implemenfing them. The minimum 20-day review period specified in Secfion 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 submittals shall include all TCP needed for the enfire durafion of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transifion 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 elevafion vertical curves must also be shown. Such modificafions, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) as published by CALTRANS. Such modificafion, addifion, 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 modificafions, supplements, and/or new designs to TCP. The Engineer may approve any such modificafions, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modificafions, 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 modificafion, addifion, supplement, and/or new design shall not be implemented and no work shall be commenced that is confingent on such approval unfil the changed TCP are approved by the Engineer. The preparafion of such modificafion, addifion, 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 modificafions, supplements, and/or new designs to TCP shall conform to the requirements of Secfion 2-5.3 Shop Drawings and Submittals. The standard TCP and notes are attached in the appendices: APPENDIX F - STANDARD TRAFFIC CONTROL PLAN APPENDIX G - CITY OF CARLSBAD STANDARD NOTES FOR SIGNING AND STRIPING PLANS Contractor shall comply with Appendix G requirements. 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensafion for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparafion, reproducfion and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved addifions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and fime to prepare and review modificafions, addifions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no addifional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no addifional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 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. Revised 8/10/10 Contract No. 6608 Page 96 of 168 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shail have at the Work site, copies or suitable extracts of: Construcfion Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulafions. Before excavafing 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' protecfion from the hazard of caving ground during the excavafion of such trench. Ifthe plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start unfil the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in wrifing by the Engineer, or as othenA/ise stated in the Specificafions. Explosives shall be handled, used, and stored in accordance with all applicable regulafions. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasfing operafions. 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 Regulafions shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe condifions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implemenfing, administering and maintaining a confined space entry program (CSEP) in accordance with Secfions 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 potenfial physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potenfial isolafion and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric tesfing of the space Revised 8/10/10 Contract No. 6608 Page 97 of 168 6. Venfilafion of the space 7. Special hazards considerafion 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall inciude the names of its personnel. Including subcontractor personnel, assigned to the project who will have CSEP responsibilifies, 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 deflned in Secfion 5157, Tifie 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavafions, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces unfil the pre-entry procedures demonstrate othenA/ise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implemenfing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precaufions 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 fimes, as required by the condifions and progress of the work, all necessary safeguards for the protecfion of workers and public, and shall use danger signs warning against hazards created by such features of construcfion 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 any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialfies of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and locafion 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 Nafional laws and County and Municipal ordinances and regulafions 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 fimes observe and comply with such laws, ordinances, and regulafions. Municipal ordinances that affect this work include Chapter 11.06. Excavafion and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construcfion project which would be subject to Secfion 1601 or Secfion 1603 of the Fish and Game Code, the condifions established pursuant to Secfion 1601 et seq. ofthe Fish and Game Code shall become conditions of the contract. •F Revised 8/10/10 Contract No. 6608 Page 98 of 168 7-14 ANTITRUST CLAIMS. Secfion 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 Secfion 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, sen/ices, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 - FACILITIES FOR AGENCY PERSONNEL Field Office for Agency personnel is not required. SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless othenA/ise specified, quantifies of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantifies of pipe, piling, fencing and fimber shall be considered as being the true length measured along longitudinal axis. Unless OthenA/ise provided in Specificafions, volumetric quantifies shall be the product of the mean area of vertical or horizontal secfions 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 sfipulated in the particular secfions involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantifies are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensafion for the items of work and all work appurtenant thereto. When required by the Specificatioris 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 safisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. Revised 8/10/10 Contract No. 6608 Page 99 of 168 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Speciflcations. Upon completion of construction, if the actual quanfities show either an increase or decrease from the quantifies given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Secfion 3-2.2.1. The unit and lump sum prices to be paid shall be full compensafion 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 compensafion will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate acfion is required to prevent injury, death, or property damage, and precaufions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precaufions 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 inacfion under such J circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligafions under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or othenA/ise 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 recordafion of the "Nofice of Complefion." If, within the time fixed by law, a properiy executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the flnal estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properiy executed and flled 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 y**^ that such montiily closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. ^¥ Revised 8/10/10 Contract No. 6608 Page 100 of 168 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 esfimated value will be based on contract unit prices, completed change order work and as provided for in Secfion 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 addifional payment is due, the Contractor shall within ten (10) days of receipt of the progress esfimate, submit a supplemental payment request to the Engineer with adequate justificafion supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shail be returned to the Contractor as soon as pracficable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in wrifing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Secfion 685.010 of the Code of Civil Procedure. From each progress esfimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deducfion to be made from remaining progress esfimates and from the flnal esfimate 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 surefies will consfitute a waiver of the liquidated damages under 6-9. As provided in Secfion 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspecfion, the Engineer will make a Final Payment Esfimate and process a corresponding payment. This esfimate will be in wrifing 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 itom with quantifies and payment amounts and shall show all deducfions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior esfimates and progress payments shall be subject to correcfion in the Final Payment Esfimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement dispufing 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 posifion. Should the Contractor fail to submit the statement and supporting documentafion within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid Items and change order items. If the Contractor submits a written statement with documentation In the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantifies or amounts not approved by the Engineer will be subject to resolufion as specified in Secfion 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to Revised 8/10/10 Contract No. 6608 Page 101 of 168 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 fime such further Informafion and details as may be required by the Engineer to determine the facts or contenfions involved in its claims. Failure to submit such informafion and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those flnal payment items disputed in the written statement required in Secfion 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 esfimate. 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 esfimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written nofice or protest is required under any provision of this contract including Secfions 3-4 Changed Condifions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounfing, unless the Contractor has complied with nofice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such informafion and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolufion 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 Speciflcafions, and subject to the limitafion and conditions therein, the cost of materials and equipment delivered but not incorporated Into the Work will be included in the progress esfimate. 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 esfimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilizafion and subject to the condifions and limitations in the Specifications, the costs of work in advance of construction operations and not direcfiy attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilizafion and preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid schedule, and includes full compensafion for furnishing all insurance, bonds, licenses, labor, materials, ufilities, tools, equipment and incidentals, and for doing all the work involved in mobilizafion and preparatory work and operafions, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilifies necessary for work on the project; for all other facilifies, surefies, work and operafions which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specificaily paid for under separate secfions of these specifications. The Contractor hereby agrees that the sfipulated lump sum amount is sufficient for Mobilizafion and Preparatory Work, as described in this section, and that the Contractor shall have no right to addifional compensafion for Mobilizafion and Preparatory Work. ^ Revised 8/10/10 Contract No. 6608 Page 102 of 168 Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Nofice to Proceed), forty percent (40%) of the amount bid for Mobilizafion And Preparatory Work will be allowed. For the second progress payment, an addifional sixty percent (60%) of the amount bid for mobilizafion and preparatory work will be allowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quanfity and type as listed in the Contractor's Proposal. All work shown or menfioned on the plans, in the Contract Documents, General Provisions, or Technical Provislons/Specificafions shall be considered as included in the Bid Items. Contractor must protect existing ufilifies, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. Bid Schedule A - NORTHWEST QUADRANT STORM DRAIN IMPROVEMENT PROGRAM, Project No. 6608: Mobilization (Bid Item No. A-1) Lump Sum Mobilizafion shall consist of all preparatory work and operafions which must be performed or costs incurred prior to beginning work on the various Contract items on all project sites. Mobilizafion shall include but not be limited to the following items: 1. Obtaining and paying for ali required Bonds, Insurance Policies (including premiums and incidentals), and Permits (including Caltrans Duplicate Encroachment Permit). 2. Submittal of required construcfion schedule(s). 3. Establishment of all offices, buildings, construcfion yards, sanitary facilifies, and any other facilities necessary for work at all project sites. 4. Posfing all OSHA required nofices and establishment of safety programs. 5. Posfing all Department of Labor required nofice, regulafions and prevailing wages. 6. The movement of personnel, equipment, supplies, and incidentals to all project sites. 7. Developing and installing construcfion water supply. 8. Notification of residents and businesses No addifional compensafion will be allowed for addifional mobilizafions required, including but not limited to delays caused by the relocafion of exisfing ufility facilifies shown on the Plans or discovered during construcfion operafions. The deletion of work or the addition of extra work as provided for herein shall be refiected in Contract Change Orders, and shall not affect the price paid for "Inifial Mobilizafion." Payment for "Mobilizafion" will be made at the lump allowance named in the Bid Schedule, which price shall constitute full compensafion for all such work. Payment for Inifial Mobilizafion will be made as follows: The bid item for mobilization and related items shall not exceed ten percent (10%) ofthe total contract item. The delefion of work or the addition of extra work as provided for herein shall not affect the price paid for Mobilizafion. The contract lump sum price paid for mobilizafion shall include full compensafion for furnishing all labor, materials, tool, equipment, the cost of all bonds and insurance policies, and incidentals, and for doing the work involved in mobilizafion as specified herein. Revised 8/10/10 Contract No. 6608 Page103of168 Dewatering (Bid Item No. A-2) Lump Sum The sfipulated amount of $5,000 shall compensate the Contractor for dewatering as required by the Engineer. Compensafion will be per Secfion 3-3 Extra Work and will be based on services performed that were not included in the original contract. Services may include and not be limited to furnish and maintain equipment and devices necessary to remove and maintain the project site free of groundwater In accordance with Secfion 306-1.1.8, plan details, and the contract documents. This includes, but is not limited to, furnishing all labor, materials, and equipment to dewater the pipeline trench during construcfion, prepare dewatering plan, pretreatment devices, and no addifional compensation will be allowed therefor. Storm Water Pollution Control Plan (SWPCP) (Bid Item No. A-3) Lump Sum The contract unit price paid for the SWPCP work shal) include full compensafion for furnishing all labor, materials, tools, equipments, and incidentals for doing all the work involved in developing, preparing, obtaining approval of, revising and amending the Tier 1 -SWPPP, and installing, construcfing, maintaining, removing and disposing of BMPs as shown in the Tier 1 - SWPPP, in accordance with Drawing Set 457-4B and Secfion 300-13 and no addifional compensafion will be allowed therefor. Potholing and Utility Coordination (Bid Item No. A-4) Lump Sum The contract unit price paid for Potholing and Ufility Coordination work shall include full compensafion for furnishing all labor, materials, tools, equipments, and incidentals for doing all the work involved in the location of, and relocafion of any utilities within the project areas as defined on Drawing Set 457-4B and no additional compensafion will be allowed therefor. Shoring and Bracing (Bid Item No. A-5) Lump Sum The contract unit price paid for this bid item shall constitute full compensafion to furnish and install shoring and bracing in conformance with CALOSHA, the plans and the contract document. This includes all labor, material, equipment and supervision and no addifional compensafion will be made therefor. Construct Type B Curb Inlet (Bid Item No. A-6) Each Construct Type B-2 Curb Inlet (Bid Item No. A-7) Each The contract unit price paid for this bid item shall constitute full compensafion to furnish and install Type B and B-2 Curb Inlet in accordance with Secfion 306-1, the detaii on the plans and San Diego Regional Standard Drawing D-2, and the contract documents. This includes, but is not limited to, surveying, connecfions, excavafion, forming, backfill, base material, compacfion, sawcutting, and removing and replacing pavement adjacent to curb inlet, remove and replace curb and gutter and sidewalk, and no addifional compensation will be allowed therefor. Construct 12-inch C-900 Class 200 PVC (Bid Item No. A-8) Linear Feet Construct 18-inch RCP (Bid Item No. A-9) Linear Feet The contract unit price paid for this bid item shall constitute full compensafion to furnish and install the pipe in accordance with Secfions 207-2 and 306-1 and City of Carisbad Drawing GS-26 and S-5, the plans and contract documents. This includes, but is not limited to, surveying, locafing ufilities, trenching, support of exisfing ufilifies, trench plates, backfill, compacfion, resurfacing, AC paving, aggregate base, remove and replacing cross gutters, and no addifional compensafion will be allowed therefor. Trench Resurfacing per City of Carlsbad Standard Drawing GS-26 (Bid Item No. A-10) Linear Feet The contract unit price paid for this bid item shall constitute full compensafion to furnish and install trench resurfacing in accordance with Secfions 203 and 302 and City of Carisbad Drawing GS-26, Revised 8/10/10 Contract No. 6608 Page 104 of 168 the plans and contract documents. This includes, but is not limited to, sun/eying, locafing ufilifies, resurfacing, AC paving, and no addifional compensafion will be allowed therefor. Construct Storm Drain Cleanout Type A-4 per SDRSD D-9 (Bid Item No. A-11) Each The contract unit price paid for this bid item shall constitute full compensafion to furnish and install Type A-4 Cleanout in accordance with Secfion 306-1, the detail on the plans and San Diego Regional Standard Drawing D-9, and the contract documents. This includes, but is not limited to, surveying, connecfions, excavafion, forming, backfill, base material, compacfion, sawcutting, and removing and replacing pavement, and no addifional compensafion will be allowed therefor. Construct Storm Drain Cleanout Type B-5 per SDRSD D-10(Bid Item No. A-12) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install Type B-5 Cleanout in accordance with Secfion 306-1, the detail on the plans and San Diego Regional Standard Drawing D-10, and the contract documents. This includes, but is not limited to, surveying, connecfions, excavafion, forming, backfill, base material, compacfion, sawcutting, and removing and replacing pavement, and no addifional compensafion will be allowed therefor. Remove and Replace in-kind Existing Grated inlet (Bid Item NO. A-13) Lump Sum The contract unit price paid for this bid item shall constitute full compensafion to remove and replace in-kind the exisfing 18" X 18" grated storm drain inlet 9D-147 with a new 18"X18' grated inlet. Work shall conform to Secfion 306-1, the plans, and the contract documents and shall constitute full compensation to remove and dispose of existing grated inlet, install new grated inlet, survey, connecfions to exisfing system, forming, backfill, base material, compacfion, sawcutting, and removing and replacing pavement, and no addifional compensafion will be allowed therefor. Relocate/Adjust Existing Water Service per W-3 (Bid Item No. A-14) Each The contract unit price paid for this bid item shall consfitute full compensation to relocate/adjust water service in confiict with new pipeline including and not limited to: furnish and install water sen/ice and trench resurfacing in accordance with Sections 203 and 302 and City of Carisbad Drawing GS-24 and W-3, the plans and contract documents. This includes, but is not limited to, surveying, locafing ufilifies, water service line materials and installafion, resurfacing, AC paving, and no addifional compensation will be allowed therefor. Watermain valves in this part of Carisbad do not completely shut down. Contractor to have pumps and appropriate materials onsite to pump water from trench during water service relocafions. Remove and Replace curb, gutter and sidewalk near proposed Type B inlets (Roosevelt) (Bid Item No. A-15) Lump Sum The contract unit price paid for this bid item shall constitute full compensafion to remove and replace curb and gutter and sidewalk near proposed Type B and B-1 Curb Inlet in accordance with Secfion 306-1, the detail on the plans and San Diego Regional Standard Drawing G-2 and G-7, and the contract documents. This includes, but is not limited to, surveying, excavafion, forming, backfill, base material, compacfion, sawcutting, and removing and replacing pavement adjacent to gutter, and no addifional compensafion will be allowed therefor. Remove and Replace curb, gutter, sidewalk and relocate street light conduit near proposed Type B inlets (Madison Street) (Bid Item No. A-16) Lump Sum The contract unit price paid for this bid item shall constitute full compensafion to remove and replace curb and gutter and sidewalk near proposed Type B-2 Curb Inlet in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing G-2 and G-7, and the contract ^ documents. This includes, but is not limited to, sawcutting, sun/eying, excavafion, forming, backfill, base material, compacfion, and removing and replacing pavement adjacent to gutter, and no addifional compensafion will be allowed therefor Revised 8/10/10 Contract No. 6608 Page 105 of 168 Remove and Replace Brick Cross-walk (Bid Item No. A-17) Lineal Feet The contract unit price paid for this bid item shall constitute full compensation to remove and replace the brick cross-walk in Roosevelt at Carisbad Village Drive as shown on the plans and the contract document in accordance with Secfions 303-1 and 201-2. All pavers shall be removed and replaced in the same pattern as exisfing. This includes, but is not limited to, all labor, material (including sand bedding), equipment and supervision and no addifional compensafion will be made therefor. Connect to Existing Storm Drain (Madison) (Bid item No. A-18) Each The contract unit price paid for this bid item shall constitute full compensafion to furnish and connect the 18" RCP to exisfing cleanout in accordance with Secfion 306-1 and the detail on the plans, and these contract documents. This includes, but is not limited to, sun/eying, connecfions, excavafion, forming, backfill, base material, compacfion, sawcutting, and removing and replacing pavement adjacent to existing cleanout, and no additional compensafion will be allowed therefor. Remove and Replace Cross-Gutter (Madison) (Bid Item A-19) Lump Sum The contract unit price paid for this bid item shall constitute full compensation to remove and replace cross- gutter removed to install storm drain pipeline and east to mark out at curb in accordance with Secfion 201-1 and 303-1, the detail on the plans and San Diego Regional Standard Drawing G-12, and the contract documents. This includes, but is not limited to, surveying, excavafion, forming, backfill, base material, compacfion, sawcutting, and removing and replacing pavement, and no addifional compensation will be allowed therefor Traffic Control (Bid Item No. A-20) Lump Sum The Contract lump sum price paid for the traffic control system shall include full compensafion for, but not limited to, furnishing all labor (including flagging costs), materials (including construcfion area signs), tools, equipment, traffic control plans and revisions, and incidentals, and fordoing all the work involved in placing, removing, storing, maintaining, moving to new locafions, replacing and disposing of the components of the traffic control including lights, channelizers (surface mounted), temporary railing (Type K) markers, delineators, temporary striping and pavement marking, barricades, portable flashing beacons, flashing arrow signs, portable changeable message signs, as shown on the Plans, as specifled in the Standard Speciflcafions and these Special Provisions, and as directed by the Engineer. Traffic control plans for the storm drain are included in the plan set. Replace Signing and Striping (Bid Item No. A-21) Lump Sum The contract unit price paid for this bid item shall constitute full compensafion to replace all signage, striping and pavement markers disturbed by construcfion in accordance with Secfion 310 and 312, within the project limits and fifty feet to the north and south of the project limits, and the contract documents and as shown in Appendix I. This includes, but is not limited to; removal, relocafion and installation of all signage, pavement markers and striping disturbed by construcfion and no addifional compensation will be allowed therefor. Abandon Existing Grated Inlet (Bid Item No. A-22) Lump Sum The contract unit price paid for this bid Item shall constitute full compensafion to remove grate and slurry fill exisfing inlet. And install gutter in accordance with Secfion 201-1 and 303-1, the detail on the plans and San Diego Regional Standard Drawing G-2, and the contract documents. Prior to slurry fill inlet, contractor shall install controller wire for Irrigation system. This includes, but is not limited to, surveying, excavafion, forming, materials, base material, compacfion, sawcutting, and removing and replacing pavement, and no additional compensafion will be allowed therefor Post Construction CCTV Inspection and DVD (Bid Item No. A-23) Lump Sum The contract unit price paid for this item shall constitute full compensation for all work to prepare and deliver post-construction CCTV inspecfion of the subject pipe lines in accordance with these contract ^^^'^ documents. This includes, but is not limited to, cleaning pipeline, providing equipment, camera set- Revised 8/10/10 Contract No. 6608 Page 106 of 168 up, taping, printout of pipe condifion, and delivery of DVD, and no addifional compensafion will be allowed therefor. Utility Relocations for unmarked utilities as required by Engineer per Section 3-3 "Extra Work" at the stipulated amount of ten thousand dollars (Bid Item No. A-24) Lump Sum The sfipulated amount of $10,000 shall compensate the Contractor for relocafion of unmarked and unidentified underground ufilities as required by the Engineer. Compensafion will be per Section 3-3 Extra Work and will be based on sen/ices performed that were not included in the original contract. Services may include and not be limited to furnish and install ufility relocafions, which includes and is not limited to excavafion, backfill, AC, compacfion of materials, sawcutting, supporting ufilifies, trench plates removal and disposal of pavement and no addifional compensafion will be allowed therefor. Bid Schedule B - Concrete Repair Work, Project No. 6021: Mobilization (Bid Item No. B-1) Lump Sum Mobilizafion shall consist of all preparatory work and operations which must be performed or costs incurred prior to beginning work on the various Contract items on all project sites. Mobilizafion 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 (including Caltrans Duplicate Encroachment Permit). 2. Submittal of required construcfion schedule(s). 3. Establishment of all offices, buildings, construcfion yards, sanitary facilifies, and any other facilities necessary for work at all project sites. 4. Posfing all OSHA required nofices and establishment of safety programs. 5. Posfing all Department of Labor required nofice, regulafions and prevailing wages. 6. The movement of personnel, equipment, supplies, and incidentals to all project sites. 7. Developing and installing construcfion water supply. 8. Nofificafion of residents and businesses No addifional compensafion will be allowed for addifional mobilizafions required, including but not limited to delays caused by the relocafion of existing ufility facilities shown on the Plans or discovered during construcfion operafions. The deletion of work or the addifion of extra work as provided for herein shall be reflected in Contract Change Orders, and shall not affect the price paid for "Inifial Mobilizafion." Payment for "Mobilizafion" will be made at the lump allowance named in the Bid Schedule, which price shall constitute full compensafion for all such work. Payment for Inifial Mobilizafion will be made as follows: The bid item for mobilization and related items shall not exceed ten percent (10%) of the total contract item. The deletion of work or the addition of extra work as provided for herein shall not affect the price paid for Mobilizafion. The contract lump sum price paid for mobilizafion shall include full compensafion for furnishing all labor, materials, tool, equipment, the cost of all bonds and insurance policies, and incidentals, and for doing the work involved in mobilizafion as specified herein. Storm Water Pollution Control Plan (SWPCP) (Bid Item No. B-2) Lump Sum The contract unit price paid for the SWPCP work shall include full compensafion for furnishing all labor, materials, tools, equipments, and incidentals for doing all the work involved in developing. Revised 8/10/10 Contract No. 6608 Page 107 of 168 preparing, obtaining approval of, revising and amending the Tier 1 -SWPPP, and installing, construcfing, maintaining, removing and disposing of BMPs as shown in the Tier 1 - SWPPP, in accordance with Drawing Set 457-4B and Secfion 300-13 and no additional compensafion will be allowed therefor. The plan may be included with the plan for Northwest Quadrant Storm Drain Improvement Program. Remove existing and Install New Midblock Popouts Including Security Planters (Roosevelt) (Bid Item No. B-3) Lump Sum The contract unit price paid for this bid item shall constitute full compensafion to remove and replace curb and gutter and sidewalk at midblock popout on Roosevelt Street in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing G-2, G-7 and G-31, and the contract documents. This includes, but is not limited to, remove and reuse exisfing signs, surveying, excavafion, forming, backfill, base material, compacfion, sawcutting, removal and disposal of exisfing popouts and remove, dispose and install new concrete security planters, installation raised planters including irrigafion, and removing and replacing pavement, and no addifional compensafion will be allowed therefor Remove existing and Install new Midblock crosswalk including bollards (Roosevelt) (Bid Item No. B-4) Square Feet The contract unit price paid for this bid item shall constitute full compensation to remove and replace the midblock cross-walk on Roosevelt Street in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing G-18 (7" thick PCC), and the contract documents. This includes, but is not limited to, surveying, excavafion, forming, backfill, base material, compacfion, sawcutting, removal and disposal of exisfing crosswalk, preservafion and reinstallafion of bollards, installafion of stamped colored concrete 7" thick crosswalk, and no addifional compensafion will be allowed therefor Remove existing and Install New Midblock Popouts Including Raised Planters (Madison) (Bid Item No. B-5) Lump Sum The contract unit price paid for this bid item shall consfitute full compensation to remove and replace curb and gutter and sidewalk at midblock popout on Roosevelt Street in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing G-2, G-7 and G-31, and the contract documents. This includes, but Is not limited to, remove and reuse exisfing signs, surveying, excavafion, forming, backfill, base material, compacfion, sawcutting, removal and disposal of exisfing popouts and remove, dispose and install new concrete security planters, installafion raised planters including irrigafion, and removing and replacing pavement, and no addifional compensafion will be allowed therefor Remove existing and Install new Midblock crosswalk including bollards (Madison) (Bid Item No. B-6) Square Feet The contract unit price paid for this bid item shall constitute full compensafion to remove and replace the midblock cross-walk on Roosevelt Street in accordance with Section 306-1, the detail on the plans and San Diego Regional Standard Drawing G-18 (7" thick PCC), and the contract documents. This includes, but is not limited to, surveying, excavafion, forming, backfill, base material, compaction, sawcutting, removal and disposal of existing crosswalk, preservation and reinstallafion of bollards, installation of stamped colored concrete 7" thick crosswalk, and no additional compensation will be allowed therefor Irrigation (Bid Item No. B-7) Lump Sum The contract unit price paid for this item shall constitute full compensafion to install Irrigafion System, in accordance with Secfion 2810 of the Technical Speciflcafions and the detail in Appendix K, and the contract documents. This includes and is not limited to excavafion, backfill, connecfion to exisfing ¥ Revised 8/10/10 Contract No. 6608 Page 108 of 168 controllers (one solar and one electric), materials, and no addifional compensafion will be allowed \^ therefore. Remove and Replace Sidewalk (Bid Item No. B-8) Square Feet The contract unit price paid for this bid item shall consfitute full compensafion to remove and replace sidewalk as directed by the Engineer in accordance with Secfion 306-1, the detail in Appendix J and San Diego Regional Standard Drawing and G-7, and the contract documents. This includes, but is not limited to, sun/eying, excavafion, forming, backfill, compacfion, sawcutting, and removing and replacing pavement, and no addifional compensafion will be allowed therefor. Bid Item includes 200 square feet to be removed and replace at direction of Engineer. Traffic Control (Bid Item No. B-9) Lump Sum The Contract lump sum price paid for the traffic control system shall include full compensation for, but not limited to, furnishing all labor (including flagging costs), materials (including construcfion area signs), tools, equipment, traffic control plans and revisions, and incidentals, and for doing ali the work involved In placing, removing, storing, maintaining, moving to new locafions, replacing and disposing of the components of the traffic control including lights, channelizers (surface mounted), temporary railing (Type K) markers, delineators, temporary striping and pavement marking, barricades, portable fiashing beacons, flashing arrow signs, portable changeable message signs, as shown on the Plans, as specifled In the Standard Specificafions and these Special Provisions, and as directed by the Engineer. Traffic control plans for the concrete work are not included in the plans set. Standard Traffic Control Plan is included in the appendices. Contractor shall submit a Traffic Control Plan for Approval. Electrical Conduit Installation (Bid Item No. B-10) Lump Sum The contract unit price paid for the bid item shall constitute full compensafion for, but not limited to, furnishing all labor, materials, tools, equipment, traffic control, trenching, connecfions, excavafion, backfill, compacfion and incidentals and for all work involved in placing electrical conduit per the sketch 1A in Appendix L and no addifional compensafion will be allowed therefore. Remove and Replace curb and gutter per SDRSD G-2 (Bid Item No. B-11) Linear Feet The contract unit price paid for this bid item shall constitute full compensafion to remove and replace curb and gutter as directed by the Engineer in accordance with Secfion 306-1, the detail in Appendix J and San Diego Regional Standard Drawing and G-2, and the contract documents. This includes, but is not limited to, surveying, excavafion, forming, backfill, compacfion, sawcutting, and removing and replacing pavement, and no addifional compensafion will be allowed therefor. Remove and Replace Meter and Pull Boxes (Bid Item No. B-12) Each The contract unit price paid for this bid item shall constitute full compensation to remove and replace sidewalk as directed by the Engineer in accordance with Secfion 306-1, as shown on the plans and the detail in Appendix J and San Diego Regional Standard Drawing and G-7, and the contract documents. This includes, but is not limited to, surveying, excavafion, forming, backfill, compacfion, sawcutting, and removing and replacing pavement, and no addifional compensafion will be allowed therefor Bid Item includes 200 square feet to be removed and replace at direcfion of Engineer. Remove and Replace Driveway on Madison (Bid Item No. B-13) Square Feet The contract unit price paid for this bid item shall constitute full compensation to remove and replace sidewalk as directed by the Engineer in accordance with Secfion 306-1, the detail on the in Appendix J and San Diego Regional Standard Drawing and G-7, and the contract documents. This includes, — but is not limited to, surveying, excavation, forming, backfill, compacfion, sawcutting, and removing and replacing pavement, and no addifional compensafion will be allowed therefor Bid Item includes 200 square feet to be removed and replace at direction of Engineer. Revised 8/10/10 Contract No. 6608 Page 109 of 168 Bid Schedule C - Pavement Management Program, Project No. 6001: Mobilization (Bid Item No. C-1) Lump Sum Mobilization shall consist of all preparatory work and operations which must be performed or costs incurred prior to beginning work on the various Contract items on all project sites. Mobilizafion 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 (including Caltrans Duplicate Encroachment Permit). 2. Submittal of required construction schedule(s). 3. Establishment of all offices, buildings, construcfion yards, sanitary facilifies, and any other facilities necessary for work at all project sites. 4. Posfing ali OSHA required nofices and establishment of safety programs. 5. Posfing all Department of Labor required nofice, regulafions and prevailing wages. 6. The movement of personnel, equipment, supplies, and incidentals to all project sites. 7. Developing and installing construcfion water supply. 8. Nofificafion of residents and businesses No addifional compensafion will be allowed for addifional mobilizafions required, including but not limited to delays caused by the relocafion of existing utility facilities shown on the Plans or discovered during construcfion operafions. The deletion of work or the addition of extra work as provided for herein shall be refiected in Contract Change Orders, and shall not affect the price paid for "Inifial Mobilizafion." Payment for "Mobilizafion" will be made at the lump allowance named in the Bid Schedule, which price shall constitute full compensafion for all such work. Payment for Inifial Mobilizafion will be made as follows: The bid item for mobilization and related items shall not exceed ten percent (10%) ofthe total contract item. The deletion of work or the addition of extra work as provided for herein shall not affect the price paid for Mobilization. The contract lump sum price paid for mobilization shall include full compensafion for furnishing all labor, materials, tool, equipment, the cost of all bonds and insurance policies, and incidentals, and for doing the work involved in mobilization as specified herein. Storm Water Pollution Control Plan (SWPCP) (Bid Item No. C-2) Lump Sum The contract unit price paid for the SWPCP work shall include full compensafion for furnishing all labor, materials, tools, equipments, and incidentals for doing all the work involved in developing, preparing, obtaining approval of, revising and amending the Tier 1 -SWPPP, and installing, construcfing, maintaining, removing and disposing of BMPs as shown in the Tier 1 - SWPPP, in accordance with Drawing Set 457-4B and Secfion 300-13 and no addifional compensafion will be allowed therefor. The plan may be included with the plan for Northwest Quadrant Storm Drain Improvement Program. Grind Asphaft Pavement (Roosevelt) (Bid Item No. C-3) Square Foot The contract unit price paid for the bid item shall constitute full compensafion to furnish equipment, grind/plane existing asphalt pavement and dispose of material in accordance with Section 300-1 and no addifional compensafion will be allowed therefore. Revised 8/10/10 Contract No. 6608 Page 110 of 168 Construct Asphalt Concrete Overlay (Roosevelt) (Bid Item No. C-4) Square Foot The contract unit price paid for the bid item shall constitute full compensafion to furnish and install asphalt concrete overiay Unit price shall include placement, compacfion, resurfacing , AC paving and no addifional compensafion will be allowed therefore. Grind Asphalt Pavement (Madison) (Bid Item No. C-5) Square Foot The contract unit price paid for the bid item shall constitute full compensafion to furnish equipment, grind/plane exisfing asphalt pavement and dispose of material in accordance with Secfion 300-1 and no addifional compensafion will be allowed therefore. Construct Asphalt Concrete Overlay (Madison) (Bid Item No. C-6) Square Foot The contract unit price paid for the bid item shall constitute full compensation to furnish and install asphalt concrete overiay Unit price shall include placement, compacfion, resurfacing , AC paving and no addifional compensafion will be allowed therefore. Traffic Control (Bid Item No. C-7) Lump Sum The Contract lump sum price paid for the traffic control system shall include full compensafion for, but not limited to, furnishing all labor (including flagging costs), materials (including construcfion area signs), tools, equipment, traffic control plans and revisions, and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locafions, replacing and disposing of the components of the traffic control including lights, channelizers (surface mounted), temporary railing (Type K) markers, delineators, temporary striping and pavement marking, barricades, portable fiashing beacons, flashing arrow signs, portable changeable message signs, as shown on the Plans, as specifled in the Standard Speciflcafions and these Special Provisions, and as directed by the Engineer. Traffic control plans for the overiay work are not included in the plans set. Standard Traffic Control Plan is included in the appendices. Contractor shall submit a Traffic Control Plan for Approval. Replace Signing and Striping (Bid Item No. C-8) Lump Sum The contract unit price paid for this bid item shall constitute full compensafion to replace all signage, striping and pavement markers disturbed by construcfion in accordance with Secfion 310 and 312, within the project limits and fifty feet to the north and south of the project limits, and the contract documents and as shown in Appendix 1. This includes, but is not limited to; removal, relocafion and installafion of all signage, pavement markers and striping disturbed by construcfion and no addifional compensation will be allowed therefor. Revised 8/10/10 Contract No. 6608 Page 111 of 168 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this secfion and Table 200-1.2.2(B). When permeable material is required and the class or kind is not specified. Class 1 permeable material shall be used. The alternafive gradings within Class 1 permeable material are identified by types. Unless OthenA/ise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composifion by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200-1.2.2(B). TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Sieve Sizes Percen Type A tage Passing Type B 50-mm (2") — 100 37.5-mm (IV2") — 95-100 19-mm (V) 100 50-100 12.5-mm (V2") 95-100 — 9.5-mm (%") 70-100 15-55 4.75-mm (No. 4) 0-55 0-25 2.36-mm (No. 8) 0-10 0-5 75-Mm (no. 200) 0-3 0-3 TABLE 200-1.2.2(B) CLASS 2 PERMEABLE MATERIAL Sieve Sizes Percentage Passing 25-mm (1") 100 19-mm (V) 90-100 9.5-mm 40-100 4.75-mm (No. 4) 25-40 2.36-mm (No. 8) 18-33 600-iJm (No. 30) 5-15 300-iJm (No. 50) 0-7 75-|jm (no. 200) 0-3 Revised 8/10/10 Contract No. 6608 Page 112 of 168 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specificafion, July 1999, Secfion 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following secfion: 200-2.7 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 compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portiand 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 opfion 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. AGGREGATE GRADING REQUIREMENTS Sieve Sizes 2" 11/2" 1" 3/4" No. 4 No. 30 No. 200 11/2" Maximum Operating Range 100 90-100 Percentage Passing 3/4" Maximum Operating Range 100 50-85 90-100 25-45 35-60 10-25 10-30 2-9 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operafing Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's producfion, whichever is smaller. ^¥ Revised 8/10/10 Contract No. 6608 Page 113 of 168 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) PORTLAND CEMENT CONCRETE Type of Construction Concrete Class Maximum Slump mm (Inches) All Concrete Used Within the RIght-of-Way 330-C-23 (560-C-3250) (2) Trench Backfill Slurry 115-E-3 (190-E-400) 200 (8") Street Light Foundafions and Survey Monuments 330-C-23 (560-C-3250) 100 (4") Traffic Signal Foundafions 350-C-27 (590-C-3750) 100 (4") Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201- 1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.4(a) Integral Colored Concrete. 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, workability and finishing performance of the concrete. Integral color pigments shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applicafions (salt flnished, broom flnishes, rotary flnishes), as well as vertical surfaces, and other types of architectural 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 informafion bullefin). Provide sample panel submittals of all colors to be used in the installafion on Idenfical surfaces for approval by Resident Engineer. Contractor shall provide a maintenance schedule for integral colored concrete. Admixture for all integral colored concrete paving In medians and other integral colored concrete shall be the following: Color: Quarry Red - Scofield (brand). Curing: Scofield Colorcure Concrete Sealer (or approved equal). See Secfion 201 of these Supplemental Provisions for Concrete Curing Materials. Revised 8/10/10 Contract No. 6608 Page 114 of 168 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 installafion shall be in strict accordance with the manufacturer's specificafions and recommendafions, and those published by the American Concrete Institute (ACI) and the Portland Cement Associafion (PCA). 201-1.2.4 Chemical Admixtures, (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specifled or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201-1.6 Finish: Stamp to be obtained from Engineer. Add the following: 201-1.7 Miscellaneous Concrete Finishing Products. 201-1.7.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofleld Colorcure Concrete Sealer or approved equal) Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural concrete. Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry without darkening or adding gloss to the surface, tt shall presen/e 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 direcfions. Seal shall be compafible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specificafions: Color: Clear, non-yellowing Odor: Mild Flash Point: None (C.O.C. method) Specific Grav.:1.03 Density: 8.6 pounds per gallon Drying Time: 30 minutes to 60 minutes Cure Time: 24 to 48 hours VOC Content: None (0 g/l) excluding water Polymer Type: Proprietary Reacfive 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 applicafion. Method of Airiess sprayer. ¥ Revised 8/10/10 Contract No. 6608 Page 115 of 168 ^3 Applicafion Manufacturer: Scofield Chromix Admixtures for color-condifioned 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. 201-1.2.4 Chemical Admixtures, (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a V-i confinuous expansion joint at locafions indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not OthenA/ise 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 confinuous seals without causing staining or deteriorafion of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instrucfions for joint preparafion and joint sealer applicafion. Contractor shall also submit samples for inifial selecfion purposes In form of manufacturer's standard bead samples, consisfing 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 locafion where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applicafions 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 compafible with one another and with joint substrates under condifions of service and applicafion, as demonstrated by sealant manufacturer based on tesfing 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 Type "A" as specifled in Secfion 201-1.2.4(a) of these Special Provisions. Joint sealants shall be mulfi-component polyurethane sealant. Except as othenA/ise 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. Revised 8/10/10 Contract No. 6608 Page 116 of 168 Acceptable Products: "Sonneborn NPII"; Sonneborn Building Products Division; "Scofield Lithoseal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compafible with joint substrates, sealants, primers and other joint fillers; and are approved for applicafions indicated by sealant manufacturer based on field experience and laboratory testing. Plasfic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plasfic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. 201-3.4.1 Penetrating Sealer. Add the following: Apply a coloriess, non-yellowing penetrating sealer to all exposed concrete surfaces. Contractor shall submit proposed specificafions to the Engineer for approval prior to construction. 201-3.7 Type "D" Joint Sealant. Add the following: Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an applicafion temperature of 190*0 (375*'F) to 205*C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use In both asphalt concrete and portiand cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as per Table 201 -3.7(A). TABLE 201-3.7(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Measuring Standard (ASTM Designation) Results Conditions Cone Penetration ASTM D 3407. Sec. 5 3.5 mm, max. 25X, 150 g, 5 s Flow, 60X ASTM D 3407. Sec. 6 5 mm, max. Resilience .ASTM D 3407. Sec. 8 25%, min. 25X Softening Point, ASTM D 36 82 *C, min. Ducfility, ASTM D 113 300 mm, min. 25''C, 50 mm/min Flash Point, COC, ''C ASTM D 92 288 "C, min. Viscosity, Brookfield Thermosel, ASTM D 4402 2.5-3.5 Pa s No. 27 Spindle, 20 rpm, 190°C. ADD the following secfion: 201-8 ROUND CONCRETE SEURITY PLANTER. 201- 8 General. Concrete Security barrier shall be 31" Concrete Security Planter Model P-3136-R as Manufactured by Markstaar, 888-845-2693 or approved equal. Concrete Security Planter shall be 31" diameter by 36" high, weight 930 pounds, grey limestone exposed aggregate. SECTION 202 - CONCRETE PAVERS 202- 3.1 INTERLOCKING CONCRETE PAVING STONES. ADD the following: 202-3.1.1 Materials. All interiocking concrete paving stones shall conform to the following specificafions: 1. Paver shall have a minimum compressive strength of 8,000 psi in accordance with tesfing Page 117 of 168 ^^¥ Revised 8/10/10 Contract No. 6608 procedures ASTM C-140. 2. Materials used to manufacture interiocking concrete paving stones shall conform to the following: a. Cement: ASTM C-150 (Portland Cement) b. Aggregates: ASTM C-33 (washed, graded sand and rock, not expanded shale or lightweight aggregates.) 3. Pavers shall be manufactured and supplied by the following manufactures: a. Muller Supply Co., Lodi, CA (209) 334-3781 Paving stones shall be 100 mm, as manufactures by Muller Supply Co. A sample panel of paving stone shall be submitted to the Engineer to indicate color and type of paving stone to be supplied on this job. Approval of paving stones shall be secured prior to the installafion of paving stones. Paving stones shall be delivered and unloaded at the jobsite on pallets or bound in such a manner that no damage occurs to the product during hauling, handling, or unloading at the jobsite. Size, shape, design, and colors shall be in accordance with details as noted on the plans or in these specificafions. SECTION 203 - BITUMINOUS MATERIALS ^ 203-6 ASPHALT CONCRETE. ADD the following: 203-6.2.1 Acceptance. 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 gradafion conforms to the grading as shown in Table 203-6.4.3 (A). Deviations in gradafion may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.3 (A) Plant inspected asphalt concrete will be considered in conformance with the mix design when visually Inspected and the combined gradafion of the Bin samples show conformance to the grading as shown in Table 203-6.4.3 (A). 203-6.4 Asphalt Concrete Mixtures. Add the following: Convenfional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluafion of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspecfion that confirms the producfion of a particular mix design and verifies using samples of aggregate taken before the addifion of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufflcient size samples shall be taken to ensure representative and adequate quantity of material for: •5 V Revised 8/10/10 Contract No. 6608 Page 118 of 168 1. Asphalt Content and Gradafion of Extracfion 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 or b. Marshall Stability^ in accordance with the Asphalt Insfitute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. ^Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properiy prepared to safeguard against infiux of outside contaminates and so that the cut surfaces do not infiuence the test results. 203-6.8 Asphalt Concrete Storage. add the following: Open graded or Gap graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203- 11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be Gap Graded class ARHM-GG-C. SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204- 1 LUMBER AND PLYWOOD TABLE 204-1.2(A) add the following: USES GRADES Headers for bituminous pavement up to 50 mm x 100 mm (2"x4") Construcfion grade Redwood or preservafive treated construcfion grade Douglas Fir Headers for bituminous pavement larger than 50 mm X 100 mm (2"x4") Number 1 grade Redwood, or preservative treated number 1 grade Douglas Fir SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. 206-7.1 Roadside Signs. This work shall consist of furnishing and installing roadside signs in accordance with details shown on the plans, the California Sign Specificafions and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability 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. 206-7.1.2 Sign Identification. The following notafion 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: ^•r Revised 8/10/10 Contract No. 6608 Page 119 of 168 A. PROPERTY OF THE CITY OF CARLSBAD, B. Name of the sign manufacturer, C. Month and year of fabrication, D. Type of retrorefiective sheeting, and E. Manufacturer's identification and lot number of retrorefiective sheeting. The above notafion shall be applied direcfiy 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 plasfic signs. Painfing, screening, or engraving of the notafion will not be allowed. The notafion 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 manufacture 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 prismafic cube lens sheefing (Diamond Grade VIP or equivalent) In accordance to ASTM Designafion D4956 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 Designafion B209. Sheet aluminium shall be pretreated in accordance to ASTM Designafion B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and fightly adherent chromate conversion coafing free of powdery residue. The conversion coafing shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coafing 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 resulfing from fabricafion. 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 mulfiple 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 provided with back braces and mounfing blocks as approved by the Engineer consisfing of 10-gage or 12-gage cold-rolled steel perforated tubing when mulfiple posts are used. 206-7.1.6 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 direcfion, warning, and regulafion of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stafionary and portable signs. 206-7.2.1 General. This work shall consist of furnishing and installing temporary signs in accordance with details shown on the plans, the California Sign Specificafions and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability 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. •f^ Revised 8/10/10 Contract No. 6608 Page 120 of 168 206-7.2.2 Drawings. Standard signs shall be as per the most recenfiy approved California Sign Speciflcafions. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Nofice 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 prismafic cube lens sheefing (Diamond Grade VIP or equivalent) in accordance to ASTM Designafion 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 Designafion B209. Sheet aluminium shall be pretreated in accordance to ASTM Designation 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 coating shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coafing 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 resulfing from fabricafion. 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stafionary 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 Transportafion Standard Plans RSI, RS2, RSS and RS4 for installafion of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). d) Unless othenA/ise shown on the plans traffic sign posts shall conform in materials and installafion to SDRS drawing M-45 and shall have one post provided for each 0.48 m (5 ft^jof sign area, or the signs may be installed on exisfing lighfing 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 stabilizafion of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stafionary mounted signs are installed and the type of sign installafion is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stafionary mounted signs shall consist of refiective 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 operafion. 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 stafionary 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 applicafions of orange enamel which will match the color of the sign panel background. Tesfing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. ^¥ Revised 8/10/10 Contract No. 6608 Page 121 of 168 Add the following secfion: 206-8.1 General. This Secfion pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilizafion of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designafion A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designafion G-90. Galvanizing shall be performed after all forming and punching operafions have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11mm (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 exceed a tolerance of +0.25 mm (+0.010") applied to the speciflc size determined at the corner. Straightness tolerance variafion 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, consecufive 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(B). 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) 25x25 (1x1) 0.13 0.005 32x32 (IV4XIV4) 0.15 0.006 38x38 (IV2XIV2) 0.15 0.006 44x44 (1%x1%) 0.20 0.008 51 x51 (2x2) 0.20 0.008 56x56 (2^/16x2^16) 0.25 0.010 57x57 (2V4X2V4) 0.25 0.010 64x64 (2V2X2V2) 0.25 0.010 51 x76 (2x3) 0.25 0.010 TABLE 206-8.2(B) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension mm (Inches) Squareness^^^ mm (Inches) Twist Permissible in 900 mm (3") mm^2) (Inches)^^) 25x25 (1x1) 0.15 0.006 1.3 0.050 32x32 (I-V4XI-V4) 0.18 0.007 1.3 0.050 38x38 (I-V2XI.V2) 0.20 0.009 1.3 0.050 44x44 (1-%x1-%) 0.25 0.010 1.6 0.062 51 x51 (2x2) 0.30 0.012 1.6 0.062 56x56 (2-^/l6X2-=*/l6) 0.36 0.014 1.6 0.062 57x57 (2-V4X2-V4) 0.36 1.014 1.6 0.062 64x64 (2-V2X2-V2) 0.38 0.015 1.9 0.075 51 x76 (2x3) 0.46 0.018 1.9 0.075 Tubing may have its sides falling to be 90 degrees to each other by the tolerance listed. Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Revised 8/10/10 Contract No. 6608 Page 122 of 168 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 III Add the following secfion: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following secfion: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system ail 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 operafion. 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. The trailer shall be equipped so that it can be leveled and plumbed. Full operafion 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 inifial placement, PCMS shall be moved from locafion to locafion 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 \mf' 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 ofthe sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selecfion. Lamp matrix type signs shall be equipped with an automafic dimming operafional mode that automafically compensates for the infiuence of a temporary light source or other abnormal lighfing condifions. The sign shall have manual dimming operafion modes of 3 or more different lamp intensifies. Matrix signs not ufilizing 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 locafion 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 addifional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolafile 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 informafion display to the speed of the approaching traffic. The flashing off fime shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locafions shown on the plans, specified herein, or designated by the Engineer. The PCMS will be Revised 8/10/10 Contract No. 6608 Page 123 of 168 diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendafions. VVhen ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condifion, and meet the provisions of these specificafions, including current reglstrafion. Add the following secfion: 206- 9.4 Measurement and Payment The contract unit price PCMS shall include full compensafion for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operafing, maintaining, repairing, replacing, transporting from locafion to locafion, and delivery of the signs to the City at the complefion of the construcfion, in good working order, and as directed by the Engineer, and no other compensafion will be made. SECTION 207 - PIPE 207- 2 REINFORCED CONCRETE PIPE. 207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designations C 361-95 and 0 443-94. Pipe designated in the plans as "pressure pipe" or with a 100-year hydraulic grade line at or above the soffit shall be bell and groove spigot joint with "O" rings conforming to ASTM C-443 and C-361 for the limits shown on the plans. 207-9 IRON PIPE AND FITTINGS 207-9.2.2 Pipe Joints Unless otherwise shown on the Pians, all joints shall be the push-on type joint. Joints and accessories shall conform to the requirements and dimensions specified in ANSI A21.11, AWWA 0111. Rubber gasket material shall conform to 208-1.2 and AWWA 0111 and ANSI A21.11-90. 207-9.2.3 Fittings. Add the following: Ducfile iron pipe and fittings shall be manufactured in accordance with ANSI 21.50, AWWA 0150 and ANSI 21.51, AWWA 0151, and shall be of the size and thickness classes shown on the Plans. Unless othenA/ise specified, size 4-inches through 6-inches DIP shall be thickness Class 52, while size 8-inches and larger shall be thickness Class 50. 207-9.2.4 Lining and Coating. Replace with the following: Unless othenA/ise specified, all iron pipe and fittings shall be lined with double thickness, cement motor lining with cement conforming to ASTM C150 Type 11, AWWA C104/A21.4.90 and outside coafing of bituminous coafing a minimum of 2 mils, thick in accordance with AWWA 0151 or 0100. 207-10 STEEL PIPE add the following: 207-10.1 General Fabricated Steel Pipe and Fittings shall conform in all respects to Carisbad Municipal Water District Rules and Regulations for Construction of (Potable or Reclaimed) Water Mains, latest edifion. Revised 8/10/10 Contract No. 6608 Page 124 of 168 ^^^^ 207-10.1.2 Submittals. The Contractor shall furnish submittals in accordance with Secfion 2-5.3, Submittals Shop Drawings. Submittals are required for the following: Shop Drawings Manufacturer's tests Fabricafion Details Protective Coatings Layout Drawings Mill Reports or Plant Test Reports Dimensional Checks Welding Procedures/Certification for Field Welding Shop Drawings shall be submitted and approved prior to manufacture of pipe. 207-10.1.3 Quality Assurance. Field welders shall be certified under Secfion IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA C206, Section 3. Welders shall submit a copy of their certificafion to the District prior to performing any field welding. Certificafions shall be dated within three (3) years ofthe job to be performed. The top of all pipe and specials shall be clearly identified by marking the top with "T.O.P." for easy identificafions in the field. Plainly mark each length of pipe at the bell end to identify the proper locafion of the pipe item by reference to the layout schedule. 207-10.1.4 Protective Coatings and Linings. All steel pipe and fittings exposed within a vault or above ground shall be cement-mortar lined in accordance with AWWA C205 and C602 and painted in accordance with CMWD Approved Materials List. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA 0205, 0214 and C602 unless othenA/ise specified on the Drawings. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following secfion: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking 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 laminafion process, not adhesives. No inks or prinfing shall extend to the edges of the tape. All prinfing shall be encased to avoid ink rub-off. Detectable Underground Ufility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207- 25(B). DETECl rABLE UNDERGROUND UTILITY MARKI NG TAPE PROPERTIES Property Method Value Thickness ASTM D2103 0114 mm (0.0056") Tensile strength ASTM D882 4500a/cm (25 lbs/inch) (5.500 PSI) Elongation ASTM D882-88 <50 percent at break Printabiiity ASTM D2578 >50 dynes/square centimeter Flexibilitv ASTMD671-81 Pliable hand Inks Manufacturing specifications Heat-set Mylex Message repeat Manufacturing specificafions Every 500 mm(20") Foil Manufacturing specifications Dead soft/annealed Top layer Manufacturing specifications Virgin PET Bottom layer Manufacturing specifications Virgin LDPE Adhesives Manufacturing specificafions >30 percent, solid 1.5#/R Bond strength Boiling H2O at 100 degrees Celsius Five hours without peel Colors APWA Code See Table 207-25.1 (B) ^¥ Revised 8/10/10 Contract No. 6608 Page 125 of 168 TABLE 207-25.1 (B) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Utility Marked Red Electric power, distribufion, transmission, and municipal electric systems. Yellow Gas and oil distribufion and transmission, dangerous materials, product and steam. Orange Telephone and telegraph systems, police and fire communicafions, and cable television. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. Add the following secfion: 207-25.2 Materials Approvals. Detectable Underground Ufility Marking Tape shail meet the requirements of each of the following agency/association publications. A. Department of Transportafion, Materials Transportafion Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321(e). B. Nafional Transportafion Safety Board, Washington, DC, Special Study Prevenfion of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended pracfice for marking buried liquid petroleum pipelines - APR RP 1109. D. General Services Administrafion, Washington, DC, Public Buildings Service Guide Specificafion for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrificafion Authority (REA), U.S. Department of Agriculture, Washington, DC, Nafional Electrical Safety Code for Underground Construcfion 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(A) TABLE 210-1.5 (A) Surface to be Painted Pre-reatment / Surface Preparation Primer Finish Coats Temporary Railing type (K) Abrasive Blast Cleaning to a Roughened, Textured Appearance None Two coats white Acrylic Emulsion Paint (1) acrylic emulsion paint designed for use on exterior masonry. This paint shall comply in all respects to Federal Specification TT-P-19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CALTRANS Specificafion No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplasfic conforming to CALTRANS Specificafion No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplasfic material and shall conform to the requirements of CALTRANS Specificafion No. 8010-004 (Type II). CALTRANS Specificafions for water borne paint, thermoplasfic material and glass beads may be obtained from the CALTRANS Transportafion Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. Revised 8/10/10 Contract No. 6608 Page 126 of 168 SECTION 213 - ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Add the following: Geotextile types shall be used for the applicafions listed in Table 213-2.1(A) Table 213-2.1 (A) GEOTEXTILE APPLICATIONS Application of Geotextile Type Designation Separation of Soil and Street Structural Section 90WS Separation of Soil and Subsurface Aggregate Drain 180N Reinforcement of Street Structural Secfion 200WS Remediation and Separation of Soil 270WS Reinforcement of Soil 270WS Drainage at the Interface of Soil Structures N/A Drainage at the Interface of Soil and Structures N/A Rock Slope Protecfion Fabric for Rock Sizes Below 225 kg (% Ton) 180N Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (% Ton) 250N Plant Protection Covering 90N Erosion Control Fence with 14 AWG -150 mm x 150 mm (6"x6") Wire and 3 m (10') Post Spacing 90WS Erosion Control Fence with 1.8 m (6') Post Spacing and No Wire Fencing 200WS Add the following section: 213-3 EROSION CONTROL SPECIALTIES. Add the following section: 213- 3 Gravel bags. Gravel bags for the use of temporary erosion control shall be buriap type, filled with no less than 23kg (50 Ibs) of 19 mm (V) crushed rock and securely fied closed. Plasfic bags are not acceptable. SECTION 214 PAVEMENT MARKERS 214- 5 REFLECTIVE PAVEMENT MARKERS Add the following section: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specificafions shall be one of the types shown in Table 214-5.1 (A), or equal thereto. TABLE 214-5.1(A) Type Manufacturer of Distributor TOM- Temporary Overiay Markers Davidson Traffic Control Products, 3110 70^" Avenue East, Tacoma, WA 98424, (877) 335-4638 Revised 8/10/10 Contract No. 6608 Page 127 of 168 Add the following secfion: 14-5.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locafions shown on the plans. Reflective channelizer posts shall be orange in color. Reflecfive channelizers shall have affixed white refiective sheefing as specified in the special provisions. The reflective sheefing shall be 75 mm x 300 mm in size. The reflecfive sheefing shall be visible at 300 m at night under illuminafion 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 214-5.2(A), or equal thereto. TABLE 214-5.2(A) REFLECTIVE CHANNELIZER Type Manufacturer of Distributor Safe-Hit SH336SMA Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800)537-8958 Carsonite "Super Duck" SDR3036 Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800)648-7916 Repo "The Replaceable Post" Western Highway Products 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 The Contractor shall provide the Engineer with a Certiflcate of Compliance in accordance with the provisions of Secfion 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflective channelizers comply with the plans and speciflcafions and conform to the prequalifled design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. Revised 8/10/10 Contract No. 6608 Page 128 of 168 SUPPLEMENTAL PROVISIONS \m0^ 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 to the third paragraph: During surface clearing operafions, the Contractor shall not cover or bury any plant growth or other objecfionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertenfiy or inadvertently mixes organic or other objecfionable 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 objecfionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no addifional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials, add the following: Also included in clearing and grubbing shall be removal and disposal of exisfing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, exisfing headwalls, rip-rap, traffic signs, and other exisfing features which interfere with the work. \m0'' Whether or not such items are shown on the pians they shall be removed as a part of clearing and grubbing. Exisfing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-2 UNCLASSIFIED EXCAVATION 300-2.2.1 General. Add the following to teh first paragraph: Such direcfion may include, but is not limited to, direcfing the contractor to blend, adjust moisture content of, rework, and place unsuitable soil at specific locafions or elevafions on the site. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General, add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condifion that is level, flrm, clean and free from all debris or foreign matter. Excavafions shall be kept free from water at all fimes. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following secfion: 300-13.1 Tier 1 Storm Water Pollution Prevention Plan. As part of the storm water pollufion prevention work, the Contractor shall prepare and submit Tier 1 Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP," attached as Appendix C. Revised 8/10/10 Contract No. 6608 Page 129 of 168 In addition to standard storm water pollution prevention, the contractor shall submit a plan to address actions that will be taken during rain events. The work zone in the vicinity ofthe popouts to the future storm drain inlets is subject to flooding during every rain event. The City has determined the storm system in Grand Avenue and Carlsbad Village Drive is adequate to handle storm water flows generated in this area. Existing surface drainage will not convey flows to the existing storm drain inlets. Contractor responsible for diverting storm water flows to surface flow around corner at Roosevelt and Carlsbad Village Drive and from Madison to the storm drain inlet on Grand Avenue. Contractor shall protect private property from flooding. During rain events, contractor shall protect subgrade. 300-13.1.1 SWPPP Document Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the Tier 1 SWPPP to the Engineer, in accordance with Secfion 2-5.3.3 of these Special Provisions. Add the following secfion: 300-13.1.3 Payment. The Contractor shall provide storm water pollution prevention at the contract lump sum price bid. The contract lump sum price paid for "storm water pollufion prevenfion" shall include full compensafion for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work Involved in preparafion, reproducfion and changing of storm water pollufion prevenfion control plans, placing, removing, storing, maintaining, moving to new locafions, replacing, and disposing of the storm water pollution control system as shown on the plans and approved additions and modificafions, as specified In these supplemental provisions, and as directed by the * Engineer. All expenses and fime to prepare and review modificafions, addifions, supplements and/or new storm water pollution prevenfion plan designs shall be included in the lump sum bid and no additional payment will be made therefore. Progress payments for "Storm Water Pollufion Prevention" will be based on the percentage of the improvement work completed per the lump sum bid for the item. Add the following secfion: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the durafion of the project for installing, construcfing, inspecfing and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless othenA/ise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementafion shall confinue throughout any temporary suspension of work ordered in accordance with Secfion 6-3, "Suspension of Work". Requirements for installation, construcfion, inspecfion, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. Soil stabilizafion pracfices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementafion 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. \9 Revised 8/10/10 Contract No. 6608 Page 130 of 168 The Contractor shall implement, year-round and throughout the durafion of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construcfion operafions, at the Contractor's cost, which create water pollufion if the Contractor fails to conform to the requirements of this secfion as determined by the Engineer. Add the following section: 300- 13.1.5 Maintenance. To ensure the proper implementafion and funcfioning of control measures, the Contractor shall regulariy inspect and maintain the construcfion site for the control measures identified in the SWPPP. The Contractor shall identify corrective actions and fime frames to address any damaged measures or reinitiate any measures that have been disconfinued. The construction site inspection checklist provided in the "Handbook" shall be used to ensure that the necessary measures are being properiy implemented, and to ensure that the control measures are funcfioning adequately. The Contractor shall submit one copy of each site inspecfion record to the Engineer, within two days of the inspecfion. During the winter season, inspecfions of the construcfion site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds thirty percent (30%). 2. After any precipitation which causes runoff capable of carrying sediment from the construcfion site; 3. At 24 hour inten/als during extended precipitation events; and 4. Roufinely, 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 fime If requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correcfion of deficiencies shall be at no addifional cost to the City. SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION 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 flrst paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparafion shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, Snii^ materials; including water, operafions and equipment to scarify, adjust moisture, compact or Revised 8/10/10 Contract No. 6608 Page 131 of 168 recompact the subgrade, both in cut areas and in fill areas, and no further compensafion will be allowed. SECTION 302 - ROADWAY SURFACING Add the following: The Contractor shall be responsible for tree trimming along the curb line as noted in Section 300-1 Clearing and Grubbing - so as to provide a clear travel way during the construcfion of the roadway resurfacing. The Contractor shall treat all vegetafion within the limits of the paved area to be surfaced with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to surfacing the street. Allowance for the two day period shall be shown in the schedule required per secfion 6-1. Payment for pavement surfacing shall include tree trimming and post emergent herbicide treatment of the areas to be surfaced and no extra payment will be made therefore. Public Convenience and Traffic Control. The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9400. At least two weeks prior to work. Contractor shall send, by flrst class mail, notiflcation letters to all property addresses within 500' of the work. Obtaining the appropriate addresses shall be the contractor's responsibility. Letters shall be as shown in bold type as follows, with the appropriate information speciflc to the work Inserted at the locations indicated in the brackets and italicized. {Name of Contractot) {Address of Contractoi) {Contractor's License Numbei) {Date) As a part of the City of Carisbad's ongoing program to maintain its street and storm drainage system, construction activities wiii occur in Rooseveit Street and IVIadison Street, beginning in two or three weeics. This construction activities wiil require temporary road closures and traffic diversion starting at 7:00 a.m. and continuing until the Contractor removes the traffic control devices. You wiii be notified 72 hours in advance of the day construction wiil begin by a brightly colored 3 Va" x 8 Va" card attached to your doorknob. You will also notice temporary no parking signs on your street with a specific no parking date written on it. A successful street maintenance program depends on your cooperation. Please do not drive, walk, play, skate or allow pets on the street until it is opened by the Contractor. Furthermore, please do not wash your car or tum on any sprinklers while you are waiting, if you don't plan to leave your home or business before 7:00 a.m. during construction activities, and you need to use your vehicle later in the day, please park your car on an adjacent street in your neighborhood that Is not signed as a no parking zone, included in the construction activities is an overiay of Rooseveit Street and Madison Street. When walking to and from your car, remember not to walk on the newly surfaced street or you may have black residue on the bottom of your shoes. The residue may damage some surfaces, may mark surfaces that you track it on, and may be very difficult to remove. Revised 8/10/10 Contract No. 6608 Page 132 of 168 {Name of Contractoi) is the Contractor that will be performing the resurfacing work for the City and you may call them at {24 hour per day attended telephone number in the 760 area code) for any questions you may have about the project. On the day your street is surfaced mail delivery may be delayed until the next day. You will not know the exact date your street wili be closed until you receive the 3 Va" X 8 Va" card. If you have a moving company scheduled to come to your house in the month of September, please cali and inform the Contractor of the date. If you have any concems which are not addressed by the Contractor, please call the City's Engineering Inspection Department at 602-2780. They will assist you in resolving the concems. The City of Carisbad has some of the finest streets in the county due to the concem and cooperation of citizens like you. Your cooperation is greatly appreciated." During operafions, the Contractor's schedule for resurfacing shall be designed to provide residents and business owners sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any construcfion in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be nofified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses direcfiy affected by the work shall be notified. The Contractor shall deliver the nofificafion which shall state the date and fime the work will begin and its anficipated durafion. The nofificafion shall list two telephone numbers that may be called to obtain additional informafion. One number shall be the Contractor's permanent office or fleld 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 nofificafion shall also give a brief descripfion of the work and simple instrucfions 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. Nofices shall not be distributed unfil approved by the Engineer. For door hangers, the nofificafion 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 contrasfing prinfing. The material shall be equivalent in strength and durability to 65 Ib card stock. The prinfing on the nofice shall be no smaller than 12 point. The precut nofices shall be as shown on the example provided in Appendix "A", with the day of the week circled and appropriate informafion specific to the work inserted at the locafions indicated in the italicized font. The preparafion, materials, prinfing and distribufion of the notificafions shall be included in the contract price bid for Traffic Control and the Contractor will not be enfitled to any additional compensafion for prinfing and distribufing these nofices. 302-5 ASPHALT CONCRETE PAVEMENT. Add the following: ^ ^ * * n 302-5 2 Pavement Transitions. The Contractor shall ramp the approaches and termini to aN structures and vertical joints in the cold-milled area which are transverse to through traffic with W Revised 8/10/10 Contract No. 6608 Page 133 of 168 temporary asphalt concrete pavement as specified in secfion 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compacfion shall be as approved by the Engineer. 302-5.5 Distribution and Spreading, modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30') minimum length. The paving machine shall be operated by an operator and two full-fime screed men during all paving. Delete the second sentence of paragraph 7 and the subsequent subsections A. thru E. which reference windrow operations. Add the following sentence in place of the deleted sentence and subsequent subsecfions: The use of windrow operafions shall not be allowed. 302-5.6.1 General, modify as follows: Second paragraph. Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless othenA/ise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed othenA/ise by the Engineer, the initial breakdown rolling shall be followed by a pneumafic-tired roller as described in this section. 302-5.8 Manholes (and other structures), delete the first paragraph and replace with the following: When placing the overiay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water vaive boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overiay. Each appurtenance shall be located immediately after the overiay is placed and shall be thoroughly cleaned of any and ail construction debris which may have entered due to the Contractor's operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. Wll or CMWD Standard Drawing No. W13. All City of Carisbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. SI. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Raising and adjusfing to grade all appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensafion for all labor, materials, and equipment necessary for complefing the work as described in these specificafions and plans. 302-5.9 Measurement and Payment, add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No addifional payment shall be made for any tack coat or sand blotter. Add the following secfion: 302-11 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following secfion. 302-11.1 General. Asphalt pavement Repairs and Remediafion shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of exisfing asphalt pavement in conformance with secfion 300-1.3, compaction of exisfing subgrade in conformance with secfion 301-1, grading and compacfion of base material in conformance with secfion 301-2, applicafion of grade SS-lh emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein Revised 8/10/10 Contract No. 6608 Page 134 of 168 ,00^. Add the following section. 302-11.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate base/subgrade to 300 mm (1') below existing asphalt surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth In the bid item are for estimafing purposes only, final quantity will be as measured in the field. The Engineer will designate and mark the flnal limits of the asphalt patch area by oufiining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut shall have two of the sides at right angles to the direction of trafflc. The excavated faces of the base/subgrade shall be straight and vertical. The Contractor shall compact the upper 300mm (1') of subgrade to 95% relative compacfion. A tack coat of SS-lh emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m^ to 0.45 L/m^ (0.05 to O.IOgallons per square yard) in accordance with subsecfion 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1.0') full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-AR-4000. The asphalt concrete so constructed shall have a finish surface and density conforming to subsecfion 302-5.6.2 SSPWC. Add the following secfion. 302-11.3 Crack Sealing The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing hot poured rubber-asphalt joint sealant material. The sealant shall conform to the requirements of ASTM Dl 190. The Contractor shall dispose debris from crack cleaning outside the public way in accordance with Secfion 7-8.1, "Cleanup and Dust Control." The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melfing unit. Temperature ofthe heat transfer medium shall not exceed 245^ (475^). Applicafion ofthe hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the ^ pavement surface temperature is greater than 4X (40^). Containers of hot-melt sealant shall be 'W' delivered to the job-site in unopened containers that are cleariy marked with data showing the manufacturer's name, the product designafion and the manufacturer's batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overiap onto adjacent pavement. Add the following section: 302-11.4. Measurement and Payment. Quantities of full depth asphalt concrete patch and crack sealing set forth in the bid item are for esfimafing purposes only, final quantity will be as designated and measured in the field. The Engineer will designate and mark the limits of the Full depth asphalt concrete patch and crack sealant application areas. Payment for resurfacing shall include post emergent herbicide treatment. Full compensafion for conforming to the requirements of construcfing full depth asphalt concrete patch shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work including, saw cutting and removing and disposing 300 mm (1') thick secfion of exisfing asphalt concrete, aggregate base/subbase and basement soil as designated by the engineer, placement of asphalt concrete, compacfion of subbase and asphalt concrete, placement of SS-lh asphalt emulsion and all other work incidental to full depth asphalt concrete patch shall be considered as included in the contract unit price bid for full depth asphalt concrete patch and no addifional compensafion will be allowed therefore. Full compensafion for conforming to the requirements of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included In the contract unit price bid and no addifional compensafion will be allowed therefore. ^¥ Revised 8/10/10 Contraot No. 6608 Page 135 of 168 Add the following secfion: 302-13 INTERLOCKING CONCRETE PAVING STONES Add the following secfion. 302-13.1 General. This work shall consists of furnishing, sawcutting and placing interiocking paving stones, and furnishing and Installing sand laying course all to the form and dimension called for and where indicated on the plans. 302-13.2 Placement of Interlocking Concrete Paving Stones. Pavers shall be clean and free of foreign materials before installafion. Installation should start from a corner of straight edge and proceed fonA/ard over the undisturbed sand laying course. Paving work shall be plumb, level and true to line and grade; shall be Installed to properly coincided with adjacent word and elevations. (All edges must be retrained to secure the perimeter and the sand laying course.) 1. Paving stones shall be installed hand fight and level on the undisturbed sand laying course. String lines should be used to hold pattern lines true. 2. A roller vibrator or plane vibrator shall be used to compact the stones and to vibrate the sand up into the joints between the stones. 3. Plaster sand shall be spread over the installed paving stones so that it may be vibrated into the joints between the stones. 4. Excess sand shall be swept into joints or disposed of from surface. 5. The completer paving stone installafion shall be washed down and cleaned to provide a clean finished workmanlike installafion. 6. Apply penetrafing sealer to any replacement pavers (see 201-3.4.1). Cutting of paving stone shall be done with a masonry saw. 302- 13.3 Measurement. Measurement of concrete pavers installed shall be by the lineal foot as measured along the trench. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 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. 10 welded wire mesh. Add the following secfion: 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb, add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilifies with the marking specified in Table 303-5.5.2(A) A ^¥ Revised 8/10/10 Contract No. 6608 Page 136 of 168 ^*«^ TABLE 303-5.5.2(A) Curb Face l\l larkings Type of underground facilifies Marking Water Service Lateral Sewer Service Lateral Irrigafion Water Lateral or Sleeve W S RW 303-5.9 Measurement and Payment, add the following: Curb and gutter, and curb, shall be considered as confinuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transifions 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. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface. This secfion covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate 1 that does not meet the requirements of this section both in application and circumstance of use. Add the following secfion: 306-1.1.7.1 Requirements for Use. Alternate construcfion methods that avoid the use of steel plate bridging shall be used by the Contractor unless othenA/ise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as condifions 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 composifion. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavafion. 4. Weather condifions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ APT + 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 = plate score. ADT = average daily traffic as defined in the Federal Highway Administrafion (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edifion as amended by the MUTCD 2003 California Supplement. ^¥ Revised 8/10/10 . Contract No. 6608 Page 137 of 168 EWL = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edifion as amended by the MUTCD 2003 California Supplement. DAYS = total number of 24 hour periods during which the plates will be ufilized at the site being considered. WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be ufilized at the site being considered. NIGHTS = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. WEATHER = total number of 24-hour periods that the plates will be ufilized at the site being considered when the possibility of rain exceeds 40 percent. SPEED = 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. SLOPE = the quofient of the veri:ical differenfial divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locafions spanning a dis- tance 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 discrefion of the Engineer, the Engineer determines that no alternative method of construcfion is possible in lieu of using steel plate bridging or that other overriding considerafions make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construcfion detour routes, tunneling, boring and other methods of trenchless construction. Unless speciflcally 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 secfion: 306-1.1.7.2 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 Secfion 7-10.4.1 of the Standard Specificafions. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitufion of materials or methods shall be submitted by the Contractor in accordance with all provisions of secfion 2-5.3 Shop Drawings and Submittals. The Contractor shall backflll and resurface excavafions in accordance with section 306-1.5. Add the following secfion: 306-1.1.7.3 Installation. When backfilling operafions of an excavafion 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 fiow. In such cases, the following condifions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discrefion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 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 using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Revised 8/10/10 Contract No. 6608 Page 138 of 168 Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be fliled with elastomeric sealant material which may, at the contractor's opfion, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(B) and 203-5.3(A). Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2") shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6") of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12" x Y^) steel bolts placed through the plate and driven into holes drilled 300 mm (12") into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12") taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement secfion shall be completely filled with elastomeric sealant material. At the Contractor's opfion, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Add the following secfion: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table ^ 306-1.1.7.4(A) TABLE 306-1.1.7.4(A) W REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width Minimum Plate Thickness 0.3 m (10") 13 mm r/i) 0.6 m (23") 19 mm (74") 0.8 m (31") 22 mm (Vs") 1.0 m (41") 25 mm (1") 32 mm (1 %") 1.6 m (63") ^ (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 CALTRANS Bridge Design Speciflcafions Manual. The Contractor shall maintain a non-skid surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CALTRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construcfion 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 secfion: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials Including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installafion, removal, relocafion, preparafion 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 descripfion 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. ^¥ Revised 8/10/10 Contract No. 6608 Page 139 of 168 306-1.1.8 Payment for dewatering. add the following: Dewatering shall be paid fime and materials per Section 3-3 EXTRA WORK. 306-1.2.4 Field Jointing of Reinforced Concrete Pipe, add the following: The Contractor shall provide Gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans. 306-1.2.4e). Field Inspection of Reinforced concrete and Polyvinyl Chloride Pipe. Add the following The Contractor shall videotape the pipeline and submit on DVD format for Engineer's review at the following: • post construcfion cleaning of the storm drain, • final video shall include: pipeline, manholes and fie-ins. Final videotaping shall be performed after complete system installafion and five (5) days prior to the final walk through inspecfion. Final color video shall be submitted on DVD format. The camera head shall have a rotary head with rotafional, pan and filt movement in order to allow a full circumferenfial inspecfion and observe all portions of the pipeline. It shall have a high resolufion lens capable of spanning 360 degrees circumference and 270 degrees on a horizontal axis to televise pipelines. Opfical focal distance shall be adjustable through a range of 1-inch to infinity. The camera source image capture shail 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 ali service connecfions, and to locate all defects, as well as any pipeline problem condifions. The Contractor shall stop ifor at least 15 seconds to properiy document the condition of the lateral, size and locafion, 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 cleariy show manhole condition and structural defects from the channel and lower manhole area to the upper manhole area as viewable by the camera. The video shall be of a high resolufion 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. Confinuously displayed on the monitors and recorded on the video shall be the date of the survey, number designafion of the manhole secfion being surveyed, identified fault condifions and a continuous fonA/ard and reverse read-out of the camera distance form the manhole of the reference. Pipe condifional and fault informafion fied to pipe locafion shall also be recorded in the Report Access database record associated with each video. This informafion shall be in tabular form, and include but not be limited to the following informafion: pipeline run from upstream to downstream manhole, location of defects in feet from upstream manhole, description of the defect, and other pertinent informafion. Locafion records shall also show all lateral connecfions. The camera operator shall record all fault condifions and other required informafion 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 narrafion 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 locafion in feet from the upstream manhole and type of each defect. A Revised 8/10/10 Contract No. 6608 Page 140 of 168 ,0m^ A QA/QC procedure by the Contractor shall be developed to ensure high quality results from the ^ televising. The Contractor shall provide reports of inspecfion results of pipeline televising and condifional assessments ufilizing reporting software that is compatible with OWNER format requirements. The reporting software shall utilize a Microsoft Access Database. The inspection reports shall incorporate and utilize a standardized NASSCO PACP rating system to be provided for comprehensive evaluafion of pipeline and/or manhole condifion, i.e. a standardized lisfing of facility condifion and defect codes. The report shall utilize a Microsoft Access Database. The Contractor shall provide digital photos of representative pipeline condifions, captured during the CCTV televising. Representative photos of pipeline condifions shall be taken with a minimum of four (4) photos for every secfion of pipeline between manholes. In addifion, photos shall be taken of serious defect locafions, with these defects to be defined by the Engineer. When these conditions are noted, the Contractor shall nofify the Engineer of the need for emergency repair requirements. The Digital photo files shall be annotated with the pipeline number and stafion of the defect. Photos shall be attached to the inspecfion reports to be provided In both hard copy and in an electronic format consistent with Engineer 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 portion(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 operafion 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 inifial submittal at the start of televising work demonstrafing the typical video and audio quality to be provided for approval by the Engineer. This submittal shall note any proposed changes to the specification listed below regarding video format, data processing compression or other condifion for review and approval by the Engineer. One file shall be provided for each manhole to manhole pipe segment (or for each manhole to manhole inspecfion video). The filename shall Incorporate the unique facility identifier (to be provided by the Engineer) and the date of the inspecfion. The facility identifier numbers will be manhole numbers, with adjacent manhole numbers identifying pipe sections. A single video record on DVD disc shall be provided for each pipe section. The camera source image capture shall provide a high resolufion image with minimum of 320x240 pixels capture. The video shall be at least 23.97 frames per second. The video will be captured and compressed so as to reduce file size as much as possible while sfill meefing the needs of the Enigneer. The compression shall be per MPEG-2 format. ^ The video files shall be highly compressed, resulfing in an anficipated average file size of 10 MB per minute of video. Revised 8/10/10 Contract No. 6608 Page 141 of 168 The compression shall not significantly degrade the sfill frame quality of the video or audio signal from the original source video, as judged in a side by side viewing under normal viewing condifions. Continuously displayed and recorded on the final video shall be the actual ID of the newly rehabilitated pipe shown. The pipe size shall be determined by fleld measurement of the installed system. 306-1.3.1 General, add the following: The Contractor shall install detectable underground ufility 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 207-25 et seq. 306-1.3.4 Compaction Requirements, delete Secfion 306-1.3.4 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compacfion except that in the top 300 mm (12") of the street right-of-way, compaction shall be 95 percent. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the foilowing: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No addifional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensafion for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1, "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. 306-1.6 Basis of Payment for Open Trench Installation, add the following: Payment for ufilifies undergrounding which includes the utility trench for CATV and SDG&E and conduit for SDG&E's electric conversion shall be made on the basis of contract lump sum price for utilities undergrounding and no other payments will be made. Cox Cable will supply and deliver conduits and fittings to be installed by the Contractor. Cox Cable will install enclosures. The Contractor will furnish and install 6.4 mm (%") nylon pull ropes in all conduit. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless othenA/ise noted on plans, the Contractor shall remove all exisfing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned ufilifies shall be included In the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. Revised 8/10/10 Contract No. 6608 Page 142 of 168 SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307 STREET LIGHTING AND TRAFFIC SIGNALS. Modify as follows: Secfion 86, "Signals, Lighfing and Electrical Systems", of the Caltrans Standard Speciflcafions replaces Secfion 209, "Electrical Components", and Secfion 307, "Street Lighfing and Traffic Signals", of the SSPWC, in all matters pertaining to the specifications for measurement, payment, warranty, materials and methods of construction of street lighting and traffic signals. SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painfing traffic lanes, direcfional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, Appendix f and G, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all exisfing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that confiict 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 exisfing or temporary traffic striping or markings on pavement shall not exceed variafions from a uniform plane more than 3 mm (Va") in 3 m (10') when measured parallel to the centeriine of the street or more than 6 mm (V4") in 3 m (10') when measured perpendicular to the centeriine of the street. The use of any equipment that leaves ridges, indentafions or other objecfionable marks in the pavement shall be disconfinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollufion control district having jurisdicfion. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all exisfing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potenfial 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 sandblasfing in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliterafion of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10') thick asphalt concrete overiay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before 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 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight ^¥ Revised 8/10/10 Contract No. 6608 Page 143 of 168 stripes deviafing more than 80mm per 100mm (1/ 2 inch in 50 feet) by wet grinding, and then correcfing the markings. The Contractor shall lay out (cat track) immediately behind installafion of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes In one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are cleariy visible both day and night. 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specificafions shall be included in the lump-sum price bid for temporary and final traffic striping, and no additional compensafion will be allowed therefore. Reapplicafion of temporary stripes and markings shall be repainted at the Contractor's expense, and no addifional compensafion will be allowed therefore. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following Secfion: 310-7 PERMANENT SIGNING Add the following Section: 310-7.1 General. Add the following secfion: The Contractor shall provide and install all permanent traffic control signs at locafions shown on plans and as specified herein. Add the following section: 310-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specificafions are a part of the lump-sum item for permanent signing and payment therefore shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following secfion: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same toierances of posifion as for applicafion of paint in secfion 310-5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original locafion, by the Contractor. When reflecfive channelizers are removed the pavement surface shall be restored to the same color and surface flnish as the adjacent pavement. Revised 8/10/10 Contract No. 6608 Page 144 of 168 SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following secfion: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locafions shown on the plans and as required in the specificafions, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed In accordance with the manufacturer's instrucfions. 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 reflecfive raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which confiict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflecfive raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflecfive pavement markers used in place of the removable-type pavement markers shall conform to the secfion 312 "Pavement Marker Placement and Removal", except the 14-day waifing period before placing the pavement markers on new asphalt concrete surfacing as specified in secfion 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following secfion: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specifled 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 illuminafion 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 cemenfing pavement markers to pavement in secfion 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and locafion 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 cun/ed alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor, if the channelizers are displaced or fail to remain in an upright posifion, from any cause, the channelizers shall immediately be replaced or restored to their original locafion, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compilance in accordance with the provisions of section 4-1.5, "Certificafion". Said certificate shall certify that the channelizers comply with the plans and specificafions and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following secfion: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following secfion: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locafions shown on plans and specified herein. /\ Revised 8/10/10 Contract No. 6608 Page 145 of 168 Add the following secfion: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locafions. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condifion. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following secfion: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following secfion: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (TypeK) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand-filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their flrst use on the project. The paint shall conform to the provisions in secfions 210-1.5 "Paint Systems" and 310 "Painfing". Contractor shall be responsible for the removal and cleanup or painfing over the graffifi from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shail remove graffifi, fire or vehicle marks, dirt or any and all materials such that said marks or discolorafion mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. , 313-3.1.2 Manufacture of Temporary Railing. In addifion to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in secfions 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load fickets and a Certificate of Compilance will not be required. Reinforcing steel shall conform to the provisions secfions 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designafion: A36/A36M. The bolts shall conform to ASTM Designafion: 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 Designafion: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (V) thick plate welded on the upper end with a 5-mm (Vie") flUet weld. The flnal surface flnish of temporary railings (Type K) shall conform to the provisions in secfion 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following secfion. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundafion. The foundafion shall be graded to provide a uniform bearing throughout the enfire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substanfial offset to each other. The precast concrete units shall be posifioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (10') of a traffic lane shall have a reflector installed on top ofthe rail as directed by Revised 8/10/10 Contract No. 6608 Page 146 of 168 ^ the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel C conforming to the requirements of the Federal Highway Administrafion (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edifion as amended by the MUTCD 2003 California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of secfion 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in exisfing concrete. When temporary railings (Type K) are removed, any area where temporary excavafion or embankment was used to accommodate the temporary railing shall be restored to its previous condifion, or constructed to its planned condifion. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite Ml" manufactured by Energy Absorpfion Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Sen/ice, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to applicafion, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurafions shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard Drawings Tl 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 iT^ greater. The TSFCC array shall be appropriate to the application as shown on said standard '\m^ drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administrafion (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edifion as amended by the MUTCD 2003 California Supplement shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings Tl and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following secfion: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specificafions are a part of the lump- sum item for traffic control and payment therefore shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances, complete In place, as shown on the plans, as specified in the Standard Specificafion and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall Include the Installafion, grading for installafion, grading for the approach path, maintenance, painfing and re-painfing, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for installafion and/or relocation of K- ^ rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. ^¥ Revised 8/10/10 Contract No. 6608 Page 147 of 168 TECHNICAL SPECIFICATIONS FOR NORTHWEST QUADRANT STORM DFIAIN IMPROVEMENT PROGFtAM, CONCRETE REPAIR WORK AND PAVEMENT MANAGEMENT PROGRAM (ROOSEVELT STAND MADISON ST) CONTRACT NO. 6608, 6021, and 6001 DIVISION 02 - SITE WORK SECTION 02810 LANDSCAPE IRRIGATION 1. PART 1 - GENERAL 1.1. DESCRIPTION 1.1.1. Provide all labor, materials, labor, services, transportafion, and equipment required to complete the Irrigation Work indicated on the Drawings and specified herein, and be ready for operafion satisfactory to the City. 1.1.2. Ali work called for on the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. When an item } is shown on the plans but not shown on the specifications or vice versa, it shall be ^ deemed to be as shown on both. The Owner shall have final authority for clarification. 1.1.3. Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturer of articles used in this contract furnish directions covering points not shown in the drawings and speciflcations. 1.2. QUALITY ASSURANCE 1.2.1. Irrigation Coverage: The Contractor is responsible for full and complete coverage of all irrigated areas; make all adjustments needed to achieve this at no additional cost to the City. The pattern of the system layout, spacing, discharge pressure, and the radius of the throw of the sprinkler heads shall be as designed and shall provide full coverage of landscaped areas. 1.2.2. Applicable Standards: 1.2.2.1. ASTM - American Society for Testing and Materials. 1.2.2.2. ANSI - American National Standards Institute. 1.2.2.3. PVC - Polyvinyl Chloride. 1.2.2.4. NSF - National Science Foundation. 1.2.3. All local, municipal, and state laws, rules and regulations governing or relating to any portion of this work are hereby Incorporated Into and made a part of these ^¥ Revised 8/10/10 Contract No. 6608 Page 148 of 168 speciflcations, and their provisions shall be carried out by the Contractor. Anything contained in these speciflcations shall not be construed to conflict with any of the above rules and regulations of the same. However, when these speciflcations and drawings call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provisions of these speciflcations and drawings shall take precedence. 1.2.4. All materials supplied for this project shall be new and free from any defects. All defective materials shall be replaced immediately at no additional cost to City. 1.2.5. The Contractor shall secure the required licenses and permits including payments of charges and fees, give required notices to public authorities, verify permits secured or arrangements made by others affecting the work of this section. 1.2.6. Provide at least one person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed and the manufacturer's recommended methods of installation, who can demontrate and explain how the equipment works, and who shall direct all work performed under this section. 1.2.7. Site Reviews: 1.2.7.1. Job Start Meeting: Before starting Irrigation Work, schedule a conference regarding requirements of the Work. Provide at least seven days notice to all parties for this conference. 1.2.7.2. Construction Reviews: Provide advance notiflcation as noted for the following reviews: 1.2.7.ZA. Pressure supply line installation and testing - 48 hours. 1.2.7.2.2. System layout and materials review - 48 hours. 1.2.7.2.3. Coverage Tests: Prior to landscape planting - 48 hours. 1.2.7.2.4. Final review - 72 hours. 1.3. SUBMITTALS: Refer to Section 01330 for procedures. 1.3.1. List of Materials: Submit for approval 3 copies of a complete typed list of materials with manufacturer name, the item model number, descriptive literature, and the pages in the submittal that contain the catalog cuts marked for each item. Submittals shall Include, but are not limited to, the following: 1.3.1.1. Wire and connectors. 1.3.1.2. Valve box. 1.3.1.3. Remote control valves. 1.3.1.4. Pipe and fittings. 1.3.1.5. Sprinkler heads. Revised 8/10/10 Contract No. 6608 Page 149 of 168 1.3.1.6. Quick coupling valves. 1.3.1.7. Backflow preventer. 1.3.1.8. Strainer. 1.3.1.9. Master valve. 1.3.1.10. Pipe solvent. 1.3.1.11. Booster pump. 1.3.1.12. Gate valves. 1.3.1.13. Check valves. 1.3.1.14. Tree Bubblers. 1.3.2. Controller Chart: N/A 1.3.3. Operating and Maintenance Manuals: N/A in lieu of Operating and Maintenance Manuals Contractor shall prepare and submit as Built Plans indicating irrigation lines added to the existing irrigation system. 1.3.4. Ten (10 days) prior to completion of Work, provide flve copies of the as Built Plans showing the expanded irrigation areas. Plans shall provide sufficient detail to permit maintenance personnel to understand, operate, and maintain the equipment. Each copy shall include the following informafion: 1.3.4.1. Index sheet stafing Contractor's address and telephone number, durafion of guarantee period, list of equipment including names and addresses of local manufacturer representatives. 1.3.4.2. Operafing and maintenance instrucfions for all equipment. 1.3.4.3. Spare parts lists and related manufacturer informafion for all equipment. 1.3.5. Submittal Log: Prior to final review of the Work, submit a log with dates and approval or acceptance signatures for the following: 1.3.5.1. Job start meeting. 1.3.5.2. List of materials. 1.3.5.3. Construcfion submittal reviews. 1.3.5.4. Receipt of materials at site. 1.3.5.5. Record drawings. 1.3.5.6. Operation and maintenance manuals. 1.3.5.7. Training of Owner's personnel. ¥ Revised 8/10/10 Contract No. 6608 Page 150 of 168 c 1.3.5.8. Manufacturers'warranties. 1.3.5.9. Written guarantee. 1.3.6. Substitutions: 1.3.6.1. The City's authorized representative will allow no substitutions without prior written acceptance. 1.3.6.2. Provide a written statement indicating the reason for making the substitution. Provide catalog cut sheets, technical data, and performance information for each substitute item. 1.3.6.3. Provide in writing the difference in installed price if the item is accepted. 1.3.6.4. The City shall be the sole decision maker on whether the substituion is acceptable. 1.3.7. Record Drawings: Submit dimensioned drawings showing locafion and depth of points of connecfion, pressure lines, control wires, gate valves, backflow prevention unit, master valve, isolation valves, automatic remote control valves (indicate stafion number and size), quick coupling valves, remote control valves, sprinkler heads, and related equipment as may be directed clearly drafted on a clean set of the project plans. 1.4. JOB CONDITIONS 1.4.1. Examinafion of Drawings and Site: 1.4.1.1. Drawings: Drawings are diagrammafic. Avoid confiicts between the irrigafion systems, planfing, architectural features, and ufilifies. Install plumbing in planting areas wherever possible. Do not exceed irrigation head spacing as shown on the Drawings. Verify exact location with Owner's Representative. The approximate point of connection shall be as indicated on the Drawings. Provide minor changes due to actual site conditions. 1.4.1.2. Fittings: Drawings do not indicate all offsets, fittings, sleeves, etc., which may be required by structural and finished condifions. Furnish fittings required to meet these condifions. 1.4.1.3. Field Condifions: The Contractor shall not willfully install the irrigafion system as shown on the drawings when it is obvious in the field that obstrucfions, grade differences or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstrucfions or differences should be brought to the attention of the Owner as soon as detected. In the event this notification is not performed, the Irrigafion Contractor shall assume full responsibility for any revision necessary. The Contractor shall verify and be familiar with the locafions, size and detail of points of connecfion provided as the source of water, electrical supply, and telephone line connection to the irrigation system. Provide written notification of field conditions such as Viiwr obstrucfions, grade differences, or discrepancies in dimensions or in available water pressure at the point of connecfion (water pressure ^¥ Revised 8/10/10 Contract No. 6608 Page 151 of 168 should be a minimum of 150% more than design pressure). Irrigafion design is based on the available stafic water pressure shown on the drawings. Contractor shall verify static water on the project prior to the start of construction. Should a discrepancy exist, notify the City's authorized representative prior to beginning construction. Start of Irrigafion Work shall indicate acceptance of all field condifions encountered and acceptance of the responsibility for revisions necessary because of field condifions. 1.4.1.4. Ufilifies and Soils: Exercise extreme care in excavafing and working near exisfing ufilifies. Prior to cutting into the soil, the Contractor shall locate all cables, conduits, sewer septic tanks, and other ufilifies as are commonly encountered underground and he shall take proper precaufions not to damage or disturb such improvements. If a conflict exists between such obstacles and the proposed work, the Contractor shall promptly notify the City who will arrange for relocafions. Repair any damage to ufilities caused by Irrigafion Work. Check exisfing utility drawings for locafions and verify in the field. The Irrigafion Contractor shall coordinate the installafion of required sleeving as shown on the plans. The Contractor will proceed in the same manner if a rock layer or any other such condifions are encountered. 1.5. GUARANTEE 1.5.1. In addifion to manufacturers' specific warranfies, warrant the enfire irrigafion system for a period of one year from date of generally substantial completion. The enfire sprinkler system, including all work done under this contract, shall be unconditionally guaranteed against all defects and fault of material and workmanship, including settling of backfilled areas below grade, for a period of one (1) year following the filing of the Nofice of Complefion. 1.5.2. Should any problem with the irrigafion system be discovered within the guarantee period, that problem shall be corrected by the Contractor at no additional expense to City within ten (10) calendar days of receipt of written notice from City. When the nature of the repairs as determined by the City constitute an emergency (i.e. broken pressure line) the City may proceed to make repairs at the Contractor's expense. All damages to existing improvement resulting either from faulty materials or workmanship, or from the necessary repairs to correct same, shall be repaired to the satisfaction of the City by the Contractor, all at no additional cost to the City. 1.5.3. At Contractor's expense, promptly repair all damage to paving, planting and other components that are due to settlement of improperly compacted trench soil. 1.5.4. Guarantee shall be submitted on Contractor's own letterhead as follows: GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the sprinkler irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We agree to repair or replace any defective material during the period of one year from date of filing of the Nofice of Complefion and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the ^¥ Revised 8/10/10 Contract No. 6608 Page 152 of 168 City. We shall make such repairs or replacements within 10 calendar days following written notification by the City. In the event of our failure to make such repairs or replacements within the time specified after receipt of written nofice from City, we authorize the City to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. PROJECT NAME: PROJECT LOCATION: CONTRACTOR NAME: ADDRESS: TELEPHONE: SIGNED: DATE: 1.6. INSPECTIONS 1.6.1. The Contractor shall permit the City's authorized representative to visit and inspect at all times any part of the work and shall provide safe access for such visits. 1.6.2. Where the specificafions require work to be tested by the Contractor, it shall not be covered over until accepted by the City's authorized representafive, and/or governing agencies. The Contractor shall be solely responsible for notifying the. City, and governing agencies, a minimum of 48 hours in advance, where and when the work is ready for testing. Should any work be covered without testing or acceptance, it shall be, if so ordered, uncovered at the Contractor's expense. 1.6.3. Inspecfions will be required for the following at a minimum: 1.6.3.1. System layout 1.6.3.2. Pressure test of irrigafion mainline (Four hours at 125 PSI or 120% of stafic water pressure, which ever is greater.) Mainline pressure loss during test shall not exceed 2 PSI. 1.6.3.3. Coverage test of irrigafion system. Test shall be performed prior to any planfing. 1.6.3.4. Final inspecfion prior to start of maintenance period 1.6.3.5. Final acceptance 1.6.4. Site observafions and tesfing will not commence without complefion of the field record drawings as prepared by the Contractor. 1.6.5. Work that fails testing and is not accepted will be retested. Houriy rates and expenses of the City's authorized representafive, and governing agencies for reinspection or retesting will be paid by the Irrigation Contractor at no additional expense to City. 1.7. STORAGE AND HANDLING 1.7.1. Use all means necessary to protect irrigafion system materials before, during, and after installation and to protect the installation work and materials of all other trades. In the event of damage, immediately make all repairs and replacements necessary to the acceptance of the City and at no addifional cost to the City. Revised 8/10/10 Contract No. 6608 Page 153 of 168 1.7.2. Exercise care in handling, loading, unloading, and storing plasfic pipe and fittings under cover unfil ready to install. Transport plasfic pipe only on a vehicle with a bed long enough to allow the pipe to lay flat to avoid undue bending and concentrated external load. 1.8. EQUIPMENT 1.8.1. Supply as a part of this contract the following items: 1.8.1.1. Two (2) wrenches for disassembly and adjustment of each type of sprinkler head used in the irrigafion system. 1.8.1.2. Three 30-inch sprinkler keys for manual operafion of control valves. 1.8.1.3. Two quick coupler keys with a 1" bronze hose bib, bent nose type with hand wheel and two coupler lid keys. 1.8.1.4. One valve box cover key or wrench. 1.8.1.5. Six extra sprinkler heads of each size and type. 1.8.2. The above equipment shall be turned over to City's authorized representative at the final inspecfion. 1.9. COMPLETION 1.9.1. At the fime of the pre-maintenance period inspecfion. City's authorized "''^ representative, and governing agencies will inspect the work, and if not accepted, w will prepare a list of items to be completed by the Contractor. Non-accepted work shall be re-installed within 10 calendar days. At the fime of the post-maintenance period or final inspection acceptance will be in writing by the City's authorized representative, and governing agencies. 1.9.2. The City's authorized representative shall have final authority on all portions of the work. 1.9.3. Any settling of trenches which may occur during the one-year period following acceptance shall be repaired to the City's satisfacfion by the Contractor without any addifional expense to the City. Repairs shall include the complete restorafion of all damage to planfing, paving or other Improvements of any kind as a result of the work. 2. PART 2-PRODUCTS 2.1. SUMMARY 2.1.1. Use only new materials of the manufacturer, size and type shown on the drawings and specifications. Materials or equipment installed or furnished that do not meet the City's, or governing agencies standards will be rejected and shall be removed from the site at no expense to the City. 2.2. METAL PIPE AND FITTINGS 2.2.1. Pipe: ANSI, Schedule 40 galvanized mild steel screwed pipe. MiB*^ ^¥ Revised 8/10/10 Contract No. 6608 Paoe 154 of 168 2.2.2. Fittings: ANSI, Schedule 40 screwed beaded malleable iron or flanged cast iron, 125 pound class. 2.2.3. Unions 2" and Smaller; Ground joint pattern. 2.2.4. Brass Pipe and Fittings: Brass pipe of 85% red brass, ANSI Schedule 40 screwed pipe; flttings of medium brass, screwed 125 pound class. 2.3. COPPER PIPE 2.3.1. Pressure supply line between the water meter and the backflow prevention device shall be type K copper. Copper pipe and flttings shall be Type "K" sweat soldered. Piping to containers and terrace planters shall be copper pipe, type "K". 2.3.2. Copper pipe in building walls for terrace planters shall be installed in accordance with the codes listed in Secfion 01060, Regulafion Requirements. 2.4. PLASTIC PIPE AND FITTINGS 2.4.1. Polyvinyl Chloride (PVC) Pipe: Pressure supply lines 1 1/2 inches in diameter and smaller downstream of the backflow prevenfion unit shall be Schedule 40 solvent weld PVC. The PVC pipe shall conform to ASTM D1785 solvent weld type, virgin PVC compound, 2000 psi hydrostatic design stress rate. Schedule 40, marked with manufacturer's name, size, class rating, material designation, date extruded, and NFS seal of approval. J-M, Vinyltech, H & W, Pacific Western, Extrusion Technologies, or equal. To be used exclusively for exterior applicafions. 2.4.2. Pressure supply lines 2 inches in diameter and up to 3 inches in diameter downstream of backflow prevenfion unit shall be Class 315 solvent weld PVC. Piping shall conform to ASTM D2241. 2.4.3. Non-pressure lines 3/4 inch in diameter and larger downstream of the remote control valve shall be Class 200 solvent weld PVC conforming to ASTM D2672. 2.4.4. Reclaimed water PVC pipe to be color-coded purple in color marked on two sides with reclaimed water warning statements "Caution-Reclaimed Water". Reclaimed water piping must be accepted by the local reclaimed water governing agencies. 2.4.5. Pipe shall be marked confinuously with manufacturer's name, nominal pipe size, schedule or class, PVC type and grade, Nafional Sanitafion Foundafion approval. Commercial Standards designafion, and date of extrusion. 2.4.6. All plasfic pipe shall be extruded of an improved PVC virgin pipe compound in accordance with ASTM D2241 or ASTM D1785. 2.4.7. All solvent weld PVC fittings shall be standard weight Schedule 40 and shall be Injecfion molded of an improved virgin PVC fitting compound. Slip PVC fittings shall be the "deep socket" bracketed type. Threaded plastic fittings shall be injecfion molded. All tees and ells shall be side gated. All fittings shall conform to ASTM D2466. 2.4.8. Threaded Nipples and Risers: Schedule 80 PVC, with molded threads and shall conform to ASTM Dl 785. 2.4.9. Risers: Schedule 80, threaded, with #5 deformed rebars. Revised 8/10/10 Contract No. 6608 Page 155 of 168 2.5. SOLVENT CEMENTS, PRIMERS AND THREAD LUBRICANT 2.5.1. All solvent cemenfing of plasfic pipe and fittings shall be a two-step process, using primer and solvent cement applied per the manufacturer's recommendations. Cement shall be of a fluid consistency, not gel-like or ropy. Solvent cements and primers shall comply with ASTM D2564. Socket joints shall be made per recommended procedures for joining PVC plasfic pipe and fittings with PVC solvent cement by the pipe and fitting manufacturer and procedures oufiined per ASTM D2564 and ASTM D2855. T. Christy Enterprises, IPS Weld-On, or equal. 2.5.2. When connecfion is plasfic to metal, female adapters shall be hand fightened, plus one turn with a strap wrench. Joint compound shall be non-lead base Teflon paste, tape, or equal. 2.6. BELL AND GASKET FITTINGS 2.6.1. Fittings for bell and gasket pressure supply lines shall be ducfile iron deep bell type. Fittings shall be manufactured of ducfile iron, Grade 65-45-12 In accordance with ASTM A-536. Fitting gaskets shall be in accordance with ASTM F-477. All ducfile iron fittings shall be manufactured with exterior lugs. Ducfile iron fittings shall be as manufactured by Leemco, Inc., Corona, California. 2.6.2. All tee fittings used to connect remote control valve assemblies and quick coupler assemblies to the mainline shall be ducfile iron deep bell type. The oufiet side of the tee or ell to the valve assembly shall be sized per the diameter of the largest valve in the assembly or a minimum of 2 inches. Ducfile iron deep bell type reducers when used with bolt on links are allowable in lieu of reducing tee or ells. The PVC pipe to the valve assembly shall be secured to the ductile iron fitting using a joint restraint. 2.6.3. All ducfile iron fittings and all bell and gasket joints within fifty (50) feet of a direcfional change in the mainline shall be equipped with mechanicai joint restraints. The joint restraint shall be capable of securing the PVC pipe directly to the lugs on the ducfile iron fittings without the use of bolts, links and adapters. The joint restraint shall be capable of securing PVC pipe to PVC pipe and PVC pipe to ring joint isolafion valves without the use of threaded linkages. Joint restraints shall be as manufactured by Leemco, Inc., Corona, California. 2.7. SPLICE CONNECTORS 2.7.1. Remote control wires: all control wires shall be solid copper, SOO.volt, type UF, polyethylene insulafion of 45 ML, conforming to the following wire colors and installafion requirements: 2.7.1.1. Common Wires: White (#12 AWG). 2.7.1.2. Control Wires: Different color per each stafion (different color than any otherwire)(#12AWG). 2.7.1.3. Spare Wires: Two (2) red #12 AWG wires from furthest valve or manifold to controller, minimum (see also plans). 2.7.2. All wire runs under paving or through hardscape structures shall be made in PVC SCH 40 electrical conduit, a minimum of 2 fimes the diameter of the wire bundle, ¥ Revised 8/10/10 Contract No. 6608 Page 156 of 168 and shall sweep up into pull boxes (where greater than 200 ft distance under paving occurs). Pull box spacing shall not exceed 200 ft intervals. 2.8. VALVES 2.8.1. Quick Coupling Valves: Two-piece type brass body, designed for maximum working pressure of 150 psi operable with quick coupler. Valves shall have 1" female threads opening at base. Valves to be operated only with a coupler key, designed for that purpose. Coupler key is inserted Into valve and a posifive, watertight connecfion shall be made between the coupler key and valve. Provide 1" swivel ell quill assembly as approved. See plans for manufacturer size and model. 2.8.2. Automatic Remote Control Valves: Electrically controlled, 200 psi rated globe style valve, normally closed, glass-filled nylon body and bonnet with 24 VAC 50/60 cycle solenoid power requirement at 0.41 amp each. See plans for manufacturer, size, and model. 2.8.3. Master Valve: Cast iron and bronze solenoid control valve with water-tight coil assembly. Flow stem for flow rate and closing speed adjustment. Normally open type. See plans for manufacturer and model. 2.8.4. Ball Valves: Ball Valves shall be True Union 2000 Standard Ball valves ( Gray). See Cut sheet at end of this speciflcafion section for ordering requirements and accessorie and repair kits. Provide 1 repari kit to Owner Representative at end of irrigafion work. 2.8.5. Bronze 'T' type strainer with cleanout valve and monel mesh strainer; size per main line. See plans for manufacturer and model. 2.9. IRRIGATION HEADS AND DRIP EMITTERS 2.9.1. Sprinkler Heads: All sprinkler heads shall be of the manufacturer size, type, and deliver the same rate of precipitafion with the diameter, or radius, of throw, pressure, and discharge as shown on the Drawings and specified. 2.9.1.1. Heads shall have screw adjustments. 2.9.1.2. Riser units shall be fabricated in accordance with the details shown on the Drawings. 2.9.1.3. Riser nipples for all sprinkler heads shall be the same size as the riser opening in the sprinkler body. 2.9.1.4. All sprinkler heads of the same type shall be of same manufacturer. 2.9.1.5. When noted, body shall be equipped with a built-in check valve. 2.9.1.6. Irrigation heads shall be used as indicated on the drawings. 2.9.1.7. Irrigafion heads shall have purple reclaimed water warning cover. 2.9.2. Miscellaneous Equipment Revised 8/10/10 Contract No. 6608 Page 157 of 168 2.9.2.1. Equipment such as fiow meters, rain sensors, and master valves shall be of the manufacturer, size and type indicated on the drawings. 2.10. VALVE BOXES 2.10.1. Valve boxes shall be fabricated from a durable, weather-resistant plasfic material resistant to sunlight and chemical acfion of soils. Plasfic rectangular purple No. 3 irrigafion control box with locking lid, by Brooks Products, or equal. 2.10.2. The cover and box shall be capable of sustaining a load of 1,500 pounds. 2.10.3. Valve box extensions shall be by the same manufacturer as the valve box. 2.10.4. PVC, 6" diameter communicafion cable pull box. 2.10.5. Automafic control valve and ball valve boxes shall be 16"x11"x12" rectangular size. Valve box covers shall be marked "RCV" with the valve identification number, or "BV" "heat branded" onto the cover in 2 inch high letters / numbers. 2.10.6. Quick coupler valve boxes shall be 10" circular size. Valve box covers shall be marked with "QCV" "heat branded" onto the cover in 2 inch high letters. 2.10.7. Valve box cover shall be purple pantone No. 522 in color and permanently marked on valve box cover plate with the words "Warning-Reclaimed Water-Do Not Drink". 2.11. TREE BUBBLER: 2.12. Bubblers: Hunter PCB Series as shown on Landscape and Irrigafion Plan details with 21 psi pressure, .25 GPM, and PCB -25 nozzel. 2.13. FLOW SENSOR WIRES AND COMMUNICATION WIRES 2.13.1. Flow sensor wires shall be as recommended by the flow sensor manufacturer. 2.13.2. Communicafion wires for controllers and weather sensor shall be as recommended by the manufacturer. 2.13.3. All wire runs shall be made in PVC SCH 40 electrical conduit, a minimum of 2 fimes the diameter of the wire bundle, and shall sweep up into pull boxes (where greater than 200 ft distance under paving occurs). Pull box spacing shall not exceed 200 ft intervals. Ufilize joint trenching with other ufilifies where controller communication wiring is to connect between controllers. 2.13.4. Electrical: 2.13.4.1. All electrical equipment shall be NEMA Type 3, waterproofed for exterior installafions. 2.13.4.2. All electrical work shall conform to local codes and ordinances. 2.14. FLOW SENSOR ASSEMBLY 2.14.1. Flow sensor assembly shall be as specifled in the irrigafion legend. 2.15. WARNING LABELS AND TAGS Revised 8/10/10 Contract No. 6608 Page 158 of 168 1,-^ 2.15.1. Use T. Christy's riser markers, with "RECLAIMED WATER - DO NOT DRINK" in English and Spanish, for all reclaimed water sprinkler risers installed. 2.15.2. Use T. Christy's I.D. Tags with "WARNING - RECLAIMED WATER DO NOT DRINK" in English and Spanish for all reclaimed water remote control valves. 2.16. WARNING TAPES 2.16.1. Warning tape for reclaimed water mainlines: 2.16.1.1. The plasfic warning tape shall be prepared with silver prinfing on a purple field having the words, "CAUTION: RECLAIMED WATER LINE BELOW". The overall width shall be 3 inches. 2.17. EXTRA EQUIPMENT OPERATING AND MAINTENANCE TOOLS 2.17.1. Contractor shall provide to the Owner: 2.17.1.1. Extra drip emitters, drip access boxes, sprinkler heads, shrub adapters, filter screens and nozzles in amounts equal to two (2) of each type used on the project. 2.17.1.2. Valve box keys: two (2). 3. PART 3 - EXECUTION 3.1. EXAMINATION 3.1.1. Verificafion of Condifions: 3.1.1.1. Prior to ail work of this secfion, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installafion may properly commence. Contractor shall acquaint himself with all site condifions and proposed site condifions as indicated on the plans and specificafions. 3.1.1.2. Verify that irrigafion system may be installed in strict accordance with ail pertinent codes and regulafions, the original design, the referenced standards, and the manufacturer's recommendafions. 3.1.1.3. All scaled dimensions on drawings are approximate. Before proceeding with any work. Contractor shall carefully check and verify all dimensions and quantifies and shall immediately inform Owner of discrepancies between drawings and specifications and actual condifions. No work shall be conducted where discrepancies occur, unfil approval has been given by the Owner. 3.1.1.4. Plan locafions of point of connecfion, pull boxes, exisfing equipment, sprinkler heads, backflow prevenfion devices, valves, controller and pipe lines are diagrammafic and indicate the spacing and relative locafions of all installafions. Locafions shall be changed and adjusted as necessary and as directed to meet exisfing condifions and obtain """" complete water coverage. Final locafions shall be determined by final site condifions and planfings. Install and extend system as shown on Revised 8/10/10 Contract No. 6608 Page 159 of 168 the drawings, and as necessary to carry out the intent of the drawings and specificafions. 3.1.1.5. Point of connecfion shall be approximately as shown on drawings. Connect new underground piping and valves and provide all flanges, adapters or other necessary fittings for connection. 3.1.1.6. Contractor shall coordinate the installafion of all irrigafion materials with all other work. 3.1.1.7. All scaled dimensions are approximate. The Contractor shall check and verify all size dimensions prior to proceeding with work under this secfion. 3.1.1.8. Exercise extreme care in excavafing and working near exisfing ufilifies. Contractor shall be responsible for damages to ufilifies, which are caused by his operafions or neglect. 3.1.2. Diagrammafic Intent: 3.1.2.1. The drawings are essenfially diagrammafic. The size and locafion of equipment and fixtures are drawn to scale where possible. Provide offsets in piping and changes in equipment locafions as necessary to conform with structures and to avoid obstructions or conflicts with other work at no additional expense to City. 3.1.3. Layout: 3.1.3.1. Layout irrigafion system and make minor adjustments required due to differences between site and drawings. Where piping is shown on drawings under paved areas, but running parallel and adjacent to planted areas, install the piping in the planted areas. 3.1.4. WaterSupply: 3.1.4.1. Connecfions to, or the installafion of, the water supply shall be at the locafions shown on the drawings. Minor changes caused by actual site condifions shall be made at no addifional expense to City. 3.1.5. Electrical Service: 3.1.5.1. Connecfions to the electrical supply shall be at the locafions shown on the drawings. Minor changes caused by actual site condifions shall be made at no addifional expense to City. 3.1.5.2. Contractor shall make electrical connections to the exisfing irrigafion controller. Electrical power source to controller locafions shall be provided by City. 3.2. POLYVINYL CHLORIDE PIPE INSTALLATION 3.2.1. Storage of Materials: ^ 3.2.1.1. Because of the nature of plasfic pipe and fittings, exercise caufion in ^^i"^ handling, loading and storing, to avoid damage. /\ ^¥ Revised 8/10/10 Contract No. 6608 Page 160 of 168 3.2.1.2. The pipe and fittings shall be stored under cover unfil using, and shall be transported in a vehicle with a bed long enough to allow the length of pipe to lay flat so as not to be subjected to undue bending or concentrated external load at any point. 3.2.1.3. All pipe that has been dented or damaged shall be discarded unless such dent or damaged secfion is cut out and pipe rejoined with a coupling. 3.2.2. Excavafion and Backfilling of Trenches: 3.2.2.1. Locate exisfing lines, valves and other underground ufilifies before digging trenches. Excavate trenches, prepare subgrade, and backfill to line and grade with sufficient room for pipe fittings, tesfing and inspecting operations. Do not backfill unfil the pipe system has been subjected to a hydrostafic test as specified. Do not cover any installed control wiring until it has been tested for shorts and visually obsen/ed by the Owner. 3.2.2.2. Trenches for buried irrigation pressure lines shall be excavated wide enough to allow a minimum of six inches between parallel pipe lines and eight inches from lines of other trades. Lines shall not be installed parallel and directly over one another. Maintain three (3) inches vertical clearance between crossing irrigafion lines; minimum transverse angle is 45 degrees. 3.2.2.3. Depth of Trench: \^ Buried Polyvinyl Chloride Pressure Line, 18 inches min., 24 inches max. All Non-Pressure Piping, 12 inches min., 18 inches max. All Pressure Pipe Under Roads, 24 inches min., 36 inches max. 3.2.2.4. Trench depth for buried pipe shall be as specified above from the finish grade to the top of the pipe. The bottom of the trench shall be free of rocks, clods, and other sharp-edged objects over 1" diameter size. 3.2.2.5. Deposit topsoil on one side of trench and subsoil on the opposite side, then install irrigafion lines and test each secfion. 3.2.2.6. Backfill trenches, after approval of piping, with approved material, tamping around pipe and thoroughly compacfing all trench fills unfil 90% relative compacfion has been achieved. Backfill material shall be free from rocks and clods. 3.2.3. Piping: 3.2.3.1. Piping under exisfing pavement may be installed by jacking, boring, or hydraulic driving. No hydraulic driving is permitted under asphalt pavement. 3.2.3.2. Cutting or breaking of exisfing pavement is not permitted. Any broken or removed pavement shall be replaced in kind if damage occurs due to the installafion of the irrigafion system or under this contract. Revised 8/10/10 Contract No. 6608 Page 161 of 168 3.2.3.3. Carefully inspect all pipe and fittings before installafion, removing dirt, scale, burrs, and reaming. Install pipe with all markings up for visual inspecfion and verificafion. 3.2.3.4. Remove all dented and damaged pipe secfions. 3.2.3.5. Parallel lines shall not be installed directly over each other. 3.2.3.6. In solvent welding, use only the specified primer and solvent cement and make all joints in strict accordance with the manufacturer's recommended methods including wiping all excess solvent from each weld. Allow solvent welds at least 15 minutes setup fime before moving or handling and 24 hours curing fime before filling. 3.2.3.7. PVC pipe shall be installed in a manner, which will provide for expansion and contracfion as recommended by the pipe manufacturer. 3.2.3.8. Centerioad all plasfic pipe prior to pressure tesfing. 3.2.3.9. All threaded plasfic-to-plasfic connecfions shall be assembled using Tefion tape or Teflon paste. 3.2.3.10. For plasfic-to-metal connecfions, work the metal connecfions first. Use a non-hardening pipe dope on all threaded plasfic-to-metal connections, except where noted othenA/lse. All plasfic-to-metal connecfions shall be made with plasfic female adapters. 3.2.4. Irrigafion Piping and Fittings: 3.2.4.1. Pipe shall be snaked from sIde-to-side to allow for expansion and contraction. Pipe shall rest on smooth ground without bumps, humps, etc. whether underground or above-grade. 3.2.4.2. Center load below-grade pipe at 10' intervals with small amount of backfill to prevent arching and slipping under pressure. Leave joints exposed for site observafion during tesfing. 3.2.4.3. Repair any leaks and replace all defective pipe or fittings unfil lines meet test requirements. Do not cover any below-grade lines until they have been checked and approved for tightness, quality of workmanship and materials. 3.2.4.4. Pipe ends and fittings shall be wiped with "MEK" primer, Weld-On "P- 70" or equal, before welding solvent is applied. Welded joints shall be given a minimum of 15 minutes to set before moving or handling. All field cuts shall be bevelled to remove burrs and excess material before fitting and gluing together. 3.2.4.5. Plasfic to brass joints shall be made with plastic female adapters, metal nipple hand fightened, plus one turn with a strap wrench. 3.2.4.6. Plastic to plasfic joints shall be solvent-weld, assembled per pipe manufacturer's specificafions and using solvent recommended by pipe manufacturer only. Revised 8/10/10 Contract No. 6608 Page 162 of 168 3.2.4.7. All connecfions to polyvinyl chloride pipe mains shall be made horizontally. 3.2.4.8. No water shall be permitted in the pipe unfil a period of at least 24 hours has elapsed for solvent weld setting and curing. 3.3. BRASS PIPE INSTALLATION 3.3.1. Cut brass piping by power hacksaw, circular cutting machine using an abrasive wheel, or hand hacksaw. No piping shall be cut with metallic wheel cutter of any description. Ream and remove rough edges of burrs so smooth and unobstructed fiow is obtained. 3.3.2. Carefully and smoothly place thread lubricant on male thread onty. Tighten screwed joints with tongs or wrenches. Caulking is not permitted. 3.4. REMOTE CONTROL WIRING INSTALLATION 3.4.1. Provide one control wire and one common ground wire to service each valve In system. Provide 4'-0" minimum expansion loop at each valve to permit removal and maintenance of valves. 3.4.2. A continuous run of wire shall be used between a controller and each remote control valve. Under no circumstances shall splices be used without prior approval. ^ 3.4.3. Install control wires at least 18" below finish grade when not installed in same trench with buried pressure pipe. Bundle wire together with electrical tape 10 feet on center. Bundle shall be secured to the mainline with tape at intervals of 20 feet. All connecfions shall be of an approved type and shall occur in a valve box. Provide an 18-inch sen/ice loop at each connecfion. Install wires with a 2 foot coiled loop up into each remote control valve box along mainline route. 3.4.4. Install control wires and irrigafion pressure piping in common trenches wherever possible. 3.4.5. All irrigation control wiring passing through structure, underneath paving, traveled ways or roadways shall be placed inside conduits. 3.4.6. As a part of the work to allow for possible damage to any common or control wire, the Contractor shall run an extra control wire on each leg of mainline from the controller to the farthest RCV. Any other additional wires required to be pulled shall be as noted on plans. 3.4.7. All wires in pull boxes shall be loose and shall not come within three inches (3") from lid. 3.4.8. Wire Connecfions: Common, control and spare wires shall be installed with a 4'- 0" coiled excess wire length at each end enclosure. Each wire splice shall be encased in the waterproof epoxy of waterproof connectors. Wire splices shall be made only in valve or pull boxes. 3.4.9. Tesfing: All wiring shall be tested for confinuity, open circuits and unintenfional grounds prior to connecfing to equipment. The minimum insulation resistance to ground shall be fifty (50) megaohms. Any wiring not meefing this requirement Revised 8/10/10 Contract No. 6608 Page 163 of 168 shall be replaced, at the Contractor's expense. The responsibility of tesfing lies with the Contractor to insure it is completed. 3.4.10. Numbering and Tagging: Identify direct burial control wires at each automafic valve and at the terminal strips of the controller with corresponding valve station numbers shown on the drawings. Tag wires at the terminal strips with 3M Scotchcode SER Wire Markers or equal. Identify spare wires by capping ends with waterproof connectors as specified above and tagging with an I.D. tag marked "SP". 3.5. BACKFILLING 3.5.1. Backfill material on all lines shall be the same as adjacent soil free of debris, litter, and rocks over 1/2 inch in diameter. 3.5.2. Backfill shall be tamped in 4-inch layers under the pipe and uniformly on both sides for the full width of the trench and the full length of the pipe. Backfill materials shall be sufficiently damp to permit thorough compacfion, free of voids. Backfill shall be compacted to dry density equal to adjacent undisturbed soil and shall conform to adjacent grades. 3.5.3. Flooding in lieu of tamping is not allowed. 3.5.4. Under no circumstances shall truck wheels be used to compact backflll. 3.5.5. Provide sand backflll a minimum of 6 inches over and under all piping under paved areas. 3.6. AUTOMATIC SPRINKLER CONTROLLER 3.6.1. Contractor shall become familiar with exisfing controllers and shall coordinate w/ Parks Maintenance Department for the addifional irrigafion improvements and accommodate the new system with the existing controller at the park. Controller shall be fully operable prior to planfing operafions. 3.6.2. Connecfions to control wiring shall be made within wiring boxes. 3.6.3. The Electrical Contractor shall be responsible for installing all wiring to the sub- panels, clocks, or elsewhere as required, in order to complete this installafion. 3.6.4. Seal open ends of all electrical conduit with waterproof sealant to keep out pests. 3.6.5. Program fime on each stafion shall be coordinated with the Parks Maintenance Division. The irrigafion system is currenfiy programmed to operate during the periods of minimal use of the park. 3.7. REMOTE CONTROL VALVE INSTALLATION 3.7.1. Install remote control valves in locafions approximately as shown on the drawings, with 4" distance from top of flow control stem to valve box lid. Install a union type connecfion, with one ball valve per remote control valve. Fit with valve box and locking cover as shown in the detailed drawings. Fit with reclaimed water use warning tag where reclaimed water is to be used with valve. •f^ Revised 8/10/10 Contract No. 6608 Page 164 of 168 3.7.2. Install one valve per valve box, maximum. Do not run other pipes through valve boxes. Valves shall be installed in planted areas, 12" from curbs or paved areas, wherever possible. Never place valves in traffic areas or in pavement. 3.8. VALVE BOX AND PULL BOX INSTALLATION 3.8.1. Install valve boxes as shown in the detail drawings. Valve boxes shall be installed in shrub areas whenever possible. Install no more than one valve per box. 3.8.2. Each valve box shall be installed on a foundafion of 3/4 inch gravel backfill, 3 cubic feet minimum. Valve boxes shall be installed with their tops 1/2 inch above the surface of surrounding finish grade in lawn areas and 2 inches above finish grade in ground cover areas. 3.8.3. Heat brand in 2" high lettering, the identificafion number of the valve and the controller clock on the cover of the remote control valve box. 3.8.4. Pull boxes shall be labeled "PB" in like manner described for valves, "BV" for ball valve, etc., etc. 3.9. MISCELLANEOUS EQUIPMENT 3.9.1. Install all assemblies specified herein according to the respective detail drawings or specifications, using best standard pracfices. 3.9.2. Quick coupler valves shall be set approximately 12 inches from walks, fences, curbs, header boards, or paved areas where applicable. 3.9.3. Install devices such as rain sensors, freeze sensors, fiush valves, air relief valves and master valves as indicated on the drawings and as recommended by the manufacturer. 3.10. FLUSHING 3.10.1. Main Lines: Flush underground mains and lead-in connecfions to sprinkler system thoroughly before connecfing to control valves. Flush mains using a fiush out assembly at lowest elevation. 3.10.2. Prior to installafion of irrigafion heads, the valves shall be opened and a full head of water used to flush out the lines and risers. 3.10.3. Lateral Pipes: After all sprinkler pipe lines and risers are in place and connected and prior to installafion of sprinkler heads, flush all lines with a full head of water. Do not install heads unfil lines have been fiushed and approved. 3.10.4. Irrigafion heads shall be installed after flushing the system has been completed. 3.11. SPRINKLER HEAD INSTALLATION 3.11.1. Install all sprinkler heads as shown in the details, and as shown in the manufacturer's instrucfions. Spacing of heads shall not exceed maximum indicated on the drawings. Riser nipples shall be the same size as the riser opening in the sprinkler body. ^¥ Revised 8/10/10 Contract No. 6608 Page 165 of 168 3.11.2. Nozzle size of all heads shall be adjusted to suit any particular condifions of the area. This shall be done after the system has been thoroughly tested, immediately after written notification by the Owner and/or County Health Department. 3.12. QUICK COUPLING VALVE INSTALLATION 3.12.1. Install quick coupling valves as per the detail shown on plans. 3.13. SPRING CHECK VALVE INSTALLATION 3.13.1. Install spring check valves on risers of sprinklers to prevent low head drainage. Install spring check valves on laterals where indicated. 3.14. PRESSURE TESTS 3.14.1. Do not allow or cause any of the work of this secfion to be covered up or enclosed unfil it has been observed, tested and accepted by the City, and governing agencies. The Contractor shall be solely responsible for notifying the City, and governing agencies, a minimum of 48 hours in advance, where and when the work Is ready for tesfing. Test pressure supply lines under 150 psi hydrostafic pressure for a period of 4 hours. All laterals shall be tested under exisfing static pressure to ensure all fittings and connecfions are water fight. Cap all risers for tesfing. Do not backfill over any line more than necessary for tesfing unfil line has been inspected, tested, and approved. Center load only. Leave pipe connections uncovered. Install remote control valves, quick couplers, and other valve assemblies after tesfing has been approved. 3.15. COVERAGE TESTS 3.15.1. The Contractor shall be solely responsible for notifying the City, and governing agencies, a minimum of 48 hours in advance, where and when the work is ready for tesfing. When the sprinkler system Is completed, and before any planfing, the Contractor shall perform a coverage test of each system In its entirety to determine if the water coverage for the planted areas is complete and adequate in the presence of the Owner. Furnish all materials and perform all Work required to correct any inadequacies of coverage due to deviafions from the Drawings or where the system has been willfully installed as shown on Drawings when it is obviously inappropriate or ineffective without bringing it to the attenfion of the Owner. This test shall be performed prior to the planfing of any lawns, hydroseed, or groundcover. 3.16. SYSTEM ADJUSTMENT 3.16.1. Adjust valve fiow controis for proper operafion. Adjust sprinkler heads for alignment or change nozzles for coverage and minimum overthrow. Make adjustments prior to any planfing. Enfire irrigafion system shall be under full automafic operafion for 5 days prior to any planfing. 3.16.2. If it is determined by the City's authorized representafive that addifional adjustments or nozzle changes will be required to provide proper coverage, all necessary changes or adjustments shall be made prior to any planfing. 3.16.3. The entire system shall be operafing properiy before any planfing operafions commence. /\ Revised 8/10/10 Contract No. 6608 Page 166 of 168 ^001^ 3.16.4. Automatic control valves are to be adjusted so that the irrigation heads and drip tubing operate at the pressure recommended by the manufacturer. 3.17. ACCEPTANCE 3.17.1. The Work of this Secfion shall be accepted in wrifing when completed to the satisfaction of the Owner's Representative after the 90-day Maintenance Period. 3.17.1.1. Sprinkler Heads: Clean and adjust heads and repeat coverage test after planfing to ensure full coverage at end of landscape maintenance period. Refer to Secfion 02900 - Landscaping. 3.18. IRRIGATION MAINTENANCE 3.18.1. Maintenance period shall begin when all Work indicated on Drawings and specified has been completed, inspected and approved by Owner's Representative. Maintenance work shall be performed as specified herein after, and shall be confinued for a minimum period of 90 calender days. During the maintenance period the Contractor shall adjust and maintain the irrigafion system In a fully operafional condifion providing complete irrigafion coverage to all intended planfings. The Contractor shall not be released from the maintenance period obligafion unfil all items found during inspecfions have been resolved to Owner's Representative's satisfaction in conformance with the Drawings and Specifications, and a written statement so stafing has been issued. 3.18.1.1. Repair Materials: Have at the job site, at all fimes, a repair kit and spare parts for plasfic pipe and irrigafion heads. 3.18.1.2. Tools: Provide adequate garden hoses, sprinkler heads, hose bibb keys, and other equipment and materials as necessary for the execufion of maintenance work as required. 3.18.1.3. Weekly Inspecfion: Once each week of operafion, after turning on a valve, examine visually each sprinkler head in the secfion to make certain there is no blockage by dirt or rock particles. If damage occurs to any sprinkler head causing an unrepairable effect, the damaged part shall be immediately replaced with a new part of the same manufacture at no additional cost to Owner. 3.18.1.4. Repairs: If leakage occurs around juncfion of bonnet and body of sprinkler head, control valves, hose bibbs, or gate valves, correct by replacing the gasket between the two parts. If leakage occurs at the point where the valve stem emerges through the top of the bonnet, correct by fightening the packaging nut against the bonnet. Tighten only enough to cause the leak to stop. Replace packing if necessary. 3.18.1.5. Irrigafion Timing, Tests, Schedules: 3.18.1.5.1. The criterion for developing a schedule for irrigafion is the proper maintenance of soil moisture. Coordinate on the watering schedule with the Parks Maintenance or Owner's Representafive. Revised 8/10/10 Contract No. 6608 Page 167 of 168 3.19. FINAL OBSERVATION AT END OF MAINTENANCE PERIOD PRIOR TO ACCEPTANCE OF IRRIGATION WORK 3.19.1. Operate each system in its enfirety for Owner's Representafive at the time of final observation. Any items deemed not acceptable shall be reworked to the complete satisfaction of Owner's Representative. Show evidence to the Owner's Representative that Owner has received all accessories, charts, Record Drawings, and equipment as required before flnal observafion occurs. Final inspecfion will not commence without record drawings as prepared by the Irrigation Contractor. 3.20. CLEAN UP 3.20.1. Clean up as each portion of the Work of this Secfion progresses. Remove refuse and excess dirt from the site, broom clean walks and paving, and repair any damage to surrounding areas as approved. Any damage sustained on the work of others shall be repaired to original condifions. Upon complefion of the Work, restore ground surfaces to required elevations and remove excess materials, debris, and equipment from the site. END OF SECTION ji Revised 8/10/10 Contract No. 6608 Page 168 of 168 APPENDIX "A" Door Hanger for Roosevelt Street between Carlsbad Village Drive and Grand Avenue CITY OF CARLSBAD ROOSEVELT STREET STORM DRAIN AND SURFACE IMPROVEMENT PROJECT ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear Merchant/Resident: As a part of the City of Carisbad's ongoing program to maintain and improve its storm drain system and maintain its streets, construcfion of a new Storm Drain is scheduled in your neighborhood. The construction will include reconstruction of the midblock crosswalk and an overiay of Roosevelt Street between Carisbad Village Drive and Grand Avenue. This construction will require the partial closing of Roosevelt Street between Carisbad Village Drive and Grand Avenue for several weeks from MM/DD/YR to MM/DD/YR between the hours of XX PM to XX AM Monday through Friday. In order to keep portions of the street open during construction, no on-street parking will be permitted between XXPM and XXAM Monday night through Friday. No Parking signs will be posted in advance of construction activities. After the resurfacing, when walking to and from your car, remember not to walk on the newly paved 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 new 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 construction for the city and you may call them at the above phone number if you have any questions regarding the project. If you have a moving company scheduled during the construction period 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 @ (xxxj xxx-xxxx. Construction Updates will be available on the City of Carisbad web site at www.carisbadca.gov. Thank you for your cooperation as we work to make a better City of Carisbad. Contractor to provide a map of the project on the back of the Doorhanger/Pocket Card indicating the days when sections will be removed and replaced. Revised 8/10/10 Contract No. 6608 APPENDIX "A" Door Hanger for Madison Street between Carlsbad Village Drive and Grand Avenue CITY OF CARLSBAD MADISON STREET STORM DRAIN AND SURFACE IMPROVEMENT PROJECT ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear Merchant/Resident: As a part of the City of Carisbad's ongoing program to maintain and improve its storm drain system and streets, construction of a new Storm Drain is scheduled in your neighborhood. The construction will include reconstruction of the midblock crosswalk and an overiay of Madison Street between Carisbad Village Drive and Grand Avenue. This construction will require the partial closing of Madison Street between Carisbad Village Drive and Grand Avenue for several weeks from MM/DD/YR to MM/DD/YR between the hours of XX PM to XX AM Monday through Friday. In order to keep portions of the street open during construction, no on-street parking will be permitted between XXPM and XXAM Monday night through Friday. No Parking signs will be posted in advance of construction acfivities. After the resurfacing, when walking to and from your car, remember not to walk on the newly paved 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 new 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. ASC is the Contractor that will be performing the construction for the city and you may call them at the above phone number if you have any questions regarding the project.. If you have a moving company scheduled during the construction period 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. Construction Updates will be available on the City of Carisbad web site at www.carisbadca.gov. Thank you for your cooperation as we work to make a better City of Carisbad. Contractor to provide a map of the project on the back of the Doorhanger/Pocket Card indicating the days when sections will be removed and replaced. ^"^^ W Revised 8/10/10 ^3 Contract No. 6608 Appendix B CEQA Notice of Exemption NOTICE OF EXEMPTION To: SD County Clerk From: CITYOFCARLSBAD Attn: Linda Kesian Planning Division Mail Stop A-33 1635 Faraday Avenue 1600 Pacifjc Highway Carlsbad CA 92008 San Diego CA 92101 Subject: Filing of this Notice of Exemption is In compliance with Section 21152b of the Public Resources Code (Califomia Environmental Quality Act). Project Number and Title; EA 10-16/CIP 6608" Northwest Quadrant Storm Drain Program Project Location - Specific; Portions of Pacific Avenue and Mountain View Drive. Madison Street. Roosevelt Street and Harrison Street. All affected streets are in or near Carlsbad's downtown Village area except for the storm drain improvement on Harrison Street, which is iust east of Interstate 5 and just north of Agua Hedionda Lagoon. Project Location - Citv: Carlsbad Project Location - Countv: SanDiego Description of Project: Six separate storm drain protects proposed to improve the flowof runoff on streets and into existing storm drain svstems. All improvements are within the existing public rights of wav of existing streets. Improvements include Installing grated pipes, catch basins, curb inlets, and replacement curb, gutter and sidewalk: repaving: and regrading of a street intersection. The project is part of a comprehensive program to improve stonn drain svstems tn the Northwest Quadrant. t Name of Public Agency Approving Project; CityofCarlsbad Name of Person or Agency Carrying Out Project: Citv of Carlsbad Name of Applicant; c/o Shen-i Howard. Associate Engineer. Utilities Department Applicant's Address; 1635 Faradav Avenue. Carlsbad. CA 92008 AppUcant's Telephone Number: 760.602.2756 ^ Exempt Status: (Check One) • Ministerial (Section 21080(b)(1); 15268); • Declared Emergency (Section 21080(b)(3); 15269(a)); • Emergency Project (Section 21080(b)(4); 15269 (b)(c)); 13 Categorical Exemption - State type and section number: 15301 and 15302 • Statutory Exemptions - State code number: ; • General ru le (Section 15061 (b)(3)) Reasons why project is exempt: Section 15301 - repair, maintenance, or minor alteration of existing facilities involving no or negligible expansion. Section 15302 - replacement or reconstruction where the improvement is located on the same site as the structure replaced and will have substantially the same purpose and capacity. , Lead Agency Contact Person: Scott Donnell Telephone: (760^602-4618 DON NEU, City Planner Date Date received for filing at OPR: Revised 06/10 ¥ Revised 8/10/10 Contract No. 6608 QL Z o UJ > m tL O OL OC m i S OC O H (0 I OC UJ oc o IL. a oc < Q (0 O >< Q Z LU Q. Q. < CITY OF CARLSBAD STANDARD FORM - TIER 1 STORM WATER POLLUTION PREVENTION PLAN STOKM WATER COMPLIANCE CERTtFICATK •' My project Is not In a category ol permil lypet exarnpt from tha Coo»(ructton SVVPPP requiraments ^ My project la nol located Inside or wHMn 200 feet ol an envlronmanlally sensillve araa with a slenlflcant polenliai tor conlribuilng poUutanU to nearby receiving waters fay way of storm watet runoR or non-storm water discharge(s). ^ My i>n»)ocl does not requires a grading plan pursuant to Ihe Carisbad Grading Ordinance (Chapter 15.16 ol the Carisbad Municipal Code) My project wM not result In Z.SS» squara feet Or more ol sols dWurbanca Includlno any associated constnjcDon staging, siodcpMne. pavamant removal, aquipmant storage, refusing wid maintenance areas that meets one or more ta the aiUieonai foBowIng crllaria: • located wWiln 200 feel ol an eniriranmentally sensitive area or Ihs Padnc Ocean; 3(«l/or. • disturbed area is located «n a slope wilh a grade at or exceeding 5 horizontal to 1 vertcal; and/t>r • disturbed araa Is tocated along er wlihbi 30 (eet ol a storm drain inlet, an open drafrtage channel or watercotna: and/or • construction will be initialed during the rainy season or wBI extend Into the rainy season {Oct. 1 8irough April 30). I CERTIFY TO THE BEST OF MY KNOWLEDGE THAT AU OF THE ABOVE CHECKED STATEMENTS ARE TRUE ANO CORRECT. I AM SUBMITTING FOR CITY APPROVAL A TIER 1 CONSTRUCTIOM SWPPP PREPARED IN ACCORDANCE WITH THE REQUIREMENTS OF CITY STANDARDS. 1 UNDERSTAND AND ACKNOWLEDGE THAT I MUST: (1) IMPLEMENT BEST MANAGEMENT PRACTICES (BMPS) DURING CONSTRUCTION ACTIVITIES TO THE MAXIMUM EXTENT PRACTICABLE TO MINIMIZE THE MOBILIZATION OF POLLUTANTS SUCH AS SEDIMENT AND TO MINIMIZE THE EXPOSURE OF STORM WATER TO CONSTRUCTION RELATED POLLUTANTS; AND, <a) ADHERE TO. AND AT ALL TIMES. COMPLY WITH THIS CITY APPROVED TIER 1 CONSTRUCTION SWPPP THROUGHTOUT THE DURATION OF THE CONSTRUCTION ACTIVITIES UNTIL THE CGNSTRUCTION WORK IS COMPLETE AND APPROVED BY THE CITYOFCARLSBAD. OWNERtSVOWHEK-S AOeKTMAMECl^lUNT) OWNtll($)ADW>n!»'S AG8NT NAME (SJCHATUIIE) STORM WATER POtLimON PReVENTlON NOTFS t ALL NECESSARY EQUIPMENT AND MATERIALS SHALL BE AVAILABLE ON StTE TO FACILITATE RAPID INSTALLATION OF EROSION AND SEDIMENT CONTROL BMPS WHEN RAIN IS EMINENT. 2. THE OWNER/CONTRACTOR SHALL RESTORE ALL EROSION CONTROL DEVICES TO WORKING ORDER TO THE SATISFACTION OF THE CITY ENGINEER AFTER EACH RUN- OFF PRODUCING RAINFALL. 3. THE OVWER/CONTRACTOR SHALL INSTALL ADDITIONAL EROSION CONTROL MEASURES AS MAY BE REQUIRED BY THE CITY ENGINEERING OR BUILDINO INSPECTOR DUE TO UNCOMPLETED GRADING OPERATIONS OR UNFORESEEN CIRCUMSTANCES WHICH MAY ARISE. 4. ALL REMOVABLE PROTECTIVE DEVICES SHALL BE IN PLACE AT THE END OF EACH WORKING DAY WHEN THE FIVE (3) DAY RAIN PROBABILITY FORECAST EXCEEDS FORTY PERCENT (40%). SDLT AND OTHER DEBRIS SHALL BE REMOVED AFTER EACH RAINFALL. 5. ALL GRAVEL BAGS SHALL BE BURLAP TYPB WITH JM INCH MINIMUM AGGREOATE. 6. ADEQUATE EROSION AND SEDIMENT CONTROL AND PERIMETER PROTECTION BEST MANAGEMENT PRACTICE MEASURES MUST BE INSTALLED AND MAINTAINED SPEOAL NOTES Amuor's Ps.'cel Number; Project ID; Cenitriidion PMmil No : Eslimaied CorvMrueiion Suirt Ddl*^ IVc^wn Ourjiiion EmBgeney Conlacl: Name: 24 hour Phone; Perceived Thr ent lo Slorm Wmct Quality a Medium 3 Low If medium l>ox ii chedcitd, muti siliieh nsMe plan ilwcl tlwvnng propased work waa ami location of propojied tltuctumt DMPx 00 o CO (O o (0 c o o For City Use Only CITY OFCARLSBAD STANDARD TIER I SWPl'P Approved By: Dote; Page I of. •o W Bi:si Management Practice (BMP) Description -> CASQA Oeaignation -> Construction Activity Erosion Control BMPs Gradinti/Sel Qisturbanea TrenelsngrExcavaSon Corerale'AspluH Sawcuttbg Conduitn>lpB InstallMnn SWftinQftjiy Pawn Araa Equip»n«nt Mainlananee and Fwtling HWiantoat SubeMne* U»><Slwaa« Site Aeeass Aimu CNd Sediment Control BMPa Tracking Contral BMPs , Non-Storm ater Management BMPs 5 4 Vtfasw Management snd Materials Pollution Control BMPs II 00 O (O to 6 z "C 2 c o O ^ u w o« l*A nf «nv activitv thst will occur during the probosed eoftsttuction. Add any other acUvily dsscriptions m the blank Instructions: Begin l?y rcviewine diB list ofconsl^iciion activ.ltes «.d checlung Hie box to^ [f^I^R^^^^^M^Z^l^i Fot Mch activity descrribed. pick one or more best mrmsBcmcnt t^Z^i^L bo«s provided tor ths. pun»se pl.ce wh^«^^S«w l^s«« wi* th. BMP coUmu. Do this for esch sctivity Uutt ws, checked olT and prscUcc (BMP.) 6tm, tlte list located sion thc top of *e fomv Then pl.« «^Xm J"^ ^ S«i d.^ the box to the left of "Site Access Across Dirt". Then review the Iut for sometbtng fo, each ofthe selected BMP, selected from Ihe list For ^"TP'^rl^*' P??^^'rt?^^^^^ SSesTActowDirt- ro^ until yo.« get to the "Stabilized ConstmetioB tagressmgress" column and th.. spplics such as "Stsbiliied Con«r»ciOB Ingressffigress" »n<l«r T^^B^oawL Folto« ri^^^ itSS^o S^r w * . pLte shcet^nce plastic sheeting i. not on the list of BMPs. U.c« wrtlc m place Sfl X in the box where U« ttvomeet A* amither example say the pio,c« mcluded . "'=^P'»« 5?" ^Twhwe "St^Xi" row intersects the new -Cover with Plastic" column. Xovcr with Plastic" in the blMikcolunui under the heading Erosion Control BMPs. Then p^^ m the box where Stockpmng row miersecu Page 2 of. •o CO •> (U 01 1 ) f) /V Scale of map Site Map Features displayed on the map must include: • An outline ofthe entire property • Location and brief description of construction turtivity areas (e.g. grading. buiMing, treitching, fueling areas, waste container area, wash raclcs, hazardous materia! storage areas, etc,) • Location and flow direction arrows for existing drainage facilities (ditches, channels, inlets, storm drains, etc) • Location of existing storm water BMP controls (sediment basins oil/ waler separators, sumps, etc.) • Location of proposed storm vaxer BMP controls with brief description or legend reference 00 o CO o 2 c o o Page 3 of. •D 0) CO •> APPENDIX D POTHOLING Phone: 760-480-2347 Fax: 760-739-8034 Cell: 760-419-2183 REPORT FOR CityofCarlsbad 1635 Faraday Avenue Carlsbad, Ca. 92008 PROJECT Site Utility Tocating and Potholing Phase II Task Allotment 1, Project 6608 Carlsbad, Califomia TABLE OF CONTENTS 1. DESCRIPTION OF POTHOLE PROCHDURHS 2. SITE SPECIFIC DETAILS 3. PROJECT AREA PHOTOGRAPHS 4. FO IHOLE 1 ABULAl ION 5. RECORD OF TESTHOLE DATA SHEETS PREPARED BY AIRX UTILITY SURVEYORS 2534 East El Norte Parkway SUITE C Escondido, Ca. 92027 Tel. 760-480-2437 www.airxus.com DESCRIPTION OF POTHOLE PROCEDURES Revised 8/10/10 Contract No. 6608 AIRX Utility Surveyors performs a full range of services including Utility Locating, Vacuum Excavation to identi fy the depth and alignment of existing utilities, Video Inspection services and Subsidence Monitoring. When employed Utility Locating establishes an alignment beneath which the desired utility has been traced. To convey this information to crews that follow mark outs are done using paint, nails or feathers with appropriate annotation. On hard pavement AIRX uses white paint to identify thc intended utility while utility locators use paint ofthe appropriate color for that utility. On unpaved surfaces spikes with pink feathers identify the alignment or pothole locations. Vacuum excavation entails the use of a vacuum truck as a mode of extraction coeval with high-pressure air or water as the mode of excavation. A hole is first cored or chiseled through the pavement 8 to 12 inches in diameter through which thc vacuum hose and high pressure hose is inserted. Holes in substrate materials such as sand excavate quickly while those in cobble may require considerable time. Trenches are excavated in a similar fashion to expose multiple or fragile utilities, or when an interruption in service, due to damage by conventional backhoe, can not be tolerated. With all ofthe above methods for locating buried utilities the method for annotating that information on the surface is the same. The facility is traced on thc surface and two nails or feathers are placed an offset distance apart. This distance is noted on the middle left side ofthe sheet. Its significance is two fold: First, it approximates the alignment of the centeriine of the pipeline or encasement; and second, it defines the point of depth measurement at the midpoint between the nails or feathers. The depth measurement is rounded to the nearest 1/2 inch with a tolerance of+/- VA inch. Surveyors can measure the coordinates of both points to gain an approximation of the alignment and take the depth measure at thc midpoint. Where requested, convenient or appropriate depth measurements may be taken from a remote point, hub or surface, such as a valve can lid or curb. If that is done a note will appear on the data sheet showing the location of the hub and the distance. Potholes may be slightly offset from the alignment of the utility below. On pavement pink paint between nails marks the alignment of the pipe along with the depth to the top ofthe utility and a brief description of the utility below. AirX potholing methods require potable water that was acquired off site, and all vacuumed water was disposed of off site. Water used during the course of potholing was completely contained and no water was allowed to escape into storm drains or natural drainages. Utility locating was initially provided by Underground Service Alert and verified as required by AirX Utility Surveyors prior to potholing. SITE SPECIFIC DETAILS AirX was contracted by the City of Carlsbad to perform locating and potholing services in Carlsbad, Califomia, tor certam utilities for 1 ask Allotment 1, Project 6608 for storm drain improvements. AirX applied for its own Traffic Control and Excavation Pennits and performed said work. The project area was on Madison Street at Grand Avenue, Roosevelt Street 75 feet northwest ofCarlsbad Village Drive and Ocean Street northwest from Pacific Avenue until it turns north. AirX was tasked to do 14 potholes, 4 at Madison, I at Roosevelt and 9 on Ocean Street. Traffic control was provided by AirX and a permit was required by the City ofCarlsbad. Traffic was fairly heavy on Madison and Roosevelt during the noon hour and after about 2:30 pm. The traffic on Ocean Street was relatively light. Tlie soil stratification was mostly sandy clay and the potholes were backfilled with slurry and the pavement resurfaced with hot asphalt. Every Wednesday the Farmers Market is set up and traffic is very heavy at that time. The results of the work have been written on the pavement and annotated in this report. f\ ^^¥ Revised 8/10/10 Contract No. 6608 PROJECT AREA PHOTOGRAPHS Above Left (I): Facing northciist on Grand Avenue from thc Roosevelt Street Intcrscctitw looking lowarcJ Madison. In Phase of this project potholes PH 101 to PH 104 where in the Madi.son Intersection and PH 105 was right ofthe photo on Roosevelt. Above Right (2)- Facing southeast on Madi<ion Street looking across Grand Avenue along fhe proposed alignment ofthe new storm drain. Potholes PH 101 to PH 104 ran across this intersection along the left side of the photo (rom near to far. Above Uft (3): Facing northwest on the southeast bound side of Rooseveit Street wilh Carlsbad Village Drive al the back ofthe camera. The current phase pothole location is near dead center ofthe photo, labeled pothole PH 105. Above Right (4); Facing southwest at the same location as in photo 3. but looking from the right in that photo. This is the building water serv ice not marked out in the previous phase. Carlsbad Village l>ive is about 75 feel to the left ofthe photo. Above Left (5); Facing south-southeast on Ocean Street as it curves northeast toward Garfield Street. Note the utilities changing from off curb in the street to back of curb, The utilities in this area are in a common trench, pothole PH 106 Ihrough PH 114. Above Right (6). Facing northwest on southwest side of Ocean Street looking down the utility con-idor and the proposed alignment of the stonn drain. Thc alignment follows from the mailbox stand. left, through the white 45 degree mark out just outside the parking tane back toward the catch basin seen in photo 5 The last pothole is seen in thc center of this photo. ¥ Revised 8/10/10 Contract No. 6608 RECORD OF TEST HOLE DATA AIRIXJOBNO: X110024 TEST HOLE NO: 101 DATE DUG: 4-7-11 UTIUTY TYPE Gas SIZE & MATERIAL T Steel UTILITY DEPTH 36 5" TIP ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION NE-SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: CONCRETE: BASE COURSE: UTILITY ^MRKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: YM TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No Sand/Clay Sand/Clay/Gravel COMMENTS: The traffic density on this street is intense around lunch and after about 2:30 pni, Faciing south down Madison Street on the north side of Grand Avenue. The Tee of the gas main in the street is under the cone to the left. The trench patch is for communications. A down the hole photo of the 2 inch steel gas line The roois are prolific around the backfill around the pipes under the street. Revised 8/10/10 Contract No. 6608 ^^^^^^^^ j/ttt^ RECORD OF TEST HOLE DATA AIRX JOB NO: X110024 TEST HOLE NO: 102 DATE DUG: 4-M1 UTILITY TYPE Sewer SIZE & MATERIAL Not Found UTILITY DEPTH N/A ENCASEMENT TOP ENCASEMENT BOTTOIVI UTILITY DIRECTION NE-SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: CONCRETE: BASE COURSE: UTILITY MARKED BY USA. MARKOUT LOCATION CORRECT: UTILtTY SHOWN ON PLAN; Y08 Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No N/A Ci ay/Gravel/Rock COMMENTS: This hole was marked out based on the dravwngs provitJed, however the soil was hard and the excavation was stopped at 6 feet pending further instruction. The City of Carlsbad Waste Water Division responded tttat the utility had been abandoned many years earlier. The location is as shown in the photo. 9 An area shot showing PH 102 at the left center of the photo The utility, now abandoned, runs from left to right, A down the hole shot to 6' The exact location of the trunk sewer was not known. The material here appeared native composed of clay, sand and gravel. Revised 8/10/10 Contract No. 6608 RECORD OF TEST HOLE DATA AIRXJODNO: X110024 TEST HOLE NO: 103 DATE DUG; 4-7-11 UTILITY TYPE Sewer 1 2 Stonn Drain 3 4 APPROXIMATE STATION SIZE & MATERIAL 8" VCP 12" ACP NORTHING COORDINATES UTILITY DEPTH 108.0" T/P 59.0" TIP EASTING COORDINATES ENCASEMENT TOP GROUND ELEVATION ENCASEMENT BOTTOM UTILITY ELEVATION UTILITY DIRECTION NE-SW NW-SE PAVEMENT THICKNESS: ASPHALT: CONCRETE: BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT; UTILITY SHOWN ON PLAN: YM TRACER WIRE FOUND: PIPE COVER MATERIAL; OVERBURDEN MATERIAL: No N/A Clay/Gravel/Rock COMMENTS: The pothole was placed to pick up both the sewer crossing on Grand Avenue as well as the stonm drain on Madison Street . An area shot showing PH 103 at the pink paint near the center line of Grand Avenue, in line with the far curb on Madison Ave A down the hole shot of the 8" sewer below the 12" storm dram seen at the left of the photo. ^^¥ Revised 8/10/10 Contract No. 6608 RECORD OF TEST HOLE DATA AIRX JOB NO, XII0024 TEST HOLE NO: 104 DATE DUG; 4-7-11 UTILITY TYPE Water SIZE & MATERIAL 10" ACP UTILITY DEPTH 45.0" TIP ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION NE-SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: CONCRETE: BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILtTY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No N/A Ciay/Gravel/Rock COMMENTS: The pothole is located on the southwest side of the intersection just outside the northeast bound travel lane. Facing northwest along the southwest side of Madison looking across Grand Avenue. The water mark out can be seen at the right of the photo and the pink line across the pothole patch is along the axis ofthe pipe. A down the hole shot of the water main. The ACP texture can be seen in the photo and their appears to be a tracer wire. ¥ Revised 8/10/10 Contract No. 6608 o RECORD OF TEST HOLE DATA AIRX JOB NO: X110024 TEST HOLE NO: 105 DATE DUG: 4-7-11 UTILITY TYPE 1 Water Service 2 3 4 SIZE & MATERIAL 1"Copper UTILITY DEPTH 25.0" TIP ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION NESW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: CONCRETE: BASE COURSE: C UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: lf%i TRACER WIRE FOUND PIPE COVER MATERIAL: OVERBURDEN MATERIAL: No N/A Clay/Sand/Gravel COMMENTS: The pothole was placed in line with proposed alignment of the new storm drain. Facing southeast on Roosevelt Street looking toward Carlsbad Village Drive; the pothole is ower center in the photo. A down the hole shot the 1 inch copper water sen/ice. ¥ Revised 8/10/10 Contract No. 6608 RECORD OF TEST HOLE DATA AIRX JOB NO: X110024 TEST HOLE NO; 106 DATE DUG; 4-1-11 UTILITY TYPE Telecom. Gas SIZE & MATERIAL 4" PVC 2" HDPE UTILITY DEPTH 20.0" TIP 27.5 " TIP ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION NE-SW NE-SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: 6" CONCRETE: 0' BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT; UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND PIPE COVER MATERIAL OVERBURDEN MATERIAL: No Sand Sand/C lay/Gravel COMMENTS: The pothole is on the west side of Ocean Street just southwest of the existing stonn drain grate. Facing south-southwest along the west side of Ocean Street. Pothole 106 was initially excavated behind the curia in the gravel but another was excavated just off the toe of the curij by the PH 106 annotation. Looking down the hole at (from left to right) the 4" PVC telecom conduit and 2" orange PE gas line. Note the tracer wire next to the gas line. ¥ Revised 8/10/10 Contract No. 6608 RECORD OF TEST HOLE DATA AIRX JOB NO: X110024 TEST HOLE NO; 107 OATE DUG; 4-1-11 UTILITY TYPE SIZE & MATERIAL UTILITY DEPTH ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION 1 Water Service 0.75" Cu 11.0"T/P NE-SW 2 Telecom. 4" PVC 30.0" T/P NW-SE 3 Gas 2" HDPE 32.0* TIP NW-SE A APPROXIMATE STATION 1 NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION 2 3 4 PAVEMENT THICKNESS: ASPHALT: 4" CONCRETE: 0" BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: VMI f*.^ TRACER WIRE FOUND: No Yii PIPE COVER MATERIAL Sand Yii OVERBURDEN MATERIAL: Clay/Sand/Gravel COMMENTS: Pothole on west side of Ocean Street. Pothole 108 is in the saddle of of the white water sen/ice trace. Pothole 107 is adjacent to the toe ofthe curtj and has the gas and telecom exposed under the curb and gutter. Looking down the hole at the 0 75" copper water service iine in the center of the photo. The 2" orange gas and part of a conduit are visible at depth. ^¥ Revised 8/10/10 Contract No. 6608 RECORD OF TEST HOLE DATA AIRX JOB NO: X110024 TEST HOLE NO: 108 DATE DUG: 4-1-11 UTILITY TYPE Water SIZE & MATERIAL 0.75" Cu UTILITY DEPTH 12.0" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION NE-SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: 4.5" CONCRETE: 0" UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT; UTILITY SHOWN ON PLAN. BASE COURSE: Yos Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL No Sand Sand/Ciay/Gravel COMMENTS: The pothole is on the west side of Ocean Street A view facing north-northwest at the radius end of Ocean Street. Pottiole 108 if next to the loe of the cutb where the perpendicular and off curtj white lines cross. Looking dovwi the hole at the 0.75" copper water sen/ice line. The pipe is making an odd bend in this area and is probably soft copper. ¥ Revised 8/10/10 Contract No. 6608 O RECORD OF TEST HOLE DATA AIRX JOB NO: X110024 TEST HOLE NO: 109 DATE DUG: 4-1-11 UTILHY TYPE Gas Telecom. SIZE & MATERIAL 1" Steel 4" PVC UTILITY DEPTH 18.5" T/P 33,0" TIP ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION NW-SE NW-SE APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: 4" CONCRETE: 0" BASE COURSE: O UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN. YM YM a^y _ TRACER WIRE FOUND: No ^f/ PIPE COVER MATERIAL: Sand OVERBURDEN MATERIAL: Sand/Clay/Gravel COMMENTS: Pothole is on the southwest skJe of Ocean Street, Facing southeast on the southwest side of Ocean Street. Pothole 109 is the closest tiole oul ffOtn the centei of the driveway apron. The gas has been reduced in this hole from a 2 inch HDPE to a 1 Inch steel. Looking down the hole at the 4" PVC telecom conduit and 1" coated steel gas line (right); coating on gas line in fair condition with a piec^ of coating missing. Revised 8/10/10 Contract No. 6608 RECORD OF TEST HOLE DATA AIRX JOB NO: X110024 TEST HOLE NO: 110 DATE DUG: 4-1-11 UTILITY TYPE 1 Water Service 2 3 4 SIZE & MATERIAL 3-1" Cu UTILITY DEPTH 28 0" TIP ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION NE-SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: 4" CONCRETE: 0" BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL COMMENTS: The pothole is on the southwest side of Ocean Street, one of three in this area of crossing. No Sand Clay/Sand/Gravel Facing northeast across Ocean Street mid-bkjck where the trunk electric, telecom and CATV cross the street. Only a service continues to the southeast along with the gas. Looking down the hole at the 3-1" copper water sen/ice lines; all pipes are at same depth. 9 ¥ Revised 8/10/10 Contract No. 6608 c RECORD OF TEST HOLE DATA AlFtXJOBNO: X110024 TEST HOLE NO: 111 DATE DUG; 4-1-11 UTILHY TYPE 1 Water Service 2 3 4 SIZE & MATERIAL 1" Cu UTILITY DEPTH 14.0" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTIUTY DIRECTION NE-SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: 5" CONCRETE: 0" BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN; YM TRACER WIRE FOUND: PIPE COVER MATERIAL: OVERBURDEN MATERIAL; No Sand Sand/Clay/Gravel COMMENTS: The pothole is on the southwest side of Ocean Street. Facing northwest along the southwest side of Ocean Street. The dry utilities tiunk lines cross the street here with only a sen/ice line continueing under the car at the lower left. Looking down the hole at the 1" copper water sen/ice. ¥ Revised 8/10/10 Contract No. 6608 /ume RECORD OF TEST HOLE DATA AIRX JOB NO: X110024 TEST HOLE NO: 112 DATE DUG: 4-1-11 UTILITY SIZE & UTILITY ENCASEMENT ENCASEMENT UTILITY TYPE MATERIAL DEPTH TOP BOTTOM DIRECTION 1 Telecom 2 5" PVC 25 0" TIP NE-SW 2 Gas rsteel 37.0" T/P NE-SW 3 Electric 4" PVC 40.5" T/P NE-SW 4 APPROXIMATE NORTHING EASTING GROUND UTILITY STATION COORDINATES COORDINATES ELEVATION ELEVATION PAVEMENT THICKNESS: ASPHALT: 4.5" CONCRETE; 0" BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UTILITY SHOWN ON PLAN; Yes Yes Yes TRACER WIRE FOUND: PIPE COVER MATERIAL OVERBURDEN MATERIAL: No Sand Sand/Clay/Gravel COMMENTS: Pothole on west side of Ocean Street Facing southwest across Ocean Street, the oposite direction of PH 111. Note the position of the water mam. Looking down the hole at, from left to right, the 1 inch costed steel gas line, 4" PVC eiectnc conduit and 2 telecom conduit. The coating on gas line is in good condition. # Revised 8/10/10 Contract No. 6608 RECORD OF TEST HOLE DATA AIRX JOB NO: X110024 TEST HOLE NO: 113 DATE DUG: 4-1-11 -to UTILITY • TYPE • { 1 Water Service 2 3 4 SIZE & MATERIAL 0.75" Cu UTILITY DEPTH 21,5" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION NE SW APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: 4.5" CONCRETE: 0" BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT: UriLITY SHOWN ON PLAN: Yes YM Vis TRACER WIRE FOUND No PI PE COVER MATERIAL Sand OVERBURDEN MATERIAL Sand/Clay COMMENTS: The pothole is on the southwest side of Ocean Street. Facing northv»«st, the pothole location is adjacent to the rear tire of the blue car at the left of the photo. Looking down the hole at the 0.75" copper water sen/ice ¥ Revised 8/10/10 Contract No. 6608 RECORD OF TEST HOLE DATA AIRX JOB NO; X110024 TEST HOLE NO; 114 DATE DUG: 4-1-11 UTILITY TYPE Gas SIZE & MATERIAL 1" Steel UTILITY DEPTH 25.0" T/P ENCASEMENT TOP ENCASEMENT BOTTOM UTILITY DIRECTION NW SE APPROXIMATE STATION NORTHING COORDINATES EASTING COORDINATES GROUND ELEVATION UTILITY ELEVATION PAVEMENT THICKNESS: ASPHALT: 5" CONCRETE: 0" BASE COURSE: UTILITY MARKED BY USA: MARKOUT LOCATION CORRECT; UTILITY SHOWN ON PLAN: Yes Yes Yes TRACER WIRE FOUND. No PIPE COVER MATERIAL: Sand OVERBURDEN MATERIAL: Sand/Clay COMMENTS: The pothole is on the southwest side of Ocean Street, The is the furthest location south in the project. Facing southwest across Ocean Street at the pothole location in the center of the photograph. Looking down the hole at the 1" coated steel gas line; the coating is in condition. ¥ Revised 8/10/10 Contract No. 6608 NOTES: 1. STENQL SHALL BE STAINLESS STEEL ASW B127 MONEL OR EOUAL. 2. WHITE PAINT SHALL BE NON-WATER BASE STRIPING PAINT APPUED 15 W/LS WET HLM THICKNESS. 5. OWNERSHIP OF STENOL SHALL B£ TRANSI^RRED TO THE arc AT THE END OF THE JOB. PAINT COLOR: WHITE STENCIL BY: PIPELINE PRODUCTS SAN MARCOS, CA. PH: 1'800-998'1079 o z UJ K-(0 I- UJ z oc o H (0 I IU X Q z UJ Q. CL < STENCIL TYPE "B" FOR USE WITH SMALL BOX INLETS OR ON 6" CURB 6" r 2" NO DUMPING DRAINS TO OCEAN 00 o CO CD 6 z •s 2 +j c o O 24" •o 0) •> 0) rr 12' NOTES: 1. STENQL SHALL BE STAINLESS STEEL ASTM 8127 UONa OR EOUAL 2. WHITE PAINT SHALL BE NON-WATER BASE STRIPING PAINT APPUED 15 MILS WET RLM THICKNESS. 3. OWNERSHIP OF STENQL SHALL BE TRANSFERRED TO THE an AT THE END OF THE JOB. PAINT COLOR: WHITE STENCIL BY: PIPEUNE PRODUCTS SAN MARCOS, CA. PH: 1-800-998-1079 STENCIL TYPE "A" FOR USE ON STANDARD SIZE BOX T NO DUMPING 00 o CD CD d Z ts (C c G O DRAINS TO OCEAN 24" 00 T3 M •> 0) 01 z 3 CL o oc Z o o o u. UL H Q OC < o < 0) u. >< Q z UJ 0. Q. < •I , I n5 wu ^ Oraaairuca »Mf iWWI <»>I—1|/H]IHII-«B««K I»1 DETAIL HKtmzam HKIMRMMC ftMCR (CONCRETE fA(?R^ TYPE 50) TYPICAL .SSDKWAIX a/mot TABLE 1: TAPER^ •SSSfgr TMO. TRAFFIC CONTROL NOTES wm ipm i» m iBMrn » m <«»<«« swo"*"!*"" * -""Wits raiwa flvut nxK smu. * «ggw»rwfi>wj mawMt mmc tow mm vaxtae aun m !g5Lg»«g«^J«^^ ttt meg SIGNAGE NQTRS t nmeiatfeemammjtsaaa WMXs w/IU (Mr oasutat * «..!^;Sewfm«B!rtji>f aouK n«»it«ai^w«tdaMi»ic KutwHCP muKtaammumH armuxmt*ma £*iS"'l.*!!»* " i?*"*^ coona wnwvMtf t » KKjkr »c tamieiat mammlBm caSkt cma (mmt mm ituMawTX MBmnmmmounnM. maim mmt. s 9UU M KHDM9 Dim tnr at enao •mur nD« (MiM» ID HSMT rubc SKOn: ICiST a HOUB If 49HNCr SSIfflNfr lOilC 9MU r 9MM (M WF wwne cnnm AM TABLE 2: BtinTR SPAff. uunno 4s Nns « xeiM «u« or Mt •imu M&nair amn nar MUX m jia«igwo9aeMirMF n mtmm rua ma » mum at mmn smn. It natatmimesumrnmumsm mmmmuumrmscfasaBan-a n caemjomMa w«neaxnenaricD 9MU HR wc MMHM er acaw a er MC HtsruDW <mai IT »v ettJRMi SIGNS VK20-2 o W4-2(RT) IS R9-110 W20-5(RT) <$> W1-4(LT) R9-10 W20-5(LT) W1-4(RT) d R4-7a W20-1 WJ-3{LT) <$> C9A(CA) W20-4 WI3-1 C30(CA) W21-5 IWOKJ G20-2 C30A(CA) W3-4 CSEl R9-9 TABLE 3: wmBRmiinR t. IMiiuar . w mr B B « «r ar mm MM m w xa ouct mac Kl r wmtmir OTY W OUaaBAB 00 o CD CD O 2 c o o o o 00 T3 (D CO •> (D 01 APPENDIX G CITY OF CARLSBAD STANDARD NOTES FOR SIGNING AND STRIPING PLANS GENERAL NOTES: 1. The contractor is responsible for installation/replacement of all signing and striping. 2. All signing, striping and pavement markings stiall 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 Transportation Director or his representative, prior to installation. 4. Any deviation from these signing and striping plans shall be approved by the Transportation Director or his 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 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 Transportation Director or his 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 10' inside dimension unless othen/vise specified. 12. All crosswalks, limit lines, stop bars, pavement arrows and pavement legends shall be thermoplastic unless otherwise specified. Preformed thermoplastic arrows and legends shall not be acceptable. 13. All signs shall be standard size as shown in the California MUTCD unless othenA/ise 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. 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. Revised 8/10/10 Contract No. 6608 18. Fire hydrant pavement markers shall conform to the California MUTCD and San Diego Regional Standard Drawing M-19. 19. Lettering on ground-mounted street name signs on multi-lane streets with a speed limit greater than 40 mph shall be 8" upper case and 6" lower-case. 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. Lettering font shall be Clearview. Supplemental lettering such as suffixes, block numbers and directional arrows shall be at least 3" high. 20. Street name sign blanks shall be flat (non-extruded) and street name posts shall be a minimum 12-gage, WA 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 ofthe sign shall be 18" above the finished surface of the median. 22. Where 0M1-3 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 OMI-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 OMI-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 Transportation Director or his representative. 26. New "SIGNAL AHEAD" signs and pavement legends shall not be installed until traffic signals are "^^^ operational or until directed by the Transportation Director or his representative. Revised 8/10/10 Contract No. 6608 APPENDIX H CITY OF CARLSBAD MODIFICATIONS TO SAN DIEGO REGIONAL STANDARD DRAWINGS VOLUME 3 - STANDARD DRAWINGS & SPECIFICATIONS ^^^tt"^^^ 2 " OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONAL STANDARD DSGS o^ejlllt^^^^ f <^onoi^f- P/aced witMn putlic rigtit^ Construotion. ^^^""^^^"^ ^^"^^'^ Specifications for F^jbiic mrks . MODIFICATION D-2 Enlarge curb inlet top to width of sidewalk (not to exceed 5'6"i hu i^^n.th r - , . D-20 Delete. D-27 Add; Amaximuin of three (3) combined outlets in lieu of Std. D-25. Add: T" dimension shall be a minimum of three (3) times size of rip rap. Minimum bottom width shall be 6' to facilitate cleaning. Minimum bottom width shall be 6' to facilitate cleaning. D-75 Delete "Type-A" Add: 6" X 6" X #tO x #10 welded wire mesh. Instead of stucco netting. E-1 Delete direct burial foundation. Add: The light standard shall be pre-stressed concrete round pole. G-3 Delete. a curb he,Bh.of 8-, »d(h of 6", a 3:1 Uerwith'the h^^eSSlTed ^^o^^^l^SiTS^^^'''' ^ —r. or fro. D-40 D-70 D-71 G-5 G-6 G-11 Volume 3 - Chapter 2 1 of 2 ^¥ Revised 8/10/10 Contract No. 6608 CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONALSTANDARD DRAWINGS (CONTINUED) DWG. MODIFICATION 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 Cartsbad 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 Carisbad" M-2 Add: To be used only with specific approval of the City Engineer. Volume 3 - Chapter 2 2 of 2 Revised 8/10/10 Contract No. 6608 APPENDIX I ~ STRIPING PLANS CARLSBAD VILLAGE DR. STRIPING NOTES: 4' DOUBLE YELLOW CENTERUNE PER CALTRANS DETAIL 21 4" YEUOW LEFT EDGELINE PER CALTRANS DETAIL 24 12" WHITE TWO-UNE CROSSWALK (THERimOPLASVC) "STOP" PAVEMENT LEGEND (THERIi40PLAST1C) STRIPING PLANS FOR ROOSEVELT STREET AND MADISON STREET BETWEEN CARLSBAD VILLAGE DRIVE AND GRAND AVENUE PROJECT NUMBER 6608. 6013 &600i %¥ Revised 8/10/10 Contract No. 6608 APPENDIX J SIDEWALK REMOVE AND REPLACE PLANS FOR ROOSEVELT STREET AND MADISON STREET WTS SW 7'X25' •PROTECT TREE IN PLACE •TREE OPENING 6' LONG. INSTALL 42" WE SIDEWALK, NON-CONVGUOUS AT TREE OPENING SW rxi6' •REMOVE AND REPLACE CURB AND GUTTER PER SDRSD G-2 •REMOVE AND REPLACE WATER METER WITH NEW BOX •REMOVE AND REPLACE 21' CURB AND GUTTER PER SDRSD G-2 CURB AND GUTTER CONVGUOUS TO NEW CURB ON STREETS SW 7'X35' •PROTECT STREETUGHT IN PLACE •REMOVE AND REPLACE TRASH CAN (RE-USE TRASH CAN) ~ GRANDAVE. sw 2.5 W ^REMOVE AND REPLACE WATER METER BOX WITH NEW BOX, •DRIVEWAY - REMOVE AND REPLACE IN KIND REMOVE AND REPLACE JO' OF CURB AND GUTTER PER SDRS) G-2 SW 7'X25' •PROTECT PAC BELL ACCESS HOLE IN PLACE •PROTECT TREE IN PLACE EMOVE AND REPLACE 40' OF CURB AND GUTTER PER SDRSD G-2 SW 7'X9' •PROTECT PULL "YBOX AND POWER 3-POLE IN PLACE ^•TREE OPENING 6' LONG. mNSTALL 42' WIDE SIDEWALK, NON^CONTiGUOUS AT TREE OPENING •REMOVE AND REPLACE 25' OF CURB AND GUTTER PER SDRSD G-2 SW 7*X25* IM^EMOVE AND REPLACE TR/mO SIGNAL BOX WITH ^""^W 9'X11' REMOVE AND REPLACE • SIDEWALK AND DRIVEWAY - APRON TO MATCH EXISTINGJL PROTECT TREE IN PLACE ^ HIMIL •REMOVE AND REPLACE 54' OF CURB AND GUTTER PER SDRSD G-2 •PROTECT TREE IN PLACE r CARLSBAD VILLAGE DR. SIDEWALK REMOVE AND REPLACE NOTES: 1. SIDEWALK PER SDRSD G-7, CONTIGUOUS, 2. REMOVE AND REPLACE SIDEWALK JOINT TO JOINT OR PER HELD MARKOUT J, 200 SQUARE FEET OF SIDEWALK TO BE REMOVED AND REPLACED AS REQUIRED BY ENGINEER. 4. SW X' X XX' - DIMENSIONS OF REMOVE AND REPLACE CONCRETE REPAIR WORK PLANS FOR ROOSEVELT STREET AND MADISON STREET BETWEEN CARLSBAD VILLAGE DRIVE AND GRAND AVENUE PROJECT Revised 8/10/10 Contract No. 6608 ADDENDUM NO. 1 APPENDIX K IRRIGATION SYSTEM The contractor shall install two valves, two quick couplers and Basic Irrigation System - one each at the midblock tree planter in Madison Street and the midblock tree planter in Roosevelt Street. There is currently an abandoned irrigation valve (located near the controller) and lateral in both Roosevelt and Madison that runs to the planters. Contractor shall install one irrigation controller wire each, from an existing solar controller in Madison Street, and an existing electric controller in Roosevelt Street, 180 feet through the existing abandoned 1" PVC lateral. The controller wire on Madison Street will be installed from the west side of the street. The controller wire on Roosevelt Street will be installed from the east side of the street. The valve and the quick coupler for both Madison Street and Roosevelt Street will be located on the east side of the street, in the northern tree planter. Controller wire in paved areas shall be installed per Section 3 ofthe Technical Specifications Section 02810 Landscape irrigation. Contractor shall connect Basic Irrigation System to VA main line which runs parallel in the street under the tree planter. A backflow preventer is in place and is not required with the project. Basic Irrigation System requires the Contractor to install 80 linear feet SCH 80 PVC sleeve (in all paved areas), with 3/4" SCH 40 PVC irrigation lateral installed in the sleeve, per Section 2.4 Plastic Pipe and fittings per the Technical Specifications Section 02810 Landscape Irrigation at each planter. The system requires a capped riser at each tree and bollard planter (16 total, 8 per street). A Quick Coupler shall be installed with each valve (total 2). Valves, quick couplers, and valve boxes shall be installed per the details in Appendix K and Section 2.8 and 2.10. All work shall be completed per Part 3 Execution. All work will be inspected by the Parks and Recreation Department. Contact Trees Supervisor Michael Bliss at (760) 434-2985 to arrange for inspection. '••'^ Revised 8/10/10 Contract No. 6608 APPENDIX K IRRIGATION SYSTEM PENTfTE WIRE CONNECTOR INSTALL PER DIRECTIONS WIRE SPLICE DETAU Hr SEE SPECS FOR PPE DEPTH NOTES: — TAPE CONTROL WIRES TO MAINUNE 10' O.C. — USE TEFLON TAPE ON ALL VHREADED JOINTS — ATTACH YELLOW PLASTIC TAGS WITH VALVE NO. TO CONTROL WIRE IN BOX — HOT BRAND BOX COVER W/VALVE STATION NO. IN 4" HIGH NUMBERS- — ALL PVC FITTINGS TO BE SCH 80 AUTOMATIC CONTROL VALVE NOT TO SCALE PLASTIC VALVE BOX WITH LOCKING COVER, 2" MIN., 12 MAX. FROM CURB WALK. ETC.. RNISH GRADE OF SOIL OR MULCH WHERE IT OCCURS, 2" BELOW BOX COVER WALK WALL. CURB OR PAViN< PENTITE CONNECTORS EXPANSION COILS AT mE CONNECTIONS. 10 WRAPS AROUND A 3/4" PIPE PVC ELL, LATERAL UNE SIZE (TYP) PVC NIPPLE PVC UNION. LATERAL LINE SII (SCH 80) INSTALL BUSHING IF REQ'D. T MEET LATERAL SIZE. FEMALE I X F. T INSTALL BOX LEVEL ON FOUR STANDARD BRICK SUPPORTS 6" MIN. CLEAR PVC NIPPLE. VALVE SIZE BRASS VALVE. MAY BE SMALLER THAN UNE SIZE UNE TO SPRINKLERS 5" PEA GRAm SCH 80 RISER OR NIPPLE. VALVE PVC MS X FT, BUSHING IF REOUIRED CONTROL WIRES PVC TEE OR ELL FROM VALVE MANIFOLD (PRESSURE UNE MIN 18" BELOW GRADE) ^¥ Revised 8/10/10 Contract No. 6608 APPENDIX K IRRIGATION SYSTEM HNISH GRADE OVER BARK MULCH PVC MAIN PVC ELL OR TEE W/THREADED ADAPTER (2) RED BRASS STREET ELLS 3" LAYER OF BARK MULCH, TYP. — GARDEN HOSE (BY OTHERS) 9" ' PLASTIC VALVE BOX. PAINT "Q"ON LID. INSTALL 3" ABOVE GRADE IN SHRUB AREAS. — HNISHED GRADE •CONCRETE PAVING BAND QUICK COUPLER KEY WITH SWIVEL HOSE ELL QUICK COUPLER VALVE WITH RUBBER CAP 5" DEPTH PEA GRAVEL INSTALL BOX LEVEL WITH 4 STANDARD BRICKS '2) STAINLESS STEEL STRAPS/CLAMP a "FAST-LOCK" OR EQUAL RED BRASS RISER NO. 4 REBAR STAKE, 36" LENGTH. \ CU.FT. CONCRETE THRUST BLOCK RED BRASS STREET ELL RED BRASS NIPPLES (5) RED BRASS UNION GLOBE VALVE IN SLEEVE WITH LOCKING CAP PER SDRSD 1-12 RED BRASS ADAPTER QUICK COUPLER VALVE NOT TO SCALE Revised 8/10/10 Contract No. 6608 APPENDIX K IRRIGATION SYSTEM HOT BRAND "BV" ON - BOX COVER IN 4" HIGH LETTERS U5 O PLASTIC VALVE BOX W/LOCKIN UD 1" ABOVE FINISH GRADE FINISH GRADE BRASS NIPPLES 'SLlP-nX' RTVNG OR EQUAL SCHEDULE 80 PVC NIPPLES SCH 40 PVC FEMALE ADAPTER (TYPICAL) PVC LATERAL UNE FILTER FABRIC (TREVIRA POLYESTER OR APPROVED SUBSfTUTE; COVER BOX PIPE OPENINGS BALL VALVE (SIZE PER PLAN) W/T X T CONNECTION PEA GRAVEL - 5" DEPTH SET BOX LEVEL ON 4 STANDARD BRICK SUPPORTS BALL VALVE NOT TO SCALE Revised 8/10/10 Contract No. 6608 APPENDIX L ELECTIRCAL CONUIT INSTALLATION The contractor will perform all trenching, excavation backfilling and compaction, and will furnish and install ali 2-inch polyvinyl chloride electrical conduits. No. 3-1/2 pull boxes and pull rope as shown in Sketch IA. The contractor will prepare as built drawings ofthe electrical conduit facilities. All work shall be performed in accordance with the National Electric Code, County of San Diego and City of Carlsbad building codes. Construction practices shall conform to the latest edition of manufacturers of equipment a material supplied for this project. All materials shall be new and bear the UL label where applicable. Installation shall be complete in every detaii as specified and ready for use. Revised 8/10/10 Contract No. 6608 APPENDIX L ELECTIRCAL CONUIT INSTALLATION INSTAU. PUUBOX IN PLANTER. TYP. INSTALL-PULLBOX IN NEW PCC PAVEMENT SKETCH IA ROOSEVELT STREET •O Q -.1 • MADISON STREET • ELECTRICAL CONDUIT NOTES: (T) WSTAIL 2' PVC ELECTRICAL CONDUIT W/ ROPE PULL PER GS-24. (T) INSTALL PULLBOX PER GS-21 NO. 3 1/2 LABEL ELECTRICAL CONDUIT ELECTRIC CONDUIT INSTALLATION PLANS FOR ROOSEVELT STREET AND MADISON STREET BETWEEN CARLSBAD VILLAGE DRIVE AND GRAND AVENUE NTS NTS ADDENDUMHI SKETCH IA mm SK scorr EMWS CSWSBMO mim im. s/i4/n a\uwms oEP/wnonvesw CMSMWV«M»\«»I>O BMcm comutomi ^^¥ Revised 8/10/10 Contract No. 6608 SECTION N.T.S. <X) 190-E-400 CONCRETE. MAXIMUM 8" aUMP SLURRY BACKHLL TO SURFACE FOU.OW WITH 12" VWDE BY 1-1/2" DEEP GRIND AND RESURFACING. ALLOW MIN. 72 HOURS CURE BEFORE GRINDING. (D 02-AR-4000 ASPHALT CONCRETE (2) ALL CONDUIT AND CABLE 0 EXISTING A.C. PAVEMENT (D EXISTING BASE MATERIAL (7) UNDISTURBED SOIL (D SYMMETRICAL ABOUT CENTIRUNE OF TRENCH. (D GRADE SS-Iti EMULSIFIED ASPHALT APPUED AT 0.15 GALLON PER SQUARE YARD. ® l?i^^S,r'\§P".'^'-T PAVEMENT FINISHED GRADE, PERMITEE'S OPERATIONS. ' . mm W0k TORT CONDI/IT AND CABLE * MINIMUM WIDTH 4" MAXIMUM WDTH 6" ® RESPRAY GRADE SS-lh EMULSIFIED ASPHALT AT 0.15 GALLON PER SQUARE YARD 6" WIDE, CENTERED ON EDGE UNE OF GRIND AFTER PLAONG A.C. & BEFORE SURFACE TREATMENT. @ SURFACE TREATMENT TO MATCH EXISTING PAVEMENT (E.G. SEAL COAT, CHIP SEAL) <Q) WHEN THE EDGE OF THE GRIND UNE IS WITHIN 12 OF EDGE OF PAVEMENT. ANY ^FypM^.At'^^.Ji^ENT TRENCH PATCH OR ANY OWER PAVING JOIN LINE THE 1-1/2 DEEP GRIND SHALL BE EXTENDED TO THE EXISTING STRUCTURE OR JOIN UNE. REV APPROVED UAlb CITY OF CARLSBAD y3><!^ 6-04 NARROW TRENCH BACKFILL & y3><!^ 6-04 NARROW TRENCH BACKFILL & QTY ENGINEER DATE ASPHALT CONCRETE RESURFACING SUPPLEMENTAL /^O O/l STANDARD NO. VJO-ii^ ^¥ Revised 8/10/10 Contract No. 6608 APPENDIX L ELECTIRCAL CONUIT INSTALLATION 1/2" MIN. 1/8" EDGE TAPER 2 • / ( 1 7 1 1 % UJJ in PRECAST REINFORCQ CONCRETE J" MIN. T TYPICAL T?.""'^' OEAN OWSHEO ROCK'iW'T* (1/r MAX.) .>7% CLEAN CRUSHED ROCK Ifi^' (1/2* MAX.) SECTION A-A SECTION B-B MOUDED LETTERS 1/8^ DEEP (SEE NOTE 2) 3/8"0 DEF. RSTEEL BARS COVER REINFORCING PUN TYPE COVER EDGE THICKNESS MIN. DEPIH BOX AND EXtEMSION L* W* R 31/2 1 3/4" NO EXTENSION 15 3/8" 10 1/8* 1 1/8' 5 2" 22* 23 1/4' 13 3/4" 1 t/4' TOP OIMENSIW NOTES: 1) . USE STEEL COVER WHEN SUBJECTED TO TRAFnC LOADS. 2) . PUU. BOX COVER SHAU. BE MARKED "STREET UGHTING" WHERE PULL BOX CONTAINS STREET UGHTING CONDUCTORS ONLY. "HIGH VOLTAGE" SHAU. 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. REV. APPR9YEP DATE CITY OF CARLSBAD PULL BOX FOR <^ ^-v,.*«. 6—04 CITY ENGINEER DATE TRAFFIC SIGNAL AND STREET LIGHTING SUPPLEMENTAL /^C OH STANDARD NO, UO'Z 1 TRAFFIC SIGNAL AND STREET LIGHTING SUPPLEMENTAL /^C OH STANDARD NO, UO'Z 1 ^¥ Revised 8/10/10 Contract No. 6608 APPENDIX M Village Events VILLAGE EVENTS November 2011 to May 2012 Date November Wednesday, Nov 2"'' Friday, Nov. 4* Saturday, Nov. 5*^ Sunday, Nov 6*^ Wednesday, Nov 9*^ Saturday, Nov. 12*^ Wednesday, Nov 16*^ Saturday, Nov. 19*^ Wednesday, Nov 23'^ Saturday, Nov. 26* Wednesday, Nov. 30*^" December Saturday, Dec. 3''^ Wednesday, Dec. 7*^ Saturday, Dec. 10*^ Saturday, Dec. 10* Wednesday, Dec. 14* Saturday, Dec. 17* Wednesday, Dec. 21^* Saturday, Dec. 24* Wednesday, Dec. 28* Saturday, Dec. 31* January Wednesday, Jan. 4* Saturday, Jan. 7* Wednesday, Jan. 11* Saturday, Jan. 14* Wednesday, Jan. 18* Saturday, Jan. 21* Sunday, Jan. 22"*^ Wednesday, Jan. 25* Thursday, Jan. 26* Saturday, Jan. 28* Carlsbad Carlsbad Carlsbad Chamber Carlsbad Carlsbad Carlsbad Carlsbad Carlsbad Carlsbad Carisbad Sponsor Village Association High School Village Association of Commerce Village Association Village Association Village Association Village Association Viiiage Association Village Association Village Association Carlsbad Village Association Carlsbad Village Association Carlsbad Village Association Christmas Bureau Carlsbad Village Association Carlsbad Village Association Carlsbad Village Association Carlsbad Village Association Carlsbad Village Association Carlsbad Village Association Carlsbad Carlsbad Carlsbad Carlsbad Carlsbad Carlsbad In Motion Carlsbad Carlsbad Carlsbad Village Village Village Village Village Village Village Village Village Association Association Association Association Association Association Association Association Association Event Farmers Market Lancer Day Parade Farmers Market Village Fall Street Fair Farmers Market Farmers Market Farmers Market Farmers Market Farmers Market Farmers Market Farmers Market Farmers Farmers Farmers Adopt-A- Farmers Farmers Farmers Farmers Farmers Farmers Market Market Market Family Project Market Market Market Market Market Market Farmers Market Farmers Market Farmers Market Farmers Market Farmers Market Farmers Market Marathon Farmers Market Thursdays on the Coast, art walk Farmers Market Revised 8/10/10 Contract No. 6608 Date February Wednesday, Feb. 1^* Saturday, Feb. 4* Wednesday, Feb. 8* Saturday, Feb. 11* Wednesday, Feb. 15* Saturday, Feb. 18* Wednesday, Feb. 22"^ Thursday, Feb. 23'^ Saturday, Feb. 29* March Saturday, Mar. 3'"^ Wednesday, Mar. 7* Saturday, Mar. 10* Saturday, Mar. 10* Wednesday, Mar. 14* Saturday, Mar. 17* Wednesday, Mar. 21^* Saturday, Mar. 24* Wednesday, Mar. 28* Thursday, Mar. 30* Saturday, Mar. 31^* Saturday, Mar. 31^* April Sunday, Apr. 1^* Wednesday, Apr. 4* Saturday, Apr. 7* Wednesday, Apr. 11* Saturday, Apr. 14* Wednesday, Apr. 18* Saturday, Apr. 21* Wednesday, Apr. 25* Thursday, Apr. 26* Saturday, Apr. 28* Sponsor Event Carlsbad Viiiage Associat on Farmers Market Carlsbad Village Associat on Farmers Market Carlsbad Village Associat on Farmers Market Carlsbad Village Associat on Farmers Market Carlsbad Village Associat on Farmers Market Carlsbad Village Associat on Farmers Market Carisbad Village Associat on Farmers Market Carisbad Village Associat on Thursdays on the Coast, art walk Carisbad Village Associat on Farmers Market Carlsbad Village Carlsbad Village Carlsbad Village City of Carlsbad Carlsbad Village Carlsbad Village Carlsbad Village Carlsbad Village Carlsbad Village Carlsbad Village Carlsbad Viiiage Various Association Association Association H&NS Association Association Association Association Association Association Association Various Carlsbad Carlsbad Carlsbad Carlsbad Carlsbad Carlsbad Carlsbad Carlsbad Carlsbad Village Village Village Village Village Village Viiiage Village Village Association Association Association Association Association Association Association Association Association Farmers Market Farmers Market Farmers Market Experience the World Farmers Market Farmers Market Farmers Market Farmers Market Farmers Market Thursdays on the Coast, art walk Farmers Market Marathon Marathon Farmers Market Farmers Market Farmers Market Farmers Market Farmers Market Farmers Market Farmers Market Thursdays on the Coast, art walk Farmers Market nd May Wednesday, May 2 Saturday, May 5* Sunday, May 6* Wednesday, May 9* Saturday, May 12* Wednesday, May 16* Saturday, May 19* Wednesday, May 23* Thursday, May 24* Saturday, May 26* Wednesday, May 30* Carlsbad Carlsbad Chamber Carlsbad Carisbad Carlsbad Carlsbad Carlsbad Carlsbad Carlsbad Carlsbad Village Association Village Association of Commerce Village Association Viiiage Association Village Association Village Association Village Association Village Association Village Association Village Association Farmers Market Farmers Market Village Spring Street Fair Farmers Market Farmers Market Farmers Market Farmers Market Farmers Market Thursdays on the Coast, art walk Farmers Market Farmers Market ^¥ Revised 8/10/10 Contract No. 6608