Loading...
HomeMy WebLinkAboutCHARLES KING COMPANY; 2012-02-01; PWS12-09UTILCITY OF CARLSBAD San Diego County Califomia CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR Occidental Interceptor Sewer Rehabilitation CONTRACT NO. 5522 BID NO. PWS12-09UTIL Revised 06/10/09 Contract No. 5522 Page 1 of 113 Pages TABLE OF CONTENTS — Page Notice Inviting Bids g Contractor's Proposal 10 Bid Security Form 15 Bidder's Bond to Accompany Proposal 17 Guide for Completing the "Designation Of Subcontractors" Form 19 Designation of Subcontractor and Amount of Subcontractor's Bid Items 21 Bidder's Statement of Technical Ability and Experience 22 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation ', 23 Bidder's Statement Re Debarment 24 Bidder's Disclosure of Discipline Record 25 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 27 Contract Public Works 28 Labor and Materials Bond 34 Faithful Performance/Warranty Bond 36 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 38 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 41 1-2 Definitions 41 1-3 Abbreviations 45 1-4 Units of Measure 48 1- 5 Symbols 49 Section 2 Scope and Control of the Work 2- 1 Award and Execution of Contract 50 2-2 Assignment 50 2-3 Subcontracts 50 2-4 Contract Bonds 51 2-5 Plans and Specifications 52 2-6 Work to be Done 56 2-7 Subsurface Data 56 2-8 Right-of-Way 56 2-9 Surveying 56 2-10 Authority of Board and Engineer 60 2- 11 Inspection 61 Section 3 Changes in Work 3- 1 Changes Requested by the Contractor 61 3-2 Changes Initiated by the Agency 61 3-3 Extra Work 63 3-4 Changed Conditions 65 3- 5 Disputed Work 67 Section 4 Control of Materials 4- 1 Materials and Workmanship 69 4- 2 Materials Transportation, Handling and Storage 74 Section 5 Utilities 5- 1 Location 74 5-2 Protection 75 5-3 Removal 75 5-4 Relocation 76 5-5 Delays ' 76 5- 6 Cooperation 77 Section 6 Prosecution, Progress and Acceptance of the Work 6- 1 Construction Schedule and Commencement of Work 77 6-2 Prosecution of Work 78 6-3 Suspension of Work 78 6-4 Default by Contractor 79 6-5 Termination of Contract 79 6-6 Delays and Extensions of Time 79 6-7 Time of Completion 80 6-8 Completion, Acceptance, and Warranty 81 6-9 Liquidated Damages 82 6-10 Use of Improvement During Construction 82 /5 Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 82 7-2 Labor 82 7-3 Liability Insurance 83 7-4 Workers' Compensation Insurance 83 7-5 Permits 83 7-6 The Contractor's Representative 84 7-7 Cooperation and Collateral Work 84 7-8 Project Site Maintenance 84 7-9 Protection and Restoration of Existing Improvements 86 7-10 Public Convenience and Safety 87 7-11 Patent Fees or Royalties 94 7-12 Advertising 94 7-13 Laws to be Observed 94 7-14 Antitrust Claims 94 Section 8 Facilities for Agency Personnel - Not Used Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 95 9-2 Lump Sum Work 95 9-3 Payment 95 9-4 Bid Items 99 SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Part 2 Construction Materials Section 200 Miscellaneous Metal Items 200-1 Rock Products 100 200-2 Untreated Base Materials 101 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs 102 206-8 Light Gage Steel Tubing and Connectors 104 206-9 Portable Changeable Message Sign 105 PART 3 Construction Methods Section 300 Earthwork 300-13 Storm Water Pollution Prevention Plan 107 Section 306 Underground Conduit Construction 306-1 Open Trench Operations 110 Section 313 Temporary Traffic Control Devices 313-1 Temporary Traffic Pavement Markers 112 313-2 Temporary Traffic Signing 113 313-3 Temporary Railing (Type K) and Crash Cushions 114 313-4 Measurement and Payment... 115 €5 TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01100 Supplemental Information 01200 Measurement and Payment 01580 Project Sign DIVISION 02 - SITE WORK (not used) DIVISION 03 - CONCRETE (not used) DIVISION 04 - MASONRY (not used) DIVISION 05 - METALS (not used) DIVISION 06 - WOOD AND PLASTICS (not used) DIVISION 07 - THERMAL AND MOISTURE PROTECTION (not used) DIVISION 08 - DOORS AND WINDOWS (not used) DIVISION 09 - FINISHES (not used) DIVISION 10 - SPECIALTIES (not used) DIVISION 11 - EQUIPMENT (not used) DIVISION 12 - FURNISHINGS (not used) DIVISION 13 - SPECIAL CONSTRUCTION 13500 Rehabilitation of Wastewater Structure with PVC Liner System 13605 Installation of Cured-in-Place Pipe (CIPP) in Existing Sewers DIVISION 14 - CONVEYING SYSTEMS DIVISION 15 - MECHANICAL 15050 Sanitary Sewer System Television Inspection 15060 Wireless Real Time Sewer Overflow Monitoring System 15600 Wastewater Bypass Pumping System APPENDICES Appendix A CCTV Pipeline Inspection Reports Appendix B Manhole Inspection Reports Appendix C Geotechnical Reports Appendix D SWPPP Information Appendix E Historical Flow Data Appendix F Project Sign C «f 1 -I O Onnc CITY OF CARLSBAD CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON NOVEMBER 22, 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 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 required in the Contract Provisions and Specifications. The work generally includes the installation of approximately 709 lineal feet of 39" diameter Cured-in-Place Pipe (CIPP) and the rehabilitation of eight sewer manholes. The rehabilitation requires full wastewater bypass pumping system. The project also includes the cleaning and CCTV Inspection of approximately 2,500 lineal feet of 39" through 48" diameter sewer pipe. OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 BID NO. PWS12-09UTIL 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 period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Utilities Department, Engineering Division. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, current edition at time of bid opening, all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. Revised 06/10/09 Contract No. 5522 Page 6 of 113 Pages The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $829,900. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: Classification A, General Engineering ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu ofthe usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $ 50.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. ^¥ Revised 06/10/09 Contract No. 5522 Page 7 of 113 Pages INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. 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 Carlsbad is a Charter City. Carlsbad Municipal Code Section 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. PRE BID MEETING A pre-bid meeting and tour ofthe project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis ofthe corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. 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 rejection of bid. Revised 06/10/09 Contract No. 5522 Page 8 of 113 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%) ofthe total amount payable by the terms ofthe contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for ail insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS UCENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2011-242, adopted on the 11"' day of October, 2011 October 17, 2011 Date 'Deputy City Clerk Revised 06/10/09 Contract No. 5522 Page 9 of 113 Pages CITY OF CARLSBAD OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 CONTRACTOR'S PROPOSAL I CJPENED, WITNESSED AND City Council [ City of Carlsbad i 1200 Carlsbad Village Drive f Carlsbad, California 92008 | The undersigned decl^fes he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 5522 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE"A" Item No. Description A-1 A-2 A-3 A-4 A-5 Approximate Quantity And Unit Mobilization and Preparatory Work at Not to Exceed $40,000 (Price in Words) Traffic Control at (Price in Words) Manhole Rehabilitation at (Unit Price in Words) Wastewater By-pass* at (Price in Words) Cleaning and Prep of Pipeline for CIPP Installation at LS LS 709 LF Unit Price (Figures) 8 EA $ "^^^gg^'^t- $ It)' Total Amount (Figures) $_2^j_P^' Yl.9>, oov $ ^OIP (Unit Price in Words) Revised 06/10/09 Contract No. 5522 Page 10 of 113 Pages Item No. Description Approximate Quantity And Unit A-6 CIPP Lining Installation for 39" Diameter Pipe Repair, Station 13+73 to Station 16+86 at (Unit Price in Words) A-7 CIPP Lining Installation for 396 LF 39" Diameter Pipe Repair, Station 16+86 to Station 20+82 at (Unit Price in Words) A-8 Remove and Replace Manhole Cone or Flat Top at (Unit Price in Words) A-9 Remove and Replace 36" 8 EA Manhole, Frame, and Cover at (Unit Price in Words) A-10 Overflow Monitoring System at ^ Unit Price (Figures) 313 LF $__QAa 5EA 1 EA $ ^VOV' Total Amount (Figures) y (Unit Price in Words) A-11 Pipeline Cleaning and CCTV Inspection at (Unit Price in Words) A-12 Miscellaneous Repair and Restoration to Existing Improvements at (Price in Words) 1,801 LF $_ LS Revised 06/10/09 Contract No. 5522 Page 11 of 113 Pages Total amount of bid in words for Schedule "A"; f V\^r^ Vj^t^/^ Total amount of bid in numbers for Schedule "A": $_ TP ^—'—' The basis of the award of the Contract will be the total of Schedule "A". Bid Item A-4 , Wastewater By-Pass, is designated as a "Specialty Item" as defined in the second paragraph on page 19, under the Guide for Completing the "Designation of Contractor" Form. Therefore Bid Item A-4 will not be included in computing the percentage of work proposed to be performed by the Bidder. 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 ofthe Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 738236 , classification _A which expires on 7/31/2011 ^ and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is Bid bond (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) ofthe amount bid. The Undersigned is aware ofthe provisions of section 3700 ofthe 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 No. 5522 Page 12 of 113 Pages Check a License - License Detail - Contractors State License Board Page 1 of 2 Department of Consumer Affairs Contractors State License Board Contractor's License Detail - License # 738236 A DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware ofthe following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public 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 falls 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: 738236 Extract Date: 11/22/2011 Bonding: Workers' Compensation: CHARLES KING COMPANY 2841 GARDENA AVENUE SIGNAL HILL CA 90755 Business Phone Number:(562) 426-2974 Corporation 07/18/1997 07/31/2013 This license is current and active. All information below should be reviewed. CLASS DESCRIPTION A GENERAL ENGINEERING CONTRACTOR D09 DRILLING. BLASTING AND OIL FIELD WORK CONTRACTOR'S BOND This license filed Contractor's Bond number 10123905 in the amount of $12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) KING CHARLES STEWART 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: 10/04/1997 BQI's Bonding History This license has workers compensation insurance with the TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx7LicNum-7... 11/22/2011 Check a License - License Detail - Contractors State License Board Page 2 of 2 Policy Number:DTJUB3452N74311 Effective Date: 06/02/2011 Expire Date: 06/02/2012 Ml[.!SMsl.Cpjiip.eiisMio.ll.M[^^^ Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses Conditions of Use | Privacy Policv Copyright © 2010 State of California https://www2.cslb.ca. go v/OnlineServices/CheckLicensell/LicenseDetail. aspx?LicNum-7... 11 /22/2011 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 Telephone No (5) E-Mail n/a (Street and Number) IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted. n/a (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 No. 5522 Page 13 of 113 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted Charles King Company Inc. (2). (Signature) President/ Secretary/ Tre.s. (Title) (3) Incorporated under the laws of the State of California Impress Corporate Seal here (4) Place of Business 2841 Gardena Ave. (Street and Number) City and State Signal Hill, CA (5) Zip Code 90755 Telephone No. 562-426-2974 (6) E-Mail scott@undergroundvyorks.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED W Revised 06/10/09 Contract No. 5522 Page 14 of 113 Pages CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of Califomia County of | (^ /bn^^r/g^ On ^ /ll before me, WlVA h (W\'^CUuh iQofTWy flAhll^ (Here insert name aiid title of the officer) personally appeared ^yppi K\Yip\^ who proved to me on the basis of satisfactory evidence to be the person(5^ whose nameO^ is/afjrsubscribed to the within instrument and acknowledged to me that 1^/she/tl^ executed the same in ^/her/thl^ authorized capacity(i!»g), and that by ^s/her/tl^r signatureOs^ on the instrument the person!)*^, or the entity upon behalf of which the person^ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia tl}j^t,j^e foregoing paragraph is trae and correct. WITNESS my hand and official seal. AJXAAAA PA P. f\AA ihr- Signature of Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT C()-r\\rrArA7/V'^ ^noirt^\.{_^ (Title or description of attachen document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER • Individual (s) iQ jCprporate Officer / ^PP<\A P^ lT7P< (Title) • Partner(s) • Attomey-in-Fact • Trustee(s) • Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in Califomia (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect fonns (i.e. he/she/they, is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. • Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. • Indicate title or type of attached document, number of pages and date. <• Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaryClasses.com 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: Debra King fPres/ Sec/ Tresl Charles King fVice Pres/ GMl ^¥ Revised 06/10/09 Contract No. 5522 Page 15 of 113 Pages BID SECURITY FORM (Check to Accompany Bid) OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 (NOTE: The following form shall be used if check accompanies bid.) not applicable 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 ofthe 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 No. 5522 Page 16 of 113 Pages Bond No. 069 BIDDER'S BOND TO ACCOMPANY PROPOSAL OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 KNOW ALL PERSONS BY THESE PRESENTS: ^. First National Insurance That we, Charles King Company, Inc. Principal, and Company of America as Surely are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) *SEE f 1 BELOW* for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns. Jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for; OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 in the City of Carlsbad, is accepted by the City Council, and If the Principal shall duly enter into and execute a Contract including required bonds and Insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. *#1 - TEN PERCENT OF THE AMOUNT OF THE BID (lOZ) In Ihe event Principal executed this bond as an individual, it is agreed that the death of Principal Revised 06/10/09 Con(racl No. 5522 page 17 of 113 Pages shall not exonerate the Surely from its obligations under this bond. November Executed by PRINCIPAL this 8th day of 20 11 PRINCIPAL: Charles King Company, Inc (name of Principal) (sign h^) Debra K. King (print name here) President/Corp. Secretary (sign here) Chair\Ps \<\^y \f.P (print name here) (title and organization of signatory) Executed by SURETY this 8th of NovenAer , 2011- day SURETY: First National Insurance Company of America (name of Surety) „ , .o/>« 790 The City Drive, South, #200 Orange, CA 92868 (address of Surely) 714-634-5726 (sigriBture of Attorney-in-Fact) Ryan S. Mantle (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 Revised 06/10/09 Contract No. 5522 Page 18 of 113 Pages CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of Califomia County of LoT P^r/^-pW-i On 1 before me, 8(7\7VC\V\ CV\^CAAOVC ^ofZiyy x/)\Ak>\i^ ' (Here insert name and title of the officer)' I personally appeared "l^-^i? \\ \ \P^ who proved to me on the basis of satisfactory evidence to be the personO^ whose name(^ is/^ subscribed to the within instrument and acknowledged to me that &e/she/tl^y executed the same in his/her/tb^Kir authorized capacity(i>fg), and that by t^/her/thjjfr signature^ on the instrument the person(!^, or the entity upon behalf of which the person^ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is tme and correct. WITNESS my hand and official seal. .APAAPAJA OAy,^(^AA_Ajr- Signature of Notary Public (Notary Seal) ''%^tP ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT {W\ p\ t2>/yn tp{ (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER • Individual (s) Corporate Officer (Title) • Partner(s) • Attomey-in-Fact • Trustee(s) • Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in Califomia must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of Califomia. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect fonns (i.e. h«/she/thoy, is /afe ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, rc-scal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. • Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document, • Indicate title or type of attached document, number of pages and date. • Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orajise } before me Mary Martlgnonl - Notary Public Here Insert Name and Title of ttie Officer personally appeared Ryan S. Mantle NafTie(s) of Signer(s) )NI I MARY MAf^.TIGNONI COMM. # 1947853 f KOTARY PUBLIC - CAUFORNIA S 1 N^^gJ/ ORANGE COUNTY j I ^^'"^y Comm. Expires Sept. 9, 20151 Piace Notary Seal Above who proved to me on the basis of satisfactory evidence to be the personi)j) whose name(^is^3«e subscribed to the within instrument and acknowledged to me that he/si^iaS^ey executed the same in hi^twfltlseff authorized capacityti^, and that by hl^lfyeOjjaeif signatuFeQ$][ on the instrument the persontj^ or the entity upon behalf of which the personjf^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 hand and official seal. Signatuc/^^Q-^ ^ OPTIONAL Signature of Nvtary Putifjc Though ttie infonnation tielow Is not required fcy 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 Ttian Named Above: Capacity(ies) Claimed by Signer(s) Ryan Mantle Signer's Name:. • Individual • Corporate Officer — Titie(s): • Partner — • Limited • General CK Attorney in Fact • Trustee • Guardian or Conservator • Other: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: First National Insurance Company of America Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Ottier: Signer Is Representing:. RIGHTTHUMBPRINT OF SIGNER Top ol thumb here i^^^^^^Wxiation.9350IDeSoloAve.,RO.Box2402.Chats«rlt,,CA9^ ltem#5907 Reo«Jer.CalToltflee 1^76^7 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4687 116 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. FIRST NATIONAL INSURANCE COMPANY OF AMERICA SEATTLE, WASHINGTON POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That First National Insurance Company of America (the "Company"), a Washington stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint. LES M. MANTLE, RYAN S. MANTLE, ALL OFTHE CITY OF FULLERTON, STATE OF CALIFORNIA , each individually if there be more than one named, Its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on Its behalf as surety and as Its act and deed, any and all undertakings, bonds, recognizances and other surety obligations In the penal sum not exceeding FIFTY MILLION AND oo/ioo«""""""""""'""«»««"«««*"««««»"«""«"«*« DOLLARS ($ 50,ooo,ooo.oo*"**""*"**"**"""** ) each, and the execution of such undertakings, bonds, recognizances and other surety obllgattons, In pursuance of these presents, shall be as binding upon the Company as If they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. o Q. 0) •D a> I. u o 3 at 're 5 > ® 3 C n> O i. 0) o o£ c re 0) *' re « !» £ 2 re c > 2 5 = z O That this power Is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE IV - Officers: Section 12. Power of Attorney Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitations as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act In behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in- fact, subject to the limitations set forth In their respective powers of attorney, shall have full power to bind the Corporation by their signature and executed, such Instruments shall be as binding as if signed by the president and attested by the secretary. By the following Instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article IV, Section 12 of the By-laws, David M. Carey, Assistant Secretary of First National Insurance Company of America, is authorized to appoint such attorneys-in-fact as may be necessary to act In behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now In full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of First National Insurance Company of America has been affixed thereto in Plymouth Meeting, Pennsylvania this l''t>i day of Ju|y , 2011 . FIRST NATIONAL INSURANCE COMPANY OF AMERICA COIVIMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY David M. Carey, As^stant Secretary ss On this litri day of July 2011 before me, a Notary Public, personally came David M. Carey, to me known, and acknowledged that he Is an Assistant Secretary of First National Insurance Company of America; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of First National Insurance Company of America thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREi first above written. CERTIFICATE subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year T'eresa Pa&teNa. Motary PubNc Piyniouth Twp., Montgosir^ery County M-j Corrjmbsion Expires Msf. 28,2013 By. Tere§ ka Pastella, Notary Public , the undersigned. Vice B^SfJ^^^^National Insurance Company of America, do hereby certify that the original power of attorney of which the foregoing Is a full, true andcbrre^-ed^, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Officer specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article IV, Section 12 of the By-laws of First National Insurance Company of America. re •o (0 (0 0) c '55 3 n >. c re EE O Q. V C 5 « Q- re .So x:o O C re — >• i" c«9 CO This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of First National Insurance Company of America at a meeting duly called and held on the 18th day of September, 2009. VOTED that the facsimile or mechanically reproduced sigfiature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company In connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, thls_ November , 2011. 8th day of Gregory W. Davenport, Vice President GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the foilowing "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 performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information 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 of the City Council shall be final. ^¥ Revised 06/10/09 Contract No. 5522 Page 19 ofl 13 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 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 No. 5522 Page 20 of 113 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 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* Amount of Work by Subcontractor in Dollars* ^ 1 <?7L9W^ cm. Jl I r i 1 O'J, boo ^^^^ '7^ Page 1 of 1 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 No. 5522 Page 21 of 113 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contract Type of Work Amount of Contract see attac led ¥ Revised 06/10/09 Contract No. 5522 Page 22 of 113 Pages Charles King Co., Inc. Reference Work Job NaniB Owner Ovimnr Cnntant Phone Type of Work Amount natp rnmpis Jobs CnmpletRri 5627 Plaza Del Amo Sewer Project City of Torrance Emmanual Martin (eng) (310) 618-3069 install gravity sewer 934,192.40 May-08 6127 15th Street - Westminster Blvd. Sewer Proj. Midway Ken Robbins (714) 893-3553 sewer replacement 1,374,469.50 Oct-08 1628 Elliot street Lining Enfiergency - Long Beacfi LBWD Jimmy Chen (562) 570-2340 sewer rehab 22,136.85 Dec-07 2028 ESR Loma, 1st, Tremont, 2nd in Long Beach LBWD Jimmy Chen (562) 570-2340 sewer replacement & rehab 139,227.09 May-08 2128 ESR West Fargo St., Yucca & Fival City of Los Angeles Ba Vu (323) 342-6041 sewer point repairs 357,000.00 Sep-08 3728 Various Locations Citywide Sewer IVIain Rehab City of Camarillo Lucy McGovern (805) 388-6334 sewer rehab 2,039,190.00 Apr-10 4228 2nd Street (1100) ESR City of Los Angeles Jon IHaskett (213) 485-5864 sewer repair 145,000.00 Sep-08 5628 ESR - Beverly Crest Dr./MLK&Hillcrest /Chiquita St. City of LA Jorge De La Torriente (213)485-5836 emergency sewer repair 109,789.00 Oct-08 1229 Upgrade of Square MH - Thousand Oaks City of Thousand Oaks Diana Locl<year (805) 449-2445 upgrade manholes 140,495.00 Sep-09 1329 Emergency Sewer/Storm Drain Project City of Glendale Dennis Ambayec (818)937-8249 emergency repair project 20,000.00 Apr-11 1729 96" Sewer Pipe Liner San Die^o Co Airport Auth. Dave Arthurs (858) 268-8080 lining 96" sewer 3,790,000.00 Nov-09 4629 Broadway Trunk Sewer Replace/Rehab. LBWD Robert Verceles (562) 570-2337 sewer rehab & replacement 798,119.82 Jun-10 5029 Spring Valley Outfall Sewer (Bonita) County of San Diego Jose Sandoval (858) 537-2500 sewer work & sewer bypass 2,200,000.00 May-10 1810 Goldenshore Sewer Lining LBWD Robert Verceles (562) 570-2337 sewer lining 20,000.00 Jun-10 2310 Rossmoor/Los Alamitos Sewer Dist. Rossmr/Los Al Sewer Dist. Eduardo Espinoza (AECOM (949) 476-3317 sewer point repairs 86,000.00 Jun-10 2410 California Bowl Sewer Lining & Rehab. LBWD Robert Verceles (562) 570-2337 sewer rehab & replacement 944,883.00 May-11 2610 Strathearn Place - Simi Valley City of Simi Valley Michael Kang (805) 583-6473 lining, bypass & structures 508,097.50 Sep-10 3610 LA Ave, Tapo Canyon Rd...Sewer Line Rehab. City of Simi Valley Michael Kang (805) 583-6473 sewer rehab. 738,311.00 Dec-10 3710 SSRP N15 Glendale Blvd. & Scott Ave. City of Los Angeles Ofelia Rubio (213)485-5869 sewer rehab & replacement 2,114,786.60 Jul-11 4410 Upper Beachwood West City of Los Angeles Gevork Ml<rtchyan (213) 485-5919 manhole upgrade and related work 686,352.86 Oct-11 6410 Sewer Rehab Project FY 2008/2009 City of Chula Vista Public Works (619) 691-5027 sewer rehab 995,546.25 Oct-11 7510 Hansen Dam Ranger Station Project City of IJ\, General Services Theresa Torres (213)473-0652 sewer, water project 496,848.00 Aug-11 2211 ESR - 1409 Ogden St. City of Los Angeles Iraj (213) 923-4597 emergency sewer repair 140,000.00 Aug-11 2311 DeLong StA/Vatson St/Cresent Av Sewer Rehab City of Cypress Kamran Dadbeh (714) 229-6700 sewer replacement 291,857.00 Jul-11 2711 Echo Park Boathouse City of LA, General Services Dean Masterman. Proj Mngi (213) 216-9705 grease Interceptor 72,000.00 Oct-11 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 As a required part of tlie Bidder's proposal the Bidder must attach either ofthe following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: • Comprehensive General Liability • Automobile Liability • Workers Compensation • Employer's Liability 2) |statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover 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 No. 5522 Page 23 of 113 Pages CEDE CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1/16/2012 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 INSUF5ANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poilcy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the poiicy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER (888) 825-4322 Bowermaster & Associates P.O. Box 6026 10805 Holder Street - Suite 350 Cypress, CA 90630 NAMEf'^^ Denise Cerna PRODUCER (888) 825-4322 Bowermaster & Associates P.O. Box 6026 10805 Holder Street - Suite 350 Cypress, CA 90630 ™o. Ext): 714-733-6200 219 r>w. No): 714-252-8253 PRODUCER (888) 825-4322 Bowermaster & Associates P.O. Box 6026 10805 Holder Street - Suite 350 Cypress, CA 90630 ADDRESS: dcerna@bowermaster.eom PRODUCER (888) 825-4322 Bowermaster & Associates P.O. Box 6026 10805 Holder Street - Suite 350 Cypress, CA 90630 CUSTOMER ID (/:CHAKIN-001 PRODUCER (888) 825-4322 Bowermaster & Associates P.O. Box 6026 10805 Holder Street - Suite 350 Cypress, CA 90630 INSURER(S) AFFORDING COVERAGE NAIC# INSURED Charles King Company, Inc. 2841 Gardena Avenue Signal Hill, CA 90755 INSURER A Travelers Indemnity Company INSURED Charles King Company, Inc. 2841 Gardena Avenue Signal Hill, CA 90755 INSURER B Travelers Property & Casualty Co of Amer. INSURED Charles King Company, Inc. 2841 Gardena Avenue Signal Hill, CA 90755 INSURER C Chartis Specialty Insurance INSURED Charles King Company, Inc. 2841 Gardena Avenue Signal Hill, CA 90755 INSURER D INSURED Charles King Company, Inc. 2841 Gardena Avenue Signal Hill, CA 90755 INSURER E INSURED Charles King Company, Inc. 2841 Gardena Avenue Signal Hill, CA 90755 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO 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 INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERAL LIABILITY X DT22C03452N743TCT11 3/30/2011 3/30/2012 EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENEF WL LIABILiTY "xl OCCUR X DT22C03452N743TCT11 3/30/2011 3/30/2012 DAMAGE TO RE NT6D PREMISES (Ea occurrence) $ 300,000 A 1 CLAIMS-MADE WL LIABILiTY "xl OCCUR X DT22C03452N743TCT11 3/30/2011 3/30/2012 MED EXP (Any one person) $ 5,000 A WL LIABILiTY "xl OCCUR X DT22C03452N743TCT11 3/30/2011 3/30/2012 PERSONAL & ADV INJURY $ 1,000,000 A X DT22C03452N743TCT11 3/30/2011 3/30/2012 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X DT22C03452N743TCT11 3/30/2011 3/30/2012 PRODUCTS - COMP/OP AGG $ 2,000,000 POLiCY X ,'I'FCT LOC X DT22C03452N743TCT11 3/30/2011 3/30/2012 $ A AUl X X X rOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS X DT8103452N743TCT11 3/30/2011 3/30/2012 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 A AUl X X X rOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS X DT8103452N743TCT11 3/30/2011 3/30/2012 BODILY INJURY (Per person) $ A AUl X X X rOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS X DT8103452N743TCT11 3/30/2011 3/30/2012 BODILY INJURY (Per accident) $ A AUl X X X rOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS X DT8103452N743TCT11 3/30/2011 3/30/2012 PROPERTY DAMAGE (Per accident) $ A AUl X X X rOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS X DT8103452N743TCT11 3/30/2011 3/30/2012 $ A AUl X X X rOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS X DT8103452N743TCT11 3/30/2011 3/30/2012 $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS-MADE DTSMCUP3452N743TIL11 3/30/2011 3/30/2012 EACH OCCURRENCE $ 3,000,000 B X UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS-MADE DTSMCUP3452N743TIL11 3/30/2011 3/30/2012 AGGREGATE $ 3,000,000 B DEDUCTIBLE RETENTION $ 10,000 DTSMCUP3452N743TIL11 3/30/2011 3/30/2012 $ B X DEDUCTIBLE RETENTION $ 10,000 DTSMCUP3452N743TIL11 3/30/2011 3/30/2012 $ B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY y/N ANY PROPRIETOR/PARTNER/EXECUTIVE | 1 OFFICER/MEiyBER EXCLUDED? (Mandatory In NH) ' ' If yes, describe under DESCRIPTION OF OPERATIONS beiow N/A DTJUB3452N74311 6/2/2011 6/2/2012 V WC STATU- OTH-TORY LIMITS ER B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY y/N ANY PROPRIETOR/PARTNER/EXECUTIVE | 1 OFFICER/MEiyBER EXCLUDED? (Mandatory In NH) ' ' If yes, describe under DESCRIPTION OF OPERATIONS beiow N/A DTJUB3452N74311 6/2/2011 6/2/2012 E.L. EACH ACCIDENT $ 1,000,000 B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY y/N ANY PROPRIETOR/PARTNER/EXECUTIVE | 1 OFFICER/MEiyBER EXCLUDED? (Mandatory In NH) ' ' If yes, describe under DESCRIPTION OF OPERATIONS beiow N/A DTJUB3452N74311 6/2/2011 6/2/2012 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY y/N ANY PROPRIETOR/PARTNER/EXECUTIVE | 1 OFFICER/MEiyBER EXCLUDED? (Mandatory In NH) ' ' If yes, describe under DESCRIPTION OF OPERATIONS beiow N/A DTJUB3452N74311 6/2/2011 6/2/2012 E.L DISEASE - POLICY LIMIT $ 1,000,000 C Pollution Liability CPL3850939 3/30/2011 3/30/2012 $5,000,000/Ded:$10,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Occidental Interceptor Sewer Rehabilitation Bid No. PWS12-09UTIL, Project No. 5522 City of Carlsbad is an Additional Insured with respects to General Liability per attached endorsement form CGD2460805. With respects to Auto Liability oer attached endorsement form CAT3530609. See attached cancellation endorsement form ILT0010107 and IL02700908. CERTIFICATE HOLDER CANCELLATION City of Carlsbad Public Works Purchasing Department 1635 Faraday Avenue Carlsbad, CA 92008-7314 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2009/09) © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Named Insured: Charles King Company, Inc. Policy Number: DT22C03452N743TCT11 Policy Period: 03/30/2011 to 03/30/2012 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement moijifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO ts AN INSURED - (Section tl) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only v\nth respect to liabiiily for "bodily injury", "property damage" or "personal injury"; and b) If, and only to Ihe extent lhat. the injury or damage is caused by acts or omissions of you or your subcontractor In the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event thai the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional Insured Shalt be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section III - Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products-completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for v/hich the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is eartler. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will nol share with that "olher insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: CG D2 46 08 05 009039 © 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it lhat we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of "olher insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available lo the additional insured which covers lhat person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. -DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 © 2005 The St. Paul Travelers Companies, Inc. CG D2 46 oa 05 Named Insured: Charles King Company, Inc. Policy Number: DT8103452N743TCT11 Policy Period: 03/3p/2011 to 03/30/2012 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. GENERAL DESCRIPTION OF COVERAGE - This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be exdijded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions nrtay apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS F. HIRED AUTO - LIMITED WORLDWIDE COVERAGE - INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE - GLASS PROVISIONS A. BROAD FORM NAMED INSURED The foilowing Is added to Paragraph A.1., Who Is An Insured, of SECTION II - LIABILITY COV- ERAGE: Any organization you newly acquire or fonn dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end ofthe policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An insured, of SECTION II - LIABILITY COVEFIAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and H. HIRED AUTO PHYSICAL DAMAGE - LOSS OF USE - INCREASED LIMIT 1. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES - INCREASED LIMIT J. PERSONAL EFFECTS K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS executed by you before the "bodily Injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional Insured Is an "insured" for Liability Cover- age, but only for damages to which this insurance applies and only to the extent that person or or- ganization qualifies as an "insured" under the Who Is An Insured provision contained in Section 11. C. EMPLOYEE HIRED AUTO 1. The following Is added to Paragraph A.1., Who Is An Insured, of SECTION 11 - LI- ABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. CA T3 53 06 09 © 2009 The Travelers Companies, Inc. Includes the copyrighled malerial of Insurance Services Office, Inc. with ils permission. Page 1 of 4 COMMERCIAL AUTO 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV - BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while perform- ing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following Is added lo Paragraph A.1., Who Is An Insured, of SECTION II - LIABILITY COV- ERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II - LIABILITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.{4), of SECTION 11 - LIABILITY COVERAGE: (4) All reasonable expenses Incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. F. HIRED AUTO - LIMITED WORLDWIDE COV- ERAGE - INDEMNITY BASIS The following replaces Subparagraph e. in Para- graph B.7., Policy Term, Coverage Territory, of SECTION IV- BUSINESS AUTO CONDITIONS: e. Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and thai is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their house- holds. (1) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (a) You must arrange to defend the "insured" against, and investigate or settle any such claim or "suit" and keep us advised of all pro- ceedings and actions. (b) Neither you nor any other in- volved "insured" will make any settlement without our consent. (c) We may, at our discretion, par- ticipate in defending the "insured" against, or in the settlement of, any claim or "suit". (d) We will reimburse the "insured": (I) For sums that the "insured" legally must pay as damages because of "bodily Injury" or "property damage" lo which this insurance applies, that the "insured" pays with our consent, but only up to the limit described in Paragraph C, Limit Of Insurance, of SECTION ii - LIABILITY COVERAGE; (li) For the reasonable expenses incurred with our consent for your investigation of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit de- scribed in Paragraph C, Limit Of Insurance, of SECTION II ~ LIABILITY COVERAGE, Page 2 of 4 © 2009 The Travelers Companies, Inc. Includes the copyrighted malerial of Insurance Services Office, Inc. with its permission. CA T3 53 06 09 COMMERCIAL AUTO and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (2) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess contingent or on any other basis. (3) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. You agree to maintain all required or compulsory insurance in any such coun- try up lo the minimum limits required by local law. Your failure to comply with compulsory insurance requiremenls will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (4) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE - GLASS The following is added to Paragraph D., Deducti- ble, of SECTION 111 - PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE - LOSS OF USE-INCREASED LIMIT The following replaces the last sentence of Para- graph A,4.b., Loss Of Use Expenses, of SEC- TION III - PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use Is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES - INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SEC- TION III - PHYSICAL DAMAGE COVERAGE: We wil! pay up to $50 per day to a maximum of $1,500 for temporary Iransportalion expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONAL EFFECTS The foilowing is added to Paragraph A.4., Cover- age Extensions, of SECTION III - PHYSICAL DAMAGE COVERAGE: Personal Effects We will pay up to $400 for "loss" lo wearing ap- parel and other personal effects which are: (1) Owned by an "insured"; and (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Effects coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION 111 - PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" lo one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.l.b, and A.l.c, but only: a. If lhat "auto" Is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV - BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a) You (if you are an individual); CA T3 53 06 09 © 2009 The Travelers Companies, Inc, Includes Ihe copyrighted material of Insurance Services Office, Inc. with its permission. Page 3 of 4 COMMERCIAL AUTO (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV - BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV - BUSINESS AUTO CONDITIONS; The unintentional omission of, or unintentional error in, any informalion given by you shall nol prejudice your rights under this insurance. How- ever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non-renewal. Page 4 of 4 © 2009 The Travelers Companies, Inc. Includes the copyrighted material of Insurance Services Office, Inc. with its permission. CA T3 53 06 09 COMMON POUCY CONDITIONS All Coverage Parts included in this policy are subject to the following conditions: A. Cancellation 1. The first Named Insured shown in the Decla- rations may cancel this policy by mailing or delivering to us advance written notice of cancellation. 2. We may cancel this policy or any Coverage Part by mailing or delivering to the first Named Insured written notice of cancellation at least: a. 10 days before the effective date of can- cellation if we cancel for nonpayment of premium; or b. 30 days before the effective date of can- cellation if we cancel for any other rea- son. 3. We will mail or deliver our notice to the first Named Insured's last mailing address known to us. 4. Notice of cancellation will state the effective date of cancellation. If the policy is cancelled, that date will become the end of the policy period. If a Coverage Part is cancelled, that date will become the end of the policy period as respects that Coverage Part only. 5. If this policy or any Coverage Part is can- celled, we will send the first Named Insured any premium refund due. If we cancel, the re- fund will be pro rata. If the first Named In- sured cancels, the refund may be less than pro rata. The cancellation will be effective even if we have not made or offered a re- fund. 6. If notice is mailed, proof of mailing will be sufficient proof of notice. B. Changes This policy contains all the agreements between you and us concerning the insurance afforded. The first Named Insured shown in the Declara- tions is authorized to make changes in the terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement issued by us as part of this policy. C. Examination Of Your Books And Records We may examine and audit your books and records as they relate to this policy at any time during the policy period and up to three years afterward. D. Inspections And Surveys 1. We have the righl to: a. Make inspections and surveys at any time; b. Give you reports on the conditions we find; and c. Recommend changes. 2. We are not obligated to make any inspec- tions, surveys, reports or recommendations and any such actions we do undertake relate only to insurability and the premiums to be charged. We do not make safety inspections. We do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. And we do not warrant that conditions: a. Are safe or healthful; or b. Comply with laws, regulations, codes or standards. 3. Paragraphs 1. and 2. of this condition apply not only to us, but also to any rating, advi- sory, rate service or similar organization which makes insurance inspections, surveys, reports or recommendations. 4. Paragraph 2. of this condition does not apply to any inspections, surveys, reports or rec- ommendations we may make relative to certi- fication, under state or municipal statutes, or- dinances or regulations, of boilers, pressure vessels or elevators. E. Premiums 1. The first Named Insured shown in the Decla- rations: a. Is responsible for the payment of all pre- miums; and b. Will be the payee for any return premi- ums we pay. 2. We compute all premiums for this policy in accordance with our rules, rates, rating plans, premiums and minimum premiums. The pre- mium shown in the Declarations was com- puted based on rates and rules in effect at IL TO 01 01 07 (Rev. 06-09) Includes the copyrighted material of Insurance Sen/Ices Office, Inc. with its permission . Page 1 of 2 the time the policy was issued. On each re- newal continuation or anniversary of the ef- fective date of this policy, we will compute the premium in accordance with our rates and rules then in effect. Transfer Of Your Rights And Duties Under This Policy Your rights and duties under this policy may not be transferred without our written consent except in the case of death of an individual named in- sured. If you die, your rights and duties will be trans- ferred to your legal representative but only while acting within the scope of duties as your legal representative. Until your legal representative is appointed, anyone having proper temporary cus- tody of your property will have your rights and duties but only with respect to that property. G. Equipment Breakdown Equivalent to Boiler and Machinery On the Common Policy Declarations, the term Equipment Breakdown is understood to mean and include Boiler and Machinery and the term Boiler and Machinery is understood to mean and include Equipment Breakdown. This policy consists of the Common Policy Declarations and the Coverage Parts and endorsements listed in that declarations form. In return for payment of the premium, we agree with the Named Insured to provide the insurance afforded by a Coverage Part forming part of this poiicy. That insurance will be provided by the company indicated as insuring company in the Common Policy Declarations by the abbreviation of its name opposite that Coverage Part. One of the companies listed below (each a stock company) has executed this policy, and this policy is counter- signed by the officers listed below: The Travelers Indemnity Company (IND) The Phoenix Insurance Company (PHX) The Charter Oak Fire Insurance Company (COF) Travelers Property Casualty Company of America (TIL) The Travelers Indemnity Company of Connecticut (TOT) The Travelers Indemnity Company of America (TIA) Travelers Casualty Insurance Company of America (ACJ) Secretary President Page 2 of 2 Includes the copyrighted material of Insurance Services Office, Inc. with its permission . IL TO 01 01 07(Rev. 06-09) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CALIFORNIA CHANGES - CANCELLATION AND NONRENEWAL This endorsement modifies insurance provided under the following: CAPITAL ASSETS PROGRAM (OUTPUT POLICY) COVERAGE PART COMMERCIAL AUTOMOBILE COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL PROPERTY COVERAGE PART CRIME AND FIDELITY COVERAGE PART EMPLOYMENT-RELATED PRACTICES LIABILITY COVERAGE PART EQUIPMENT BREAKDOWN COVERAGE PART FARM COVERAGE PART LIQUOR LIABILITY COVERAGE PART MEDICAL PROFESSIONAL LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. Paragraphs 2. and 3. of the Cancellation Com- mon Policy Condition are replaced by the follow- ing: 2. All Policies In Effect For 60 Days Or Less If this policy has been in effect for 60 days or less, and is not a renewal of a policy we have previously issued, we may cancel this policy by mailing or delivering to the first Named In- sured at the mailing address shown in the policy and to the producer of record, advance written notice of cancellation, stating the rea- son for cancellation, at least: a. 10 days before the effective date of can- cellation if we cancel for: (1) Nonpayment of premium; or (2) Discovery of fraud by: (a) Any insured or his or her repre- sentative in obtaining this insur- ance; or (b) You or your representative in pursuing a claim under this pol- icy. b. 30 days before the effective date of can- cellation if we cancel for any other rea- son. 3. All Policies In Effect For More Than 60 Days a. If this policy has been in effect for more than 60 days, or is a renewal of a policy we issued, we may cancel this policy only upon the occurrence, after the effective date of the policy, of one or more of the following: (1) Nonpayment of premium, including payment due on a prior policy we is- sued and due during the current pol- icy term covering the same risks. (2) Discovery of fraud or material misrep- resentation by: (a) Any insured or his or her repre- sentative in obtaining this insur- ance; or (b) You or your representative in pursuing a claim under this pol- icy. (3) A judgment by a court or an adminis- trative tribunal that you have violated a California or Federal law, having as one of its necessary elements an act which materially increases any of the risks insured against. (4) Discovery of willful or grossly negli- gent acts or omissions, or of any vio- lations of state laws or regulations es- tablishing safety standards, by you or your representative, which materially increase any of the risks insured against. (5) Failure by you or your representative to implement reasonable loss control requirements, agreed fo by you as a condition of policy issuance, or which were conditions precedent to our use of a particular rate or rating plan, if IL 02 70 09 08 © ISO Properties, Inc., 2007 Page 1 of 3 that failure materially increases dny ofthe risks insured against. (6) A determination by the Commissioner of Insurance that the: (a) Loss of, or changes in, our rein- surance covering all or part of the risk would threaten our financial integrity or solvency; or (b) Continuation of the policy cover- age would: (i) Place us in violation of Cali- fornia law or the laws of the state where we are domi- ciled; or (ii) Threaten our solvency. (7) A change by you or your representa- tive in the activities or property of the commercial or industrial enterprise, which results in a materially added, increased or changed risk, unless the added, increased or changed risk is included in the policy. b. We will mail or deliver advance written notice of cancellation, stating the reason for cancellation, to the first Named In- sured, at the mailing address shown in the policy, and to the producer of record, at least: (1) 10 days before the effective date of cancellation if we cancel for nonpay- ment of premium or discovery of fraud; or (2) 30 days before the effective date of cancellation if we cancel for any other reason listed in Paragraph 3.a. B. The following provision is added to the Cancella- tion Common Policy Condition: 7. Residential Property This provision applies to coverage on real property which is used predominantly for residential purposes and consisting of not more than four dwelling units, and to cover- age on tenants' household personal property in a residential unit, if such coverage is writ- ten under one of the following: Commercial Property Coverage Part Farm Coverage Part - Farm Property - Farm Dwellings, Appurtenant Structures And Household Personal Property Coverage Form a. If such coverage has been in effect for 60 days or less, and is not a renewal of cov- erage we previously issued, we may can- cel this coverage for any reason, except as provided in b. and c. below. b. We may not cancel this policy solely be- cause the first Named Insured has: (1) Accepted an offer of earthquake cov- erage; or (2) Cancelled or did not renew a policy issued by the California Earthquake Authority (CEA) that included an earthquake policy premium sur- charge. However, we shall cancel this policy if the first Named Insured has accepted a new or renewal policy issued by the CEA that includes an earthquake policy premium surcharge but fails to pay the earthquake policy premium surcharge authorized by the CEA. c. We may not cancel such coverage solely because corrosive soil conditions exist on the premises. This Restriction (c.) applies only if coverage is subject to one of the following, which exclude loss or damage caused by or resulting from corrosive soil conditions: (1) Capital Assets Program Coverage Form (Output Policy); (2) Commercial Property Coverage Part - Causes Of Loss - Special Form; or (3) Farm Coverage Part - Causes Of Loss Form - Farm Property, Para- graph D. Covered Causes Of Loss - Special. C. The following is added and supersedes any pro- visions to the contrary: NONRENEWAL 1. Subject to the provisions of Paragraphs 0.2. and C.3. below, if we elect not to renew this policy, we will mail or deliver written notice stating the reason for nonrenewal to the first Named Insured shown in the Declarations and to the producer of record, al least 60 days, but not more than 120 days, before the expiration or anniversary date. We will mail or deliver our notice to the first Named Insured, and to the producer of re- cord, at the mailing address shown in the pol- icy. 2. Residential Property This provision applies to coverage on real property used predominantly for residential purposes and consisting of not more than four dwelling units, and to coverage on tenants' household property contained in a residential Page 2 of 3 © ISO Properties, Inc., 2007 IL 02 70 09 08 unit, if such coverage is written under one of the following: Capital Assets Program (Output Policy) Cov- erage Part Commercial Property Coverage Part Farm Coverage Part - Farm Property - Farm Dwellings, Appurtenant Structures And Household Personal Property Coverage Form a. We may elect not to renew such cover- age for any reason, except as provided in b., c. and d. below: b. We will not refuse to renew such cover- age solely because the first Named In- sured has accepted an offer of earth- quake coverage. However, the following applies only to in- surers who are associate participating in- surers as established by Cal. Ins. Code Section 10089.16. We may elect not to renew such coverage after the first Named Insured has accepted an offer of earthquake coverage, if one or more of the following reasons applies: (1) The nonrenewal is based on sound underwriting principles that relate to the coverages provided by this policy and that are consistent with the ap- proved rating plan and related docu- ments filed with the Department of Insurance as required by existing law; (2) The Commissioner of Insurance finds that the exposure to potential losses will threaten our solvency or place us in a hazardous condition. A hazard- ous condition includes, but is not lim- ited to, a condition in which we make claims payments for losses resulting from an earthquake that occurred within the preceding two years and that required a reduction in policy- holder surplus of at least 25% for payment of those claims; or (3) We have: (a) Lost or experienced a substantial reduction in the availability or scope of reinsurance coverage; or (b) Experienced a substantial in- crease in the premium charged for reinsurance coverage of our residential property insurance policies; and the Commissioner has approved a plan for the nonrenewals that is fair and equitable, and that is resporisive to the changes in our reinsurance po- sition. c. We will not refuse to renew such cover- age solely because the first Named In- sured has cancelled or did not renew a policy, issued by the California Earth- quake Authority that included an earth- quake policy premium surcharge. d. We will not refuse to renew such cover- age solely because corrosive soil condi- tions exist on the premises. This Restric- tion (d.) applies only if coverage is sub- ject to one of the following, which exclude loss or damage caused by or resulting from corrosive soil conditions: (1) Capital Assets Program Coverage Form (Output Policy); (2) Commercial Property Coverage Part - Causes Of Loss - Special Form; or (3) Farm Coverage Part - Causes Of Loss Form - Farm Property, Para- graph D. Covered Causes Of Loss - Special. 3. We are not required to send notice of nonre- newal in the following situations: a. If the transfer or renewal of a policy, with- out any changes in terms, conditions, or rates, is between us and a member of our insurance group. b. If the policy has been extended for 90 days or less, provided that notice has been given in accordance with Paragraph C.I. c. If you have obtained replacement cover- age, or if the first Named Insured has agreed, in writing, within 60 days of the termination of the policy, to obtain that coverage. d. If the policy is for a period of no more than 60 days and you are notified at the time of issuance that it will not be re- newed. e. If the first Named Insured requests a change in the terms or conditions or risks covered by the policy within 60 days of the end of the policy period. f. If we have made a written offer to the first Named Insured, in accordance with the timeframes shown in Paragraph 0.1., to renew the policy under changed terms or conditions or at an increased premium rate, when the increase exceeds 25%. IL 02 70 09 08 © ISO Properties, Inc., 2007 Page 3 of 3 THE NEXT GENERATION INSURANCE AGENCY November 15, 2011 City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 Re: Charles King Company, Inc. Occidental Interceptor Sewer Rehabilitation Contract No. 5522 Insurance Requirements To Whom It May Concern: This is to confirm the above mentioned insured's 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 Employers Liability in conformance with the requirements herein and Certificates of Insurance to the Agency showing conformance with the requirements herein. Should you have any questions/concerns regarding this matter, feel free to contact me direct. Sincerely, ^ Bryan Diem Commercial Insurance Advisor Bowermaster & Associates LOS ANGELES • ORANGE COUNTY • INLAND EMPIRE - VENTURA • SACRAMENTO • NEVADA Corporate: 10805 Holder Street. Suite 350. Cypress, CA 90630 • Mail Address: RO. Box 6026, Cypress, CA 90630 Phone: 888.825.4322 • Fax: 714.252.8253 • www.bowermastercom • CA License No.0D796l3 CERTIFICATE OF ACKNOWLEDGMENT State of California County oiJbMHiL. On mm before me personallyappeared T^KLI/U/) \)\L{Y\ Amii Hi^m [^1^ f\Jt)i/c — (here insert name and title of thjb officer) Name(s) of Signer{s) who proved to me on the basis of satisfactory evidence to be the person (s) whose name (s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity (ies), and that by his/her/their signature (s) on the instrument the person (s), or the entity upon behalf of which the person (s) acted, executed the instrument. I certify under 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. JENNA HtNNEN ' COMM #1880658 m NotaiyPuMk^aMfomia IS ORANGECOONTY "* *^ My Comm. Exp. FEB 21.2014 I Place Notary Seal Above BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? XX yes no 2) If yes, what Was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar- ments. n/a party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: Charles King Company Inc. (name of Contractor) By: sign here) Debra King/ Pre.sident (print name/title) Page _] of 1 pages of this Re Debarment form Revised 06/10/09 Contract No. 5522 Page 24 of 113 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 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 ofthe 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? XX yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? XX yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? XX 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? XX yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page 1 of 1 pages of this Disclosure of Discipline form ^¥ Revised 06/10/09 Contract No. 5522 Page 25 of 113 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 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. n/a (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Charles King Company Inc. (name of Contractor) Debra King/ President (print name/title) Page 1 of _1 pages of this Disclosure of Discipline form ¥ Revised 06/10/09 Contract No. 5522 Page 26 of 113 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 State of California ) ) ss. County of Los Angeles ) Debra King , being first duly sworn, deposes (Name of Bidder) and says that he or she is President/ Secretary and Treasurer (Title) of Charles King Company Inc. (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 penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the 1 ^th day of Nnvemher , 20 11 . Signature of BiddeV. Subscribed and sworn to before me on the day of , 20_ (NOTARY SEAL) see attached jurat Signature of Notary ^¥ Revised 06/10/09 Contract No. 5522 Page 27 of 113 Pages Jurat State of Califomia County of [jpt P^^nrjClP^ Subscribed and swom to (or affirmed) before me on this [S-^ day of MrTVrKVvb^^ 20 i\ by ^> Kl VU^ proved to me on the basis of satisfactory evidence to be the person()gf) who appeared before me. Signature (Notary seal) OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT \hi\~Co\\[A^\ov\ Af¥ir;UA/Lt (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) INSTRUCTIONS FOR COMPLETING THIS FORM The wording of all Jurats completed in Califomia after January 1, 2008 must be in the form as set forth within this Jurat. There are no exceptions. If a Jurat to be completed does not follow this form, the notary must correct the verbiage by using a jurat stamp containing the correct wording or attaching a separate jurat form such as this one which does contain proper wording. In addition, the notary must require an oath or affirmation from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. If the document was previously signed, it must be re-signed in front of the notary public during the jurat process. State and Coimty information must be the State and County where the document signer(s) personally appeared before the notary public. Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the jurat process is completed. Print the name(s) of docimient signer(s) who personally appear at the time of notarization. Signature of the notary public must match the signature on file with the office of the county clerk. The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different jurat form. • Additional information is not required but could help to ensure this jurat is not misused or attached to a different document. • Indicate title or type of attached document, number of pages and date. Securely attach this document to the signed document 2008 Version CAPA vl.9.07 800-873-9865 vmw.NotaryClasses.com CONTRACT PUBLIC WORKS This agreement is made this _ _ day of f-&7orucx.V^0f , 2012, by and between the City of Carlsbad, California, a municipal corporationrThereinafter called "City"), and Charles King Company whose principal place of business is 2841 Gardena Avenue Signal Hill CA 90755 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Worl<. Contractor shall perform all work specified in the Contract documents for: OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 (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 of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. Revised 06/10/09 Contract No. 5522 Page 28 of 113 Pages 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 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 ofthe 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 ofthe 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, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Revised 06/10/09 Contract No. 5522 Page 29 of 113 Pages Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 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 of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each 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. /\ ^¥ Revised 06/10/09 Contract No. 5522 Page 30 of 113 Pages (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication 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 (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the Revised 06/10/09 Contract No. 5522 Page 31 of 113 Pages false information or in reckless disregard ofthe truth or falsity ofthe information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. . 74P^. ^ I have read and understand all provisions of Section 10 above. init Ift^^ init 11. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 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 in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 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 otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. ¥ Revised 06/10/09 Contract No. 5522 Page 32 of 113 Pages 14. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: CMIAA-^ \<\Y\.P\ Ct JAA^ (name of Contractor) (print name ahd tifle) CITY OF CARLSBAD a municipal corporation of the State of California By: Ma ATTEST: LORRAINE M.WOOD, Citv 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: Attorney / Deputy City Attorney \ Revised 06/10/09 Contract No. 5522 Page 33 of 113 Pages California All-Purpose Acknowledgement tate of Califomia } County of Los Angeles On 1 /^^/l^ . before me,. Sarah Criscuolo a Notary Public personally appeared Debra King and Charles King Notary Public Seal who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) iX'are subscribed to the within instrument and acknowledged to me that ^1 ste/they executed the same in ^s/licr/their authorized capacity(ies), and that by Ijil^/ljpr/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 Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public Signature OPTIONAL 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) Thumbprint of Signer 1 • Individual ^ Corporate Officer: Pres/Sec/Tres • Partner - • Limited • General • Attomey-in-Fact • Trustee • Guardian or Conservator • Other: Signer is Representing: Thumbprint of Signer 2 • Individual S Corporate Officer: Vice President • Partner - • Limited • General • Attomey-in-Fact • Trustee • Guardian or Conservator • Other: Signer is Representing: PREMIUM INCLUDED IN PERFORMANCE BOND Bond No. 024038419 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2012- 006, adopted January 10, 2012, has awarded to Charles King (hereinafter designated as the "Principal"), a Contract for: Company, Inc. OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 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 Surely on this bond will pay the same to the extent hereinafter set forth. Charles King Company, NOW, THEREFORE, WE, inc. as Principal, rhereinafter designated as the 'Contractor"), and First National Insurance Company of America as Surety, are held firmly bound unto the City of Carlsbad in the sum of Five Hundred Ninety Thousand Six Hundred Fifty Two Dollars ($590,652), 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, jointiy and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 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 section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. OP •r Revised 06/10/09 Contract No. 5522 Page 34 of 113 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 17th day of January 20 12 Executed by SURETY this. Qf January 17th , 20 _ day 12 CONTRACTOR: Charles King Company, Inc. (name of^psfitractor) By (sign here) Debra K. King SURETY: First National Insurance Company of America c/o Lesron ijisuraMe^^^gency, Inc. 1440 N. Harbor Blvd. ,#610,Fullerton,CA 92835 (address of Surety) 714-441-2722 (print name here) President^ Corp. Secretary (telephone numbar qf Surety) PMc\v[-^^ Kin (print name hajfe) ^(signature of Attorney-irvFacf) Ryan S. Mantle - Attomey in Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) Vur fYP€. (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 \ '^¥ Revised 06/10/09 Contract No. 5522 Page 35 of 113 Pages California All-Purpose Acknowledgement State of Califomia } County of Los Angeles On 1 2-. before me,. Sarah Criscuolo _, a Notary Public personally appeared Debra King and Charles King .M-M'WIIItH,,, ''^I7g^ Notary Public Seal who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) iX'are subscribed to the within instrument and acknowledged to me that Ijip/ s]jce/they executed the same in ^)(s/bcr/their authorized capacity(ies), and that by ljjg/l)fr/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 Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public Signature OPTIONAL 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) Thumbprint of Signer 1 • Individual ^ Corporate Officer: Pres/Sec/Tres • Partner - • Limited • General • Attomey-in-Fact • Trustee • Guardian or Conservator • Other: Signer is Representing: Thumbprint of Signer 2 • Individual S Corporate Officer: Vice President • Partner - • Limited • General • Attomey-in-Fact • Trastee • Guardian or Conservator • Other: Signer is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Califomia County of O^^ange On t—^•'^t ^gQV^ before me, Mary Martlgnonl - Notary Public } Here Insert Name and TiUe of the Officer personally appeared. Ryan S. Mantle Name(s) of Signerls) MARY MARTIGNONI | COMM. # 1947853 | NOTARY PUBLIC - CALIFORNIA S ORANGE COUNTY "* ept. 9,2015! Place Notary Seal Above who proved to me on the basis of satisliactory evidence to be the person^ whose name(^ls^i£ subscribed to the within instrument and acknowledged to me that he/sl^faft^ea^executed the same in hi^/hefn^eir authorized capacityti^, and that by ht^/^ig^aeif signatureQ^ on the instrument the personlli^ or the entity upon behalf of which the personjji^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 hand and official seal. Sigi OPTIONAL iryPubliQ Though ttie information tielow is not required 6y law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to anottter 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) Ryan Mantle Signer's Name: _ n Individual • Corporate Officer — Title(s): _ • Partner — • Limited • General CX Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing:. RIGHT THUrvlBPRINT OF SIGNER Top of ttiumb here First National Insurance CoMpanv of America Signei^s Name: • Individual • Corporate Officer — Title(s): • Partner — • Umited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2(107 NatkxHlNolaiyAssodalion. 9350 De Soto Ave.. P.Q Box 2402.Ctiatswoilti, OA 91313-2402 •www.NalionalNotary.oig ltem#5907 BeoidenCallToll-Ftee1-800^7M827 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4687 160 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. FIRST NATIONAL INSURANCE COMPANY OF AMERICA SEATTLE, WASHINGTON POWER OF ATTORNEY m O a Q es. es. tz a> a c n *^ n D 2 u o «-3 o ra a> > ts "ra a> 3 _ Tl 1- o o a> c ra ra ? O) t: *^ o c E oT o re *. >• u n c > a> o 3 z O KNOW ALL PERSONS BY THESE PRESENTS: That First National Insurance Company of America (the "Company"), a Washington stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint. LES M. MANTLE, RYAN S. MANTLE, ALL OFTHE CITY OF FULLERTON, STATE OF CALIFORNIA , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND oo/ioo"««'"'"""»"""'""""""""«""""""""' DOLLARS ($ 50,000,000.00****"**"*"*"""""" ) each, and the execution of such undertakings, tends, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the presWent and attested by the secretary of the Company In their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE IV - Officers: Section 12. Power of Attorney Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitations as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in- fact, subject to the limitations set forth in their respective powers of attorney shall have full power to bind the Corporation by their signature and executed, such instruments shall be as binding as if signed by the president and attested by the secretary. By the following Instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article IV, Section 12 of the By-laws, David M. Carey, Assistant Secretary of First National Insurance Company of America, is authorized to appoint such attorneys-in-fact as may be necessary to act In behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of First National Insurance Company of America has been affixed thereto in Plymouth Meeting, Pennsylvania this iith day of , 2011 . FIRST NATIONAL INSURANCE COMPANY OF AMERICA David M. Carey, AssTstant Secretary COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss On this 11th day of July , 2011 , before me, a Notary Public, personally came David M. Carey, to me known, and acknowledged that he Is an Assistant Secretary of First National Insurance Company of America; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of First National Insurance Company of America thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREi first above written. CERTIFICATE subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year Teresa F^ast^Ha. Hciary Public Plymouth 1'wp.. Montgomery .0;?un\y ^^^(^mmlsslon Expires U^j. 28.2D13 ieal a^Vriouth Meeting, PennsylvE Teresa Pastella, Notary Public IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this January , 2012. 'if 17th Gregory W. Davenport, Vice President ra •o (0 (0 o c "th 3 > C re c ^« E E o a < CO •S" 0) C ^ E Q- re .<2< JCO o c re ->• «!* OO o ^ I, the undersigned, Vice ?»(^?|^pr^^^^ational Insurance Company of America, do hereby certify that the original power of attorney of which the foregoing Is a full, true andcbPfe^-e«5^, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Officer specially authorized by the chairman or the president to appoint attorneys-in-fact as provided In Article IV, Section 12 of the By-laws of First National Insurance Company of America. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of First National Insurance Company of America at a meeting duly called and held on the 18th day of September, 2009. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed- day of $7989.00 PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE Bond No. 024038419 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2012- 006, adopted January 10, 2012, has awarded to Charles King (hereinafter designated as the "Principal"), a Contract for: Company, Inc. OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 in the City of Carisbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE.^HARLES KING COMPANY, IliSf>rincipal, (hereinafter designated as the "Contractor"), and First National Insurance Company of America as Surety, are held firmly bound unto the City of Carlsbad in the sum of Five Hundred Ninety Thousand Six Hundred Fifty Two Dollars ($590,652), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by. and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 06/10/09 Contract No. 5522 Page 36 of 113 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 17th Executed by SURETY this 17th January day of January 20 12 20 day of 12 CONTRACTOR: Charles King Company, Inc. (name of Contractor) By: (sign here) Debra K. King SURETY: First National Insurance Company of America (name of Surety) c/o Lesron Insurance Agency, Inc. 1440 N. Harbor Blvd., #610, Fullerton,CA 92835 (address of Surety) 714-441-2722 (print name here) Ptesident & Corp. Secretary • (Title and Organization of Signatory) By: (telephone number o^urety) By: (sign hen (slglnature of Attorney-in-Fact) Ryan S. Mantle - Attomey in Fact (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (print name here) (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 Byr Deputy City Attorney ¥ Revised 06/10/09 Contract No. 5522 Page 37 of 113 Pages California All-Purpose Acknowledgement State of Califomia } County of Los Angeles On 2-. before me,. Sarah Criscuolo _, a Notary Public personally appeared Debra King and Charles King 7/^ if '^^^'^''^"~Sp '•''P\ • ^-'"c'^i' -t^V^ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) iX'are subscribed to the within instrument and acknowledged to me that ^/ slce/they executed the same in ^s/ljcr/their authorized capacity(ies), and that by l|ii^/l)fr/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 Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public Seal Notary Public Signature OPTIONAL Description of Attached Document Title or Type of Document: 77\ Document Date:_ _Number of Pages:_ Signer(s) Other than Named Above: Capacity(ies) Claimed by Signer(s) Thumbprint of Signer 1 • Individual ^ Corporate Officer: Pres/SeoTres • Partner - • Limited • General • Attomey-in-Fact • Trastee • Guardian or Conservator • Other: Signer is Representing: Ttiumbprint of Signer 2 • Individual ^ Corporate Officer: Vice President • Partner - • Limited • General • Attomey-in-Fact • Trustee • Guardian or Conservator • Other: Signer is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Oraase^ On ^ "^^l.'^^^^^ before me, Mary Martignoni - Notary Public } Heie Insert Name and TiUe of the Officer personally appeared Ryan S. Mantle Narne(s) of Signer(s) MARY MARTIGNONI | COMM. # 19478.53 l NOTARY PUBLIC - CALIFORNIA S ORANGE COUNTY * My Comm. Expires Sept. 9, 20151 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person^ whose name(^is^ce subscribed to the within instrument and acknowledged to me that he/si^0it^0f executed the same In hi^/heth^eif authorized capacit^^ifij, and that by hlsll^tfejlaeif signature|2$ on the Instrument the personlji^ or the entity upon behalf of which the personjjl^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 hand and official seal. Z/ Signatifte of Nhary PuMIc OPTIONAL ^ Though the information tielow is not required by law, it may prove va/oaWe 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: Slgner(s) Other Than Named Above: Capaclty(ies) Claimed by Signer(s) Ryan Mantle Signer's Name • Individual • Corporate Officer — Title(s): • Partner — • Limited • General 3 Attorney In Fact • Trustee • Guardian or Consen/ator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here First National Insurance Contpanv of ianerlca Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here ©2007Naliona(NotafyAssociatfon*9350DeSotoAve..P.O.B^ Item#59a7 ReonterCallToB-Free1-80(W76^7 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4687 159 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. FIRST NATIONAL INSURANCE COMPANY OF AMERICA SEATTLE, WASHINGTON POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That First National Insurance Company of America (the "Company"), a Washington stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint. LES M. MANTLE, RYAN S. MANTLE, ALL OFTHE CITY OF FULLERTON, STATE OF CALIFORNIA , each individually if there be more than one named, its true and lawful attorney-in-fact to mai<e, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND oo/ioo"""»""""*«"'""«'"»«""""""«"""'"««"' DOLLARS ($ 50,000,000.00*"*****""**"*"""*" ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as If they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. (0 o a. 0) r 0)' o oiJ = 52 (0 P Is O R> 2^ ra c > » u That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE IV - Officers: Section 12. Power of Attorney Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitations as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in- fact, subject to the limitations set forth In their respective powers of attorney shall have full power to bind the Corporation by their signature and executed, such instruments shall be as binding as If signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article IV, Section 12 of the By-laws, David M. Carey, Assistant Secretary of First National Insurance Company of America, is authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of First National Insurance Company of America has been affixed thereto in Plymouth Meeting, Pennsylvania this nth day of J^l^ . 2011 . ff SEAL il FIRST NATIONAL INSURANCE COMPANY OF AMERICA By. COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY David M. Carey, As^stant Secretary ss On this 11th day of July , 2011 , before me, a Notary Public, personally came David M. Carey, to me known, and acknowledged that he Is an Assistant Secretary of First National Insurance Company of America; that he knows the seal of said corporation; and that he executed the above Power of Attomey and affixed the corporate seal of First National Insurance Company of America thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREi first above written. CERTIFICATE I, the undersigned. Vice foregoing is a full, true subscribed my name and affixed my notarial seal at Plymouth Meetina, Pennsylvania, on the day and year Notarial Seal TmiSi\ Pat.t§i!a, Nclaty Public Comfv-lssion E^5^p;rfift M^r. ^8,201.3 MembGf. Pennsylvania As50csa:;on of ;eai a^^lymouth Meeting, Kennsyivj Teresa Pastella, Notary Public ational Insurance Company of America, do hereby certify that the original power of attorney of which the y, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Officer specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article IV, Section 12 of the By-laws of First National Insurance Company of America. ra •o (0 m o c « >. C ra c EE o a < CO 0) c 5 ra Q- ra .i2o o c ra « o I? CO This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of First National Insurance Company of America at a meeting duly called and held on the 18th day of September, 2009. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney Issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and^afflxed the corporate seal of the said company, this_ January , 2012. 17th day of Gregory W. Davenport, Vice President OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and betv^/een the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which othenwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment ofthe payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. ¥ Revised 06/10/09 Contract No. 5522 Page 38 of 113 Pages €3 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature, Address 1635 Faraday Avenue. Carlsbad. CA 92008 For Contractor: Title Name Signature Address _ For Escrow Agent: Title Name Signature. Address 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 No. 5522 Page 39 of 113 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name Signature Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title Name Signature. Address For Escrow Agent: Title Name Signature Address Revised 06/10/09 Contract No. 5522 Page 40 of 113 Pages GENERAL PROVISIONS FOR OCCIDENTAL INTERCEPTOR SEWER REHABILITATION CONTRACT NO. 5522 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 othenwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer Is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated othenwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. ^¥ Revised 8/10/10 Contract No. 5522 Page 41 of 113 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 ofthe 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 Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Revised 8/10/10 Contract No. 5522 Page 42 of 113 Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. Days - Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection - The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board - Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier - Street light assembly complete, including foundation, standard, luminaire arm, 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. Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award - The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. /\ ^¥ Revised 8/10/10 Contract No. 5522 Page 43 of 113 Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments. State and Federal income taxes paid and administered, as applicable, tsy the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - The Engineer's designated representative for inspection, contract 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. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. /\ ^¥ Revised 8/10/10 Contract No. 5522 Page 44 of 113 street - Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. 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 all labor, materials, equipment, and services. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. Revised 8/10/10 Contract No. 5522 Page 45 of 113 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 BF Bottom of footing BLDG Building and Buildings BM Bencfi 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 Cured-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONC Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line 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 GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade Revised 8/10/10 Contract No. 5522 Page 46 of 113 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 RW Private right-of-way Q Rate of flow QUAD Quadrangle, Quadrant R '. Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RCB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction ST HWY State highway STA Station STD Standard STR Straight STR GR Straight grade STRUC Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone Revised 8/10/10 Contract No. 5522 Page 47 of 113 TAN Tangent VAR Varies, Variable TC Top of curb VB Valve box TEL Telephone VC Vertical curve TF Top of footing VCP Vitrified clay pipe TOPO Topography VERT Vertical TR Tract VOL Volume TRANS Transition VWD Vallecitos Water District TS Traffic signal or transition structure W Water, Wider or Width, as applicable TSC Traffic signal conduit WATCH Work Area Traffic Control Handbook TSS Traffic signal standard Wl Wrought iron TW Top of wall WM Water meter TYP Typical WPJ Weakened plane joint UE Underground Electric XCONN Cross connection USA Underground Service Alert XSEC Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Undenwriters' 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. 5522 Page 48 of 113 1 -4.2 Units of Measure and Their Abbreviations. U.S. Customarv Unit (Equal To) Si Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (pm) 1 inch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) 1.6093 kilometer (km) 1 square foot (ft). 0.0929 square meter (m ) 1 square yard (yd ) 0.8361 square meter (m ) 1 cubic foot (ft). 0.0283 cubic meter {rvQ 1 cubic yard (yd ) 0.7646 cubic meter (m ) 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29.5735 millileter (mL) 1 pound mass (lb) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal • second (Pa s) 1 centistoke (cs) 1 square millimeters per second (mm Is) 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 ("F): Degree Celsius (°C): °F = (1.8 x °C) + 32 °C = (°F - 32)/1.8 SI Units (abbreviation) Commonly Used in Both Svstems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Common Metric Prefixes , kilo (k) 10, centi (c) 10, milli (m) lO;^ micro (p) 10 g nano (n) 10 pico(p) 10-^^ 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. 5522 Page 49 of 113 SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as othenwise 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 ¥ Revised 8/10/10 Contract No. 5522 Page 50 of 113 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 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 ofthe 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 ofthe authorized agent ofthe Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. ^¥ Revised 8/10/10 Contract No. 5522 Page 51 of 113 Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Cartsbad 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 a single set of plans designated as City of Cartsbad Drawing No. 472-1 and consists five 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 ^¥ Revised 8/10/10 Contract No. 5522 Page 52 of 113 editions of the City of Carlsbad Engineering Standards and Cartsbad Standard Drawings, as issued by the City of Cartsbad and the Carisbad 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. 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 ofthe 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) Technical Specifications 4) Contract addenda, whichever occurs last 5) Contract 6) Carisbad General Provisions, Technical Specifications, and Supplemental Provisions 7) Plans 8) Standards plans. a) City of Carisbad Standard Drawings. b) Carisbad Municipal Water District Standard Drawings. c) City of Carisbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportation Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 9) Standard Specifications for Public Works Construction, as amended. 10) Reference Specifications. 11) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Revised 8/10/10 Contract No. 5522 Page 53 of 113 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. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 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: ¥ Revised 8/10/10 Contract No. 5522 Page 54 of 113 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 cleariy 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: TABLE 2-5.3.2 (A) Item Section Number Title Subject 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 operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmlttal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) 2) 3) 4) 5) List of Subcontractors per 2-3.2. List of Materials per 4-1.4. Certifications per 4-1.5. Construction Schedule per 6-1. Confined Space Entry Program per 7-10.4.4. ¥ Revised 8/10/10 Contract No. 5522 Page 55 of 113 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 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 othenwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work as shown in the plans and specifications. 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 othenwise 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 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 othenwise. ^¥ Revised 8/10/10 Contract No. 5522 Page 56 of 113 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 (8V2" 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 eartier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or 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 Surveyor shall establish, set or construct any permanent survey 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 Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. 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 Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. /\ ^¥ Revised 8/10/10 Contract No. 5522 Page 57 of 113 TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Stake Description ® Centeriine or Parallel to Centeriine Spacing®, ® Lateral Spacing ®, ® Setting Tolerance (Within) Street Centeriine SDRS M-10 Monument <1000', street Intersections, Begin and end of cun/es, 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 iine on PCC & AC surfaces lath - Intervisible, < 50' on tangents & < 25' on curves, Painted line - continuous at clearing line 1' Horizontal Slope RP + Marker Stake Intervisible and < 50' Grade Breaks &<25' 0.1'Verticals Horizontal Fence RP + Marker Stake <, 200' on tangents, < 50' on curves when R> 1000' & 25' on curves when R< 1000' N/A (constant offset) 0.1' Horizontal Rough Grade Cuts or Fills > 10 m (33') RP + Marker Stake <50' N/A 0.1'Verticals Horizontal Final Grade (includes top of: Basement soil, subbase and base) RP + Marker Stake, Blue- top in grading area < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' <22' %" Horizontal & 'U" Vertical 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 intervisible & < 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 & 'W Vertical Curb RP + Marker Stake < 25', BC & EC, at %A, VzA & "'A on curb returns & at beginning & end (constant offset) V Horizontal & V4" 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 "IB" Horizontal & V4" Vertical Junction Box ® RP + Marker Stake at each junction box location as appropriate %•• Horizontal & V4" Vertical Conduit ® RP + Marker Stake < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' or where grade < 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 ® as appropriate %" Horizontal & V4" Vertical (when vertical data needed) Abutment Fill RP + Marker Stake + Line Stake < 50' & along end slopes & conic transitions as appropriate 0.1'Verticals Horizontal Revised 8/10/10 Contract No. 5522 Page 58 of 113 Feature Staked Stake Description ® Centeriine or Parallel to Centeriine Spacing®, ® Lateral Spacing (D, <S> Setting Tolerance (Within) 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 & 'U" 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 ^8" 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 %" Horizontal & 'U" Vertical Miscellaneous ® Contour Grading ® RP + Marker Stake <50' along contour line 0.1'Verticals. Horizontal Utilities ®, ® RP + Marker Stake < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' or where grade < 0.30% as appropriate %" Horizontal & 'U" Vertical Channels, Dikes & Ditches ® RP + Marker Stake intervisible & < 100', BC & EC of facilities. Grade breaks. Alignment breaks. Junctions, Inlets & similar facilities as appropriate 0.1' Horizontals 'U" Vertical Signs ® RP + Marker Stake + Line Point +Guard Stake At sign location Line point 0.1'Verticals 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 0.1' Horizontal & 'U" Vertical Overside Drains ® RP + Marker Stake longitudinal location At beginning & end 0.1' Horizontal & 'U" Vertical Markers ® RP + Marker Stake for asphalt street surfacing < 50' on tangents & curves when R^ 1000' & < 25' on curves 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 curves when R< 1000' at railing & barrier location(s) VB" Horizontal & Vertical AC Dikes ® RP + Marker Stake At beginning & end as appropriate 0.1' 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 VB" Horizontal & 'U" Vertical Pavement Markers® RP 200' on tangents, 50' on curves when R ^ 1000' & 25' on curves when R < 1000'. For PCC surfaced streets lane cold joints will suffice at pavement marker location(s) 'U" Horizontal ® „ features 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 of the feature ® ^ means greater than, or equal to, the number following the symbol. < means less than, or equal to, the number following 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. ¥ Revised 8/10/10 Contract No. 5522 Page 59 of 113 All guard stakes, line stakes and lath shall be flagged. Unless othenwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(B) TABLE 2-9.2.2(B) Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, centeriine, 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, R/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. 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 in 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 all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. Revised 8/10/10 Contract No. 5522 Page 60 of 113 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice. Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2- 11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. SECTION 3 - CHANGES IN WORK 3- 1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to ¥ Revised 8/10/10 Contract No. 5522 Page 61 of 113 exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct ^¥ Revised 8/10/10 Contract No. 5522 Page 62 of 113 the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction. Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material 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, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. Revised 8/10/10 Contract No. 5522 Page 63 of 113 The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures .. 15 ¥ Revised 8/10/10 Contract No. 5522 Page 64 of 113 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 ofthe subcontracted portion ofthe extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accord- ance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. ^¥ Revised 8/10/10 Contract No. 5522 Page 65 of 113 If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the eariiest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. ^¥ Revised 8/10/10 Contract No. 5522 Page 66 of 113 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. 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 Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the -•5 Revised 8/10/10 Contract No. 5522 Page 67 of 113 local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements othenwise provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement 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 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement 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 documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 ofthe Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: /\ ^¥ Revised 8/10/10 Contract No. 5522 Page 68 of 113 (a) Within 60 days, but no eariier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable houriy rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 ofthe Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. Revised 8/10/10 Contract No. 5522 Page 69 of 113 If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless othenwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports ^¥ Revised 8/10/10 Contract No. 5522 Page 70 of 113 required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements ofthe specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. ¥ Revised 8/10/10 Contract No. 5522 Page 71 of 113 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be cleariy legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. Revised 8/10/10 Contract No. 5522 Page 72 of 113 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or Revised 8/10/10 Contract No. 5522 Page 73 of 113 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investiga- tive costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction ex- tended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradic- tion, the initiator of the investigation shall bear all investigative costs. All claim notifica- tion requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4- 2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall cleariy state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall cleariy state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 - UTILITIES 5- 1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. ^¥ Revised 8/10/10 Contract No. 5522 Page 74 of 113 As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, 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 function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. /\ ^¥ Revised 8/10/10 Contract No. 5522 Page 75 of 113 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2009 Edition.. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are othenwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Revised 8/10/10 Contract No. 5522 Page 76 of 113 Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling offerees, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5- 6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6- 1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as othenwise provided herein and unless othenwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 14 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion ofthe preconstruction meeting. 6-1.1.1 The Contractor shall provide a Construction Schedule complying with Section 6-1.1 of SSPWC 2009 Edition "Greenbook" 6-1.2 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. Revised 8/10/10 Contract No. 5522 Page 77 of 113 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to 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 Specifications. The work includes the rehabilitation of eight sewer manholes including the installation of a PVC liner and the installation of approximately 710 lineal feet of 39" diameter Cured In Place Pipe (CIPP) in and existing sewer pipeline. Both the pipeline rehabilitation with CIPP, and the manhole rehabilitation require wastewater bypass. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and 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 continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. ^¥ Revised 8/10/10 Contract No. 5522 Page 78 of 113 The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays. Revised 8/10/10 Contract No. 5522 Page 79 of 113 except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be provided in a timely manner in accordance with the sequence ofthe Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress ofthe Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days The Contractor shall diligently prosecute the work to completion within 60 working days after the starting date specified in the Notice to Proceed. ^¥ Revised 8/10/10 Contract No. 5522 Page 80 of 113 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor associa- tion, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 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 beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. Contractor is hereby advised that the Engineer will require after hours and weekend work on an interim basis to accomplish work in this contract including wastewater bypass and miscellaneous sewer rehabilitation work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. 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 specifications for the Work. Use, temporary, interim or permanent, of all, or 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 certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. ¥ Revised 8/10/10 Contract No. 5522 Page 81 of 113 All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified, for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of one thousand dollars ($1,000.00). 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 one thousand dollars ($1,000.00) 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 utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7- 1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderiy, or otherwise objectionable, 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. ^¥ Revised 8/10/10 Contract No. 5522 Page 82 of 113 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware ofthe provisions of Section 3700 ofthe Labor Code which require every employer to be insured against liability for workers' com- pensation or to undertake self-insurance in accordance with the provi- sions of that code, and I will comply with such provisions before com- mencing the performance ofthe work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of 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 additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overioad, blasting, and demolition. 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. /\ ^¥ Revised 8/10/10 Contract No. 5522 Page 83 of 113 The Contractor shall pay all business taxes or license fees that are required for the work. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others, the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. /\ ^¥ Revised 8/10/10 Contract No. 5522 Page 84 of 113 Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring Revised 8/10/10 Contract No. 5522 Page 85 of 113 water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. Contractor shall comply with City's requirements specified in the Storm Water Standard Manual as part of the City of Carisbad's Engineering Standards. This project has been assessed in accordance to Chapter 3, Construction SWPPP Standard and Requirements of said manual, and Contractor is required to provide a minimum Tier 1 SWPPP as defined in the manual and fulfill the requirements of that plan throughout the contract duration. The project's SWPPP assessment, a sample SWPPP plan and list of potential BMPs is provided in Appendix D ofthe Contract documents. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carisbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced A ^^¥ Revised 8/10/10 Contract No. 5522 Page 86 of 113 in as neariy the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because ofthe Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless othenwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless othenwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company. Coast Waste Management at 929-9417. /\ ^¥ Revised 8/10/10 Contract No. 5522 Page 87 of 113 During overiay operations, the Contractors schedule for overiay application 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 disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in 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 preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in 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. ^¥ Revised 8/10/10 Contract No. 5522 Page 88 of 113 Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion ofthe Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer (760)602-2720 2) Carlsbad Fire Department Dispatch (760)931-2197 3) Carlsbad Police Department Dispatch (760)931-2197 4) Carisbad Traffic Signals Maintenance (extension 2937) (760) 438-2980 5) Carisbad 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 deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic Control that affects bus stops. 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 cleariy posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans. The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 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 ofthe work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and V Revised 8/10/10 Contract No. 5522 Page 89 of 113 Section 310-5 et seq. For workmanship. Waming and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the 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 stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the 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, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", 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 1.8 m (6'), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the than (insert minimum acceptable shy distance, eg. 0.6 m (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 reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one 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 additional devices or take such measures as may be necessary to maintain public safety. Vyhen lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. ^¥ Revised 8/10/10 Contract No. 5522 Page 90 of 113 If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the 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 delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centeriine pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment ofthe temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, 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 modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional ^^¥ Revised 8/10/10 Contract No. 5522 Page 91 of 113 engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction 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 ofthe components ofthe traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional 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 additional 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. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. ^¥ Revised 8/10/10 Contract No. 5522 Page 92 of 113 Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as othenwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part ofthe Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The ^¥ Revised 8/10/10 Contract No. 5522 Page 93 of 113 Contractor shall implement a permit space program prior to performing any work in a permit- required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properiy maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Contractor shall provide a project sign per details shown in Appendix F. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. ofthe Fish and Game Code shall become conditions ofthe contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." /\ ^¥ Revised 8/10/10 Contract No. 5522 Page 94 of 113 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless othenwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment ofthe lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. ^¥ Revised 8/10/10 Contract No. 5522 Page 95 of 113 Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or othenwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a 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 final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properiy executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 ^¥ Revised 8/10/10 Contract No. 5522 Page 96 of 113 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properiy submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 ofthe Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. Revised 8/10/10 Contract No. 5522 Page 97 of 113 V The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid schedule, and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilizafion and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning ^¥ Revised 8/10/10 Contract No. 5522 Page 98 of 113 work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. Further clarification for Bid Items is provided in Section 01200, Measurement and Payment. ^^¥ Revised 8/10/10 Contract No. 5522 Page 99 of 113 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 section 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 alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition 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 (7/) 100 50-100 12.5-mm (V2") 95-100 — 9.5-mm (X) 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 (%") 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. 5522 Page 100 of 113 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be 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, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum Operating Operating Sieve Sizes Range Range 2" 100 — 11/2" 90-100 — 1" — 100 3/4" 50-85 90-100 No. 4 25-45 35-60 No. 30 10-25 10-30 No. 200 2-9 2-9 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 "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply- No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. Revised 8/10/10 Contract No. 5522 Page 101 of 113 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 Specifications 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 notation shall be placed on the lower right side of the back of each sign where the notation shall not be blocked by the sign post or frame: A. PROPERTY OF THE CITY OF CARLSBAD, B. Name of the sign manufacturer, C. Month and year of fabrication, D. Type of retroreflective sheeting, and E. Manufacturer's identification and lot number of retroreflective sheeting. The above notation shall be applied directly to the aluminum sign panels in 1/4-inch upper case letters and numerals by die-stamp and applied by similar method to the fiberglass reinforced plastic signs. Painfing, screening, or engraving of the notation 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 prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Designation 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 Designation 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 coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.1.6 Mounting Traffic Signs. Trafl'ic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided ^¥ Revised 8/10/10 Contract No. 5522 Page 102 of 113 with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. 206-7.1.6 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 direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stationary and 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 Specifications 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. 206-7.2.2 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.2.3 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Designation D4956 and conforming to the requirements of these special provisions. 206-7.2.4 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet 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 coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation Standard Plans RSI, RS2, RS3 and RS4 for installation 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 othenwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m^ (5ft^)of sign area, or the signs may be installed on existing 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 stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted ^¥ Revised 8/10/10 Contract No. 5522 Page 103 of 113 signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of these special provisions, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for 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 flnished with 2 applications 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. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be 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 specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16 " in 3'). Tolerance for corner radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on corner-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addifion, 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 (1 X 1) 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^/i6x2-*/i6) 0.25 0.010 57x57 (2V4X2V4) 0.25 0.010 64x64 (2V2X2V2) 0.25 0.010 51 x76 (2x3) 0.25 0.010 Revised 8/10/10 Contract No. 5522 Page 104 of 113 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-^/i6x2-Vi6) 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 failing 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. 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 section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -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 initial placement, PCMS shall be moved from locafion to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. Revised 8/10/10 Contract No. 5522 Page 105 of 113 Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting condifions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. 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 location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. Add the following section: 206-9.4 Measurement and Payment. The contract unit price PCMS shall include full compensation 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 location, and delivery of the signs to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other compensation will be made. ¥ Revised 8/10/10 Contract No. 5522 Page 106 of 113 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP". The SWPPP shall conform to the requirements of Section 7-8.6 of these provisions, the "Greenbook" Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construction ("Handbook"), the requirements of the Permit, the requirements in the plans and these supplemental provisions. 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 section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is 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 conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ 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. ¥ Revised 8/10/10 Contract No. 5522 Page 107 of 113 ADT = average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Trafl'ic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. EWL = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. DAYS = total number of 24 hour periods during which the plates will be utilized at the site being considered. WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be utilized 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 utilized 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 quotient of the vertical differential 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 discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 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 Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. Add the following section: 306-1.1.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properiy completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following condifions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specifled 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. ^¥ Revised 8/10/10 Contract No. 5522 Page 108 of 113 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. 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 option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(B) and 203-5.3(A). Method 2 [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 VA") 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 section shall be completely fliled with elastomeric sealant material. At the Contractor's option, 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 section: 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) REQUIRED PLATE THICKNESS F OR A GIVEN TRENCH WIDTH Maximum Trench Width Minimum Plate Thickness 0.3 m (10") 13mm Cll) 0.6 m (23") 19 mm CU") 0.8 m (31") 22 mm Ck") 1.0 m (41") 25 mm (1") 1.6 m (63") 32 mm (1 %") (1) For spans greater than 1.6 m (5'), a structural design sfiall be prepared by a registered civil engineer and submitted to tfie 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 Speciflcations 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 construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-1.1.7.5 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, installation, removal, relocafion, preparation and processing of shop /\ ^¥ Revised 8/10/10 Contract No. 5522 Page 109 of 113 drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.2.1 Bedding. All installation of, and bedding for recycled water, or potable water mains shall conform to Cartsbad Municipal Water District Rules and Regulations for the Construction of (Potable or Reclaimed) Water Mains, latest edition. SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locafions shown on the plans and as required in the speciflcations, 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 instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locafions shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheefing 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 cementing pavement markers to pavement in section 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright posifion, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certiflcate of Compliance in accordance with the provisions of section 4-1.5, "Certificafion". Said certificate shall ^^¥ Revised 8/10/10 Contract No. 5522 Page 110 of 113 certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking 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 section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-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 first 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 painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1,2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (V) thick plate welded on the upper end with a 5-mm (^/le") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing ¥ Revised 8/10/10 Contract No. 5522 Page 111 of 113 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 section. 313-3.1.3 Installation of Temporary Railing. In addifion to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be 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 refiector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition 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 section 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite III" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, 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 application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direcfion, 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 greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following section: 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 ^¥ Revised 8/10/10 Contract No. 5522 Page 112 of 113 the lump-sum item for traffic control and payment therefore shall include full compensation 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 Specification 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 installation, 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 installation and/or relocation of K- rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. ¥ Revised 8/10/10 Contract No. 5522 Page 113 of 113 CITY OF CARLSBAD OCCIDENTAL SEWER REHABILITATION TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION 01 - GENERAL REQUIREMENTS 01101 SUPPLEMENTAL INFORMATION 01200 MEASUREMENT AND PAYMENT 01580 PROJECT SIGN DIVISION 13 - SPECIAL CONSTRUCTION 13500 REHABILITATION OF WASTEWATER STRUCTURE WITH PVC LINER 13605 CURED-IN-PLACE SEWER PIPE LINING DIVISION 15 - MECHANICAL 15050 SANITARY SEWER SYSTEM TELEVISION INSPECTION 15060 WIRELESS REAL TIME SEWER OVERFLOW MONITORING SYSTEM 15600 WASTEWATER BYPASS PUMPING SYSTEM END OF SECTION SECTION 01101 SUPPLEMENTAL INFORMATION PART 1 - GENERAL A. Terms Command-type sentences used in the contract documents refer to and are directed to the Contractor. B. Location of Project Site The project is generally located along Avenida Encinas south of Palomar Road between the north entry to the Encina Water Pollution Control Facility and entry to the NCTD Coaster Station , in the City of Cartsbad, California. Refer to the Thomas Guide, San Diego County, 2009 Edifion, Map Page 1126, Grid Reference H4 & H5. The facilities are located in the City right-of-Way as well as property owned by the Encina Water Authority. C. Construction Testing and Inspection 1. The Owner shall furnish compaction testing for all bedding, backfill, and soil compaction testing. 2. Unless othenwise specified in the Owner shall furnish all materials testing and special inspections called for in the Contract Documents. 3. Section 13500 requires the Contractor to arrange and provide training to City staff, from the product manufacturer for the inspection ofthe PVC lining system. The manufacturer's training shall be considered incidental to the work in this contract and no additional payment will be made by the City to the Contractor therefor. 4. When any work is determined to be unsatisfactory, faulty or defective, or does not conform to the requirements of the Contract Documents, the costs incurred by the Owner for additional tests or inspections shall be reimbursed by the Contractor. Said costs shall be paid by the Owner and deducted from progress payments to the Contractor. D. Facilitv Information 1. The Contract Appendices contain investigative and assessment informafion concerning the sewer condition and geotechnical conditions in the vicinity in the vicinity of the project sites: Report Name Author / Date CCTV Inspection Report (DVD of video available upon request to City's Utilities Dept - Engineering Division Affordable Pipeline Services; Dec 2010 Occidental Line-Manhole Assessment V&A; Dec 15, 2010 Geotechnical Investigation Ninyo & Moore; May 19, 2011 AUGUST 2010 OCCIDENTAL SEWER REHABILITATION CONTRACT 5522 SUPPLEMENTAL INFORMATION 01101-1 2. Historic wastewater flow data is provided in Appendix "E". Full wastewater bypass is required for the installation of the CIPP and during the rehabilitation of six of the eight manholes. A flow through type bypass systems plan may be submitted to the Engineer for approval and with approval, be used on the most upstream manhole and downstream manhole on the alignment. 3. This information is provided as a convenience to the Contractor only and all information contained therein shall be field verified prior to construction. E. Access of Owner's Representative to Confined Spaces in Structures Under Construction 1. The Contractor shall be aware that some or all portions of the work may be designated as a PERMIT REQUIRED CONFINED SPACE. The Contractor is required to provide the Owner with a copy of the Contractor's Confined Space Program for Owner's review and acceptance prior to beginning work. Contractor's Confined Space Program shall be in compliance with Cal-OSHA's Confined Space regulatory requirements. The Contractor is required to perform all work in accordance with Cal-OSHA Confined Space requirements. 2. The Contractor shall provide the following assistance to the personnel of the Owner's Representative when said personnel must enter confined spaces in structures under construction or structures which have not been accepted by the Owner. a. Training program for the personnel of the Owner's Representative relevant to the specific structures being entered. b. Testing equipment and personnel to operate said equipment for tesfing the atmosphere in the confined spaces for oxygen deficiency, explosive gases, and toxic gases. c. Authorized competent person to stand by each confined space while entrants are inside the space. d. Safety equipment (breathing apparatus, harnesses, and rescue equipment) in good working order. e. Communicafion equipment. f. Access equipment (hoists and ladders). g. Signs. h. Alarm system. i. Ventilation system. 3. The Contractor shall identify confined spaces on the project, mark them with warning signs per CAL/OSHA requirements, and notify the District's Representative that these structures now exist. AUGUST 2010 CONTRACT 5522 SUPPLEMENTAL INFORMATION OCCIDENTAL SEWER REHABILITATION 01101-2 F. Existing Conditions and Examination of Contract Documents 1. The Bidder represents that it has carefully examined the contract documents and the site where the Work is to be performed and that it has familiarized itself with all local conditions and federal, state and local laws, ordinances, rules, and regulations that may affect in any manner the performance of the Work. The Bidder further represents that it has studied all surveys and investigation reports about subsurface and latent physical conditions pertaining to the jobsite, that it has performed such addifional surveys and investigafions as it deems necessary to complete the Work at its bid price, and that it has correlated the results of all such data with the requirements of the contract documents. The submittal of a bid shall be conclusive evidence that the Bidder has investigated and is satisfied as to the conditions to be encountered, including locality, uncertainty of weather and all other confingencies, and as to the character, quality, quantities, and scope of the Work. 2. The drawings and specifications for the Work show subsurface conditions or othenwise hidden conditions as they are supposed or believed by the Design Engineer to exist, but it is not intended or to be inferred that the conditions as shown thereon constitute a representation that such conditions are actually existent. Except as othenvise specifically provided in the contract documents, the Owner, the Design Engineer, and their consultants shall not be liable for any loss sustained by the Contractor as a result of any variance of such conditions as shown in the drawings and the actual conditions revealed during the progress of the Work or othenwise. 3. No information derived from such inspection of records of investigations or compilation thereof made by the Owner, the Design Engineer, or their consultants will in any way relieve the Bidder or Contractor from any risk or from properiy fulfilling the terms of the contract nor entitle the Contractor to any addifional compensation. G. Indemnity 1. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner, the Design Engineer, the Owner's Representative, and their consultants, and each of their directors, officers, agents, and employees from and against all claims, damages, losses, expenses, and other costs, including costs of defense and attorneys' fees, arising out of or resulting from or in connection with the performance of the Work, both on and off the jobsite, provided that any ofthe foregoing (1) is attributable to personal injury, bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, any supplier, anyone directly or indirectly employed by any of them or anyone for whose acts or omissions any of them may be liable, regardless of whether or not caused in part by any act or omission (active, passive, or comparative negligence included) excepfing only the indemnitee's sole negligence or willful misconduct. 2. In any and all claims against the indemnified parties by any employee of the Contractor, any subcontractor, any supplier, anyone direcfiy or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligafion under the first and fourth paragraphs in this article on INDEMNITY shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable, by or AUGUST 2010 CONTRACT 5522 SUPPLEMENTAL INFORMATION OCCIDENTAL SEWER REHABILITATION 01101-3 for the Contractor, or any subcontractor, or any supplier, or other persons under workers' compensation acts, disability benefit acts, or other employee acts. The obligations of the Contractor under the first and fourth paragraphs in this article on INDEMNITY shall not extend to the liability of the Design Engineer, the Owner's Representative, and their consultants, and each of their directors, officers, employees, and agents, arising out of or resulting from or in connection with the preparation or approval of maps, drawings, opinions, reports, surveys, designs or specifications, providing that the foregoing was the sole and exclusive cause of the loss, damage, or injury. a. The Contractor shall also indemnify and hold harmless the Owner, the Design Engineer, the Owner's Representative, and their consultants, and each of their directors, officers, employees, and agents from and against all losses, expenses, damages (including damages to the Work itself), attorneys' fees, and other costs, including all costs of defense, which any of them may incur with respect to the failure, neglect, or refusal of Contractor to faithfully perform the Work and all of the Contractor's obligations under the contract. Such costs, expenses, and damages shall include all cost, including attorneys' fees, incurred by the indemnified parties in any lawsuit to which they are a party. END OF SECTION AUGUST 2010 CONTRACT 5522 SUPPLEMENTAL INFORMATION OCCIDENTAL SEWER REHABILITATION 01101-4 SECTION 01200 MEASUREMENT AND PAYMENT PART 1 - GENERAL A. Work Listed in the Schedule of Work Items 1. Work under this contract will be paid on a unit price or lump-sum basis as outlined on the Bid Form for the quantity of work installed. 2. The unit prices and lump-sum prices include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work involved to complete the work included in the contract documents. 3. The application for payment will be for a specific item based on the percentage completed or quantity installed. The percentage complete will be based on the value of the partially completed work relative to the value of the item when entirely completed and ready for service. 4. Extra work or changes in the Work shall be accomplished as provided in the General Provisions. B. Work Not Listed in the Schedule of Work Items 1. The General Provisions and items in the Special Provisions, general requirements, and specifications which are not listed in the schedule of work items of the Bid Form are, in general, applicable to more than one listed work item, and no separate work item is provided for those items. Include the cost of work not listed but necessary to complete the project designated in the contract documents in the various listed work items of the Bid Form. 2. The bids for the work are intended to establish a total cost for the work in its entirety. Should the Contractor feel that the cost for the work has not been established by specific items in the Bid Form, include the cost for that work in some related bid item so that the Proposal for the project reflects the total cost for completing the work in its entirety. PART 2 - MATERIALS A. Description of Bid Items Item 1 Mobilization and Preparatory Work - See Section 9-3.4 of the General Provisions. Item 2 Traffic Control - Bid item shall include providing complete Traffic Control including providing traffic handling/stage construction, and furnishing, installing, maintaining during all stages of construction, removing traffic control devices when they are no longer needed, and temporary street striping. The contract lump sum price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the Standard Specifications, the Special Provisions, and as directed by the Engineer. Item 3 Manhole Rehabilitafion - Bid item shall include furnishing all labor, materials, tools, equipment, and incidentals necessary for the rehabilitation of 8 existing sewer manholes per Section 13500 and Drawing 472-1. AUGUST 2010 CONTRACT 5522 MEASUREMENT & PAYMENT OCCIDENTAL SEWER REHABILITATION 01200-1 Item 4 Wastewater By-pass - The contract lump sum price paid for sewer by-pass shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in the sewer pipe bypass, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Full compensation for the contingency plan and all related work and expenses shall be considered as included in the contract lump sum price paid for sewer by-pass and no additional compensation will be allowed with requirements further specified with Section 15600. Item 5 Cleaning and Preparation of Pipeline for CIPP Installafion, Station 13+73 to Station 20+82 - Bid item includes all required cleaning and preparation work to all pipeline secfions to be lined with CIPP. Includes all pre and post installment CCTV inspection and reports. Item 6 CIPP Installafion for 39" Diameter Pipe Repair, Stafion 13+73 to Station 16+86 - Bid item in general includes but is not limited to all construction activities and materials related to the existing pipe repair using cured-in-place pipe (CIPP) lining from manhole to manhole per Secfion 13605. Item 7 CIPP Installation for 39" Diameter Pipe Repair, Station 16+86 to Station 20+82 - Bid item in general includes but is not limited to all construction activifies and materials related to the existing pipe repair using cured-in-place pipe (CIPP) lining from manhole to manhole per Secfion 13605. Item 8 Remove and Replace Manhole Cone or Flat Top - Bid item in general includes furnishing all labor, materials, tools, equipment, and incidentals related to the removal and replacement of the upper manhole cone or slab section necessary for access to the sewer for CIPP installation and access for wastewater bypass system appurtenances. Item 9 Remove and Replace 36" Manhole frame and cover - Bid items includes furnishing all labor and materials to remove and replace eight sewer manholes, frames, and covers as shown on plans. Item 10 Overflow Monitoring System - Bid item includes all material, installation and setup cost for the installation of a "Smartcover - S" in sewer manhole #7 as shown on the plans including all service and operating cost for one year from the issuance of the Project's Notice of Completion Item 11 Pipeline Cleaning and CCTV Inspection, Sta 0+00 to 25+09 (Excluding Station 13+73 to Station 20+82) - Bid item in includes all work related to the cleaning and CCTV inspection of and the resultant report generated from for the inspection of the sewer pipeline per plans and contract specification 15050 Item 12 Miscellaneous Repairs and Restorations to Existing Improvements- Bid item shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in protection and restorafion or replacement of the existing improvements and utilities damaged or removed during construcfion including but not limited to landscape, irrigation road surface, curb, gutter, fence and sidewalk. END OF SECTION AUGUST 2010 OCCIDENTAL SEWER REHABILITATION CONTRACT 5522 MEASUREMENT & PAYMENT 01200-2 SECTION 01580 PROJECT SIGN PART 1 - GENERAL A. The Contractor shall install and maintain two project identification signs. Signed shall be prepared by the Contractor, per detail included in Appendix F of these specifications. Sign shall confirm to Greenbook Part 1, Secfion 7-12. The Owner will obtain a sign permit, if one is required, at no cost to the Contractor. PART 2 - PRODUCTS (NOT APPLICABLE) PART 3-EXECUTION A. The Contractor shall construct signs, transport to site and obtain owner approval before installafion. PART 4 - INSTALLATION A. The Contractor shall mount signs in a manner and at locations at the site, and within the Work Area, accepted by the Construcfion Manager. The Contractor shall provide necessary mounting posts and hardware. B. The Contractor shall remove project identification signs and return them to the City prior to the preparation of the Notice of Complefion. END OF SECTION AUGUST 2010 CONTRACT 5522 PROJECT SIGN OCCIDENTAL SEWER REHABILITATION 01580-1 SECTION 13500 REHABILITATION OF WASTEWATER STRUCTURE WITH PVC LINING SYSTEM PART 1 - GENERAL A. Summarv 1. This specification covers all labor, materials, equipment and services necessary to complete the rehabilitation and installation of corrosion protection for concrete and masonry wastewater structures with a PVC liner system as herein specified. 2. Related Sections: Environmental, Health and Safety B. References 1. ACI 506.2-77 - Specifications for Materials, Proportioning, and Application of Shotcrete. 2. ASCE Manual No. 92 - Manuals and Reports on Engineering Practice- Manhole Inspection and Rehabilitation (2008 Update). 3. ASTM D638 - Tensile Properties of Plastics. 4. ASTM D790 - Flexural Properties of Unreinforced and Reinforced Plastics. 5. ASTM D695 - Compressive Properties of Rigid Plastics. 6. ASTM Dl 653 - Water Vapor Transmission of Organic Coating Films 7. ASTM D4541 - Pull-off Strength of Coatings Using a Portable Adhesion Tester. 8. ASTM D7234 - Pull-Off Adhesion Strength of Coatings on Concrete Using Portable Pull- Off Adhesion Testers. 9. ASTM D4787 Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates. 10. ASTM D2584 - Volatile Matter Content. 11. ASTM D543 - Resistance of Plastics to Chemical Reagents. 12. ASTM D4258 - Standard Practice for Surface Cleaning Concrete for Coating 13. ASTM D4259 - Standard Practice for Abrading Concrete 14. ASTM C109 - Compressive Strength Hydraulic Cement Mortars. 15. ASTM C579 - Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars. 16. ICRI Technical Guideline No. 03732 - Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overiays. 17. SSPC SP-13/NACE No. 6 - Surface Preparation of Concrete. AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWASTER STRUCTURE OCCIDENTAL SEWER REHABILITATION 13500-1 18. SSPWC 210-2.3.3 & 211-2 - Chemical Resistance Test (Pickle Jar Test). 19. SSPWC 500-2 - Manhole and Structure Rehabilitation. 20. ASCE - The published Manuals and Reports on Engineering Practices of the American Society of Civil Engineers 21. ASTM - The published standards of the American Society for Testing and Materials, West Conshohocken, PA. 22. ICRI - The published standards of the International Concrete Repair Institiute, Des Plaines, IL. 23. NACE - The published standards of National Association of Corrosion Engineers (NACE International), Houston, TX. 24. SSPC - The published standards of the Society of Protective Coatings, Pittsburgh, PA. 25. Los Angeles County Sanitation District - Evaluation of Protective Coatings for Concrete (othenwise known as the "Redner Test"). 26. SSPWC - Standard Specifications for Public Works Construction (othenwise known as "The Greenbook"). C. Submittals 1. Product Data: a. Technical data sheet for each repair and lining product to be used; including application, cure time,surface preparation procedures and certification from lining product manufacturer as to the compatibility of the repair material(s) and lining system. b. Material Safety Data Sheet (MSDS) for each product to be used. c. Copies of independent testing performed on the lining product indicating the product meets the requirements as specified herein. Lining product physical properties shall be substatiated through submittal of testing results as documented by an accredited third party laboratory and shall be representative of the actual field applied product including cure mechanism(s) as to be employed in the field. 2. Contractor Data: a. Current documentation from repair and lining product manufacturer(s) certifying Contractor's training and equipment complies with the Quality Assurance requirements specified herein (Part 1, D-1 through D-6). b. Five (5) references of Contractor indicating successful lining system installation performance greater than five years in age of lining product(s) of the same material type as specified herein, applied by spray application within the municipal wastewater environment. c. Documentation of requirements of Part 1, secfions F-1 and F-2. AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWASTER STRUCTURE OCCIDENTAL SEWER REHABILITATION 13500-2 3. Contractor Shall provide waranty letters from the liner manufactuter and and the Contractor conforming with the requirements of Part 1, G-1 and G-2. D. Qualitv Assurance 1. Lining and repair product(s) shall be capable of being installed and curing properiy within the specified environment(s); specifically within environmental conditions of a typical sanitary sewer. Lining product(s) shall be resistant to all forms of chemical or bacteriological attack found in municipal sanitary sewer systems. 2. Lining and Repair product(s) shall be fully compatible; including ability to bond effectively to each other and/or the host substrate, forming a composite system. 3. Contractor shall utilize equipment for the application of the lining and repair product(s) which has been approved by the product manufacturer; and Contractor shall have received training on the operation and maintenance of said equipment from the product manufacturer. Written certification of such approval(s) and training shall be submitted by the lining and repair product manufacturer(s). 4. Contractor and contractor personnel shall be certified by, or have their training approved and certified by, the lining and repair product(s) manufacturer(s) for the handling, mixing, application and inspection of the product(s) to be used as specified herein. Written certification of such training shall be submitted by the lining and repair product manufacturer(s) and shall include the individual contractor personnel to be employed on the project. 5. Contractor shall initiate and enforce quality control procedures consistent with the lining product(s) manufacturer recommendations and applicable NACE, SSPC, ICRI or other standards as referenced herein. 6. Pre-construcfion meeting shall take place no less than two weeks prior to Contractor mobilization. All parties to have physical presence on the project during construction shall be present. At this meeting responsibilities and authorities during construction shall be discerned; comments and questions regarding materials and execution of these specifications shall be presented and addressed. E. Delivery. Storage, and Handling 1. Materials are to be kept dry, protected from weather and stored under cover. 2. Lining and repair materials are to be stored between 50 deg F and 90 deg F. Do not store near flame, heat or strong oxidants. 3. All materials are to be handled according to their material safety data sheets. F. Site Conditions 1. Contractor shall conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. 2. Confined space entry program and other required safety training certifications shall be submitted by Contractor to Owner as necessary to perform the specified work. AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWASTER STRUCTURE OCCIDENTAL SEWER REHABILITATION 13500-3 3. Flow diversion and/or bypass plans shall be submitted by Contractor to Owner as necessary to perform the specified work. G. Warranty 1. Contractor shall warrant all work against defects in materials and workmanship for a period of ten (10) years, unless othenwise noted, from the date of final acceptance of the project. Contractor shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said ten (10) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner. 2. Lining and repair product supplier(s) shall warrant all lining materials for a period of ten (10) year from the date of final acceptance, unless othenwise noted, to be free of manufacturing defects; and products will meet current published physical properties when applied and tested in accordance with the manufacturer's standards. If, within said ten (10) year period, any product does not meet the physical properties or is defective in manufacture the manufacturer will either replace the defective product or refund the purchase price. PART 2 - PRODUCTS A. Existing Products 1. Standard Portland cement or new concrete must cured a minimum of 28 days prior to application of the lining product(s) or surfaces must be prepared and lining materials applied according to the lining product manufacturer's recommendations for such conditions. 2. Remove any existing failing liner or coating prior to application of the coating/lining product(s) which may affect the performance and adhesion ofthe lining product(s). 3. Thoroughly clean and prepare existing products to effect a seal with and promote the adhesion or fusion of the coating/lining product(s) as specified under Part 3. B. Repair Products 1. Repair products shall be used to fill voids or bugholes, smooth transitions between components, replace lost motar in masonry structures, smooth rough surfaces, rebuild severely deteriorated substrates and/or to remediate infiltration prior to the installation of the lining product(s). All surface areas with depressions greater than .375 inches shall be filled in with a polymer cement patching compound. The polymer patching compound to be used shall be compatible with the protective lining system specified and shall be Sika Corporation, Sikatop 122 or 123; Master Builders, Masterpatch 210 or 230VP; or equal. 2. All materials shall be mixed, applied and cured in accordance with the manufacturer's recommendafions. 3. Repair product physical properties shall be substatiated through submittal of accredited third party testing results and shall be representative of the actual field applied product and cure mechanism(s) to be employed in the field. AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWASTER STRUCTURE OCCIDENTAL SEWER REHABILITATION 13500-4 4. Infiltrafion Water Stop: Hydraulic water plugs shall be Sauereisen, Insatplug F-180; IPA Systems, Inc.k Ocotplug; or approved equal. 5. Exposed Reinforcement Steel: If reinfocing steel is exposed, including thosed exposed after removing deteriorated concrete , it shall be thoroughly cleaned by sandblasting to remove all contamination and rust particles. Immediately after the cleaned reinforcing steel is inspected and accepted by the Engineer, the Contractor shall place a protective coating on the exposed reinforcing steel. The protective coating used shall be 40 mils of Sikatop 108 Armatec, Sika Corporation, or Master Builders Emaco-P22, or equal. 6. Where more than 50% of the cross sectional area reimforcing steel is missing , the Contractor shall replace the reinforcing steel. The replacement reinforcing steel shall be cleaned , sandblasted and coated as specified above. C. Lining Products Materials for the protective lining system shall include a primer, two-component epoxy mastic and extruded PVC liners with locking extensions as manufactured by Ameron Protective Lining Division, Brea, CA (714) 256-7755. A materials list for the lining system shall be provided to the Districts and no substitutes for these materials will be allowed. The primer shall be Arrow-Lock Mastic Primer No. 5101. Mastic shall be a two component epoxy gel mastic, and shall be resistant to weathering, aging, dilute acids (10 percent sulfuric acid solution or acid conditions generating pH levels of 1.0) and dilute alkalis. The mastic shall be Arrow-Lock Mastic No. 9912. The PVC liner shall be a white homogenous thermoplastic sheet material with arrow shaped locking extensions. The PVC liner shall exhibit the following minimum physical properties when tested at 77°F ±5° (25°C ±5°): Specification Specific gravity, ASTM D792 1.28 Hardness, Shore D, ASTM D2240 50-60 @ 1 sec. Tensile, ASTM D412 2,200 psi Elongation, ASTM D412 200 percent Brittle Point, ASTM D746 5°F Tear Strength, ASTM Dl004 220 g/mil Thickness 65 mils PART 3 - EXECUTION A. Examination 1. Appropriate actions shall be taken by Contractor to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety during work. 2. All structures to be linded shall be readily accessible to Contractor. AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWASTER STRUCTURE OCCIDENTAL SEWER REHABILITATION 13500-5 3. New Portland cement concrete structures shall have endured a minimum of 28 days since manufacture prior to commencing lining installation. 4. Any acfive flows shall be dammed, plugged or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated until final applications are cured as recommended by the manufacturer. 5. Temperature of the surface to be coated should be maintained between 40 and 120 deg F. 6. Specified surfaces should be shielded to avoid exposure of direct sunlight, other intense heat source or, where cementitous products are employed, excessive ventilation. Where varying surface temperatures do exist, lining or coating installation should be scheduled when the temperature is falling versus rising. 7. Prior to commencing surface preparation. Contractor shall inspect all surfaces specified to receive the liner and notify Owner, in writing, of any noticeable disparity in the site, structure or surfaces which may interfere with the work, use of materials or procedures as specified herein. B. Repairs and Surface Preparation 1. Excessive debris, sediment, root intrusion or other foreign materails which may impact the effectiveness of the surface preparation process shall be removed prior to the commencement thereof. 2. Offset sturctural componets, lids, covers, frames, etc. shall be repaired, replaced or reset prior to the commencement of surface preparation. 3. External soil/fill voids shall be remediated and/or stabilized by replacement or injecfion of stabilizing grout as determined appropriate by the engineer. 4. Oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants which may affect the performance and adhesion of the rehabilitaton material to the substrate shall be removed in accordance with SSPC-SP 1. 5. Choice of surface preparation method(s) should be based upon the condition of the structure and concrete or masonry surface, potenfial contaminants present, access to perform work, and the required cleanliness and profile of the prepared surface to receive the repair and/or lining product(s). 6. Surface preparation method, or combinafion of methods, that may be used include high- pressure water cleaning with minimum 5,000 psi at a flow rate of not less than 5 gpm. Other methods of preparation including abrasive blasting, shotblasting, grinding, scarifying, detergent water cleaning, hot water cleaning and others as referenced in industry accepted standards such as: a. NACE No. 6/SSPC SP-13 Surface Preparation of Concrete, b. ASTM ASTM D-4258 Standard Practice for Surface Cleaning Concrete for Coatings and ASTM-D-4259 Standard Practice for Abrading Concrete, AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWASTER STRUCTURE OCCIDENTAL SEWER REHABILITATION 13500-6 c. ICRI Technical Guideline No. 03732 Selecting and Specifying Concrete Surface Preparafion for Sealers, Coatings, and Polymer Overiays. d. NACE/SSPC Standards for the surface preparation of steel. 7. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound, clean and neutralized surface suitable for the specified lining product(s). a. Resulting surface profile of the prepared concrete substrate shall be (as described in ICRI Technical Guideline No. 03732): 1. For appliction of cementitious materials; at least a CSP2 2. For application of lining products: at least a CSP4. b. Concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation shall be removed so that sound substrate remains. 1. In conditions where severe chemical/microbiological attack has occurred the prepared substrate shall exhibit a pH of 8-12. Additional cleaning and/or contaminated substrate removal may be required to achieve the specified pH level. 8. After all deteriorated material is removed the contractor shall further thoroughly clean the surface including vacuuming and drying to remove all fines and deleterious materials that will adversely affect bonding of the lining system. All material removed shall be disposed of in in compliance ofthe requirements of the jurisdictional agency. 9. Prior to the application of the lining product repairs shall be completed to ensure the following: a. All inflow and infiltrafion shall be eliminated by use of appropriate repair material(s), such as hydraulic cements and/or chemical grouts as described in Part 2, B-1 through B-4. b. All repairs to joints, pipe seals, steps, mechanical penetrations, benches, inverts, pipes or other appurtenances to be lined shall be completed and repaired surfaces prepared according to this section. 1. Benches or other horizontal surfaces shall have adequate slope (1" rise per lineal foot minimum) to minimize the retention of debris following surcharge. 2. Inverts or flow channels shall be smooth without lips, rough edges or other features which may cause debris to collect; contoured to minimze turbulent flow; and be sloped to promote adequate flow from the inlet(s) to the outlet pipe. 3. All joints, pipe seals, steps or other penetrations shall be sealed against inflow, infiltration and exfiltration and be adequately filled, smoothed and contured to promote monolithic lining application. C. Application of Repair and Resurfacing Products AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWASTER STRUCTURE OCCIDENTAL SEWER REHABILITATION 13500-7 1. Repair products as per section 2.2 C and/or D shall be used to repair, smooth or rebuild surfaces to original dimensions and shape with rough profiles to provide a concrete or masonry substrate suitable for the lining product(s) to be applied. These products shall be installed to VP minimum thickness or as recommended within manufacturers published guidelines. Should structural rebuild be necessary, these products shall be installed to a thickness as specified by the Project Engineer. 2. Repair products as per Part 2, B-1 shall be used to remediate all active inflow, infiltration and/or external soil/fill voids. 3. All Repair products shall be handled, mixed, installed and cured in accordance with manufacturer guidelines. 4. All repaired or resurfaced substrates shall be inspected for cleanliness and suitability to receive the lining product(s). Additional surface preparation may be required prior to lining applicafion as per Part 3, B and D. D. Application of Lining Product(s) 1. The Contractor shall retain the services of a qualified and authorized technical representative of Ameron Protective Lining Division to provide recommendations at the beginning of installation and to make periodic visits to ensure that the work, including the surface preparation, drying times, mixing and application procedures are performed in accordance with the manufacturer's recommendafions. All parts of the work shall be made accessible to the Engineer for inspection. Conformance of the work to the specifications shall be determined solely by the Engineer. 2. The primer shall be rolled on or spray applied to the prepared concrete surface at a rate of approximately one (1) gallon of primer per 200 square feet of surface. The primer shall be allowed to cure until dry before applying the mastic. Drying time will vary depending on ambient temperature and humidity. The epoxy masfic shall be applied by troweling to a minimum dry film thickness of 375 mils. Notched trowel shall not be used. 3. The Contractor shall utilize the maximum size PVC liner sheet as practical with a minimum number of seams. Seams, both vertical and horizontal, shall overiap a minimum of 0.5 inches, and shall be welded with one (1) inch wide weld strip. Corner strips may be used at interior and exterior corners, or liner may be wrapped around corner and lapped on to adjacent sheet, and shall be welded with one (1) inch wide weld strip. If joining to adjacent existing T-Lock material, the existing PVC shall be mechanically abraided and cleaned with "409" or similar product, 1" beyond weld area to insure proper welding. 4. The liner sheets shall be properiy aligned and installed with the arrow ribs in the vertical direction to prevent any moisture from accumulating behind the liner. PVC liners shall be protected from debris contamination prior to placing it onto the mastic. The PVC liner shall be placed while the wetting ability of the base coat is at its optimum and shall be pressed into the mastic and rolled to ensure the best possible embedment. The rolling process shall occur immediately after the liner is placed. Care shall be taken to keep the mastic surface and the PVC liner surface clean and free of dust and debris. The Contractor shall coordinate the application of the mastic and the placement of the PVC liner so that the mastic is still pliable when the sheet is rolled in place. AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWASTER STRUCTURE OCCIDENTAL SEWER REHABILITATION 13500-8 5. Installation of the lining system shall conform to the details shown on the Contract Drawings. The lining system shall be allowed to cure for the amount of time recommended by the Ameron Protective Lining Division representative. 6. Termination points of the lining system shall be made at the manhole frame and chimney joint (or other manway as is present), with the installation of AMER-PLATE 95 Y PVC sleeve "Topper". 7. Termination points of the lining system to the concrete channel shall include a 1" return of the PVC liner into concrete substate embedded with approved epoxy mastic below the low flow line of the channel or as shown on the plans. 8. Transition of PVC liner in manhole to PVC liner in sewer RCP pipeline shall be done per the details of the protect plans and recommendations of the PVC liner manufacturer. 9. Sewage flow shall be stopped, bypassed or diverted as necessary for application of the lining product(s) to the invert and interface with pipe materials. E. Testing and Inspection 1. Contractor shall provide training of City inspection staff by a Ameron Protective Lining Division representative prior to beginning any manhole rehabilitation work. 2. Contractor shall schedule an inspection with the City to take place at the completion of each rehabilitation stage and pror to the beginning the next stage of the structures rehabilitation. The stages at a minimum include: surface jet washing and cleaning, installation of water stop products, installation of rehabilitaiton mortar, liner primer installation, liner mastic installation, liner installation, liner welding and terminafion installation. 3. In addition to periodic visits throughout the installation process by the Ameron Protective Lining Division representative, after installation of the protective lining system, the surface of the liner shall be cleaned and prepared for visual inspection by the Engineer. The visual inspection, installation of the protective lining system shall be inspected in accordance with Section 7 of the Arrow-Lock Application Instructions. 4. All surfaces of the liner will be visually inspected for areas showing poor embedment, edge and seam defects and any other damages to the liner 5. Upon complefion of the installation, the Contractor shall clean the surface of the liner and shall perform visual inspection and spark testing in the presence of the Engineer. In addition, all weld joints shall be probed with a trowel, putty knife, or similar tool approved by the Engineer. 6. The Contractor shall provide adequate ventilation, ladders for access, barricades or other traffic control devices, and shall be responsible for opening and closing entrances and exits. All areas of liner failing to meet the field test shall be properiy repaired and retested. The spark-type detector shall be supplied by the Contractor and shall be a Tinker & Rasor Holiday Detector (Model AP-W). 7. Acceptance of the work is subject to inspection by the Engineer. If the overall quality of the welding is found to be unacceptable in the opinion of the Engineer, re-testing and re- certification by the laboratory will be required. In addition, the Contractor shall comply with the following requirements: AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWASTER STRUCTURE OCCIDENTAL SEWER REHABILITATION 13500-9 8. The Contractor shall schedule with the City or agent a check the quality of work (i.e. probe the welds) of each welder after they have completed 30.5 lineal meters (100 lineal feet) of welding, and before 61 lineal meters (200 lineal feet) has been completed. 9. The specified field tests shall be performed within 30 working days after installation of the liner material at each location, or, in the case of pipeline construction, after the pipe is installed at each location. 10. Repair of defective weld joints shall extend a minimum of 25mm (1 in) beyond the defect. 11. If the number of defects in each weld strip exceeds an average of one per lineal foot, the entire weld strip shall be considered defective and repaired accordingly. 12. Any spark testing of liner by the Contractor for its' purposes shall be done with a detector complying with the manufacturer's recommendations.Visual inspection shall be made by the Project Engineer and/or Inspector. Any deficiencies in the finished lining effecting the perfomance of the lining system or the operational funcfionality of the structure shall be marked and repaired according to the recommendations of the lining product(s) manufacturer. 13. The municipal sewer system may be returned to full operational service as soon as the final inspection has taken place and all lining materials have been adequately cured according to the lining product(s) manufacturer's recommendations. 14. The Contractor shall repair all defects found in the lining system. Areas where the liner failed to meet the minimum pull strength test value specified, and areas that have non- embedment larger than 4 inches in either direction shall have all of the defective lining, including the mastic, removed as directed by the Engineer. Defective areas shall be repaired using Arrow-Lock Lining System per lining manufacturer recommendations, overiapping the adjacent lined areas a minimum of 0.50 inch in all directions and shall be re-inspected. END OF SECTION AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWASTER STRUCTURE OCCIDENTAL SEWER REHABILITATION 13500-10 SECTION 13605 REHABILITATION OF WASTEWATER PIPELINE WITH CIPP PART 1 - GENERAL These Specifications include the minimum requirements for the rehabilitation of sanitary sewer pipelines by the installation of Cured-ln-Place Pipe (CIPP) within the existing, deteriorated pipe as shown on the plans included as part of these contract documents. The rehabilitation of pipelines shall be done by the installafion of a resin-impregnated flexible tube which, when cured, shall be continuous and tight-fitting throughout the entire length of the original pipe. The CIPP shall extend the full length of the original pipe and provide a structurally sound, jointless and water-tight new pipe within a pipe. The Contractor is responsible for proper accurate and complete installation of the CIPP using the system selected by the Contractor. Neither the CIPP system, nor its installafion, shall cause adverse effects to any of the City's processes or facilities. The use of the product shall not result in the formation or production of any detrimental compounds or by-products at the wastewater treatment plant. The Contractor shall notify the City and identify any by-products produced as a result of the installation operations, test and monitor the levels, and comply with any and all local waste discharge requirements. The Contractor shall cleanup, restore existing surface conditions and structures and repair any of the CIPP system determined to be defective. The Contractor shall conduct installation operations and schedule cleanup in a manner to cause the least possible obstruction and inconvenience to traffic, pedestrians, businesses, and property owners or tenants. The prices submitted by the Contractor, shall include all costs of permits, labor, equipment and materials necessary for furnishing and installing, complete in place, CIPP in accordance with these specifications. All items of work not specifically mentioned herein which are required to make the product perform as intended and deliver the final product as specified herein shall be included in the respective unit prices bid. A. Description of Work and Product Delivery 1. These Specifications cover all work necessary to furnish and install, the (CIPP). The Contractor shall provide all materials, labor, equipment, and services necessary for traffic control, bypass pumping and/or diversion of sewage flows, cleaning and television inspection of sewers to be lined, liner installation! reconnection of service connections, all quality controls, provide samples for performance of required material tests, flnal television inspection, testing of lined pipe system and warranty work, all as specifled herein. 2. The product furnished shall be a complete CIPP system including all materials, applicable equipment and installation procedures. All CIPP systems or multi- component products will be required to meet the submittal requirements as contained herein. 3. The CIPP shall be continuous and jointless from manhole to manhole or access point to access point and shall be free of all defects that will affect the long term life and operation of the pipe. AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605.1 of 16 4. The CIPP shall fit sufficiently tight within the exisfing pipe so as to not leak at the manholes, at the service connections or through the wall of the installed pipe. The CIPP liner terminafion at the manhole shall include installafion of LMK Technologies CIPP End Seal installed with a LMK inflation device. If leakage occurs at the manholes or the service connecfions the Contractor shall seal these areas to stop all leakage using a material compatible with the CIPP as directed by the City at the price bid therefore in the Proposal. If leakage occurs through the wall of the pipe the liner shall be repaired or removed as recommended by the CIPP manufacturer. Final approval of the liner installation will be based on a leak fight pipe. 5. The CIPP shall be designed for a life of 50 years or greater. 6. The CIPP may be designed as a liner to rehabilitate the existing pipe. Where specified in the contract documents the installed CIPP shall be a structurally designed pipe within a pipe, meet or exceed all contract specified physical properties, fitting tightly within the existing pipe all within the tolerances specified. The installed CIPP shall withstand all applicable surcharge loads (soil overburden, live loads, etc.) and external hydrostatic (groundwater) pressure, as provided in the projects geotechnical investigation, for each specific installafion location. When no groundwater is indicated the minimum depth of ground water over the pipe shall be assumed no to be no less than the equivalent earth cover. 7. The installed CIPP shall have a long term (50 year) corrosion resistance to the typical chemicals found in domestic sewage. 8. All existing and confirmed active service connections and any other service laterals to be reinstated as directed by the City shall be re-opened robotically or by hand in the case of man-entry size piping, to their original shape and to 95% of their original capacity. All over-cut service connections will be properiy repaired to meet the requirements of these specifications. 9. All materials furnished, as part of this contract shall be marked with detailed product information, stored in a manner specified by the manufacturer and tested to the requirements of this contract. 10. Testing and warranty inspections shall be executed by the City. Any defects found shall be repaired or replaced by the Contractor. 11. The Contractor shall fumish all samples for product testing at the request of the City. The City shall take possession of the samples for testing and shall maintain the chain of custody, deliver the samples to an approved laboratory and pay for all material and product testing performed under this contract. B. References The following documents form a part of this specification to the extent stated herein and shall be the latest editions thereof. Where differences exist between codes and standards, the requirements of these specifications shall apply. AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605-2 of 16 1. ASTM - F1216 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin-Impregnated Tube 2. ASTM - F1743 Standard Pracfice for Rehabilitafion of Existing Pipelines and Conduits by the Pull in and inflate and Curing of a Resin-Impregnated Tube 3. ASTM - 0543 Standard and Practice for Evaluating the Resistance of Plastics to Chemical Reagents 4. ASTM - D638 Standard Test Method for Tensile Properties of Plastics 5. ASTM - 0790 Standard Test Methods for Flexural Properties of Un-reinforced and Reinforced Plastics and Electrical Insulating Materials 6. ASTM - 0792 Standard Test Methods for Density and Specific Gravity of Plastics by displacement. 7. ASTM - 02122-98(2004) Standard Test Method for Determining Dimensions of Thermoplastic Pipe and Fittings 8. ASTM - D2990 Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep-Rupture of Plastics 9. ASTM - D5813 Standard Specification for Cured-in Place Thermosetting Resin Sewer Pipe C. Performance Work Statement (PWS) Submittal The Contractor shall submit, to the City, a Performance Work Statement (PWS) at the pre- construction meeting, which cleariy defines the CIPP product delivery in conformance with the requirements of these contract documents. Unless otherwise directed by the City, the PWS shall at a minimum contain the following: 1. Clearty indicate that the CIPP will conform to the project requirements as outlined in the Description of Work and as delineated in these specifications. 2. A detailed installafion plan describing all preparation work, cleaning operafions, pre-CCTV inspecfions, by-pass pumping, traffic control, installation procedure, method of curing, service reconnecfion, quality control, testing to be performed, final CCTV inspection, warrantees furnished and all else necessary and appropriate for a complete CIPP liner installation. A detailed installation schedule shall be prepared, submitted and conform to the requirements of this contract. 3. Contractor's description of the proposed CIPP lining technology, including a detailed plan for identifying all active service connections maintaining service, during mainline installation, to each home connected to the section of pipe being lined, including temporary service if required by the contract. 4. A description of the CIPP materials to be furnished for the project. Materials shall be fully detailed in the submittals and conform to these specifications and/or shall conform to the pre-approved product submission. AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605-3 of 16 5. A statement of the Contractors experience. The Contractor shall have a minimum of three (3) years of continuous experience installing CIPP liners in pipe of a similar size, length and configuration as contained in this contract. A minimum of 150,000 linear feet of shop wet-out liner installation is required and if the contractor proposes onsite wet-out, a minimum of 6 onsite wet-out installations are required as applicable to this contract. The lead personnel including the superintendent, the foreman and the lead crew personnel for the CCTV inspection, resin wet-out, the CIPP liner installafion, liner curing and the robotic service reconnections must have a minimum of three (3) years of total experience with the CIPP technology proposed for this contract and must have demonstrated competency and experience to perform the scope of work contained in this contract. The name and experience of each lead individual performing work on this contract shall be submitted with the PWS. 6. Engineering design calculations, in accordance with the Appendix of ASTM F- 1216, for each length of liner to be installed including the thickness of each proposed CIPP. The Contractor to submit a design for the most severe line condition and apply that design to all of the line sections. These calculations shall be performed and certified by a, qualified. Professional Engineer. All calculations shall include data that conforms to the requirements of these specifications or has been pre-approved by the City. 7. Proposed manufacturers technology data shall be submitted for all CIPP products and all associated technologies to be furnished. 8. Submittals shall include information on the cured-in-place pipe intended for installation and all tools and equipment required for a complete installation. The PWS shall identify which tools and equipment will be redundant on the job site in the event of equipment breakdown. All equipment, to be furnished for the project, including proposed back-up equipment, shall be cleariy described. The Contractor shall outline the mitigation procedure to be implemented in the event of key equipment failure during the installation process. 9. A detailed description of the Contractor's proposed procedures for removal of any existing blockages in the pipeline that may be encountered during the cleaning process. 10. A detailed public notification plan shall be prepared and submitted including detailed staged notification to residences affected by the CIPP installation. 11. A discharge plan for all CIPP processing water including any required discharge permits from Encina Wastewater Authority. 12. Compensation for all work required for the submittal of the PWS shall be included in the various pipelining items contained in the Proposal. D. Product Submittals 1. Fabric Tube - including the manufacturer and description of product components. AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605-4 of 16 2. Flexible membrane (coating) material - including recommended repair (patching) procedure if applicable. 3. Raw Resin Data - including the manufacturer and description of product components. 4. Manufacturers' shipping, storage and handling recommendations for all components ofthe CIPP System. 5. All MSDS sheets for all materials to be furnished for the project. 6. Tube wet-out & cure method including: a. A complete description of the proposed wet-out procedure for the proposed technology. b. The Manufacturer's recommended cure method - for each diameter and thickness of CIPP liner to be installed. The PWS shall contain a detailed cunng procedure detailing the curing medium and the method of applicafion. 7. Compensation for all work required for the submittal of product data shall be included in the Lump Sum price contained in the Proposal for Mobilization. E. Safety 1. The Contractor shall conform to all work safety requirements of pertinent regulatory agencies, and shall secure the site for the working conditions in compliance with the same. The Contractor shall erect such signs and other devices as are necessary for the safety of the work site. 2. The Contractor shall perform all of the Work in accordance with applicable OSHA standards. Emphasis shall be placed upon the requirements for entering confined spaces and with the equipment being utilized for pipe renewal. 3. The Contractor shall submit a proposed Safety Plan to the City, prior to beginning any work, identifying all competent persons. The plan shall include a description of a daily safety program for the job site and all emergency procedures to be implemented in the event of a safety incident. All work shall be conducted in accordance with the Contractor's submitted Safety Plan. 4. Compensation for all work required for the submittal of the Safety Plan shall be included in the various pipelining items contained in the Proposal. F. Qualitv Control Plan (OOP) 1. A detailed quality control plan (QCP) shall be submitted to the City that fully represents and conforms to the requirements of these specifications At a minimum the QCP shall include the following: 2. A detailed discussion of the proposed quality controls to be performed by the Contractor. AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605-5 of 16 3. Defined responsibilities, of the Contractor's personnel, for assuring that all quality requirements, for this contract, are met. These shall be assigned, by the Contractor, to specific personnel. 4. Proposed procedures for quality control, product sampling and testing shall be defined and submitted as part of the plan. 5. Proposed methods for product performance controls, including method of and frequency of product sampling and testing both in raw material form and cured product form. 6. A scheduled performance and product test result reviews between the Contractor and the City at a regulariy scheduled job meeting. 7. Inspection forms and guidelines for quality control inspections shall be prepared in accordance with the standards specified in this contract and submitted with the QCP. 8. Two (2) days of inspector training, by the CIPP system manufacture, for the City's inspectors shall be provided. This training shall be prior to liner installation, include both technical and field training and include all key aspects of visual inspection and sampling procedures for testing requirements. On smaller projects having an estimated duration of less than two (2) weeks of lining work, the system manufacturer shall furnish a check list containing key elements of the CIPP installation criteria that is important for the City's inspector to ensure that quality control and testing requirements are performed in accordance with the contract documents. 9. Compensation for all work required for the submittal of the QCP shall be included in the various pipelining items contained in the Proposal. Compensafion for inspector training shall be included in the price bid therefore in the Proposal. G. CIPP Repair/Replacement 1. Occasionally installation will result in the need to repair or replace a defective CIPP. The Contractor shall outline specific repair or replacement procedures for potential defects that may occur in the installed CIPP. Repair/replacement procedures shall be as recommended by the CIPP system manufacturer and shall be submitted as part of the PWS. 2. Defects in the installed CIPP that will not affect the operation and long tenn life of the product shall be identified and defined. 3. Repairable defects that may occur in the installed CIPP shall be specifically defined by the Contractor based on manufacturer's recommendations, including a detailed step-by-step repair procedure, resulting in a finished product meeting the requirements of these contract specifications. AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605-6 of 16 4. Un-repairable defects that may occur to the CIPP shall be cleariy defined by the Contractor based on the manufacturer's recommendations, including a recommended procedure for the removal and replacement of the CIPP. H. As-Built Drawings 1. As-Built drawings, pre & post inspection videotapes and/or CD's shall be submitted to the City, by the Contractor within 2 weeks of final acceptance of said work or as specified by the City. As-Built drawings will include the identification of the work completed by the Contractor and shall be prepared on one set of Contract Drawings provided to the Contractor at the onset of the project. 2. As-Built drawings shall be kept on the project site at all times, shall include all necessary information as oufiined in the PWS or as agreed to by the City and the Contractor at the start of the Contract and shall be updated as the work is being completed, and shall be cleariy legible. 3. Compensation for all work required for the submittal and approval of As-Built Drawings shall be included in the various pipelining items contained in the Proposal. I. Warranty 1. The materials used for the project shall be certified by the manufacturer for the specified purpose. The manufacturer shall warrant the liner to be free from defects in raw materials for one (1) year from the date of installation and acceptance by the City. The Contractor shall warrant the liner installation for a period of one (1) year. During the Contractor warranty period any defect, which may materially affect the integrity, strength, function and/or operation of the pipe, shall be repaired at the Contractor's expense in accordance with procedures included in Part 1, Section G, CIPP Repair/Replacement. 2. After a pipe section has been lined and for a period of time up to one (1) year following completion of the project, the City may inspect all or portions of the lined system. The specific locations will be selected at random by the City and will include all sizes of CIPP from this project. If it is found that any of the CIPP has developed abnormalities since the time of "Post Construction Television Inspection," the abnormalifies shall be repaired and/or replaced as defined in Part 1, Section G, CIPP Repair/Replacement. If, after inspection of a portion of the lined system under the contract, problems are found, the City may televise all the CIPP installed on the contract. All verified defects shall be repaired and/or replaced by the Contractor and shall be performed in accordance with Part 1 Section G CIPP Repair/Replacement and per the original specifications, all at no additional cost to the City. PART 2 PRODUCTS A. Materials 1. The CIPP System must meet the chemical resistance requirements of theses contract documents. AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605-7 of 16 All materials, shipped to the project site, shall be accompanied by test reports certifying that the material conforms to the ASTM standards listed herein. Materials shall be shipped, stored, and handled in a manner consistent with written recommendations of the CIPP system manufacturer to avoid damage. Damage includes, but is not limited to, gouging, abrasion, flattening, cutting, puncturing, or ultra-violet (UV) degradation. On site storage locafions, shall be approved by the City. All damaged materials shall be prompfiy removed from the project site at the Contractor's expense and disposed of in accordance with all current applicable agency regulations B. Fabric Tube The fabric tube shall consist of one or more layers of absorbent non-woven felt fabric, felt/fiberglass or fiberglass and meet the requirements of ASTM F 1216, ASTM F 1743, ASTM D 5813 & ASTM F2019. The fabric tube shall be capable of absorbing and carrying resins, constructed to withstand installation pressures and curing temperatures and have sufficient strength to bridge missing pipe segments, and stretch to fit irregular pipe sections. The contractor shall submit certified information from the felt manufacturer on the nominal void volume in the felt fabric that will be filled with resin. The wet-out fabric tube shall have a uniform thickness and excess resin distribution that when compressed at installation pressures will meet or exceed the design thickness after cure. The fabric tube shall be manufactured to a size and length that when installed will fightly fit the internal circumference, meeting applicable ASTM standards or better, of the original pipe. Allowance shall be made for circumferenfial stretching during installation. The tube shall be properiy sized to the diameter of the existing pipe and the length to be rehabilitated and be able to stretch to fit irregular pipe sections and negotiate bends. The Contractor shall determine the minimum tube length necessary to effectively span the designated run between manholes. The Contractor shall verify the lengths in the field & prior to ordering and & prior to impregnation of the tube with resin, to ensure that the tube will have sufficient length to extend the entire length of the run. The Contractor shall also measure the inside diameter of the existing pipelines in the field & prior to ordering liner so that the liner can be installed in a fight-fitted condition. The outside and/or inside layer of the fabric tube (before inversion/pull-in, as applicable) shall be coated with an impermeable, flexible membrane that will contain the resin and facilitate, if applicable, vacuum impregnation and monitoring of the resin saturation during the resin impregnation (wet-out) procedure. No material shall be included in the fabric tube that may cause de-lamination in the cured CIPP. No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color contrast between the felt fabric and the activated resin containing a colorant. AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605-8 of 16 6. The wall color of the interior pipe surface of CIPP after installation shall be a light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made. The hue of the color shall be dark enough to distinguish a contrast between the fully resin saturated felt fabric and dry or resin lean areas. 7. Seams in the fabric tube, if applicable, shall meet the requirements of ASTM D- 5813. 8. The outside of the fabric tube shall be marked every 5 feet with the name of the manufacturer or CIPP system, manufacturing lot and production footage. 9. The minimum length of the fabric tube shall be that deemed necessary by the installer to effectively span the distance from the starting manhole to the terminating manhole or access point, plus that amount required to run-in and run- out for the installation process. 10. The nominal fabric tube wall thickness shall be constructed, as a minimum, to the nearest 0.5 mm increment, rounded up from the design thickness for that section of installed CIPP. Wall thickness transifions, in 0.5 mm increments or greater as appropriate, may be fabricated into the fabric tube between installation entrance and exit access points. The quantity of resin used in the impregnation shall be sufficient to fill all of the felt voids for the nominal felt thickness. C. Resin The resin shall be a corrosion resistant polyester or vinyl ester resin and catalyst system that when properiy cured within the tube composite meets the requirements of ASTM F1216, ASTM F1743 or F2019, the physical properties herein, and those, which are to be utilized in the design of the CIPP for this project. The resin shall produce CIPP which will comply with or exceed the structural and chemical resistance requirements of this specification. D. Structural Requirements 1. The physical properties and characteristics of the finished liner will vary considerably, depending on the types and mixing proportions of the materials used, and the degree of cure executed. It shall be the responsibility of the Contractor to control these variables and to provide a CIPP system which meets or exceeds the minimum properties specified herein: 2. The CIPP shall be designed as per ASTM standards. The CIPP design shall assume no bonding to the original pipe wall. 3. Long term (50 year extrapolated) Creep Retention Factor shall be not more than 50% of the initial design flexural modulus as determined by ASTM D-790 test method, to substantiate a higher retention factor. 4. The cured pipe material (CIPP) shall, at a minimum, meet or exceed the structural properties, as listed below. E. Minimum Physical Properties AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605-9 of 16 Property Test Method Polyester System Cured Composite Per ASTM F1216 Flexural Modulus of Elasticity (Short Term) ASTM D-79 250,000 psi Flexural Strength (Short Term) ASTM D-790 4,500 psi The required structural CIPP wall thickness shall be based, as a minimum, on the physical properties of the cured composite and per the design of the Professional Engineer (see Part 1, Section A-6) and in accordance with the Design Equations contained in the appendix of the ASTM standards for a fully deteriorated pipeline, and the following design parameters: Design Safety Factor 2.0 (1.5 for pipes 36" or larger) Creep Retention Factor 50% Ovality 2% or as measured by field inspection Constrained Soil Modulus Per AASHTO LRFD Section 12 and AWWA Manual M45 Groundwater Depth 50% of soil depth Soil Depth (above the crown) As specified or indicated on the Plans Live Load Highway Soil Load (assumed) 120 Ib/cu. Ft. Minimum service life 50 years If in any case the required structural wall thickness is calculated to be less than 21 millimeters, the contractor shall provide a CIPP with a minimum wall thickness of 21 millimeters. A wall thickness less than 21 millimeters is not allowed. The Contractor shall submit, prior to installafion of the lining materials, certification of compliance with these specifications and/or the requirements of the pre-approved CIPP system. Certified material test results shall be included that confirm that all materials conform to these specification and/or the pre-approved system. Materials not complying with these requirements will be rejected. The design -soil modulus may be adjusted based on data determined from detailed project soil testing results as provided by the City in the contract documents. PART 3 - INSTALLATION A. Construction Reguirements 1. Preparation, cleaning, inspection, sewage by-passing and public notification. The Contractor shall clean the interior of the existing host pipe prior to installation of the CIPP liner. All debris and obstructions, that will affect the installation and the final CIPP product delivery to the City, shall be removed and disposed of. 2. The- CIPP liner shall be constructed of materials and methods, that when installed, shall provide a jointless and continuous structurally sound liner able to withstand all imposed static, and dynamic loads on a long-term basis. 3. The Contractor may, under the direction of the City, utilize any of the existing manholes in the project area as installation access points. If a street must be closed to traffic because of the location of the sewer, the Contractor shall furnish AUGUST 2010 OCCIDENTAL SEWER REHABILITATION CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP 13605-10 of 16 a detailed traffic control plan and all labor and equipment necessary. The plan shall be in conformance with the requirements of the local agency having jurisdiction over traffic control. 4. Cleaning of Pipe Lines - The Contractor shall remove all internal debris from the pipe line that will interfere with the installation and the final product delivery ofthe CIPP as required in these specifications. Solid debris and deposits shall be removed from the system and disposed of properiy by the Contractor. Moving material from manhole section to manhole section shall not be allowed As applicable the contractor shall either plug or install a flow bypass pumping system to properiy clean the pipe lines. Precaution shall be taken, by the Contractor in the use of cleaning equipment to avoid damage to the existing pipe The repair of any damage, caused by the cleaning equipment, shall be the responsibility of the Contractor. The City will designate a site for the disposal of all debns removed, from the City's sewer system. Contractor shall provide containment in bins provided by the contactor. 5. By-passing Existing Sewage Flows - Bypass of wastewater shall comply with specification Section 15600 of the Contract. The Contractor shall provide for the flow of existing mainline and service connection wastewater around the section or sections of pipe designated for CIPP installation. Service connection wastewater may be plugged only after proper notification to the affected residence and may not remain plugged overnight. Installation of the liner shall not begin until the Contractor has installed a sewage by-pass system and all pumping facilities have been installed and tested under full operating conditions including the bypass of mainline and side sewer flows. Once the lining process has begun, existing sewage flows shall be maintained, until the resin/felt tube composite is fully cured, cooled down, full televised and the CIPP ends flnished. The Contractor shall coordinate sewer bypass and flow interruptions with the City at least 14 days in advance and with the property owners and businesses at least 3 business days in advance. The pump and bypass lines shall be of adequate capacity and size to handle peak flows. The Contractor shall submit a detail of the bypass plan and design to the City before proceeding with any CIPP installation. Compensation for by-pass pumping and all associated plans and approvals shall be at the price bid therefore in the Proposal. CIPP inversion and curing will not be allowed to begin within five days of a predicted storm event. A storm event is defined by any chance of rain predicted by the National Weather Service. 6. Contractor shall perform post-cleaning video inspections of the pipelines. Only PACP certified personnel trained in locating breaks, obstacles and service connections by closed circuit television shall perform the" inspection. The Contractor shall provide the City a copy of the pre-cleaning and post-cleaning video and suitable log, and/or in digital format for review prior to installation of the CIPP and for later reference by the City. 7. Line Obstructions - It shall be the responsibility of the Contractor to clear the line of obstructions that will interfere with the installation and long-term performance of the CIPP. If pre-installation inspecfion reveals an obstruction, misalignment, broken or collapsed section or sag that was not identified as part of the original scope of work and will prohibit proper installation of the CIPP, the Contractor may be directed by the City to correct the problem(s) prior to lining by utilizing open AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605 11 of 16 cut repair methods. The Contractor shall be compensated for this work under a contingency pay item designated for open cut point repairs. Removal of any previously unknown obstructions shall be considered as a changed condition. The cost of removal of obstructions that appeared on pre-bid video documentation and made available to the Contractor, prior to the bid opening, shall be compensated for on a unit price basis in accordance with the contract documents. 8. The Contractor shall be responsible for confirming the locations of all branch service connections prior to installing and curing the CIPP. If required in the contract documents, each connection will be dye tested to determine whether or not the connection is live or abandoned. The cost for dye testing of existing service connections shall be compensated at the unit price bid in the Proposal for Dye Testing of Exisfing Service Connections. In the event the status of a service connection cannot be adequately defined, the City will make the final decision, prior to installation and curing of the liner, as to the status. Typically only service connections deemed "active" shall be reopened by the Contractor. 9. The Contractor shall be allowed to use water from an City-approved fire hydrant in the project vicinity. Use of an approved double check backflow assembly shall be required. Contractor shall provide his own approved assembly. Contractor shall pay current market price for all water usage. B. Installation of Liner 1. The CIPP Liner shall be installed and cured in the host pipe per the manufacturer's speciflcafions as described and submitted in the PWS. 2. CIPP installation shall be in accordance with the applicable ASTM standards with the following modification: 3. The wet-out tube shall be positioned in the pipeline using the method specified by the manufacturer. Care should be exercised not to damage the tube as a result of installation. The tube should be pulled-in or inverted through an existing manhole or approved access point and fully extend to the next designated manhole or terminafion point. 4. Prior to installation and as recommended by the manufacturer remote temperature gauges or sensors shall be placed inside the host pipe to monitor the temperatures during the cure cycle. Liner and/or host pipe interface temperature shall be monitored and logged during curing of the liner. 5. Curing shall be accomplished by utilizing the appropriate medium in accordance with the manufacturer's recommended cure schedule. The curing source or in and output temperatures shall be monitored and logged during the cure cycles. The manufacturer's recommended cure schedule shall be used for each line segment installed, and the liner wall thickness and the existing ground conditions with regard to temperature, moisture level, and thermal conductivity of soil, per ASTM as applicable, shall be taken into account by the Contractor. C. Cool Down AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605-12 of 16 The Contractor shall cool the CIPP in accordance with the approved CIPP manufacturer's recommendations as described and outlined in the PWS. Temperatures and curing data shall be monitored and recorded, by the Contractor, throughout the installation process to ensure that each phase of the process is achieved as approved in accordance with the CIPP System manufacturer's recommendations. D. Water Discharge 1. Effluent from the curing process must be disposed of in full compliance with state and federal regulatory requirements at either the City's treatment facility (Encina Wastewater Authority) or an outside recycling facility that will accept effluent from the curing process at no additional cost to Owner. The Contractor shall obtain necessary permits, approval and pay all fees for disposal of effluent from the curing process. In addition. Contractor shall provide written documentation showing that the effluent content complies with acceptable disposal requirements, a copy of which must be submitted to the Owner for each rehabilitated pipeline, or each day of lining work. Finish 1. The installed CIPP shall be continuous over the entire length of a sewer line section and be free from visual defects such as foreign inclusions, dry spots, pinholes, major wrinkles and de-lamination. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to inside the lined pipe. 2. Any defect, which will or could affect the structural integrity or strength of the linings, shall be repaired at the Contractor's expense, in accordance with the procedures submitted under Part 1 Section G CIPP Repair/Replacement. 3. The beginning and end of the CIPP shall be sealed to the exisfing host pipe. The sealing material shall be compatible with the pipe end and shall provide a watertight seal. 4. If any of the service connections leak water between the host pipe and the installed liner, the connection mainline interface shall be sealed to provide a water tight connection. 5. If the wall of the CIPP leaks, it shall be repaired or removed and replaced with a watertight pipe as recommended by the manufacture ofthe CIPP system. 6. Compensation shall be at the actual length of cured-in-place pipe installed. The length shall be measured from center of manhole to center of manhole. The unit price per linear foot installed shall include all materials, labor, equipment and AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605-13 of 16 supplies necessary for the complete CIPP liner installation. Compensafion for service connection sealing shall be at the unit price bid therefore in the Proposal. Manhole Connections and Reconnections of Existing Services 1. A seal, consisting of a resin mixture or hydrophilic seal compatible with the installed CIPP shall be applied between the host pipe and CIPP at manhole walls in accordance with the CIPP System manufacturer's recommendations. 2. Existing services shall be internally or externally reconnected unless indicated otherwise in the contract documents 3. Reconnections of existing services shall be made after the CIPP has been installed, fully cured, and cooled down. It is the CONTRACTOR'S responsibility to make sure that all active service connections are reconnected. 4. External reconnections are to be made with a tee fitting in accordance with CIPP System manufacturer's recommendations. Saddle connections shall be seated and sealed to the new CIPP using grout or resin compatible with the CIPP. 5. A CCTV camera and remote cutting tool shall be used for internal reconnections. The machined opening shall be at least 95 percent of the service connection opening and the bottom of both openings must match. The opening shall not be more than 100 percent of the service connection opening. The edges of the opening shall not have pipe fragments or liner fragments, which may obstruct flow or snag debris. 6. In the event that service reinstatements result in openings that are greater than 100 percent ofthe service connecfion opening, the Contractor shall install a CIPP type repair, sufficiently in size to completely cover the over-cut service connection. No additional compensation will be paid for the repair of over-cut service connections. 7. Coupons of pipe material resulting from service tap cutting shall be collected at the next manhole downstream of the pipe rehabilitafion operation prior to leaving the site. Coupons may not be allowed to pass through the system. 8. All costs, to the Contractor, associated with providing manhole and service connections shall be included in the unit price bid for CIPP installafion. G. Testing of Installed CIPP 1. The physical properties of the installed CIPP shall be verified through field sampling and laboratory testing. All materials for testing shall be furnished by the Contractor to the City for testing. All materials testing shall be performed at the City's expense, by an independent third party laboratory selected by the City as recommended by the CIPP manufacturer. All tests shall be in accordance with AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605-14 of 16 applicable ASTM test methods to confirm compliance with the requirements specified in these contract documents. 2. The Contractor shall provide samples for testing to the City from the actual installed CIPP liner. Samples shall be provided, at a minimum from one location per 1000 linear feet of CIPP installed or as required by the City. The sample shall be cut from a section of cured CIPP that has been inverted or pulled through a like diameter pipe which has been held in place by a suitable heat sink, such as sandbags. All curing, cutting and identification of samples will be witnessed by the City and transmitted by the City to the testing laboratory. On pipelines greater in diameter-than is practical to produce restrained samples, the City may at its discretion, require plate samples cured with the CIPP or designate a location in the newly installed CIPP where the Contractor shall take a sample. The Opening produced from the sample shall be repaired in accordance with manufacturers recommended procedures. 3. The laboratory results shall identify the test sample location as referenced to the nearest manhole and station. Final payment for the project shall be withheld pending receipt and approval of the test results. If properties tested do not meet minimum requirements, the CIPP shall be repaired or replaced by the Contractor, at no additional cost to the City. 4. Chemical resistance - The CIPP system installed shall meet the chemical resistance requirements of ASTM standards. CIPP samples tested shall be of fabric tube and the specific resin proposed for actual construction. It is required that CIPP samples without plastic coating meet these chemical testing requirements. 5. Hydraulic Capacity - Overall, the hydraulic capacity shall be maintained as large as possible. The installed CIPP shall at a minimum be equal to the full flow capacity of the original pipe before rehabilitation. In those cases where full capacity cannot be achieved after liner installation, the Contractor shall submit a request to waive this requirement, together with the reasons for the waiver request. Calculated capacities may be derived using a commonly accepted roughness coefficient for the existing pipe material taking into consideration its age and condifion. 6. The installed CIPP thickness shall be measured for each line section installed. If the CIPP thickness does not meet that specified in the contract and submitted as the approved design by the Contractor then the liner shall be repaired or removed. The liner thickness shall have tolerance of 0% to +10%. In man-entry size piping the Contractor shall remove a minimum of one sample or one sample every line section of installed CIPP, not meeting the specified design thickness, to be used to check the liner thickness. The samples shall be taken by core drilling Pinch diameter test plugs at random locations selected by the City. As an alternative the Contractor may use industry proven, non-destructive methods for confirming the thickness ofthe installed CIPP. 7. All costs, to the Contractor, associated with providing cured CIPP samples for tesfing shall be included in the Lump Sum price bid for Mobilization. Payment for AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605-15 of 16 all testing by a laboratory will be paid for, by the City, directly to the laboratory under the lump sum reserve for testing item force bid in the Bid Proposal. H. Final Acceptance 1. All CIPP sample testing and repairs to the installed CIPP as applicable shall be completed, before final acceptance, meeting the requirements of these specifications and documented in written form. 2. The Contractor shall perform a detailed closed-circuit television inspection in accordance with ASTM standards, in the presence of the City after installafion of the CIPP liner and reconnection of the side sewers. A radial view (pan and tilt) TV camera shall be used. The finished liner shall be continuous over the entire length of the installation and shall be free of significant visual defects, damage, deflection, holes, leaks and other defects. Unedited digital documentation of the inspection shall be provided to the City within ten (10) working days of the liner installation. The data shall note the inspection date, location of all reconnected side sewers, debris, as well as any other defects in the liner, including, but not limited to, gouges, cracks, bumps, or bulges. If post installation inspection documentation is not submitted within Ten (10) working days of the liner installation, the City may at its discretion suspend any further installation of CIPP until the post-installation documentation is submitted. As a result of this suspension, no additional working days will be added to the contract, nor will any adjustment be made for increase in cost. Immediately prior to conducting the closed circuit television inspection, the Contractor shall thoroughly clean the newly installed liner removing all debris and build-up that may have accumulated. 3. Bypass pumping or plugging from the upstream manhole shall be utilized to minimize sewage from entering the line during the inspection. In the case of bellies in the line, the pipe shall be cleared of any standing water to provide confinuous visibility during the inspecfion. 4. Where leakage is observed through the wall of the pipe, the contractor shall institute additional testing including but not limited to air testing, localized testing and any other testing that will verify the leak-proof integrity of the installed CIPP to the satisfaction of the City. END OF SECTION AUGUST 2010 CONTRACT 5522 REHAB OF WASTEWATER PIPELINE CIPP OCCIDENTAL SEWER REHABILITATION 13605-16 of 16 SECTION 15050 SANITARY SEWER SYSTEM TELEVISION INSPECTION PART 1 - GENERAL A. Description This section includes television inspection digital audio-visual recording and reports associated with inspection of sanitary sewers. B. Definitions 1. Television Inspection: Operation necessary to complete a true-color audio-visual inspection for verification of existing internal sewer line conditions. Furnish labor, materials, equipment, tools, and other incidental services for CCTV inspection. 2. MPEG: MPEG, which stands for Moving Pictures Expert Group, is the nickname given to a family of international standards fused for coding audio-visual information in a digital compressed format. For the purposes of this specification, digital audio-visual coding has a resolution of 352 pixels (x) by 240 pixels (y) and an intertaced frame rate of 30 frames per second. MPEG coding shall be named using the .mpg as the file extension. 3. Compact Disk-Read Only Memory (CD-ROM): For the purposes of this specification, CD- ROM shall be defined as a CD-R written or "burned" in accordance with the ISO-9660 Level 2 specifications. PART 2 -MATERIALS A. General Furnish the television inspection studio, television camera, audio-visual digital encoding equipment/software, and other necessary equipment, materials, electricity, labor, technicians, as may be needed to perform the television inspection. B. Television Inspection Equipment 1. The television inspecfion equipment shall be capable of inspecting a minimum of 1,500 feet of sewer line, when entry into the sewer can be accessed from the upstream and downstream manholes. When entry is at one end only, the inspection equipment shall be capable of inspecting 750 feet by a self-propelled unit. The inspection equipment shall be capable of cleariy televising the interior of a 6-inch- diameter sewer and larger sizes. 2. Transport the television equipment in a stable condition through the sewer line to be inspected. Throughout the inspection, position the camera equipment with the camera directed along the longitudinal axis of the sewer. When the television equipment is towed by winch and bond through the sewer line, the winches shall be stable with either locking or ratcheting drums. Winches shall be inherently stable under loaded conditions. The bonds shall be steel or of an equally nonelastic material to ensure the smooth and steady progress of the camera extension or traction through the sewer conduit. Prevent damage to the sewer conduit during the television inspection. In the case where the Contractor, for any reason, causes AUGUST 2010 CONTRACT 5522 SANITARY SEWER SYSTEM CCTV OCCIDENTAL SEWER REHABILITATION 15050-1 damage such as would be caused by incorrect deployment of bonds or retrieval of lodged equipment, the cost of repair or remedy shall be borne by the Contractor. C. Television Camera 1. Use a television camera specifically designed and constructed for sewer pipeline inspection. The camera shall be waterproof and shall be operative in any conditions that may be encountered in the inspection environment. Provide a color pan and tilt camera to facilitate the inspection of service laterals and sewer line and manhole defects. The television camera shall be capable of 360-degree rotational scan indicating salient defects. The tilt arc shall not be less than 225 degrees unless otherwise approved by the Owner's Representative. The adjustment of focus and iris shall provide a minimum focal range of 3 inches in front of the camera's lens. 2. The distance along the sewer in focus from the initial point of observation shall be a minimum of twice the vertical height of the sewer. 3. The illumination shall be such as to allow an even distribution of the light shadowing. 4. The view seen by the television camera shall be transmitted to a monitor of not less than 11 inches in size. The television camera shall be capable of receiving and transmitting a picture having not less than a resolution 352(x) by 240(y). The travel speed of the television inspection camera (through the sewer) shall be uniform and shall not exceed the maximum speed directed by the Owner's Representative 6 inches per second under normal conditions. 5. Test the television inspection equipment to verify the picture quality. Use the Macroni Regulation Chart No.l or the equipment manufacturer's recommendation to clearty differentiate between the following colors: white, yellow, cyan, green, magenta, red, blue, and black. 6. The television inspection equipment shall be of such quality as to enable the following to be achieved: a. Color: With the monitor adjusted for correct saturation, the six colors plus black and white shall be cleariy resolved with the primary and complementary colors in order of decreasing luminance. b. Linearity: The background grid shall show squares of equal size, without convergence/divergence over the whole of picture. The center circle shall appear round and have the correct height/width relationship (±5%). c. Resolution: The live picture must be displayed on a digital or analog monitor capable of providing a clear, stable image free of electrical interference with minimum horizontal resolution not less than 352(x) by 240(y) lines. d. Color Consistency: To ensure that the camera shall provide similar results when used with its own illumination source, the lighting shall be fixed in intensity prior to commencing the survey. In order to ensure color consistency, no variafion illuminafion shall take place during the inspecfion. e. The Owner's Representative may periodically check both the live and video picture color consistency against the color bar. Any differences will necessitate resurvey of the new length or lengths affected, at the Contractor's expense. AUGUST 2010 CONTRACT 5522 SANITARY SEWER SYSTEM CCTV OCCIDENTAL SEWER REHABILITATION 15050-2 f. The CCTV monitor display shall incorporate an automatically updated record in feet and tenths of a foot of the distance along the line from the cable calibration point to the center point of the camera or center point of the transducer, whichever unit is being used. The relative positions of the two center points should also be noted. Use a metering device that enables the cable length to be accurately measured; this shall be accurate ±1% or 6 inches whichever is greater. Demonstrate that the tolerance is being achieved by tape measurement between manholes on the surface. This taped measurement must be included on each television log both written and digital. g. If the Contractor fails to meet the required standard of accuracy, the Owner's Representative will instruct the Contractor to provide a new device to measure the footage. The Owner's Representative may, at his discretion, instruct the Contractor in writing, to resurvey those lengths of sewer first inspected with the original measuring device using the new measuring device. h. Audio-visual recordings and collected data made during the television inspection shall become the property of the Owner. Submit to the Owner immediately upon completion of the television inspection. D. Television Studio The television studio shall be large enough to accommodate four people for the purpose of viewing the television monitor while the inspection is in progress. The television studio shall be insulated against noise and extremes in temperature and shall be provided with means of controlling external and internal sources of light in a manner capable of ensuring that the monitor screen display is in accordance with the requirements of this specification. The Owner's Representafive shall have access to view the television screen at all times. Locate the central control panel and television camera control in the mobile television studio. Mount the television studio on a mobile vehicle (truck or trailer), which allows safe and orderiy movement of the inspection equipment throughout the jobsite. PART 3 - EXECUTION A. Diversion of Wastewater Flow 1. Divert wastewater flow in accordance with Section 15600 B. Pipeline Cleaning 1. Clean pipeline per Part 5, Section 500 of SSPWC, 2009 Edition. 2. All removed debris resulting from the cleaning shall be delivered to a predetermined location at the Encina Water Pollution Control Facility (EWPCF). Contractor shall meet with EWPCF staff prior to beginning cleaning and coordinate disposal procedure under the direction of EWPCF. C. Television Inspection 1. Inspect sewer pipelines with pan and filt convenfional television imagery so as to record relevant features and defects of the pipeline under inspection. Inspection of pipelines shall be carried out in a format reviewed by the Owner's Representative. Perform cleaning in accordance with the requirements of the contract documents. A AUGUST 2010 CONTRACT 5522 SANITARY SEWER SYSTEM CCTV OCCIDENTAL SEWER REHABILITATION 15050-3 skilled technician or supervisor who shall be located at the control panel in the mobile television studio shall control the operafion of the television equipment. 2. If television inspection of an entire section cannot be successfully performed from one manhole, perform a reverse setup to obtain a complete television inspection. No additional payment will be made for a reverse setup. 3. Provide a complete television inspection of both the upstream and downstream manholes beginning at the top of each manhole and panning down to inspect the enfire manhole. 4. Whenever prevailing conditions allow, position the camera head to reduce the risk of picture distortion. In circular sewers, position the camera lens centrally (i.e., in prime position) within the sewer. In noncircular sewers, picture orientation shall be taken at mid-height, unless otherwise agreed, and centered horizontally. Direct the camera lens along the longitudinal axis of the sewer when in prime position. A positioning tolerance of ±10% of the vertical sewer dimension shall be allowed when the camera is in prime posifion. 5. Perform television inspections during low flow conditions. The Owner's Representative reserves the right to refuse any television inspection that, because of high flow conditions or for any other reason, does not produce an effective survey of the sewer pipe. If the water level is greater than 25% of the pipe diameter, conventional television inspection shall not be attempted without prior approval from the Owner's Representative. In addition, if it is determined that effective conventional television inspection cannot be performed, notify the Owner's Representative in writing. 6. Do not pull a cleaning device in front of the television inspection camera during the taping of the sewer line. D. Digital Audio/Visual Recording 1. Take continuous digital video recordings of the inspection view as it appears on the television monitor. It is intended that a digital video recording will be made of the complete television inspection of the sewer lines constructed as part of this project. The recording shall also be used as a permanent record of defects. The recording shall be MPEG file format. The digital video encoding shall include both sound and video information that can be reproduced with a video image equal or very close to the quality of the original picture on the television monitor. The replay of the recorded video information, when reviewed by Windows Media Player™, shall be free of electrical interference and shall produce a clear, stable image. The audio portion of the composite digital coding shall be sufficiently free of electrical interference background noise to produce an oral report that is clear and completely and easily discernible. 2. The audio portion of the inspection report shall include the location or identification of the section, the manhole-to-manhole direction of travel, and the distance traveled on the specific run encountered. The inspection camera equipment shall be on the specific run encountered. Continuously connect the inspection camera equipment to the television inspecfion or monitoring equipment. The recording and monitoring equipment shall have the built-in capability to allow the Owner's Representative to instantly review both the audio and video quality of the recordings during the television survey. Playback speed shall be continuously adjustable from one-third normal speed for slow-motion viewing to normal playback speed. AUGUST 2010 CONTRACT 5522 SANITARY SEWER SYSTEM CCTV OCCIDENTAL SEWER REHABILITATION 15050-4 3. Create separate MPEG files for each sewer line segment. In case of a reverse setup, store such inspection in a separate MPEG file. MPEG files shall be written to CD-ROM or DVD-ROM media for delivery to the Owner's Representative. Multiple MPEGs may exist on each CD-ROM or DVD-ROM. Each CD-ROM or DVD-ROM shall be labeled, at a minimum, with the following information: Owner, Engineering Firm, Project Name, Date of creation, ID number. Sewer Line Sections, and TVI Contractor's firm name. 4. Name the MPEG files according to the following file specification: [Start City ID Manhole Number]_[City ID Mark Biskup <Mark.Biskup@carisbadca.gov>End Manhole Number]_[Month]_[Day]_[Year].mpg 5. The Owner's Representative reserves the right to refuse an MPEG on the basis of poor image quality, excessive bit rates, inconsistent frame rates, or any other characteristics that may affect usability by the Owner's Representative. 6. Provide six (6) copies of the final Audio/Visual Inspection Recording to the City. E. Television Inspection Reports 1. Prepare a television inspection report covering the television inspection work and the information acquired. Prior to beginning work, submit a sample hardcopy television inspection report to the Owner's Representative for review and approval. 2. After the City's approval of the sample inspection report Contractor shall provide six (6) final copies to the City. 3. Report sewer defects in accordance with the National Association of Sewer Service Companies (NASSCO) program known as Pipeline Assessment and Certification Program (PACP). The Owner's Representative reserves the right to refuse any inspection report that does not comply with the PACP program. 4. Prior to beginning work, submit to the Owner's Representafive certification in NASSCO's PACP. Do not commence work until such certification is provided. F. Quality Control 1. Operate a quality control system that will effectively gauge the accuracy of inspection reports produced by the operator. 2. The Owner's Representative shall be entitled to audit the control system and be present when assessments of the sewer integrity are being determined. When requested by the Owner's Representative in writing, fon/vard to the Owner's Representative sufficient details and information for such audit assessment. Should any report fail to achieve a margin that the Owner's Representative deems satisfactory, the Contractor, without any additional compensation, shall recede and resubmit any data or reports that the Owner's Representative deems necessary. END OF SECTION AUGUST 2010 CONTRACT 5522 SANITARY SEWER SYSTEM CCTV OCCIDENTAL SEWER REHABILITATION 15050-5 SECTION 15060 WIRELESS REAL TIME SEWER OVERFLOW MONITORING SYSTEM PART 1 - GENERAL A. Description This section includes wireless real time sewer overflow monitoring system. B. Submittals 1. Submit the following in accordance with Section 2-5.3 a. Manufacturer's literature, illustrations, recommendations, engineering data, product data and specifications. PART 2 - MATERIALS A. Acceptable Manufacturer's and Products: 1. Hadronex SMARTCOVER - S Part No. 1002K 2. Wireless Real Time Sewer Overflow Monitoring System A sewer monitoring system shall be provided with the following specifications: a. The system will provide continuous, real time monitoring of water level in manholes, lift stations and related wastewater facilities. b. The system will use a self-contained battery suitably sized to provide sufficient power to operate the unit for a minimum of one year without battery replacement. c. The system will provide unit Maintenance Informafion including, battery voltage, internal power supply status and radio signal strength. d. The product manufacturer shall provide active and periodic remote maintenance monitoring of the system to verify nominal operafions and communicafions of the system, including battery voltage, radio signal strength, power supply voltage, and sensor integrity, and report any system anomalies to Customer on a fimely basis. e. The system shall provide a real time security alarm that will transmit its signal in under 15 seconds, if the manhole cover is lifted at an angle greater than 22 degrees. The intrusion detection system shall have a minimum of three axis monitoring planes so that an alarm will be sent with any entry. f. Installafion shall not require confined space entry as defined by OSHA. g. The system will communicate using two-way digital radio signals to existing satellite networks in the service area and shall not require any additional system installation other than that of the device itself. h. Any radio modem used by the system shall have FCC approval AUGUST 2010 CONTRACT 5522 WIRELESS REAL TIME SEWER OVERFLOW MONITORING SYSTEM OCCIDENTAL SEWER REHABILITATION 15060-1 The system shall use a secure web page to display the following information: Graphical representation of data logging of water levels Maintenance Information Map based graphical user interface to display the location of each unit and the current status. The alarm status of a unit shall be indicated by a different representation than when the unit is operating safely, iv. Alarms and alarm history V. Customer input of maintenance and locafion notes, j. The web site shall be capable of the following: i. Sending of control commands to the field units for the purpose of turning alarms on or off, or changing the alarm set point. ii. Exporting data using commercially available file formats. k. The field unit shall be designed to work in the harsh ambient conditions of a sanitary sewer system and be capable of surviving immersion in water as defined by IP-67. I. The system field units shall use ultrasonic water level monitoring, with a resolution of one inch or less. m. The system field units will monitor water levels at a nominal fixed rate of 10 times per hour. n. The monitoring system as described must be currently in use at a minimum of 50 public agencies in the United States. 0. The monitoring system as described must have over 10,000,000 cumulative hours of field operafional experience. p. The system field units shall be capable of replacement, on site, in under 15 minutes. q. Replacement parts should be available from the manufacturer within 5 business days. r. The radio antenna shall be specifically designed for and matched to the field unit and shall not be of a general purpose design. The antenna shall be capable of operafion with a standing wave ratio of 1.5 or less when affixed to a metal manhole cover or other metallic surface. The antenna shall be traffic rated and able to withstand the harsh conditions that exist in high traffic roadways in all seasonal conditions. s. The radio antenna shall be mounted directiy onto service entry point cover (manhole cover) so that the field unit may be easily moved from location to location without reinstallafion of antenna. t. The field unit shall be capable of remote diagnostic troubleshooting. u. The complete unit shall be small enough to be installed on single manhole cover, hatch cover or other entry point cover. Except to insure proper fit adjustments unit installation shall not require any modifications to the manhole or surrounding grounds. AUGUST 2010 CONTRACT 5522 WIRELESS REAL TIME SEWER OVERFLOW MONITORING SYSTEM OCCIDENTAL SEWER REHABILITATION 15060-2 V. The field unit shall be designed and installed such that it can easily be moved aside within 2 minutes for routine collection system maintenance such as jetting, lift station cleaning, etc. w. The system shall be capable of receiving and executing commands from users within 1 hour or less. X. The system shall not use communications protocols that share bandwidth with commercially available devices which can be unreliable in times of high usage or emergencies. y. The system shall have uniform global coverage of its communication system. PART 3 - EXECUTION A. Reguirements 1. Install monitoring system per manufacturer's direction. Set alarm elevation levels as directed by the City. 2. Provide service agreement for all operational and service cost for a period of one (1) year period beginning at the date ofthe issuance ofthe Project's Notice of Completion. END OF SECTION AUGUST 2010 CONTRACT 5522 WIRELESS REAL TIME SEWER OVERFLOW MONITORING SYSTEM OCCIDENTAL SEWER REHABILITATION 15060-3 SECTION 15600 WASTEWATER BYPASS PUMPING PART 1 - GENERAL A. Description 1. Bypassing sewage for installing CIPP and rehabilitation of manholes shall be necessary. 2. The Contractor shall furnish, install, and operate all necessary piping, pumps, generators, equipment, and appurtenances of sufficient capacity to handle all flows to prevent sewage from backing up into the upstream sewer lines. The sewer flow shall be intercepted at an upstream manhole, pumped and conveyed in a closed conduit to a downstream manhole until the new sewer pipe is in place and operational. 3. Bypassing of untreated wastewater to surface water or drainage courses shall not be permitted. Bypass piping layout shall be compatible for vehicular traffic, residence and business access, and shall not block any driveways. 4. The Regional Water Quality Control Board (RWQCB) has the authority to impose stiff fines in case of a sewage spill. The Contractor shall be held responsible for paying fines for a sewage spill due to his operations or any circumstance, which is within his control. These fines shall be deducted from the payments due to the Contractor before disbursing funds. B. Submittals 1. The Contractor shall, at least 14 days prior to commencement of work for the installation of pipe, submit to the Engineer for review and approval a Plan (including Emergency Contingency Plan) for bypassing sewage flows in the existing sewer system. Bypass Plan shall allow for continuous uninterrupted service to existing sewer connections. Engineer will approve or comment on the Plan as needed. However approval of the plans by the Engineer does not relieve the responsibility of the Contractor to insure successful operation of the bypass plan. The Plan and the Emergency Contingency Plan shall be prepared and signed by a California Registered Civil Engineer. 2. The Bypass Plan shall include but not be limited to the following: a. Staging areas for pumps b. Sewer plugging method and types of plugs c. Size and location of manholes or access points for suction and discharge piping d. Number, size, material, location and method of installation of suction piping e. Number, size, material, location and method of installation of discharge piping f. Bypass pump sizes, capacity, number of each size to be on site and power requirements g. Calculation of static lift, friction losses, and flow velocity h. Standby power generator size, location i. Schedule for installation of and maintenance of bypass pumping lines AUGUST 2010 CONTRACT 5522 WASTEWATER BYPASS PUMPING OCCIDENTAL SEWER REHABILITATION 15600-1 j. Plan indicating location of bypass piping k. Names, qualifications and experience of bypass system operators PART 2 - MATERIALS A. Piping The bypass piping shall be a continuous piece of polyethylene solid wall piping joined by butt fusion welding, steel pipe with welded or Victualic joints, or a system of Victaulic aluminum piping, couplings, and fittings. Mechanical joints will not be allowed in the polyethylene bypass piping except at the pumps, manifold, and discharge connections. Above ground piping that is exposed to traffic loading shall be continuous piece of steel pipe with a system of Victaulic couplings and fittings. The bypass pipe shall be of a pressure class that is compatible with the bypass pump. B. Pumps 1. All pumps used shall be fully automatic self-priming units that not require the use of foot- valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. 2. All pumps must be constructed to allow dry running for long periods of time to accommodate the cyclical nature of effluent flows. 3. Minimum bypass capacity required is 13.7 mgd (9,500 gpm). Metered flow data is provided in Appendix "E". Contractor shall investigate flow condifions at time of construction and determine actual capacity required to bypass the sewers peak flows. 4. Pumps and generators used shall be "Hospital Quiet". 5. Each pump or generator shall have one dedicated fuel tank 6. If electric driven pumps are used contractor shall have an emergency standby generator. 7. Each fuel tank shall have a level indicator visible outside of the tank. 8. Contractor shall take necessary measures to ensure the fuel supply is protected against contaminatipn including but not limited to fuel line water traps, fuel line filters, and protecting fuel from precipitation. All hoses and connections shall be monitored and leaks shall be repaired immediately. PARTS -EXECUTION A. System Reguirements 1. The pump and bypass lines shall be of adequate capacity and size to handle the estimated peak flows. AUGUST 2010 CONTRACT 5522 WASTEWATER BYPASS PUMPING OCCIDENTAL SEWER REHABILITATION 15600-2 2. Provide 100 percent backup pumping capacity connected to the primary pump(s). The bypass system shall be attended at all times. The bypass system may be shut down and full flow restored in the existing system only with prior written approval of the Engineer. 3. Contractor shall provide a fully qualified pump and bypass system operator at the site whenever the bypass system is in operation. 4. The bypass system shall be designed and operate in such a way that the flow may be returned to the sewer system when wet weather flow is anticipated. 5. Prior to implementing the wastewater bypass the contractor shall test and demonstrate the primary and backup pumping systems in the presence of the Engineer. The demonstration shall simulate the failure of the primary pumping system and result in a seamless transfer of wastewater flow from the primary bypass system to the backup system. 6. The bypass pumping and piping system shall be independently tested at a minimum 50 psi prior to starting construction. 7. During the execution of the Work, the Contractor shall be responsible for continuity of sanitary sewer flows. 8. The pumps shall be equipped with light and/or sound alarms in the event of pump failure. During sewer bypass pumping operations, the pumps shall be continuously attended and monitored by personnel qualifled to operate maintain the pumping equipment. This includes after hour periods when the Contractor may not be conducting any construction activities. The personnel monitoring the pump shall be equipped with a cellular telephone so that additional personnel can be contacted in case of an emergency. 9. The Contractor shall have onsite a fully functional and fueled standby pump(s) that can be immediately placed in service if the primary pumping unit malfunctions. Provide backup power supply that is readily connectable in the event of loss of primary power. The cost for the standby unit(s) and backup power shall be included in the cost for the sewer bypass bid item and no additional compensation will be allowed. 10. Power and alarm wires shall be protected in all locations, buried across driveways and traveled way. 11. Manholes shall be covered, safe, and vandal resistant at all times during bypass operations. 12. If sewage backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage cost and claims. 13. If sewage backup occurs resulting in overflow and spills, the Contractor shall be responsible for clean-up, repair, property damage cost and claims. B. Contingency Plan for Bypass 1. Prior to starting work, the Contractor shall provide an emergency contingency plan in event of pump, power supply, or pipeline failures, including an emergency contact list. 2. The method of connecting this bypass shall be indicated on the bypass plan submittal. AUGUST 2010 CONTRACT 5522 WASTEWATER BYPASS PUMPING OCCIDENTAL SEWER REHABILITATION 15600-3 3. In event of a sewage spill. Contractor shall immediately notify City wastewater personnel Don Wasko at (760) 802-4756 or Ken Burtech at (760) 802-5810 and then follow directions of RWQCB and the Health Department all in accordance with Proposition 65. 4. If necessary, the City forces will clean up the Contractor's spill and run parallel operations at Contractor's cost. 5. The bypass and contingency plans shall be prepared and signed by a California Registered Civil Engineer (R.C.E.). END OF SECTION AUGUST 2010 CONTRACT 5522 WASTEWATER BYPASS PUMPING OCCIDENTAL SEWER REHABILITATION 15600-4 APPENDIX A CCTV Pipeline Inspection Reports (In addition to the attached inspection reports, a digital video inspection ofthe pipeline is available at the City Utilities Department. To acquire a copy of the video call 760 602-2763) Tabular Report of PLR 41 A-1 for CITY OF CARLSBAD Work Order Facility Contract Operator CK Video 0 Van Ref 11 Setup 9 Surveyed On 11/30/2010 Street Name Avenida Encinas Location type Main road camageway (road has two lanes in at least Surface Survey purpose City City of Carlsbad one direction) Weather Dry Pipe Use Sanitary Shape Circular Material Vitrified clay Lining Sched length Size 39 by Joint Spacing Year laid 311.0 Ft ins Ft From 41 A-1 Depth To 35C-13 Depth Direction Down Pre-clean Y Last Cleaned Ft Ft General note Location note Structural Service Miscellaneous Hydraulic Constructional Video Count CD Code Sev Fr To Value Remarks 00000 0.0 ST Start of Survey 00000 0.0 MH Manhole/Node |41A-1 00000 0.0 WL Water level 15| 53.5 DE Debris M 1 under flow 58.6 CL Crack longitudinal L 12 65.5 CM Cracks multiple L 12 118.0 DE Debris M 312.1 GO General observation 1 Lateral in manhole 312.1 MH Manhole/Node |35C-13 312.1 FH Finish of Surveys 312,1 Ft Total Length Surveyed Scores structural: Total Mean Defect Peak Mean Pipe Service: Total Mean Defect Peak Mean Pipe AmBflHEPiHIESBVHB IMI Juniptr Cmak Im* tinDle«>,CAIl12l (ISI) I Affordable Pipeline Services Page 1 of 1 Pipe Graphic Report of PLR 41 A-1 X for CITY OF CARLSBAD Work Order Facility Contract Operator CK Video 0 Setup 9 Van Ref 11 Surveyed On 11/30/2010 Street Name Avenida Encinas City City of Carlsbad Location type Main road carriageway (road has two lanes in at least one direction) Surface Survey purpose Weather Dry Pipe Use Sanitary Shape Circular Material Vitrified clay Lining Schedule length Size 39 by Joint spacing Year laid 311.0 Ft ins Ft From 41A-1 Depth Ft To 35C-13 Depth Ft Direction Downstream Pre-clean Y Last cleaned General note Location note Structural Service Constructional Miscellaneous Hydraulic 0 Ft 312.1 Ft Start of Survey 0.0 Ft Manhole/Node [41A-1] Water level 15 V 53.5 Ft Debris [under flow] 58.6 Ft Crack longitudinal 12 o'clock 65.5 Ft Cracks multiple 12 o'clock 118.0 Ft Debris General observation [Lateral in manhole] 312.1 Ft Manhole/Node [35C-13] Finish of Surveys AffMumPiKiiESBntB 134t Junjpir Craak SinQleio,MU1M (ISI) ll»4lll) Affordable Pipeline Services Page 1 of 1 Tabular Report of PLR 41 A-2 for CITY OF CARLSBAD Work Order Facility Contract Operator CK Video 0 Van Ref 11 Setup 8 Surveyed On 11/30/2010 Street Name Avenida Encinas Location type EAS Surface Survey purpose City City of Carlsbad Weather Dry Pipe Use Sanitary Shape Circular Material Vitrified clay Lining Sched Size 39 Joint Spaci Year laid length 392.0 by ins ng Ft Ft From 41 A-1 To 41A-2 Direction Up Pre-clean Y Depth Depth Last Cleaned Ft Ft General note Location note Structural Service Miscellaneous Hydraulic Constructional Video Count CD Code Sev Fr To Value Remarks 00000 0.0 ST Start of Survey 00000 0.0 MH Manhole/Node |41A-1 00000 0.0 WL Water level 15| 63.6 CM Cracks multiple M 12 74.1 B Broken Pipe L 12 82.8 B Broken Pipe L 12 1 continuing 93.4 B Broken Pipe L 12 1 end at joint 121.6 DE Debris M 1 under flow 146.6 SA Survey abandoned 1 camera blocke by debris 146.6 Ft Total Length Surveyed Scores Structural: Total Mean Defect Peak Mean Pipe Service: Total Mean Defect Peak Mean Pipe AmoAMEPiKUiESEnnB IMf Jiaiiptr Crash LMI* «mOle<o,CA 11121 (ISI) 119-4110 Affordable Pipeline Services Page 1 of 1 Pipe Graphic Report of PLR 41 A-2 X for CITY OF CARLSBAD Work Order Facility Contract Operator CK Video 0 Setup 8 Van Ref 11 Surveyed On 11/30/2010 Street Name Avenida Encinas Location type Surface Survey purpose City City of Carlsbad Weather Dry Pipe Use Sanitary Shape Circular Material Vitrified clay Lining Schedule length Size 39 by Joint spacing Year laid 392.0 Ft ins Ft From 41A-1 Depth Ft To 41 A-2 Depth Ft Direction Upstream Pre-clean Y Last cleaned General note Location note Structural Service Constructional Miscellaneous Hydraulic 0 Ft V 392 Ft Start of Survey 0.0 Ft Manhole/Node [41A-1] Water level 15 63.6 Ft Cracks multiple 12 o'clock A o 74.1 Ft Broken Pipe 12 o'clock 82.8 Ft Broken Pipe 12 o'clock [continuing] 93.4 Ft Broken Pipe 12 o'clock [end at joint] 121.6 Ft Debris [underflow] 146.6 Ft Survey abandoned [camera blocke by debris] AmnmEPiPQiESBViGCS 1341 Julip •rCraakLm« SniDle««,M»1M (isqiiMiio Affordable Pipeline Services Page 1 of 1 Tabular Report of PLR 41A-2 for CITY OF CARLSBAD Work Order Facility Contract Operator NJP Video 1 Van Ref 10 Setup 22 Surveyed On 12/09/2010 Street Name Avenida Encinas Location type Easement Surface Survey purpose City City of Carlsbad Weather Dry Pipe Use Sanitary Shape Circular Material Vitrified clay Lining Sched length Size 39 by Joint Spacing Year laid 392.0 Ft ins Ft From41A-2 Depth To 41 A-1 Depth Direction Down Pre-clean N Last Cleaned Ft Ft General note Location note Structural i.^iscelfaneous Service Hydraulic Constructional Video Count CD Code Sev Fr To Value Remarks 0.0 ST S'.si'L o; Survey 0.0 MH Manhole/Node 141 A-2 0.0 WL Water level 0050 1 87.1 GO G.,n-r3i observaiKjn 1 iHYDRAULiC CHANGE IN FLOW 235.9 CL Crack longitudinal M 12 1 297.8 i30 Genoiai o;;servat'on 1 PHOTO 305.1 B Broken Pipe L 12 03 1 310.0 CL Crack longitudinal L 12 1 CONTINUING 318.9 B Broken Pipe L 11 01 J OFFSET 2" AT CRACK 326.3 B Broken Pipe L 11 01 1 CRACKS SPLIT AT CROWN OF PIPE 355.2 GO GT-eraiobtervsiio'^ 1 HYDRAULiC CHANGE IN PLOW 399.9 MH Manhole/Node |41A-1 399.9 FH Finish G; Surveys 1 399.9 Ft Total Length Surveyed Scores structural: Total 155 Mean Defect 31 Peak 40 Mean Pipe 0.4 Service: Total 0 Mean Defect 0 Peak 0 Mean Pipe 0 Affordable Pipeline Services Phone: 858-689-4000 Fax: 858-689-4035 Pipe Graphic Report of PLR 41 A-2 X for CITY OF CARLSBAD Work Order Facility Contract Operator NJP Video 1 Setup 22 Van Ref 10 Surveyed On 12/09/2010 Street Name Avenida Encinas Location type Easement Surface Survey purpose City City of Carlsbad Weather Dry Pipe Use Sanitary Shape Circular Material Vitrified clay Lining Schedule length Size 39 by Joint spacing Year laid 392.0 Ft ins Ft From 41 A-2 Depth Ft To 41A-1 Depth Ft Direction Downstream Pre-clean N Last cleaned General note Location note Structural Service Constructional 'isceiareous Hydraulic 0 Ft (fl i: () -•: 13 399.9 Ft • 3 •ii' () n V • start of SLT'ey 0.0 Ft Manhole/Node [41A-2] Water level 0050 87.1 Ft General observation I HYDRAULIC CHAMGt \H FlCVJ'l 235.9 Ft Crack longitudinal 12 o'clock 297.8 Ft General observation fPHOTC 305.1 Ft Broken Pipe 12 to 03 o'clock 310.0 Ft Crack longitudinal 12 o'clock [CONTINUING] 318.9 Ft Broken Pipe 11 to 01 o'clock [OFFSET 2" AT CRACK] 326.3 Ft Broken Pipe 11 to 01 o'clock [CRACKS SPLIT AT CROWN OF PIPE] 355.2 Ft 399.9 Ft Manhole/Node [41A-1] Affordable Pipeline Services Phone: 858-689-4000 Fax: 858-689-4035 V&A Technical Memorandum City of Carlsbad Occidental Line - Manhole Condition Assessment Prepared fon Duane Johnson, Affordable Drain Mark Biskup, P.E., City of Carisbad Prepared by: Derek Wurst, P.E., V&A Reviewed by: Denis Pollak, V&A Jose Villalobos, P.E., V&A Date: December 15, 2010 INTRODUCTION V&A was retained by Affordable Drain to provide condition assessment of selected manholes for the City of Carlsbad Occidental sanitary sewer line. This line conveys flow to the wastewater treatment plant. Several pump stations discharge to this gravity sewer line. V&A conducted condition assessment of 8 manholes on the Ocddental Line. In order to conduct manned entry assessment, temporary shutdown of the pump stations discharging to the line was coonjinated with City staff. V&A assigned ratings to the manholes using the National Association of Sewer Service Companies (NASSCO) standardized Manhole Assessment Condition Program (MACP) codes. V&A also used its own rating system to assess existing and ongoing corrosion damage. The purpose of the condition assessment was to provide the City of Cartsbad with infonnation and identificatun of critical defects that may need repairs. Using the NASSCO ratings, the City will have benchmark condition ratings for each manhole evaluated with which future assessments can be compared. NASSCO Manhole Assessment Condition Program (MACP) NASSCO provides a standardized system for consistent assessment of sanitary sewer conditions. The program provides the capability of benchmarking sewer conditions in order to track deterioration over time. Two key concepts in collection system asset management are criticality and condition severity. Critical sewers can be classified as sewers where costs associated with the failure are likely to be high. These are generally strategically important sewers where costs of failure are driven by high construction costs associated with repairs, costly traffic delays, and impacts on property owners, customers and stakeholders. Critteal sewer ratings are assigned by the owner and help to prioritize which sewers are investigated. Ratings of condition severity are provided by the MACP process and assist the owner in prioritizing the manholes to be considered for renovation. The process identifies the maior deterioration factors and assigns a rating that is related to the likelihood of failure or collapse. Deterioration factors are classified as either structural defects or V&A 10-0609 10-0609 AffoitiableDran Carlsbad ManiwIesRpt Page 1 of 12 I City of Carlsbad Ocadental Line Manhole Condition Assessment 0 operational and maintenance (O&M) defects. Defects are assigned a grade of 1 to 5 in order of increasing severity as described in Table 1. Table 1. NASSCO MACP Ratings Rating Importance Likelihood of Failura 1 Excellent Minor defects Manhole unlikely to fail In the foreseeable future -t Good Defects that have not begun to deteriorate Manhole unlikely to fail for at least 20 years 3 Fair Moderate defects that will continue to deteriorate Manhole may fail in 10 to 20 years 4 Poor Severe defects Manhole wiil probably fail in 5 to 10 years 5 Immediate Attention Defect requires immediate action Manhole has failed or wiil likely fail within the next 5 years V&A P^2of11 City of Carlsbad Occidental Line Manhole Condition Assessment VANDA Reinforced Concrete Condition Rating System PI •i V&A developed the VANDA™ Reinforced Concrete Condition Index Rating System as a means to consistently identify the condition of concrete. The concrete surfaces were rated according to the following table, which summarizes this concrete rating system. The extent of the concrete damage can vary from Level 1 to Level 4, with Level 1 indicating the best case and Level 4 indicating severe damage. Table 2. VANDA™ Reinforced Concrete Condition Index Rating System u3 I 1 Condition Descriptive '''^HlPf nurtograph Rating Descriptive '''^HlPf nurtograph Level 1 No/Minimal DamaBe to Concrete Hardness: no loss of hardness of mortar Surface: no loss of smoothness Cracking'no creeks Spalling: no spalling Reinforcing steel: not exposed or damaged , - ;•'•»> .'• R *" '• T • l^vel 2 Damage to Concrete Mortar Hardness: some loss of hardness of mortar Surface: small-diameter exposed aggregate Cracking: thumbnail-sized cracks of minimal frequency Spalling: shalkiw spalling of minimal frequency, no related reinforcing steel damage Reinforcing steel: may be exposed but not damaged or corroded r Levels Loss of Concrete Mortai/Damage to Reinforcing Steel Hanlness: complete loss of hardness of mortar Surface: larger-diameter exposed aggregate Cracking: %-inch to '/rinch cracks, moderate frequency Spailirig: deep spalling of moderate frequency, related reinforcing steel damage Reinforcing steel: exposed, damaged and corroded, but rehabilitatable Level 4 Rainfordng Steel Severely Corroded/Significant Damage to Structure Hardness: complete loss of hanJness of mortar Surface: large-diameter exposed aggregate Cracking: J4-inch cracks or greater, high frequency Spalling: deep spalling at high frequency, related rekifbrdng steel damage Reinforcing steel: corroded or consumed, loss of structural integrity © 2006 V8<A Consulting Engineers, Inc. All rights reserved. Concrete evaluation methods can be both qualitative and quantitative. Qualitative methods consist of conducting visual examinations and documenting observations with digital photographs. Quantitative methods include concrete pH sampling and measurement of penetration depth to sound concrete. It is noted that qualitative condition assessment observations were based upon the evaluator's expertise. .iV&A PageSofll City of Cartsbad Ocddental Line Manhole Conditnn Assessment I Corrosion Aggressh^eness To help determine the extent of corrosicm, the corrosion aggressiveness fbr each manhole was rated based upon the following criteria: • Atmospheric HzS Measurements: Atmospheric H2S combined with moisture converts to sulfuric add and directly attacks and corrodes concrete and steel. H2S measurements can range from 0 to 500 ppm; however, any HzS reading over 5 ppm is considered comjshre. H2S measurements were taken in the field by a portable gas meter at the time and date of the investigation. The measurement is a point reading only, and Is not necessarily representative ofthe day-to-day iH2S environment. This Is a numerical measured value. • hiydraulic Conditions: Turbulent hydraulic conditions will precipitate the release of dissolved sulfides into atmospheric H2S (see Atmospheric H2S and Total Sulfide Measurements). Sewers with turbulent hydraulic conditkins translate to a potentially highly corrosive atmosphere. This is a qualitative value determined by the observer in the field. • Existing Concrete Condition: The best indicator of how corrosive the environment has been in the past is to evaluate ttie condition of the existing concrete, where applicable. This condition assumes that the hydraulic conditions of the past, present and future wHI remain relatively unchanged. This is a qualitative value determined by ttie observer in ttie field. • Concrete Sample pl^ Measurements: pH measurements allow for a quantitative measurement of the extent of atmospheric corrosivity on the concrete, as well as the extent of concrete degradation. Freshly poured concrete has a pH of approximately 12. As ttie pH declines and alkalinity is lost, mortar loses structural integrity. Where appltoable, concrete samples were taken in the field and tested by V&A This is a nieasured numerical value. Surface concrete samples from the penetratton tests were collected and tested for pH. In each manhole two samples were taken. The 'A' sample is of the corroded concrete, while the 'B' sample was obtained from ttie sound concrete undemeath ttie first sample. The pH probe was calibrated prior to testing using pH 4.01 and 10.00 buffer sduttons. V&A has developed a table correlating the effect of ttie pH of the concrete on the rate of corrosion, as shown in Table 3. The data in Table 3 is derived from past experience and review of ttie literature, e.g., ACI Intemationai Technical Document C-24 Durable Concrete. Table 3. pH-Corrosion Correlation Table for Concrete <5.5 Severe 5.5 - 6.5 Moderate 6.5 - 7.5 Neutral >7.5 Negligible V&A Page 4 of 11 1 City of Carlsbad Occklental Line Manhole Condition Assessment I id i i I i I V&A has developed a rating system to classify the corrosion aggressiveness in each evaluated manhole. The VANDA™ Aggressiveness index for the four criteria mentioned above is shown in the foilowing table. Table 4. VANDA™ Corrosion Aggressiveness Index luting System Aggresshreness Rating Atmospimlc HaSdipm} Turbulwice Rating Concrete pH VANOA'^Concrate CkMidition Rating 1 - Negligible 0 Smooth >7.5 N/A - New, Solid, Lined or Coated 2 - Minor 1-5 Rough surface flow or high velocities 6.5-7.5 1 - Minimal Damage to Conaete 3 - Moderate 5-15 Minor turbulence 6.0-6.5 2 - Loss of hardness, dry 4 - Major 15-25 Turbulence with some aeration 5.5-6.0 3 - Loss of hardness, wet 5 - Severe >25 Drop inlet mixing with extreme turbulence <5.5 4 - Corrosion of reinforcing steel © 2006 V&A Consulting Engineers, Inc. All rights reserved The VANDA™ Aggressiveness Index is used to determine an overall rating for each manhole. However, overall ratings are not based on a formula or an average value. Overall ratings are subjective and may be entirely based on one criterion. For example, if the concrete condition of a stmcture is solid and given a rating of 1, but the atmospheric HzS is measured to be 50 ppm, the overall rating may be higher based solely on the atmospheric readings. However, if the hydraulic conditions of a structure are assigned a rating of 5, but all ottier ratings would indicate non-aggressive conditions, the hydraulic rating would not necessarily override the other ratings. FINDINGS Manhole Condition Assessment 1 il V&A provided condition assessment services for 8 manholes located along Avenida Encinas in the City of Carisbad (see Figure 1). The condition assessments were conducted during the eariy morning hours of December 7 and 8. 2010. In addition, V&A installed hydrogen sulfide (H2S) OdaLog monitors in three of the manholes on December 9, 2010 to record HjS concenti-ations over a one week period. The results of Oie HjS monitoring will be provided in a supplemental addendum to Oils report upon completion of the field work. V&A PageSofll City of Carlsbad Occidental Line Manhole Condition Assessment 1 I Figure 1. Map of Manholes Evaluated I li -1 The manholes evaluated had a PVC liner on the walls, chimney, and cone. The manholes evaluated were found to be in satis^ctory condition with the exception of Uie un-protected concrete surfaces Where the PVC liner terminates, the concrete is exposed to corrosive hydrogen sulfide gas, which condenses on the surface and is converted to sulfuric acid. This acid lowers ttie pH and corrodes the concrete. As the water level in tiie pipe channel fluctuates it washes away corroded concrete and exposes the newly uncovered concrete surfaces to the corrosive acid condensation as shown in Figure 2. Concrete ratings and pH samples were taken at the bench area where ttie concrete sur^ces are unlined. pH measurements were generally low. indicating exposure to corrosive conditions, as shown in Table 4. Table 4 lists the manholes and the associated VANDA™ ratings for the manholes evaluated in this study. 1 t i y 1 V&A Page6of 11 City of Carlsbad Occidental Line Manhole Condition Assessment Reinforcing steel Remaining depth of cover PVC T-Lock liner Condensatwn forms and drips below liner Corroded concrete Nonmal low water level Concrete pipe wall Figure 2. Detail of corrosion process and PVC liner delamination at termination edge All of the 8 manholes assessed had a PVC 'T-Lock" lining (Photo 1). Many of these manholes exhibited unsealed lining edges at the bench or channel, which has allowed severe con-osion of the concrete (Photo 2). Photo 1. Typical PVC T-Lock Lined Manhole (Manhole 35C-13) : f I Photo 2. Liner edge termination - Unprotected surfaces in manhole channel with concrete conosion (Manhole 41 A-2) :iv&A PageZof 11 City of Carlsbad Occidental Line Manhole Condition Assessment All eight manholes were PVC-lined and were in generally good conditton with the exception of the PVC lining delaminations occurring primarily in the manhole channels (Photos 3 through 6). i Photo 3. PVC pipe liner delaminating near channel with concrete con'osion (Manhole 35C- 12) Photo 4. Detail of PVC liner termination edges delaminating writh reinforcing steel exposed and conroding (Manhole 41A-3) Photo 5. PVC lining tom (Manhole 35C-21) Photo 6. Detail of tom PVC liner near delaminated termination edge (Manhole 35C-21) Because the manholes had protective liners, the concrete samples were taken from areas wiUiout protective liners (Photo 7). The extent of concrete corrosion is rated a Vanda™ Level 3. It appears that ttie concrete has conoded to tiie extent that the reinforcing steel is exposed. The exposed reinforcing steel will begin to corrode, thus compromising the structural integrity of the manhole channel. It is important to note that the unprotected area where the concrete samples were taken and pH-tested is subjected to corrosive conditions. The samples do not represent the condition of the manhole where the surfaces are protected, if the manholes did not have protective liners, similar concrete corrosion conditions would have manifested on the walls, cone, and chimney of the unprotected surfaces. V&A PageSofH City of Carlsbad Occklental Line Manhole Condition Assessment Photo 7. Concrete conosion approximately 2 inches in depth (Manhole 41-2) Photo 8. PVC liner termination edges delaminating near manhole chimney (Manhole 35C-21) Some additional PVC liner delaminations were observed in the chimney section and near the top of the manhole where Hie PVC liner terminates (Photos 8 through 10). Photo 9. Concrete corrosion on underside of manhole roof between barrel and top (Manhole 35C-21) Photo 10. Detail of PVC liner termination edge delarninating at top of manhole with concrete corrosion underneath (Manhole 35C-21) There were some additional observations of hollow areas or voids under the PVC liner near the joint segments between manhole barrel segments. This may be due to a lack of mortar used during the original construction of the manhole or deterioration of the mortar between the barrel segments. V&A Page9of 11 City of Carlsbad Occidental Line Manhole Condition Assessment Table 4: VANDA™ Concrete and Aggressiveness Ratings P Manhole ID AAmospberic HjSCppm) Concreto "B" Vanda^ ooncfete rating Vanda"^ aggresidveness nrtbig 41A-4 33.9 2.17 7.44 2 4 41 A-3 0.0 2.56 4.24 3 4 41A-2 18.9 1.86 3.12 3 4 41A-1 22.3 2.06 4.42 3 4 35C-21 0.0 2.48 4.41 3 4 35C-12 18.5 2.34 3.26 3 4 35C-11 0.0 2.30 7.44 3 4 35C-13 15.9 1.62 4.67 3 4 Summary Max: 34 ppm at Manhole 41A-4 All surface pH measurements indicate severe corrosive condlttons 6of8 manholes have low pH after removing corroded concrete 7 of 8 manholes have a Level 3 condition All Manholes Rated Level 4 - Major Corrosion Aggressiveness Generally the manholes were in good condition due to the protective PVC liner. Because ttie manhde walls, chimneys, and cones have protective liners, they have not deteriorated. However, in areas where the liner has failed, the unprotected concrete surfaces are subjected to corrosive conditions from high H2S levels. None of ttie benches or channels are protected and ail have severe corrosion damage. Detailed manhole condition assessment reports are included in Appendix A. i 1 V&A Page 10 of 11 \ City of Carlsbad Ocddental Line IManhole Conditnn Assessment CONCLUSIONS Based on ttie confined space entry conditnn assessments of the Occidental Line manholes, V&A presents the following conclusions. • All manholes were assigned a Level 4 fbr the Vanda™ Corrosion Aggressiveness Index rating based on ttie Infomnation and observations obtained during ttie assessments. • The manholes have a PVC liner which has protected the manhole chimney, cone, and barrel walls from damage due to hydrogen sulfide exposure. • The un-lined concrete manhole channels are severely deteriorated due to hydrogen sulfide exposure. The exposed concrete surfaces were rated a Level 3 on the Vanda™ Reinforced Concrete Condition Index indk:ating a loss of concrete mortar witti large diameter aggregate exposed and some corrosion damage to exposed reinforcing steel. RECOMMENDATIONS Based on tiie condition assessment findings, V&A presents ttie following recommendations for consideration by the City of Carisbad. Some of these recommendations identify immediate improvements required to maintain integrity of the manholes. • The unprotected concrete channels need to be repaired as soon as possible. Corroded and damaged concrete from the channel needs to be removed. The area should be repaired with concrete with a protective PVC or HDPE liner such as Ameron - Arrow Lock or GSE - StudLlner. The liner provides protection from erosion of the affected concrete surfaces near the wateriine. This repair requires that the flow be isolated to allow adequate curing of the grout behind the liner. AltemaUve rehabilitations methods shouki be evaluated fbr consideration such as restoring affected manhole concrete surfaces witti an application spray applied gunite or a cured-in-place fiberglass liner such as Poly-Triplex within the manhole. • Conclusions indicate manholes are damaged from hydrogen sulfide exposure. An evaluation to detennine the cause of ttie high hydrogen sulfide concentrations and methods to contix>l H2S gas Is recommended to mitigate continued damage of manholes and associated assets. • The aggressive corrosnn conditions to which these manholes are exposed warrant more frequent re-evaluation on a 5-year cycle. V&A Page 11 of 11 City of Carlsbad Occidental Une Manhole Conditk)n Assessment Appendix A Manhole Condition Assessment Reports V&A Appendix A Manhole 41 A-4 City of Carlsbad Occidental Line Manhole Condition Assessment -Overview 1 J Surveyor's Name (1): Ceilificatkm Number (19): Manhole Numtwr (12)- PO/WO Number (6): Time (9)- f^m to Invert (13): Grade to Invert (14): Rim to Grade (15): Accuracy of GPS (47): Pre-Cleanlng (36): Potential For Runoff (41): Location Code (38)- Manhole Surface Type (40); Additional Infonnation (39): OHver Napod U-208-6256 U-208-6256 41A-4 10^09 02:20 16.8 feet 16.8 feet Ofeet Date (CCYY/MM/DD) (8): Weather (37): Location Number/Name (10): Sheet Number (5): Tape / Media Number (33): Inspection Status (48) Northing (43): EasUng (44): Coordinate System (46): Elevation (45): Access Point Type (42): 2010/12«)7 1 Dry Entry Inspection 331103" -117 3193' Z - Not Known NO - None Access Point Type (42): AMH - Manhole D - Easement/Right of way • Asphalt • Concrete Pavement S Concrete Collar • Grasa'Dirt C Gravel • Other InliltFation weeping. Chimney, cone, barrel, and channel lined with PVC T-tock minor blisters —Measurement -—-——— Influent A is the primary inlet and subsequent inlets follow clockwise. -Manhole Layout - Pipe Diameter Pipe Material Influent A 28 Inches VCP-Vitrified aay Ij Influent B 8 inches VCP - Vitrified aay | Influent c 21 Inches PVC - Polyvinyl Chloride Effluent A 39 inches VCP - Vltrtfled Clay Effluent B 1 02 Level: 20.9% 1 H2S Level: 1': 0 ppm I Mid: 0 ppm Bottom: 33 9 ppm 1 i LEL Level: 0% —Site Information - Status: Surface Condition: Traffic Volume: Located No Problem • Cracked None Pothole G Raised 0 Concrete Collar —Manhole Cover Cover^Frame Fit Shape: Size Type Material Condition: Cover Insert Type: Cover Insert Condition' 4 - Rocks/WobUed C - Circular 24' Diameter g Solid • Vented/Slots • Gasketed • Bolted • Inner Cover i2 Locking Cast iron g Sound [I. Cracked • Broken • Missing 0 Corroded/Pitted • Bolt Missing [J Sound • Poorty Fitting • Cracked/Tom/Holes • Leaking • Insert Fen w f.. V&A NASSCO MACP Form Appendix A Page 2 of44 Manhole 41A-4 CityofCarist>ad Occidental Line Manhole Condition Assessment —Grade Ring/Frame Ring Type: Ring Height: Ring Conditkm: Frame Seal Condition: Frame Seal Inflow: Frame Condition: Frame Material: Frame Depth: Frame Bearing Surface Width: Frame Bearing Surface Depth: Frame Clear Opening Diameter -General Manhole Steps/Rungs Steps/Rungs: Surcharge. Vandalism: - Chimney & Cone - Cone Type' Cone Material: Cone Exterior Coating/Liner Cone Interior Coating/Liner Chimney. Chimney Clear Opening. Chimney Exterior Coating/Liner. Chimney Interior Coating/Liner Infiltratktn/lnflow Chimney Material: Sound 0 Sound Sound None S Sound Cast iron 36 inches 1 kiches 24 inches 0 Steps/Rungs No No Cracked Broken 0 Corroded/Pitted/Wom J Leak ng Poor Installation Cracked C.. Broken M ; ng 0 Corroded/Pitled/Wom 1 Coated FT-Rattop PreCast Concrete Plastic Present Plastic None PreCast Concrete Cone I3epth Chimney Depth: Barrel/Wall Wall Diameter Wall Depth Material: Interior Walt Coating/Liner. Bench Present: Material. Interior CoatmgAJner Channel Present: Material: Channel Type' Channel Exposure ^V&A 60 inches PreCast Concrete Plastk: None PreCast Concrete None - No Coating No PreCast Concrete Formed Fully Opened NASSCO MACP Fotm Appendix A Page 3 of44 Manhole 41A-4 CityofCarlst)ad Occidental Line Manhole Condition Assessment Miscellaneous Flow Vetocity: Flow Depth: Grease: Manhole Depth Pests/insects: Silt Debris: Unusual Odor No No PC070059.JPG: Top of cover Total SulfkJes: Dissolved Sulfides Vanda Concrete Rating: Concrete pH: Level 2 - Damage to Concrete Mortar PC070060.JPG: Underside of cover PC070062.JPG. Plan view PC070074.JPG: Effluent A V&A NASSCO MACP Form Appendix A Page 4 of44 Manhole 41 A-4 City of Carlsbad Occidental Line Manhole Condition Assessment PC070075.JPG: Influent A PC070077.JPG: Influent B PC070068.JPG: Influent C PC070063.JPG: Inside ring PC070064.JPG: Con-oded frame PC070065.JPG: Underside of outer cover ring V&A NASSCO MACP Fomi AppendbtA Page5of44 Manhole 41A-4 City of Carisbad Occidental Line Manhole Condition Assessment PC070079.JPG: Split in T-locl< lining PC070080.JPG: Void in channel PC070081 .JPG: Side wall in front of force main; some erosion; concrete is hard PC070082.JPG: Infiltration weeping V&A NASSCO MACP Form Appendix A Page 6 of 44 Manhole 41 A-3 Cify of Carlsbad Occidental Une Mardiole Condition Assessment : I i —Overview — Surveyor's Name (1): Certificatfcxi Number (19): Manhole Number (12): PO/WO Number(6): Time (9): Rim to Invert (13): Grade to Invert (14): Rim to Grade (15): Accuracy of GPS (47): Pre-Cleaning (36): Potential For Runoff (41): Locatkxi Code (38): Manhole Surface Type (40): Addifional Infbnmatlon (39): ORver Napod U-208-62S6 U-208^56 41A-3 10-0609 03:10 17.3 feet 17.3 feet Ofeet Date (CCYY/MM/DD) (8): Weather (37): Location Number/Name (10): Sheet hkimber (5): Tape / Media Number (33): Inspecthm Status (48): Northing (43): Easfing (44): Coordinate System (46): Elevatton (45): Access Point Type (42): 2010/12fl)7 1 -Dry Entry Inspection 33.1103* -117.3193* Z - Not Known NO - None Access Point Type (42): AMH - Manhole D - Easement/Right of way • /Asphalt • Concrete Pavement 0 Concrete Cotar • G-ass/Dirt • Gravel • Olher —Measurement Influent A Is the primary hilet and Pipe Diameter -Mantwte Layout - Influent A: Influent B: Influent C: Effluent A: Effluent B: 02 Level: H2S Level: LEL Level: —Site Information - Status: Sur^e Conditnn: Traffic Volume: 39 inches 10 inches 39 inches V: Mid: Bottom: subsequent inlets Ibltow clockwise. Pipe Material VCP-Vitrified Clay VCP-Vitrified aay VCP-Vitrified aay 20.9% Oppm Oppm Oppm 0% h P Located 0 No Problem None Cracked • Pt^hoie i_J Raised : j Concrete Collar — Manhole Cover Cover/Frame Fit: Shape: Size Type Material: Condition: Cover Insert Type: Cover Insert Condflion: 4 - Rocks/Wobbled C - Circular 24* Diameter 0 SolM G Vented/Stots • Gasketed • Bolted • Inner Cover Cast iron 0 Sound • Cracked • Broken • Missing 0 Corroded/Pitted J Locking J Bolt Missing Sound • Poorty Rttirig • Cracked/Tom/Holes i_i Leaking ; Insert Fe l V&A NASSCO MACP Forni Appendix A Page 7 of 44 Manhole 41A-3 City of Cartsbad Ocddental Line Manhole (Condition Assessment I Grade Ring/Frame Ring Type Ring Height: Ring Conditkin: Frame Seat Condition- Frame Seal Inflow Frame Condition: Frame Material: Frame Depth: Frame Bearing Surface Width Frame Bearing Surtice Depth Frame aear Opening Diameter General Manhole Steps/Rungs: Steps/Rungs. Surcharge: Vandalism: Chimney & Cone - - Cone Type: Cone Material' Cone Exterior Coating/Uner Cone Interior Coating/Liner Chimney: Chimney Clear Opening: Chimney Exterior Coating/Liner: Chimney Interior Coating/Liner infiltration/Inflow: Chimney Material Barrel/Wall - - Wail Diameter Wan Depth. Material Interior Wall Coating/Liner Bench Present Material. interior Coating/Liner: Channel Present: Material: Channel Type: Channel Exposure: Sound y Sound Sound None y Sound Cast ran 36 inches 1 inche' 24 incher Crack-^ Broken y Corroded/P tted/Wom T Leaking ^ Poor Installation Cracked Broken y Corroded/P:tted/Wom Coaled 0 Steps/Rungs No No FT-Flat top PreCast Concrete Plastic Present Plastk: None PreCast Concrete 60 incites PreCast Concrete Plastic Cone Depth Chimney Depth None PreCast Concrete None - No Coating No PreCast Concrete Precast Fully Opened V&A NASSCO MACP Fomi Appendix A Page 8 of 44 Manhole 41 A-3 CityofCartebad Ocddental Line Manhole Condition Assessment —Miscellaneous Flow Velocity; Ftow Depth Grease: Manhole Depth: Pests/Insects: Silt Debris: No No Total Sulfides' Dissolved Sulfides: Vanda Concrete Rating Concrete pH Level 3 - Loss of Concrete/Damage to Rebar W7-^i-^ PC070086.JPG: Cracks in concrete pad PC070091.JPG: Underside of cover PC070088. JPG: Top of cover PC070087.JPG: Plan view V&A NASSCO MACP Form Appendix A Page 9 of 44 Manhole 41 A-3 City of Carisbad Ocddental Line Manhole Condition Assessment 1 i PC070110.JPG: Effluent A PC070111.JPG: Influent A PC070094.JPG: Ring and ban-el seal PC070097.JPG: PVC lining delamination J PC070099.JPG: Corrosion damage below lining edge PC070100.JPG: Corroded concrete in channel ^V&A NASSCO MACP Fomi Append ix A Page 10 of 44 Manhole 41 A-3 City of Carisbad Ocddental Line Manhole Condifion Assessment PC070102.JPG: Depth of soft concrete PC070105.JPG: Depth of soft concrete (approx. 6 in.) PC070103.JPG: Plugged lateral PC070108.JPG: Pipe seal material no longer effective PC070112.JPG: Exposed reinforcing steel V&A NASSCO MACP Forni Appendix A Page 11 of 44 Manhole 41A-2 CityofC!arisbad Occidental Line Manhole Condition Assessment -Overview Sunrayor's Name (1) Certiflcation Number (19): Manhole Number (12): PO/WO Number (6): Time (9): Rim to Invert (13) Grade to Invert (14): Rim to Grade (15): Accuracy of GPS (47): Pre-Cleaning (36): Potential For Runoff (41): Locatkm Code (38): Manhole Surface Type (40): Additional information (39): Oliver Napod U-208-6256 U-208-62S6 41A-2 10-0609 03:45 19 feet 19 feet Ofeet Date (CCYY/MMrt)D) (8): Weather (37): Locatkm Number/Name (10): Sheet Number (5): Tape / Media Number (33): Inspectkxi Status (48): Northing (43): Easting (44): Coorcfinale System (46): Elevatton (45): Access Point Type (42): 2010/12/07 1 -Dry 1 Entry Inspectton 33.1113° -117.3197* Z - Not Known NO - None Access Point Type (42): AMH - Manhole D - Easement/Right of way Q Asphalt G Concrete Pavement g Concrete Collar Q Grass/Dirt G Graval • Olher -Measurement -Manhole Layout - Influent A is the primary inlet and Pipe Diameter Influent A: Influent B: Influent C: Effiuent A Effluent B: 02 Level: H2S Level: LEL Level: —Site Informafion - Status: Surface Condition: Traffic Volume: 39 inches 8 inches 39 inches V- Mid: Bottom: subsequent inlets foltow ckickwise. Pipe Material VCP-Vitrified Clay PVC - Polyvinyl Chloride VCP - Vitrified Clay 20.9% Oppm 0 ppm 189 ppm 0% A t North 7 7 \lip Located S No Problem Q Cracked H Pothole M Raised [1 Concrete Coliar None — Manhole Cover Cover/Frame Fit Shape Size: Type: Material: CondithMi: Cover Insert Type: Cover Insert Conditnn: 4 Rocks/Wobbled C - O rcular 24* Diameter 0 Solid • Vented/Stots • Gasketed IZ Bolted • inner Cover • Locking Cast iron 0 Sound • Cracked • Broken • Missing y ConwJed/Pitted f ' Bolt Missina • Sound • Pooriy Fitting • Cracfced/Toni/Hole% • Leaking • Insert Fell :iv&A NASSCO MACP Form Appendix A Page 12 of 44 Manhole 41 A-2 City of Carlsbad (kcklental Line Manhole (Condition Assessment J - Grade Ring/Frame Ring Type. Ring He^ht Ring Conditnn Frame Seal Conditton Frame Seal Inflow. Frame Condition: Frame Material Frame Depth: Frame Bearing Surface Wklth: Frame Bearing Surface Depth- Frame Clear Opening Diameter General Manhole Steps/Rungs: Steps/Rungs: Surcharge: Vandalism: - Chimney & Cone Cone Type: Cone Material: Cone Exterior Coating/Liner Cone Interior Coatbig/Liner: Chimney Chimney Clear Opening CMmney Exterior Coating/Liner: Chbnney Interior Coafing/Liner Infiltratton/lnflow Chimney Material: Barrel/Wall Wall Diameter WaH Deptti- Material- Intertor Wall Coating/Liner Bench Present Material. Interior Coafing/Liner Channel Present: Material: Channel Type: Channel Exposure: Sound y Sound Sound hJone y Sound Cast:ron 36 inches 1 inches 24 nch ; Cracked Broken y Corroded/P tted/Wom Leaking Poo: in:ita latton Cracked Broken Miss ng y Corrcxled/Pltted/Wom Coated 0 Steps/Rungs No No FT-Flat top PreCast Concrete Plastic Present Plastic None PreCast Concrete Cone Depth Chimney Depth: 60 inches PreCast Concrete Plastto None PreCast Concrete None - No Coating No PreCast Concrete Precast Fully Opened ;^ V&A NASSCO MACP Forni Appendix A Page 13 of 44 Manhole 41 A-2 City of Carlsbad Ocddental Line Manhole Condition Assessment —Miscellaneous Ftow Vetocity: Ftow Depth: Grease: Manbote Depth Pests/Insects Silt: Debris No No Total Sulfides Dissolved Sulfides: Vanda Concrete Rattng: Concrete pH Level 3 - Loss of Concrete/Damage to Rebar j PC070114.JPG: Cracks in concrete pad PC070115.JPG: Void under concrete pad I A: 'P.-'-M _S*v*5 F.i PC070113.JPG: Cover on PC070116.JPG: Underside of cover V&A NASSCO MACP Form Appendix A Page 14 of 44 J Manhole 41 A-2 City of Carisbad Ocddental Line Manhole Condition Assessment PC070136.JPG: Plan view PC070127.JPG: Effluent A y LJ PC070122.JPG: Influent A PC070120.JPG: Underside of outer cover ring PC070117.JPG: Split T-lock lining in chimney PC070123.JPG; Broken section of pipe at effluent transition :*.v&A NASSCO MACP Form Appendix A Page 15 of 44 Manhole 41 A-2 City of Carisbad Ocddental Line Manhole Condition Assessment PC070124.JPG: Broken section of pipe at effluent transition PC070128.JPG: Erosion around effluent pipe I PC070131.JPG: Con-oded concrete, lower edge of lining, and pipe seal at effluent PC070132.JPG: Plugged lateral PC070133.JPG: Depth of soft concrete (approx. 4 in.) a ? j:*.i PC070135.JPG: Soft concrete in bench below lining V&A NASSCO MACP Form Appendix A Page 16 of 44 Manhole 41 A-1 City of Carlsbad Ocddentel Line Manhole Condition Assessment -Ovenriew Surveyor's Name (1) Certiflcatton Number (19) Manbote Number (12): PO/WO Number (6): Time (9): Rim to Invert (13): Grade to invert (14): Rim to Grade (15) Accuracy of GPS (47): Pre-Cleaning (36) Potential For Runoff (41): Locatton Code (38): Manhole Surface Type (40): Additional Informafion (39): Oliver Napod U-208-62S6 U-208-6256 41A-1 10-0609 04:41 25 feet 25 feet Ofeet Date (CCYY/MM/DD) (8): Weather (37): Locatton Number/Name (10): Sheet Number (5): Tape / Media Number (33): Inspection Status (48): Northing (43): Easting (44): Coordinate System (46): Elevation (45): Access Point Type (42): 2010/12/07 1 -Diy 1 Entry Inspection 33.1124* -117.3202* Z - Not Known NO - None Access Point Type (42): AMH - Manhole D - Easement/Right of way • Asphalt • Concrete Pavement 0 Concrete Collar • Grass/Dirt • Gravel H Other -Measurement Influent A is ttie primary Intel and subsequent inlets follow clockwise. -Manbote Layout Pipe Otemeter Rpe Material Influent A: 39 inches VCP-Vitrified Clay Influent B: 8 inches VCP-VHrifledaay Influent C: Effluent A: 39 Inches VCP-Vitrified Clay Effluent B: 02 Level: 20.9% H2S Level: r: 0 ppm Mid: Oppm Bottom: 22.3 ppm LEL Level: 0% p—Site Infonnation - : Status: i Surface Condition: I Traffic Volume: Located g No Problem • Cracked Fj Pottiole • Rateed • Concrete Colter None -Manbote Cover Cover/Frame Fit: Shape: Size: Type Material Conditton: Cover Insert Type: Cover Insert Condifion: 4 - Rocks/Wobbtod C - Qrcular 24* Diameter g Sofid • Vented/Stots • Gasksted • Bolted • Inner Cover •Locking Cast Iron y Sound • Cracked • Broken • Mssing g Corroded/Pitted • Bolt Missing • Sound ! J Poorty Fitting G Crackad/Tbm/Hoies G Leaking • Insert Fell S 7 :iv&A NASSCO MACP Form AppendKA Page 17 of 44 ^1 Manhole 41 A-1 - Grade Ring/Frame Ring Type: Ring HeighL' Ring Condition Frame Seal Condition Frame Seal inflow: Frame Condition: Frame Material: Frame Depth: Frame Bearing Surface Width Frame Bearing Surface DepUi. Frame Clear Opening Diameter General - - - - - Manfnte Steps/Rungs: Steps/Rungs: Surcharge: Vandaltem: - Chimney & Cone- Cone Type: Cone Material: Cone Exterior Coating/Liner: Cone Interior Coating/Liner: Chimney: Chimney Clear Opening: Chimney Exterior Coating/Liner. Chimney Interior Coating/Liner: InfiltraUon/lnflow: Chimney Material: Barrel/Wall Wall Diameter Wall Depth: Material: Interior Wall Coatkig/Liner Bench Present: Material: Interior Coating/Liner Channel Present. Material: Channel Type Channel Exposure City of Carlsbad Ocddental Line Manhole Condition Assessment Sound y Sound Sound None y Sound Cast iron 36 inches 1 inches 24 inches Cracked Br<*en y Corroded/Pitted/Wom „ Leakng Poor Inrtellation Cracked Broken Missing y Corroded/Pitted/Wom " Coatsd 0 Steps/Rungs No No FT-Flat top PreCast Concrete Plastic Present Plastic None PreCast Concrete 60 inches PreCast Concrete Hastic None PreCast Concrete None - No Coating No PreCast Concrete Precast Fufly Opened Cone Depth Chimney Deptti: V&A NASSCO MACP Fonn Appendix A Page 18 of 44 Manhole 41 A-1 City of Carisbad Ocddental Line Manhole Condition Assessmen —Miscellaneous Ftow Velocity. Flow Depth Grease: Manbote Depth: Pests/lnsecte: Silt Debris: I fniiBiifil flfirtf - No No Total Sulfides Dissolved Sulfides: Vanda Concrete Rating: Concrete pH: Level 3 - Loss of Concrete/Damage to Rebar I PC070137.JPG: Cover on PC070155.JPG: Underside of cover I J PC070154.JPG: Plan view PC070151.JPG: Effiuent A V&A NASSCO MACP Fomi Appendix A Page 19 of 44 Manhole 41A-1 City of Carisbad Occidental Line Manhole Condition Assessment I PC070152.JPG: Influent A PC070139.JPG: Deteriorated grade ring seal PC070142.JPG: Corroded concrete around effluent pipe PC070138.JPG: Underside of outer cover ring PC070140.JPG; Drop inlet with con'oded concrete at pipe penetration PC070145.JPG: PVC T-lock lining delamination at bottom of barrel V&A NASSCO MACP Form Appendix A Page 20 of 44 Manhole 41 A-1 PC070146.JPG: Plugged lateral City of Cartsbad Ocddental Line Manhole (Condition Assessment PC070147.JPG: Deptii of soft concrete (approx. 4 in.) ii I PC070148.JPG: Depth of (approx. 4 in.) concrete PC070149.JPG: Void outside effluent pipe PC070150.JPG: Void outside effluent pipe V&A NASSCO MACP Fomi Appendix A Page 21 of 44 Manhole 35C-13 I of Carisbad Ocddental Line Manhole Condition Assessment ,—Overview ! Surveyor's Name (1): Oliver Napod U-208-6256 Date (CCYY/MM/DD) (8): 2010/12W8 Certification Number (19) U-208-62S6 Weattier (37): 1-Dry 1 Manhole Number (12): 35C-13 Locatton Number/Name (10): j 1 PO/WO Number(6): 10-0609 Sheet Number (5): 1 Time (9): 04:00 Tape / Medte Number (33): ! Rim to invert (13): i 22.6 feet Inspection Stetus (48): Entry Inspection | I Grade to Invert (14): 22.6 feet Northing (43): 33.1132* Rtoi to Grade (IS)' Ofeet EasUng (44): -117.3205* - Accuracy of GPS (47): Coordinate System (46): 1 I Pre-Cleaning (36) Z - Not Known Elevation (45): \ Potential For Runoff (41): NO-None Access Point Type (42): AMH - Manhole ! i Locatton Code (38): G - Parking lot j Manbote Surface Type (40): i • AsphaK C ] Concrete Pavement jy Concrete Collar Q Grass/Dirt G Gravel G Other ; Addifional information (39): :—Measurement ! 1—Manbote Layout Influent A is ttte primary intet and Pipe Otemeter Influent A: Influent B: Influent C: Effluent A: Effluent B 02 Level: H2S Level: LEL Level: —Site infonnation - Status' Surface Condition: Traffic Volume: 39 Inches 8 inches 39 inches 1'; Mid: Bottom: subsequent inlete fbtkm ctockwlse Pipe Material VCP-Vitrified Clay PVC - Polyvinyl Chloride VCP-Vitrified Clay 20.9% Oppm 0 ppm 15.9 ppm 0% r7 7 Located 0 No Problem G Cracked None Pottiole F^ed Concrete Colar -Manhole Cover- Cover/Frame FH: Shape: Size' Type: Material: Condition: Cover Insert Type Cover Insert Conditton: 2-Good C - Circular 24" Diameter H SolW G Vented/Stots G Gasketed G Bolted G Inner Cover G Locking Cast iron G Sound G Cracked G Broken G Missing 0 Corroded/Pitted G Bolt Missing Sound G Pooriy Fitting G Cracked/Tom/Holes G Leaking C • Insert Fel: .tV&A NASSCO MACP Fomi Appendix A Page 22 of 44 n u Manhole 35C-13 City of Carisbad Ocddental Line Manhole Condiiion Assessmen. - Grade Rkig/Frame - - — Ring Type: Ring Height: Ring Conditton: Frame Seal Condition Frame Seal Inflow: Frame Condition Frame Material: Frame Depth: Frame Bearing Surfece WIdtti: Frame Bearing Surfece Depth' Frame Qear Opening Dtemeter SoutKl @ Sound Sound None 0 Sound Cast iron 36 Inches 1 inches 24 Inches Cracked Broken y Conodi d/Pitted/Wom I Leaking j Poorin teSaflon Cracked „ Brok?n ; Ms ing 0 Corroded/Pitted/Wom Coated - General - - Manbote Steps/Rungs: Steps/Rungs' Surcharge: Vandalism: - - Chbnney & Cone - - Cone Type: Cone Material: Cone Ext«1or Coating/Liner Cone Interior Coating/Liner Chimney- Chimney Clear Opening: Chtoiney Exterior Coating/Liner Chimney Interior Coating/Uner. Infiltration/lnflow' Chimney Material: 0 Steps/Rungs No No FT-Ftettop PreCast Concrete Plastic Present Plastic None PreCast Concrete Cone Depth Chimney Depth - Barrel/Wall WaR Diameter: Wall Depth Material: Intertor WaH Coating/Liner Bench Present Material. Interior Coating/Linen Channel Present: Material: Channel Type: Channel Exposure: SV&A 60 inches PreCast Concrete Rastto None PreCast Concrete None - No Coating No PreCast Concrete Precast Fully Opened NASSCO MACP Form Appendix A Page 23 of 44 Manhole 35C-13 City of Carisbad Occidental Line Manhole Condition Assessment —Miscellaneous Flow Velocity: Flow Depth: Grease: Manhole Depth. Peste/lnsecte: Silt: Debris: tjnuctial Odor' - No No Totel Sulfides: Dissolved Sulfides: Vanda Concrete Rating: Concrete pH' Level 3 - Loss of Concrete/Damage to Rebar PC080219.JPG: Cover on PC080220.JPG: Underside of cover PC080223.JPG: Plan view PC080227.JPG: Effluent A V&A NASSCO MACP Fomi Appendix A Page 24 of 44 u ti u n y Manhole 35C-13 •tf^J^^- G* City of Carisbad Ocddental Line Manhole Condition Assessmer PC080228.JPG: Influent A PC080224.JPG: Influent B n I 71 PC080225.JPG: Con-oded concrete around lateral inlet PC080226.JPG: Soft grout around lateral inlet PC080230.JPG: Conoded conwete around plugged lateral PC080231.JPG: Erosion around effluent pipe V&A NASSCO MACP Form Appendix A Page 25 of 44 Manhole 35C-13 City of Carisbad Ocddental Une Manhole Condition Assessment PC080232.JPG: Erosion around effluent pipe PC080233.JPG: Con-osion and separation at bench and ban-el PC080234.JPG: Corrosion and separation at bench and barrel PC080235.JPG: Lower edge of T-lock lining PC080236.JPG: 2 in. of soft concrete at bench PC080237.JPG: Location of sample with signiflcant depth of concrete removed ^ £ V&A NASSCO MACP Form Appendix A Page 26 of 44 r Li 0 p Li I IVIanhole 35C-13 City of Carisbad Occidental Line Manhole Condition Assessmen PC080238.JPG: Lining damage at effluent pipe crown '*V&A Ik. If NASSCO MACP Forni Appendix A Page 27 of 44 0 i L Manhole 35C-11 Cify of Carlsbad Occidental Line Manhole (Condition Assessment -Overview Surveyor's Name (1): Certiflcatton Number (19); Manhole Number (12): PO/WO Number (6): Time (9): Rim to Invert (13): Grade to Invert (14): Rim to Grade (15): Accuracy of GPS (47): Pre-Cleaning (36): Potential For Runoff (41): Location Code (38): Manbote Surface Type (40): Additional Infonnation (39): Oliver Napod U-208-6256 U-208-62S6 3SC-11 10-0609 03:26 14.4 feet 13.3 feet 1.1 feet Z-Not Known NO-f4one D - Easement/Right of way Date (CCYY/MM/DD) (8): Weather (37): Locatton Number/Name (10): Sheet Number (5): Tape / Media Numbar (33): Inspection Stetus (48): Northing (43): Easting (44): Coordtoate System (46): Elevatton (45): Access Point Type (42): 2010/12/08 1-Dry 1 Entry inspection 33.1137* -117.3207* AMH - Manbote • Asphalt • Concrete Pavement G Concrete Collar y Grass/Dirt LJ Grave! G OOier —Measurement — Influent A is the primary Inlet and Pipe Diameter -Manhole Layout Influent A' Influent B: Influent C: Effluent A. Effluent B: 02 Level: H2S Uvel: subsequent inlets follow ctockwlse. Pipe Material 39 Inches VCP - Vitrified aay P\ 1/ LEL Level —Site Informatton - Stetus: Surface Conditton: Traffic Volume: 42 Inches VCP - Vitrified Clay 20.9% 1": 0 ppm Mid: 0 ppm Bottom: 0 ppm 0% t North Located 0 No Roblem G Cracked G PoUwIe G Raised G Concrete Colter None -Manbote Cover- Cover/Frame Fit: Shape: Size: Type: Matorial: Condition: Cover Insert Type: Cover Insert Conditton 2 - Good C - Circular 24" Diameter H SolkJ G Vented/Slote G Gasketed G Bolted • Inner Cover • Locking Cast iron G Sound G Cracked G Broken G Missing H Corroded/Pitted • Bolt Missing Sound G Pooriy Fitting J Cracked/Tom/Holes • Leaking • Insert Fell ?IV&A NASSCO MACP Fomi Appendix A Page 28 of 44 Manhole 35C-11 aty of Carisbad Ocddental Une Manhole Condition Assessment —Grade Ring/Frame RtogType: Ring Height: Rtog Condition: Frame Seal Condition: Frame Seal Inflow: Frame CotvliUon: Frame Material: Frame Depth: Frame Bearing Surface Width: Frame Bearing Surface Deptti: Frame Clear Opening Diameter General Manhole Steps/Rungs: Steps/Rungs: Surcharge: VandaHsm: -Chimney & Cone — Cone Type: Cone Matorial: Cone Exterior Coating/Liner: Cone Interior Coating/Liner Chimney: Chimney Clear Opentog' Chimney Exterior CoaUng/Liner Chlmney Interior Coafing/Liner Inflltration/lnfiow: Chimney Material: Barrel/Wail Wall Dtemeter Wan Deptti Material: Intertor WaH Coating/Liner "Bench Present Material. Interior Coating/Liner: -Channel Present: Material: Channel Type: Channel Exposure: "It V&A Cradted 12 inches Sound [y Cracked y Broken y Corroded/Pitted/Worn Cracked Leaking Poor tosteilatton None iy Sound Cast iron 36 Inches 1 inches 24 inches 0 Steps/Rungs No No Cracked [[__'_ Broken Missing 0 Corroded/Pitted/Wom Coated FT-Flat top PreCast Concrete Plastic Present Plastic None PreCast Concrete 74 inches PreCast Concrete Plastto None PreCast Concrete None - No Coating No PreCast Concrete Precast Fully Opened Cone Deptti Chimney Depth NASSCO MACP Forni Appendix A Page 29 of 44 D Manhole 35C-11 n n n City of Carlsbad Occidental Line Manhole Condition Assessment —Miscellaneous Flow Velocity: Flow Depth Grease: Manbote Deplh- Pests/lnsecte Silt' Debris: —Uni<6ys|Jj)dor-:— Totel Sulfides Dissolved Sulfides Vanda Concrete Rating: Concrete pH Level 3 - Loss of Concrete/Damage I Rebar No No PC080197.JPG: Cracks in concrete collar PC080195.JPG: Cover on PC080199.JPG: Underside of cover PC080200.JPG: Plan view :iv&A NASSCO MACP Form Appendix A Page 30 of 44 Manhole 35C-11 City of Carisbad Ocddental Line Manhole Condition Assessment LJ n 0 PC080211.JPG: Effluent A PC080209.JPG: Lining on upper walls and flat- top ceiling PC080212.JPG: Influent A PC080201.JPG: Vertical bulges in T-lock lining PC080203.JPG: Con-oded concrete around top of effluent pipe and bench area PC080204.JPG: Con-oded concrete around top of effluent pipe and bench area 3 V&A NASSCO MACP Fomi Appendix A Page 31 of 44 Manhole 35C-11 City of Carisbad Ocddental Une Manhole Condition Assessment PC080205.JPG: Contxled concrete around top of effluent pipe and bench area with edge of lining PC080206.JPG: Con-oded concrete around top of effluent pipe and bench area; pipe seal exposed PC080207.JPG: Corroded concrete in bench area PC080208.JPG: Conoded concrete in channel *J1 PC080213.JPG: Depth of soft concrete in bench (approx. 3/8 in.) PC080215.JPG: 3 in. of erosion of bench under barrel wail V&A NASSCO MACP Fonn Appendix A Page 32 of 44 I 1 Manhole 35C-11 City of Carlsbad Ocddental Line Manhole Condition Assessment PC080218.JPG: 4 in. of erosion around effluent pipe :iv&A NASSCO MACP Form AppencfixA Page 33 of 44 0 r Manhole 35C-12 City of Carisbad Occidental Line Manhole Condition Assessment -Overview Surveyor's Name (1): Certification Number (19) Manbote Number (12): PO/WO Number(6): Time (9): Rim to Invert (13): Grade to Invert (14): Rim to Grade (15): Accuracy of GPS (47): Pre-Cleaning (36): Potential For Runoff (41)' Locatkm Code (38): Manbote Surface Type (40): Additional Infonnalton (39): Oliver Napod U-208-6258 U-208-6256 35C-12 10-0609 02:S0 13.8 feet 13.8 feet Ofeet Z - Not Known NO - None F - SktewaUc G Asphalt 2 Date (CCYY/MM/DD) (8): Weather (37): Location NumberfName (10): Sheet Number (5): Tape / Medte Number (33): Inspection Status (48): Northtog (43): Easting (44): Coordinate System (46): Elevation (45): Access Point Type (42): 2010/12/08 1-Dry 1 Entry inspectkin 33.1141* -117.3212* AMH - Manbote Concrete Pavement g Concrete Collar G Grass/Dirt G Gravel G Ottier -Measurement -Manbote Layout Infiuent A is the primary totet and Pipe Diameter Influent A: Influent B; Influent C Effluent A: Effluent B: 02 Level: H2S Level LEL Level —Site Infomiatton - Stetus: Surfece Condition: Traffic Volume: 42hches 48 Inches 1': MM: Bottom: subsequent Inlets foitow ctockwlse. Pipe Material VCP-Vihified Clay RCP - Reinforced Concrete Pipe 20.9% 0 ppm Oppm 18.5 ppm 0% Located fyi No Problem • Cracked • Pottiote • Raised None Concrete Collar Manhole Cover Cover/Frame Fit' Shape I Size: i Type: : Materid: ; Condition: \ Cover Insert Type: Cover Insert Condition 2 - Good C - Circuter 24" Diameter G SolU G Vented/Stote C Gasketed G Bolted • Inner Cover • Locking Cast iron G Sound G Cracked G Broken G Missing • Conoded/Pitted • Bolt Missing G Sound G Pooriy Fitting G Cra<*«in"om/Holes • Leaking • Insert Fell SV&A NASSCO MACP Form Appendix A Page 34 of 44 Manhole 35C-12 City of Carisbad Occidental Line Manhole Condition Assessment Grade Ring/Frame Ring Type: Sound Ring Height Ring Condition' y Sound Frame Seal Condition' Sound Frame Seal Inflow Stains Frame Condition: y Sound Frame Material: Cast iron Frame Depth; Frame Bearing Surface Wktth 36 inche:^ Frame Bearing Surface Deptti 1 inches Frame Clear Opening Oiametor 24 inches Cracked G Broken G Corroded/Pitted/Wom 1 Leaktog _ Poo InstaVatton Cracked Broken M King G Corroded/Pitted/Wom •. Coated - General Manbote Steps/Rungs: Steps/Rungs: Surcharge: Vandalism: 0 Steps/Rungs No No Chimneys Cone Cone Type Cone Material Cone Exterior Coattng/Llner Cone Intertor Coating/Liner Chimney Chimney Ctear Opening: Chimney Exterior Coating/Uner Chimney Interior Ck>abng/Uner Inflltration/lnfiow Chlmn^ Material: FT-Flat top PreCast Concrete Ptestic Present Plastic None PreCast Concrete Cone Deptti Chimney OepUi: 30 inches Barrel/Wall Waii Diameter WaR Deptti: Material: intertor Wall CoaHngA.toer 74 inches PreCast Concrete Plastto - Bench Present Material: Interior Coating/Ltoer- None PreCast Concrete None - No Coating - Channel — - Present: Material: Channel Type: Channel Exposure: :^v&A No PreCast Concrete Precast Fuly Opened NASSCO MACP Fonn Appendix A Page 35 of 44 Manhole 35C-12 City of Carlsbad Ocddental Une Manhole Condition Assessment I—Miscellaneous Flow Velocity: Ftow Deptti: Grease: Manhole Depth: Pests/lnsecte: Slit Debris: No No PC080180.JPG: Cover on Totel Sulfides: Dissolved Sulfides Vanda Concrete Rating: Concrete pH: Level 3 - Loss of Concrete/Damage to Rebar PC080181.JPG: Underside of cover PC080183.JPG: Plan view PC080184JPG: Effluent A NASSCO MACP Fomi Appendix A Page 36 of 44 Manhole 35C-12 City of Carisbad Ocddental Line Manhole Condition Assessment I PC080185.JPG: Influent A PC080189.JPG: Chimney and flat-top ceiling with lining PC080187.JPG: Conxided concrete around influent pipe PC080186.JPG: Pipe lining damage, effluent pipe '7:^-/ PC080194.JPG: Lining separation from top of bench and banrel PC080188.JPG: Conxided concrete around influent pipe with void outside pipe riV&A NASSCO MACP Form AppendbcA Page 37 of 44 Manhole 35C-12 City of Carisbad Ocddental Line Manhole Condition Assessment PC080191.JPG: Erosion around influent pipe PC080193.JPG: Corroded concrete near influent pipe PC080192.JPG: Void outside influent pipe .iV&A NASSCO MACP Fomi Appendix A Page 38 of 44 0 f: Li n u p L.) I Manhole 35C-21 City of Carlsbad Occidental Line Manhole Ckindition Assessmen' -Overview Surveyor's Name (1); Certificafion Number (19): Manbote Number (12): PO/WO Number (6): Time (9): Rim to Invert (13): Grade to Invert (14): Rim to Grade (15): Accuracy of GPS (47): Pre-Cteaning (36): Potential For Runoff (41): Location Code (38): Manbote Surface Type (40): Additional Information (39): Olh«r Napod U-208-6256 U-208-6256 35C-21 10-0609 05:10 9.5fiBet 9.5 feet Ofeet Date (CCYY/MM«JD) (8): 2010/12/06 Weattier (37): 1 - Dry Locatton NumberfName (10): Sheet Number (5); 1 Tape / Media Number (33): Inspection Stetus (48): Northing (43): Easting (44): Coordinate System (46): Z - Not Known Elevation (45): NO - None Access Point Type (42): C - Ught highway (rural streete, resMenttel neighborhood and paridng areas) B Asphalt • Concrete Pavement Q Concrete Collar G Grass/Dirt G Gravel Entry Inspection 33.1167* -117.3223* AMH - Manbote Ottier —Measurement —- Infiuent A is the primary Intet and Pipe Dtemeter Influent A: 48 inches RCP- Infiuent B: Influent C: Effiuent A: 48 Inches RCP- Effluent B: 02 Level: 20.9% H2S Level: 1": Oppm Mid: 0 ppm Bottom: Oppm LEL Level 0% subsequent inlets ftsltow ctockwlse. Pipe Material RCP - Reinforced Concrete Pipe -Manbote Layout - —Site Information - Stetus: Surfece Condition: Traffic Volume: Located g No Probtem G Cracked H Potbote Q Raised G Concrete Collar None -Manhole Cover- i Cover/Frame Fit: i i Shape; I Size: Type; Material: Condition: Cover Insert Type: Cover Insert Condition: 2-Good C - Circular 24* Diameter 0 SoHd Q Vented/Stote G Gasketed G Bolted • InnerCover • Locking Cast iron E Sound G Cracked G Broken G Missing • Corroded/Pitted • Bolt Missing G Sound G Poorty Fitting H Cracked/Tom/Holes • Leaking • Insert Fell V&A NASSCO MACP Fom™ Appendix A Page 39 of 44 Manhole 35C-21 City of Carlsbad Ocddental Line Manhole Condition Assessment -Grade Ring/Frame Ring Type: rang Heigbt: Ring Condition. Frame Seal Conditton: Frame Seal Inflow Frame Condition: Frame Material Frame Depth: Frame Bearing Surface Widtti. Frame Bearing Surface Deptti: Frame Clear Opening Dtemeter - General — Manbote Steps/Rungs: Steps/Rungs. Surcharge: Vandaltem: Chimney & Cone — Cone Type: Cone Material Cone Exterior Coating/Liner Cone Interior Coating/Liner Chimney: Chimney Clear Opening Chimney Exterior Coattng/Llner Chimney Interior Coating/Liner. Infiltration/Inflow: Chimney Material: BanBl/Wall WaH Diameter Wall Depth: Material: Interior Wal Coating/Uner Bench Present' Mateitel Intertor Coating/Uner Channel - - Present' Material Channel Type Channel Exposure Sound y Sound G Cracked Loose/Not Atteched Stains K/ Sound Cast Iron 36lnche< 1 inches 24 Inches Broken y Conoded/PiUed/Wom 1 Leaking G Poor Instellatton Cracked Broken Mi -ing y Corroded/Pttted/Wom 1. Coated 0 Steps/Rungs No No FT-Ftet top PreCast Concrete Plastic Present Plastic Stains PreCast Concrete Cone Deptti' Chimney Depth: 60 inches PreCast Concrete Plastic None PreCast Concrete None - No Coating No PreCast Ctoncrete Precast Fully Opened V&A NASSCO MACP Form Appendix A Page 40 of 44 Manhole 35C-21 City of Carisbad Ocddental Line Manhole Condition Assessment n Li Miscellaneous Flow Vetocity: Flow Depth: Grease: Manbote Depth Pests/lnsecte: Silt Debris; Unusual-Oder: No No Totel Sulfides: [Xssolved Sulfides: Vanda Concrete Rating Concrete pH; Level 3 - Loss of Concrete/Damage lo Rebar iVy>.« PC080156.JPG: Cover on PC080157.JPG: Underside of cover I PC080159.JPG: Plan view PC080173.JPG: Effluent A V&A NASSCO MACP Form Appendix A Page 41 of 44 Manhole 35C-21 City of Carisbad Ocddental Line Manhole Condition Assessment PC080174.JPG: Influent A PC080160.JPG: Corrosion of frame bearing surface PC080161.JPG: Seal in ring and chimney area PC080163.JPG: T-lock delamination at top of chimney F 7 , PC080162.JPG: T-lock delamination at top of chimney PC080164.JPG: Hole in chimney or grade ring with soil and pavement visible (found stuffed with paper) V&A NASSCO MACP Fomi Appendix A Page 42 of 44 Manhole 35C-21 City of Carisbad Occidental Line Manhole Conditkm Assessmen n r-s ! : y n u i PC080165.JPG: Hole in chimney or grade ring with paper replaced (flrst of four) PC080167.JPG: Hole in chimney or grade ring fliled with paper (third of four) PC080166.JPG: Hole in chimney or grade ring filled with paper (second of four) PC080168.JPG: Hole in chimney or grade ring filled with paper (fourth of four) PC080169.JPG: Corrosion of ban-el with void beneath chimney PC080170.JPG: Con-oded concrete at top of banel i. V&A NASSCO MACP Fonn Appendix A Page 43 of 44 Manhole 35C-21 City of Carlsbad Ocddental Line Manhole Condition Assessment PC080176.JPG: Flattop ceiling with PVC T- lock lining PC080177.JPG: Lower edge of chimney PC080171 .JPG: Detached lining at pipe connection PC080172.JPG: PVC T-lock lining in pipe ''"5%: ,1*^^ PC080175.JPG: Exposed reinforcing steel in effluent pipe at connection PC080178.JPG: Depth of soft concrete (approx. 2 in.) V&A NASSCO MACP Form Appendix A Page 44 of 44 3 V&A Technical Memorandum City of Carlsbad Occidental Line - Manhole Condition Assessment Addendum Prepared for: Duane Johnson, Affordable Drain IVlark Biskup, P.E., City of Carlsbad Prepared by: Denis Pollak, V&A Date: May 16, 2011 INTRODUCTION V&A installed three OdaLog™ monitors in the Occidental Line in manholes 35-C12, 41-A3 and 41-A4. The monitors were placed in the manholes on February 15, 2011 and removed on February 22, 2011. During this period of time the manhole were not opened to the atmosphere. Results of Hydrogen Sulfide Monitoring on the Occidental Line Atmospheric hydrogen sulfide was monitored using the App-Tek OdaLog™, a hydrogen sulfide monitor capable of detecting H2S concentrations in the range of 0 to 1,000 ppm. Hydrogen sulfide gas is typically the most common odor compound generated in municipal wastewater collection systems. It is also one ofthe easiest odor compounds to monitor on a continual basis. The instrument contains a passive hydrogen sulfide electrochemical diffusion type sensor. The unit has an integrated data logger, is capable of recording simultaneous air temperature, and has an accuracy of 1% (full scale) and a resolution of 1 ppm. FINDINGS The following three pages contain graphs ofthe H2S concentrations and temperatures that were- recorded at each manhole during the monitoring period. V&A 10-0609 10-0609 Affordable Drain Cartsbad Manholes Addendum Page 1 of 4 City of Carlsbad Occidental Line Manliole Condition Assessment Carlsbad North 35-C12 *S0WZ4S 2/1S.'3020 2.-1 ATOM Manhole 35-C12 - H2S Concentration and Temperature Over Time V&A Page 2 of 4 City of Carlsbad Occidental Line Manhole Condition Assessment Leucadia 41-A3 I Avtfgs 1^.;pw.' lAI Mwnh TranwMn-' l-'ti ' :;PPt^ iQ^O GPP-J .Ate gcffcen Cabi Qpy-j Manhole 41-A3 - H2S Concentration and Temperature Over Time V&A Page 3 of 4 City of Carlsbad Occidental Line Manhole Condition Assessnnent Carlsbad South 41-A4 4S06«M3 4— 0*11;!! OiscliVKJ. 2i'liOC11 - 2>22.'2!?11 sCSi Fn» e?3C€343.«I» '-• Sera ^UB«*r' OL'5Wt3X3i Manhole 41-A4 - H2S Concentration and Temperature Over Time V&A Page 4 of 4 .-, ,, May 19, 2011 Project No. 107055001 Mr. Mark Biskup City of Carlsbad 1635 Faraday Avenue Carlsbad, Califomia 92008 Subject: Geotechnical Evaluation Occidental Sevi^er Repair Project Carlsbad, Califomia Dear Mr. Biskup: In accordance with your authorization and our proposal dated March 1, 2011, we have performed a geotechnical evaluation for the proposed Occidental Sewer Repair Project located in Carlsbad, Califomia (Figure 1). This report presents our findings regarding the geotechnical conditions at the subject site. SCOPE OF SERVICES Ninyo & Moore's scope of services for this project included review of pertinent background data, performance of a geologic reconnaissance and subsurface exploration, and engineering analyses with regard to the proposed project. Specifically, we performed the following tasks: • Reviewing background data including geotechnical literature, topographic maps, geologic data, fault maps, and a site location plan prepared by the client. • Performing a geologic recoimaissance of the proposed repair site, including the observation and mapping of geologic conditions and the evaluation of possible geologic hazards, which may impact the proposed project. • Obtaining a County of San Diego Department of Enviroimiental Health (DEH) well permit. • Coordinating and mobilizing for the subsurface exploration. Mark-out of existing under- ground utilities was conducted through Underground Service Alert (USA). 5710 Ruffin Road • San Diego. Califomia 92123 • Phone (858) 576-1000 • Fax (858) 576-9600 San Diego • Irvine • Los Ange/es • Rancho Cucamonga • Oakland • San Francisco • Sacramento Las Vegas • Phoenix • Tucson • Prescoa Valley • Denver • El Paso ' Houston Occidental Sewer Repair Project May 19, 2011 Carlsbad, Califomia Project No. 107055001 Performing subsurface exploration that consisted of drilling one small diameter exploratory boring to evaluate the subsurface conditions. A groundwater monitoring well was installed in the boring. Measuring the groundwater depth in the monitoring well. Destroying the well in accordance with DEH requirements (to be performed in August). Performing geotechnical laboratory testing on selected soil samples to evaluate geotechnical design parameters. Compiling and analyzing the data obtained from our background research, subsurface explo- ration, and laboratory testing. Preparing this report presenting our findings regarding the geotechnical conditions at the site. SITE AND PROJECT DESCRIPTION The Occidental Sewer Repair project is located to the east of Avenida Encinas and south of the Encinas Waste Water Treatment Plant in Carlsbad (see attached Figure 2). The site is undevel- oped and being used for equipment storage. The proposed project includes replacement of approximately 50 feet of the existing Occidental Sewer pipeline. The crown of the pipeline is approximately 20 feet deep. SUBSURFACE EXPLORATION AND LABORATORY TESTING Our field exploration of the subject site included a geologic reconnaissance and subsurface explo- ration conducted on April 28, 2011. The subsurface exploration consisted of drilling one, 8-inch diameter continuous flight, hollow-stem auger boring to a depth of approximately 31.5 feet. A log of the boring is attached (Figures 3 and 4). A groundwater monitoring well was installed in the bor- ing at the time of drilling. The monitoring well constmction diagram is attached (Figure 5). The boring location was selected based on the results of our geotechnical background review, field re- connaissance, and the currently proposed repair location. Prior to commencing the subsurface exploration, USA was notified for mark-out of the existing utilities. 107055001 R.doc Occidental Sewer Repair Project May 19, 2011 Carlsbad, Califomia Project No. 107055001 Laboratory testing of representative soil samples included an evaluation of in-place moisture and dry density, gradation (sieve) analysis, and Atterberg limits. The results of the in-situ moisture content and dry density tests are presented on the attached boring logs. The results of the other laboratory tests are presented on the attached Figures 6 through 8. GEOLOGY AND SUBSURFACE CONDITIONS Our findings regarding site geology and groundwater conditions at the subject site are provided in the following sections. Site Geology Geologic units encountered during our recoimaissance and subsurface exploration included fill, old paralic deposits, and Santiago Formation. Generalized descriptions of the units en- countered are provided in the subsequent sections. Additional descriptions are provided on the attached boring logs. Fill Fill materials were encountered in our boring to a depth of 2.5 feet. As encountered, the fill materials generally consisted of damp to moist, medium dense, sandy silt and clayey sand with scattered gravel. Old Paralic Deposits Pleistocene age old paralic deposits (marine terrace deposits) were encountered beneath the fill in our boring to a depth of 20.5 feet. As observed and encountered, the old paralic de- posit materials generally consisted of damp to moist, hard, silty clay and dense, silty fine sand with scattered gravel. 1(17055001 R.doc Occidental Sewer Repair Project May 19, 2011 Carlsbad, Califomia Project No. 107055001 Santiago Formation Materials of the Eocene age Santiago Formation were encountered in our boring be- neath the old paralic deposits to the depth explored. As encountered, the materials generally consisted of moist, weakly cemented, fine-grained sandstone. Groundwater Based on our experience in the site vicinity and our monitoring well readings, the groundwa- ter table beneath the alignment is at a depth deeper than 30 feet. Fluctuations in the groundwater level may occur due to variations in ground surface topography, subsurface geologic conditions and stmcture, rainfall, irrigation, and other factors. LIMITATIONS The field evaluation, laboratory testing, and geotechnical analyses presented in this geotechnical report have been conducted in general accordance with current practice and the standard of care exercised by geotechnical consultants performing similar tasks in the project area. No warranty, expressed or im- plied, is made regarding the conclusions, recommendations, and opinions presented in this report. There is no evaluation detailed enough to reveal every subsurface condition. Variations may exist and conditions not observed or described in this report may be encountered during constmction. Uncertain- ties relative to subsurface conditions can be reduced through additional subsurface exploration. Additional subsiuface evaluation will be performed upon request. Please also note that our evaluation was limited to assessment of the geotechnical aspects of the project, and did not include evaluation of stmctural issues, environmental concerns, or the presence of hazardous materials. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requires additional information or has questions regarding the content, interpretations presented, or completeness of this document. 107055001 R.doc Occidental Sewer Repair Project May 19, 2011 Carlsbad, Califomia Project No. 107055001 This report is intended for design purposes only. It does not provide sufficient data to prepare an accurate bid by contractors. It is suggested that the bidders and their geotechnical consultant per- form an independent evaluation of the subsurface conditions in the project areas. The independent evaluations may include, but not be limited to, review of other geotechnical reports prepared for the adjacent areas, site reconnaissance, and additional exploration and laboratory testing. Our opinions are based on an analysis of the observed site conditions. If geotechnical conditions different from those described in this report are encountered, our office should be notified, and additional recommendations, if warranted, will be provided upon request. It should be under- stood that the conditions of a site could change with time as a result of natural processes or the activities of man at the subject site or nearby sites. In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to govemment action or the broaden- ing of knowledge. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which Ninyo & Moore has no control. This report is intended exclusively for use by the client. Any use or reuse ofthe findings, conclu- sions, and/or recommendations of this report by parties other than the client is undertaken at said parties' sole risk. We appreciate the opportunity to be of service on this project. Sincerely, NINYO & MOORE /^^^"^^Q CERTIFIEO Francis O. Moreland, C.E.G. VjA ^J^}? A7 Gregory T. Farrand, C.E.G. Senior Geologist \7}Ss^ Principal Geologist FOM/GTF/gg ^ Attachments: Figures 1 through 8 Distribution: (1) Addressee 107055001 R.doc T^inifB-^ ^p^m%- OCEAN SOURCE 2O08 Thomas Guide for San Diego Counly, Street Guide and Directory; Map © Rand McNally, R.L 07-8-129 NOTE: ALL DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE SCALE IN FEET 1,200 2,400 4,800 N A SITE LOCATION FIGURE PROJECT NO. DATE OCCIDENTAL SEWER REPAIR PROJECT 1 107055001 5/11 CARLSBAD, CALIFORNIA 1 LEGEND 0MW-1 MONITORING WELL N A SCALE IN FEET 50 100 200 NOTE: ALL DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE PROJECT NO. 107055001 DATE 5/11 MONITORING WELL LOCATION OCCIDENTAL SEWER REPAIR PROJECT CARLSBAD, CALIFORNIA FIGURE o o Ll. OT § o _1 CQ LU H OT o o > H OT 2 UJ Q > a: Q o H . < OT yd t OT OT _: OT ^ < O DATE DRILLED 4/28/11 BORING NO. MW-1 GROUND ELEVATION 50' ± (MSL) SHEET OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Ingersoll Rand) (Scott's Drilling) DRIVE WEIGHT 140 lbs. (Cathead Hammer) DROP 30" SAMPLED BY MJB LOGGED BY MJB REVIEWED BY DESCRIPTION/INTERPRETATION GIF SC FILL: 1 Medium brown, moist, medium dense, clayey fine SAND; scattered gravel; micaceous. 61 10.8 113.5 10 f 29 15 I 45 14.1 108.2 ML Light brown, damp, medium dense, fine sandy SILT. SM OLD PARALIC DEPOSITS: Gray and reddish brown, damp, dense, silty fine SAND; scattered gravel; micaceous. CL Dark gray, moist, hard, silty CLAY; micaceous; contains calcium carbonate nodules.. Few fine sand layers. _2Q_ BORING LOG OCCIDENTAL SEWER REPAIR PROJECT CARLSBAD, CALIFORNIA PROJECT NO. 107055001 DATE 5/11 FIGURE a. OJ Q OT < OT 3 . O O LL. OT H OT o o > H OT 2 LU Q a: Q o H . < OT O ^ OT OT _; OT -> < _1 O DATE DRILLED 4/28/11 BORING NO. MW-1 GROUND ELEVATION 50'± (MSL) SHEET OF METHOD OF DRILLING 8" Diameter Hollow Stem Auger (Ingersoll Rand) (Scott's Drilling) DRIVE WEIGHT 140 Ibs. (Cathead Hammer) DROP 30" SAMPLED BY MJB LOGGED BY MJB REVIEWED BY DESCRIPTION/INTERPRETATION OTP 20 CL 57 25 I 50/5" 10.2 102.8 30- 81 OLD PARALIC DEPOSITS: park gray, moist, hard, silty CLAY. SANTIAGO FORMATION: Reddish brown, moist, weakly cemented, silty fine-grained SANDSTONE; micaceous. Wet. Total Depth = 31.5 feet. Groundwater not encountered during drilling. Monitoring well installed shortly after drilling on 4/2 8/11. Groundwater not present on 5/12/11. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. 35- BORING LOG OCCIDENTAL SEWER REPAIR PROJECT CARLSBAD. CALIFORNIA PROJECT NO. 107055001 DATE 5/11 FIGURE 4 MONITORING WELL NO.: MW-1 COMPLETION DATE: 4/28/11 9.0' BTOC 10.0' BTOC 30.0" BTOC_ 31.5' BTOC, r MINIMUM T Not to Scale •2" DIAMETER, WATER TIGHT LOCKING WELL CAP TRAFFIC-RATED WELL COVER CONCRETE (4000 PSI) BENTONITE GROUT 2" DIAMETER, SCH. 40, BLANK PVC CASING 2" DIAMETER, SCH 40, 0.020" SLOTTED PVC CASING #3 MONTEREY SAND THREADED ON END CAP T.D. 24 FEET RECORD OF MATERIALS USED MATERIAL QTY VOLUME #3 SAND 7 BAGS 7 CUBIC FT. CONCRETE 7 BAGS 7 CUBIC FT. BENT. GROUT 2 BAGS 2 CUBIC FT. MONITORING WELL CONSTRUCTION DIAGRAM FIGURE PROJECT NO. DATE OCCIDENTAL SEWER REPAIR PROJECT CARLSBAD, CALIFORNIA 5 I 107055001 5/11 OCCIDENTAL SEWER REPAIR PROJECT CARLSBAD, CALIFORNIA 5 I GRAVtiL SAND FllvJES Coarse Fine Coarse Medium Fine SILT CLAY U.S. STANDARD SIEVE NUMBERS HYDROMETER 3- 2- IV5- f y.- V," >/« i I I GRAIN SIZE IN MILLIMETERS Symbol Sample Location Depth (ft) Liquid Limit Plastic Limit Plasticity Index Passing No. 200 (%) uses • MW-1 5.0-6.5 --------34 SM PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 GRADATION TEST RESULTS FIGURE 6 PROJECT NO, DATE OCCIDENTAL SEWFiR REPAIR HKOJECT CARLSBAD. CALIFORNIA FIGURE 6 107055001 5/11 OCCIDENTAL SEWFiR REPAIR HKOJECT CARLSBAD. CALIFORNIA FIGURE 6 107055001 SIEVE MW-l ® 5 0-6.5.*^ GRAVEL SAND FINF-S Coarse Fine Coarse Medium Frne SILT CLAY U.S. STANDARD SIEVE NUMBERS HYDROMETER h- 40 0 ! I o.ot GRAIN SIZE IN MILLIMETERS Symbol Sample Location Depth (ft) Liquid Limit Plastic Limit Plasticity Index D30 Passing No. 200 "SOS (%) • MW-l 25.0-25.9 -----... -... 24 SM PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 GRADATION TEST RESULTS FIGURE 7 PROJECT NO. DATE OCCIDENTAL SEWER REPAIR PROJECT CARLSBAD, CALIFORNIA FIGURE 7 107055001 5/11 OCCIDENTAL SEWER REPAIR PROJECT CARLSBAD, CALIFORNIA FIGURE 7 IO7O5S001 SIEVt" MW-l @ 25.0.26 9.«ls SYMBOL LOCATION DEPTH (FT) LIQUID LIMIT, LL PLASTIC LIMIT, PL PLASTICITY INDEX, PI uses CLASSIFICATION (Fraction Finer Than No. 40 Sieve) uses (Entire Sample) MW-1 10.0-11.5 35 19 16 CL CL NP - INDICATES NON-PLASTIC 60 50 2 40 Q Z o H V) < 30 20 10 CF or OH P CL or OL MH or OH • CL-ML IVIL. Ul 10 20 30 70 40 50 60 LIQUID LIMIT, LL PERFORIVIED IN GENERAL ACCORDANCE WITH ASTM D 4318 80 90 100 ATTERBERG LIMITS TEST RESULTS FIGURE 8 PROJECT NO. DATE OCCIDENTAL SEWER REPAIR PROJECT CARLSBAD. CALIFORNIA FIGURE 8 107055001 5/11 OCCIDENTAL SEWER REPAIR PROJECT CARLSBAD. CALIFORNIA FIGURE 8 107055001 AT I tRBEF^G PaflC I.Jds Construction Threat Assessment Worksheet for Determination of a Construction SWPPP Tier Level Construction Threat Assessment Criteria* Perceived Threat to Storm Water Quality Tier 3 Tier 3 - High Construction Threat Assessment Criteria High Tier 3 • Project site is 50 acres or more and grading will occur during the rainy season • Project site is 1 acre or more in size and is located within the Buena Vista or Agua Hedionda Lagoon watershed, inside or within 200 feet of an environmentally sensitive area (ESA) or discharges directly to an ESA • Soil at site is moderately to highly erosive (defined as having a predominance of soils with USDA-NRCS Erosion factors kf greater than or equal to 0.4) • Site slope is 5 to 1 or steeper • Construction is initiated during the rainy season or will extend into the rainy season (Oct. 1 through April 30). • Owner/contractor received a Storm Water Notice of Violation within past two years High Tier 3 Tier 3 - Medium Construction Threat Assessment Criteria Medium Tier 3 • All projects not meeting Tier 3 High Construction Threat Assessment Criteria Medium Tier 2 Tier 2 High Construction Threat Assessment Criteria • Project is located within the Buena Vista or Agua Hedionda Lagoon watershed, inside or within 200 feet of an environmentally sensitive area (ESA) or discharges directly to an ESA • Soil at site is moderately to highly erosive (defined as having a predominance of soils with USDA-NRCS Erosion factors kf greater than or equal to 0.4) • Site slope is 5 to 1 or steeper • Construction is initiated during the rainy season or will extend into the rainy season (Oct. 1 through April 30). • Owner/contractor received a Storm Water Notice of Violation within past two years • Site results in one half acre or more of soil disturbance High Tier 2 Tier 2 - Medium Construction Threat Assessment Criteria Medium Tier 2 • All projects not meeting Tier 2 High Construction Threat Assessment Criteria Medium Tier 1 Tier 1 - Medium Inspection Threat Assessment Criteria Medium Tier 1 • Project is located within the Buena Vista or Agua Hedionda Lagoon watershed, within or directly adjacent to an environmentally sensitive area (ESA) or discharges directly to an ESA • Soil at site is moderately to highly erosive (defined as having a predominance of soils with USDA-NRCS Erosion factors kf greater than or equal to 0.4) • Site slope is 5 to 1 or steeper ^ Construction is initiated during the rainy season or will extend into the rainy season (Oct. 1 through April 30). • Owner/contractor received a Storm Water Notice of Violation within past two years • Site results in one half acre or more of soil disturbance Medium Tier 1 Tier 1 - Low Inspection Threat Assessment Criteria Low Tier 1 • All projects not meeting Tier 1 Medium Construction Threat Assessment Criteria Low Exempt - Not Applicable -Exempt circumstances where it can be shown that a lesser or higher amount of storm water compliance inspection is warranted in the opinion of the City Engineer Construction SWPPP Standards and Requirements Rev 6/4/2008 Project Threat Assessment Worksheet for Determination of Construction SWPPP Tier Level Project Storm Water Threat Assessment Criteria* Construction SWPPP Tier Level Significant Threat Assessment Criteria • My project includes clearing, grading or other disturbances to the ground resulting in soil disturbance totaling one or more acres including any associated construction staging, equipment storage, stockpiling, pavement removal, refueling and maintenance areas; or, • My project is part of a phased development plan that will cumulatively result in soil disturbance totaling one or more acres including any associated construction staging, equipment storage, refueling and maintenance areas; or, • My proj ect is.located inside or within 200 feet of an environmentally sensitive area (see City ESA Proximity map) and has a significant potential for contributing pollutants to nearby receiving waters by way of storm water runoff or non-storm water discharge(s). Moderate Threat Assessment Criteria My project does not meet any of the Significant Threat Assessment Criteria described above and meets one or more of the following criteria: • Project requires a grading plan pursuant to the Carlsbad Grading Ordinance (Chapter 15.16 of the Carlsbad Municipal Code); or, • Project will result in 2,500 square feet or more of soils disturbance including any associated construction staging, stockpiling, pavement removal, equipment storage, refueling and maintenance areas and project meets one or more ofthe additional following criteria: • located within 200 feet of an environmentally sensitive area or the Pacific Ocean; and/or, • disturbed area is located on a slope with a grade at or exceeding 5 horizontal to 1 vertical; and/or • disturbed area is located along or within 30 feet of a storm drain inlet, an open drainage channel or watercourse; and/or • construction will be initiated during the rainy season or will extend into the rainy season (Oct. 1 through April 30). Tier 3 Tier 2 Low Threat Assessment Criteria ^ My project does not meet any of the Significant or Moderate Threat criteria, is not an exempt pennit type (see City's list of Permit Types Exempt from Construction SWPPP requirements) and the project meets one or more of the following criteria: • results in some soil disturbance; and/or • includes outdoor construction activities (such as roofing, saw cutting, equipment washing, material stockpiling, vehicle fiieling, waste stockpiling) No Threat Proiect Assessment Criteria • My project is in a category of pennit types exempt from City Construction SWPPP requirements (see City's list of Permit Types Exempt from Construction SWPPP requirements) and/or does not meet any of the High, Moderate or Low Threat criteria described above. Tierl Exempt * The City Engineer may authorize minor variances from the Storm Water Threat Assessment Criteria in special circumstances where it can be shown that a lesser or higher Construction SWPPP Tier Level is warranted in the opinion of the City Engineer Construction SWPPP Standards and Requirements Rev 6/4/2008 CITY OF CARLSBAD STANDARD FORM - TIER 1 STORM WATER POLLUTION PREVENTION PLAN STORM WATER COMPLIANCE CERTIFICATE My project is not in a categoiy of pennit types exempt from the Constiuction SWPPP requirements »' My project is not located inside or wittiin 200 feet of an environmentally sensitive area with a significant potential for contn'buling pollutants to neatliy receiving waters by way of storm water runoff or non-storm water disctiarge(s). My project does not requires a grading plan pursuanl to the Carisbad Grading Ordinance (Chapter 15.16 of the Carisbad Municipal Code) My project will not result in 2,500 square feet or more of soils disturbance Including any associated consbuction staging, stoclcpiling. pavement removal, equipment storage, refueling and maintenance areas that meets one or more of the additional following criteria: • located within 200 feet of an environmentally sensithfe area or the Padflc Ocean; and/or, • disturbed area is located on a slope with a grade al or exceeding 5 horizontal to 1 vertical; and/or • disturbed area is located along or within 30 feet of a storm drain inlet, an open drainage channel or watercourse; and/or • construction wil be initiated during the rainy season or will extend into the rainy season (Oct. 1 through April 30). I CERTIFY TO THE BEST OF MY KNOWLEDGE THAT ALL OF THE ABOVE CHECKED STATEMENTS ARE TRUE AND CORRECT. I AM SUBMITTING FOR CITY APPROVAL A TIER 1 CONSTRUCTION SWPPP PREPARED IN ACCORDANCE WITH THE REQUIREMENTS OF CITY STANDARDS. I UNDERSTAND AND ACKNOWLEDGE THAT I MUST: (1) IMPLEMENT BEST MANAGEMENT PRACTICES (BMPS) DURING CONSTRUCTION ACTIVITIES TO THE MAXIMUM EXTENT PRACTICABLE TO MINIMIZE THE MOBILIZATION OF POLLUTANTS SUCH AS SEDIMENT AND TO MINIMIZE THE EXPOSURE OF STORM WATER TO CONSTRUCTION RELATED POLLUTANTS; AND, (2) ADHERE TO, AND AT ALL TIMES, COMPLY WITH THIS CITY APPROVED TIER 1 CONSTRUCTION SWPPP THROUGHTOUT THE DURATION OF THE CONSTRUCTION ACTIVITIES UNTIL THE CONSTRUCTION WORK IS COMPLETE AND APPROVED BY THE CITY OF CARLSBAD. OWNER(S)/OWNER S AGENT NAME (PRINT) 0WNER(S)/DWNER'5 AGENT NAME (SIGNATURE) DATE STORM WATER POLLUTION PREVENTION NOTES 1. ALL NECESSARY EQUIPMENT AND MATERIALS SHALL BE AVAILABLE ON SITE TO FACILrFATE 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 CFTY ENGINEER AFTER EACH RUN- OFF PRODUCING RAINFALL. 3. THE OWNER/CONTRACTOR SHALL INSTALL ADDITIONAL EROSION CONTROL MEASURES AS MAY BE REQUMED BY THE CITY ENGINEERING OR BUILDING INSPECTOR DUE TO UNCOMPLETED GRADING OPERATIONS OR UNFORESEEN CIRCUMSTANCES WHICH MAY ARISE. 4. ALL REMOVABLE PROTECTIVE DEVICES SHALL BE IN PLACE AT THE END OF EACH WORKING DAY WHEN THE FIVE (5) DAY RAIN PROBABILITY FORECAST EXCEEDS FORTY PERCENT (40%). SILT AND OTHER DEBRIS SHALL BE REMOVED AFTER EACH RAINFALL. 5. ALL GRAVEL BAGS SHALL BE BURLAP TYPE WITH 3/4 INCH MINIMUM AGGREGATE. 6. ADEQUATE EROSION AND SEDIMENT CONTROL AND PERIMETER PROTECTION BEST MANAGEMENT PRACTICE MEASURES MUST BE INSTALLED AND MAINTAINED. SPECL\L NOTES PROJECT INFORMATION Site Address: Assessor's Parcel Number; Project ID: Construction Permit No.: Estimated Constnjction Start Date_ Project Duration Emergency Contact: Name: _Montlis 24 hour Phone: Perceived Threat lo Storm Water Quality • Medium 3 Low If medium box is checlced, must attach a site plan stieet showing proposed woric area and location of proposed structural BMPs For City Use Only CFTY OF CARLSBAD STANDARD TIER 1 SWPPP Approved By: Date: Page 1 of_ Erosion Control BMPs Sediment Control BMPs Tracking Control BMPs . Non-Storm ater Management BMPs Waste Management and Materials Pollution Control BMPs Best Management Practice (BMP) Description -> Geotexliles & Mats Wood Mulching Earth Dikes and Drainage Swales Slope Drains Slit Fence Sediment Trap Check Dam Fiber Rolls Gravel Bag Bemi ... Street Sweeping and Vacuuming Sandbag Barter Stonn Drain Inlet Protection Stabilized Construction Ingress/Egress Stabilized Constnjdon Roadway Water Conservation Practices Paving and Grinding Operations Potable Water/lmgation Vehicle and Equipment Cleaning Malerial Delivery and Storage Material Use Stockpile Management Spill Prevention and Control SoHd Waste Management Hazanlous Waste Management Concrete Waste Management CASOA Designation Construction Activity EC-7 EC-8 EC-9 EC-11 SE-1 SE-3 SE-4 SE-5 SE-6 SE-7 SE-8 SE-10 TR-1 TR-2 NS-1 NS-3 NS-7 NS-8 WM-1 vm-2 WM-3 WM-4 WM-5 WM-6 WM-8 GradingfSoil Disturbance Tiencttlng/Excavation Stockpiling DriHing/Boiing Concrete/Aspiialt Sawcutting Concrete tlatwork Paving Conduit/Pipe InstaUation Stucco/Mortar WOT1< Waste Disposal StagingfUy Down Area Equipment Maintenance and Fueling Hazanlous Substance Use/Stoiage Dewatering Site Access Across Dirt OHier (nsl): Instnictions: Begin by reviewing the list of construction activities and cliecking the box to the left of any activity that will occur during the proposed construction. Add any other activity descnptions in the blanlc activity description boxes provided for that putpose and place a check in the box immediately to the left of Ihe added activity description. For each activity desciribed, pick one or more best managemrait practices (BMPs) from the list located alon the top ofthe fonn. Then place an X in the box at the place where the activity row intersects with flie BMP colunm. Do diis for each activity that was checked off and fbr each ofthe selected BMPs selected fiom the list. For Example - If the project includes site access across dirt, then check the box to the left of "Site Access Across Dirt". Then review the list for something that applies such as "Stabilized Construcion Ingiess/Egiess" under Tracking Control. Follow along the "Site Access Across Dirt" row until you get to the "Stabilized Constiuction Ingress/Egress" column and place an X in the box where the two meet. As another example say the project included a stockpile that you intend to cover with a plastic sheet. Since plastic sheeting is not on the list of BMPs, tiien wnte in "Cover with Plastic" in the blank column under the heading Erosion Control BMPs. Then place an X in ttie box where "Stockpiling" row intersects the new "Cover witti Plastic" column. To learn more about what each BMP description means, you may wish to review tiie BMP Refijence Handout prepared to assist applicants in Uie selection of appropriate Best Management Practice measures. The reference also explains ttie California Stormwater Quality Association (CASQA) designation and how to apply tiie various selected BMPs to a project Page 2 of_ s Scale of map Stte Map Features displayed on the map must include: • An outline of the entire property • Location and brief description of construction activity areas (e.g. grading, building, trenching, fueling areas, waste container area, wash racks, hazardous material storage areas, etc.) • Location and flow direction arrows for existing drainage facilities (ditches, channels, inlets, storm drains, etc.) • Location of existing storm water BMP controls (sediment basins oil/ water separators, sumps, etc.) • Location of proposed storm water BMP controls with brief description or legend reference Page 3 of_ Occidental Sewer Flow (C2 Meter) October - November 2010 MGD GPM Average Daily Flow/: 5.65 3,919 Peak Daily Flow: 11.89 8,253 December 2010 - January 2011 MGD GPM Average Daily Flow: 6.02 4,176 Peak Daily Flow: 12.15 8,431 Oct. 1, 2010 Friday 0:00 1:00 2:00 3:00 4:00 5:00 6:00 7:00 8:00 9:00 10:00 11:00 12:00 13:00 14:00 15:00 16:00 17:00 18:00 19:00 20:00 21:00 22:00 23:00 Oct. 2, 2010 0:00 1:00 2:00 3:00 4:00 5:00 6:00 7:00 8:00 9:00 10:00 11:00 12:00 13:00 14:00 15:00 16:00 17:00 18:00 19:00 20:00 21:00 22.00 23:00 12 Oct. 3, 2010 Sun. 0:00 1:00 2:00 3:00 4:00 5:00 6:00 7:00 8:00 9:00 10:00 11:00 12:00 13:00 14:00 15:00 16:00 17:00 18:00 19:00 20:00 21:00 22:00 23:00 Oct. 4, 2010 Mon. 0:00 1:00 2:00 3:00 4:00 5:00 6:00 7:00 8:00 9:00 10:00 11:00 12:00 13:00 14:00 15:00 16:00 17:00 18:00 19:00 20:00 21:00 22:00 23:00 12 10 O 4; 2 0 Oct. 5, 2010 Tues. 0:00 1:00 2:00 3:00 4:00 5:00 6:00 7:00 8:00 9:00 10:00 11:00 12:00 13:00 14:00 15:00 16:00 17:00 18:00 19:00 20:00 21:00 22:00 23:00 Oct. 6, 2010 Wed. 0:00 1:00 2:00 3:00 4:00 5:00 6:00 7:00 8:00 9:00 10:00 11:00 12:00 13:00 14:00 15:00 16:00 17:00 18:00 19:00 20:00 21:00 22:00 23:00 Oct. 7, 2010 Ihurs. 0:00 1:00 2:00 3:00 4:00 5:00 6:00 7:00 8:00 9:00 10:00 11:00 12:00 13:00 14:00 15:00 16:00 17:00 18:00 19:00 20:00 21:00 22:00 23:00 Oct. 8, 2010 Fri. 0:00 1:00 2:00 3:00 4:00 5:00 6:00 7:00 8:00 9:00 10:00 11:00 12:00 13:00 14:00 15:00 16:00 17:00 18:00 19:00 20:00 21:00 22:00 23:00 APPENDIX F Project Sign 4'-0' PAINT FRONT & BACK OF SION WITH ONE COAT WHITE PRIMER & TWO COATS GLOSS WHITE ENAMEU BORDER 4 LETTERING WITH GLOSS BUCK ENAMEL 1/2" DIA X 5" LAG BOLT WITH WASHER, 6 REQUIRED, DRia PILOT HOLES IN POSTS y 3/4" STRUCTURAL 1 DOUGLAS OR A-C PLYWOOD, TOUCH SANDED EXTERIojl GLUE 7'-0 MINIMUM I ; 1 SEM I 1 CONTRAdT&R^ RITY OF CARLSBA- • OCCIDENTAL INTERCEPTOR ER REHABILITATION, PROJ.# - COMPLETION DATE: ~ MATT HALL , MAYOR ANN J. IKULCHIN /—^ MARK RACKARp MAYOR fRO-TEM / \ o™.uo,.r.,r.,»™ T bl FARRAH DOUGLAS COUNCIIIMEMBER COUNCIbMEMBER -2'-3 1/2"- H'-6"- EAL DECAL PROVIDED B' M'-8 1/2"- KEITH BlkcKBUftNl COUNCII^EMBER-t-0- CITY BREAKAWAY FEATURE PER CALTRANS STD.DWG S42-15 I I I 1 I I 1 I 6"x6" DOUG RR NO.l PRESSURE TREATED POST (TYPICAL> PROJECT SIGN 5-0