Loading...
HomeMy WebLinkAboutFerreira Coastal Construction Company; 2018-10-17; PWS19-491UTILDocuSign Envelope ID: C570D4C3-32B5-4373-B295-7A5BCA6EB722 DocuSign Envelope ID: C570D4C3-32B5-4373-B295-7A5BCA6EB722 DocuSign Envelope ID: C570D4C3-32B5-4373-B295-7A5BCA6EB722 10/13/2020 10/13/2020 10/13/2020 10/14/2020 10/14/2020 10/27/2020 DocuSign Envelope ID: B6FF1C0A-0124-4892-AF9D-EAF1B52D73A0 Project: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 Change Order No. 5 CARLSBAD MUNICIPAL WATER DISTRICT CONTRACT CHANGE ORDER NO. 5 PROJECT: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 CONTRACT NO. PWS19-491UTIL P.O. NO. P136948 ACCOUNT NO. 5057000-9060/39041-9066 5077000-9060/52082-9066 CONTRACTOR: Ferreira Coastal Construction Co. ADDRESS: 10370 Commerce Center Dr .. Suite B-200 Rancho Cucamonga, CA 91730 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the Board and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the Executive Manager and/or the President of the Board or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: PCO No. 71: Additional labor, material and equipment to extend the main line alignment 140 LF on Kelly Dr. to service Laguna Riviera Park. Increase the number of working days by 1. Increase to contract cost. ................................................................ $24,640.00 TOTAL INCREASE TO CONTRACT COST ..................................................... $24,640.00 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY ONE (1) WORKING DAY AS A RESULT OF THIS CHANGE ORDER. DocuSign Envelope ID: B6FF1C0A-0124-4892-AF9D-EAF1B52D73A0 7/13/2020 7/24/2020 7/24/2020 7/24/2020 7/29/2020 8/10/2020 Project: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 Change Order No. 5 RECOMMENDED BY: APPROVED BY: MUNICIPAL PROJECTS MANAGER (DATE) ENGINEERING MANAGER {DATE) FINANCE DIRECTOR DEPUTY CITY MANAGER (DATE) EXECUTIVE MANAGER APPROVED AS TO FORM: CITY ATTORNEY (DATE) DISTRIBUTION: RECORDS MANAGEMENT (ORIGINAL), PURCHASING CONTRACTOR (DATE) (DATE) Project: 5208-B, Recycled Water Phase III Pipeline Expansion Segment 5 Change Order No. 6 CARLSBAD MUNICIPAL WATER DISTRICT CONTRACT CHANGE ORDER NO. 6 PROJECT: 5208-B, Recycled Water Phase III Pipeline Expansion Segment 5 CONTRACT NO. PWS19-491UTIL P.O. NO. P136948 ACCOUNT NO. 5057000-9060/39041-9066 5077000-9060/52082-9066 CONTRACTOR: Ferreira Coastal Construction Co. ADDRESS: 10370 Commerce Center Dr., Suite B-200 Rancho Cucamonga, CA 91730 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the Board and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the Executive Manager and/or the President of the Board or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Addition of David Bacon Federal Wage Determination (08/17/2018) to Exhibit G of the PWS19-491UTIL Notice Inviting Bids dated Aug. 29, 2018, attached hereto. Increase to contract cost……….……………………………….…..………….….…$0.00 TOTAL INCREASE TO CONTRACT COST…………………….………………………….…$0.00 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY ZERO (0) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A 7/29/2020 7/29/2020 7/29/2020 7/29/2020 7/30/2020 7/30/2020 "General Decision Number: CA20180001 08/17/2018 Superseded General Decision Number: CA20170001 State: California Construction Types: Building, Heavy (Heavy and Dredging),  Highway and Residential County: San Diego County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS; RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above‐mentioned types of contracts entered into by the federal government that are subject to the Davis‐Bacon Act itself, but it does not apply to contracts subject only to the Davis‐Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)‐(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number     Publication Date           0              01/05/2018           1              01/12/2018           2              01/19/2018           3              02/09/2018           4              03/02/2018           5              05/04/2018           6              06/29/2018           7              07/06/2018           8              07/13/2018           9              07/20/2018           10             08/17/2018 DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A  ASBE0005‐002 07/03/2017                                   Rates          Fringes Asbestos Workers/Insulator    (Includes the application of    all insulating materials,    protective coverings,    coatings, and finishes to all    types of mechanical systems).....$ 39.72            20.81 Fire Stop Technician    (Application of Firestopping    Materials for wall openings    and penetrations in walls,    floors, ceilings and curtain    walls)...........................$ 26.96            17.81 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ASBE0005‐004 07/03/2017                                   Rates          Fringes Asbestos Removal    worker/hazardous material    handler (Includes    preparation, wetting,    stripping, removal,    scrapping, vacuuming, bagging    and disposing of all    insulation materials from     mechanical systems, whether    they contain asbestos or not)....$ 19.26            11.27 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  BOIL0092‐003 03/01/2018                                   Rates          Fringes BOILERMAKER......................$ 44.07            33.52 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  BRCA0004‐008 11/01/2017                                   Rates          Fringes BRICKLAYER; MARBLE SETTER........$ 37.46            16.69 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  BRCA0018‐004 07/01/2017                                   Rates          Fringes MARBLE FINISHER..................$ 30.93            12.95 DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A TILE FINISHER....................$ 25.98            11.23 TILE LAYER.......................$ 37.76            16.37 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  BRCA0018‐010 09/01/2017                                   Rates          Fringes TERRAZZO FINISHER................$ 29.75            12.91 TERRAZZO WORKER/SETTER...........$ 36.75            13.82 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0409‐002 07/01/2016                                   Rates          Fringes Diver        (1) Wet.....................$ 712.48           17.03      (2) Standby.................$ 356.24           17.03      (3) Tender..................$ 348.24           17.03      (4) Assistant Tender........$ 324.24           17.03 Amounts in ""Rates' column are per day ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0409‐008 08/01/2010                                   Rates          Fringes Modular Furniture Installer......$ 17.00             7.41 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0547‐001 07/01/2016                                   Rates          Fringes CARPENTER        (1)  Bridge.................$ 40.33            17.03      (2)  Commercial Building....$ 35.10            17.03      (3)  Heavy & Highway........$ 40.20            17.03      (4)  Residential Carpenter..$ 28.08            17.03      (5)  Residential       Insulation Installer........$ 18.00             8.16 MILLWRIGHT.......................$ 46.70            17.03 PILEDRIVERMAN....................$ 40.33            17.03 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0547‐002 07/01/2017                                   Rates          Fringes Drywall        (1) Work on wood framed       construction of single       family residences,  DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A      apartments or condominiums       under four stories       Drywall Installer/Lather...$ 22.95            18.85       Drywall Stocker/Scrapper...$ 12.50            12.27      (2) All other work       Drywall Installer/Lather...$ 32.00            17.63       Drywall Stocker/Scrapper...$ 12.50            12.27 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0569‐001 06/04/2018                                   Rates          Fringes Electricians (Tunnel Work)        Cable Splicer...............$ 45.25         3%+13.63      Electrician.................$ 44.50         3%+13.63 Electricians: (All Other    Work, Including 4 Stories    Residential)        Cable Splicer...............$ 50.81         3%+13.63      Electrician.................$ 50.06         3%+13.63 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0569‐004 06/04/2018                                   Rates          Fringes ELECTRICIAN (Sound &    Communications Sound    Technician)......................$ 31.75         3%+11.78   SCOPE OF WORK Assembly, installation, operation, service and    maintenance of components or systems as used in closed circuit    television, amplified master television distribution, CATV on    private property, intercommunication, burglar alarm, fire    alarm, life support and all security alarms, private and    public telephone and related telephone interconnect, public    address, paging, audio, language, electronic, background music    system less than line voltage or any system acceptable for    class two wiring for private, commercial, or industrial use    furnished by leased wire, freuency modulation or other    recording devices, electrical apparatus by means of which    electricity is applied to the amplification, transmission,    transference, recording or reproduction of voice, music,    sound, impulses and video.  Excluded from this Scope of  Work ‐    transmission, service and maintenance of background music.     All of the above shall include the installation and    transmission over fiber optics. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0569‐005 06/04/2018                                   Rates          Fringes DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A Sound & Communications        Sound Technician............$ 31.75         3%+11.78   SCOPE OF WORK Assembly, installation, operation, service and    maintenance of components or systems as used in closed circuit    television, amplified master television distribution, CATV on    private property, intercommunication, burglar alarm, fire    alarm, life support and all security alarms, private and    public telephone and related telephone interconnect, public    address, paging, audio, language, electronic, background music    system less than line voltage or any system acceptable for    class two wiring for private, commercial, or industrial use    furnished by leased wire, freuency modulation or other    recording devices, electrical apparatus by means of which    electricity is applied to the amplification, transmission,    transference, recording or reproduction of voice, music,    sound, impulses and video.  Excluded from this Scope of  Work ‐    transmission, service and maintenance of background music.     All of the above shall include the installation and    transmission over fiber optics.   SOUND TECHNICIAN: Terminating, operating and performing   final check‐out ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0569‐006 02/27/2017 Work on street lighting; traffic signals; and underground systems and/or established easements outside of buildings                                   Rates          Fringes Traffic signal, street light    and underground work        Utility Technician #1.......$ 30.48          3%+7.70      Utility Technician #2.......$ 25.45          3%+7.70 STREET LIGHT & TRAFFIC SIGNAL WORK:   UTILITY TECHNICIAN #1: Installation of street lights and   traffic signals, including electrical circuitry,   programmable controller, pedestal‐mounted electrical meter   enclosures and laying of pre‐assembled cable in ducts.  The   layout of electrical systems and communication installation   including proper position of trench depths, and radius at   duct banks, location for manholes, street lights and   traffic signals.   UTILITY TECHNICIAN #2: Distribution of material at jobsite,   installation of underground ducts for electrical, DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A   telephone, cable TV land communication systems. The   setting, leveling, grounding and racking of precast   manholes, handholes and transformer pads. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0569‐008 06/04/2018                                   Rates          Fringes ELECTRICIAN (Residential, 1‐3    Stories).........................$ 33.38          3%+6.61 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC1245‐001 06/01/2018                                   Rates          Fringes LINE CONSTRUCTION        (1) Lineman; Cable splicer..$ 56.79            17.91      (2) Equipment specialist       (operates crawler       tractors, commercial motor       vehicles, backhoes,       trenchers, cranes (50 tons       and below), overhead &       underground distribution       line   equipment)...........$ 45.36            16.74      (3) Groundman...............$ 34.68            16.36      (4) Powderman...............$ 49.55         3%+17.65   HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day,   Independence Day, Labor Day, Veterans Day, Thanksgiving Day   and day after Thanksgiving, Christmas Day ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEV0018‐001 01/01/2018                                   Rates          Fringes ELEVATOR MECHANIC................$ 53.85           32.645 FOOTNOTE:   PAID VACATION:  Employer contributes 8% of regular hourly   rate as vacation pay credit for employees with more than 5   years of service, and 6% for 6 months to 5 years of service.   PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day,   Labor Day, Veterans Day, Thanksgiving Day, Friday after   Thanksgiving, and Christmas Day. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ENGI0012‐003 07/01/2018 DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A                                   Rates          Fringes OPERATOR:  Power Equipment    (All Other Work)        GROUP  1....................$ 45.30            25.25      GROUP  2....................$ 46.08            25.25      GROUP  3....................$ 46.37            25.25      GROUP  4....................$ 47.86            25.25      GROUP  5....................$ 48.96            25.25      GROUP  6....................$ 48.08            25.25      GROUP  8....................$ 48.19            25.25      GROUP  9....................$ 49.29            25.25      GROUP 10....................$ 48.31            25.25      GROUP 11....................$ 49.41            25.25      GROUP 12....................$ 48.48            25.25      GROUP 13....................$ 48.58            25.25      GROUP 14....................$ 48.61            25.25      GROUP 15....................$ 48.69            25.25      GROUP 16....................$ 48.81            25.25      GROUP 17....................$ 48.98            25.25      GROUP 18....................$ 49.08            25.25      GROUP 19....................$ 49.19            25.25      GROUP 20....................$ 49.31            25.25      GROUP 21....................$ 49.48            25.25      GROUP 22....................$ 49.58            25.25      GROUP 23....................$ 49.69            25.25      GROUP 24....................$ 49.81            25.25      GROUP 25....................$ 49.98            25.25 OPERATOR:  Power Equipment    (Cranes, Piledriving &    Hoisting)        GROUP  1....................$ 46.65            25.25      GROUP  2....................$ 47.43            25.25      GROUP  3....................$ 47.72            25.25      GROUP  4....................$ 47.86            25.25      GROUP  5....................$ 48.08            25.25      GROUP  6....................$ 48.19            25.25      GROUP  7....................$ 48.31            25.25      GROUP  8....................$ 48.48            25.25      GROUP  9....................$ 48.65            25.25      GROUP 10....................$ 49.65            25.25      GROUP 11....................$ 50.65            25.25      GROUP 12....................$ 51.65            25.25      GROUP 13....................$ 52.65            25.25 OPERATOR:  Power Equipment    (Tunnel Work)        GROUP  1....................$ 47.15            25.25      GROUP  2....................$ 47.93            25.25      GROUP  3....................$ 48.22            25.25 DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A      GROUP  4....................$ 48.39            25.25      GROUP  5....................$ 48.58            25.25      GROUP  6....................$ 48.69            25.25      GROUP  7....................$ 48.81            25.25 PREMIUM PAY:   $3.75 per hour shall be paid on all Power Equipment Operator   work on the followng Military Bases: China Lake Naval   Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base,   Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics   Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp   Pendleton   Workers required to suit up and work in a hazardous material   environment: $2.00 per hour additional.  Combination mixer   and compressor operator on gunite work shall be classified   as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS    GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch   Witch, with seat or similar type equipment; Elevator   operator‐inside; Engineer Oiler; Forklift operator   (includes loed, lull or similar types under 5 tons;   Generator operator; Generator, pump or compressor plant   operator; Pump operator; Signalman; Switchman   GROUP 2: Asphalt‐rubber plant operator (nurse tank operator);   Concrete mixer operator‐skip type; Conveyor operator;   Fireman; Forklift operator (includes loed, lull or similar   types over 5 tons; Hydrostatic pump operator; oiler crusher   (asphalt or concrete plant); Petromat laydown machine; PJU   side dum jack; Screening and conveyor machine operator (or   similar types); Skiploader (wheel type up to 3/4 yd.   without attachment); Tar pot fireman; Temporary heating   plant operator; Trenching machine oiler   GROUP 3: Asphalt‐rubber blend operator; Bobcat or similar   type (Skid steer); Equipment greaser (rack); Ford Ferguson   (with dragtype attachments); Helicopter radioman (ground);   Stationary pipe wrapping and cleaning machine operator   GROUP 4: Asphalt plant fireman; Backhoe operator (mini‐max or   similar type); Boring machine operator; Boxman or mixerman   (asphalt or concrete); Chip spreading machine operator;   Concrete cleaning decontamination machine operator;   Concrete Pump Operator (small portable); Drilling machine   operator, small auger types (Texoma super economatic or DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A   similar types ‐ Hughes 100 or 200 or similar types ‐   drilling depth of 30' maximum); Equipment greaser (grease   truck); Guard rail post driver operator; Highline cableway   signalman; Hydra‐hammer‐aero stomper; Micro Tunneling   (above ground tunnel); Power concrete curing machine   operator; Power concrete saw operator; Power‐driven jumbo   form setter operator; Power sweeper operator; Rock Wheel   Saw/Trencher; Roller operator (compacting); Screed operator   (asphalt or concrete); Trenching machine operator (up to 6   ft.); Vacuum or much truck   GROUP 5: Equipment Greaser (Grease Truck/Multi Shift).    GROUP 6: Articulating material hauler; Asphalt plant   engineer; Batch plant operator; Bit sharpener; Concrete   joint machine operator (canal and similar type); Concrete   planer operator; Dandy digger; Deck engine operator;   Derrickman (oilfield type); Drilling machine operator,   bucket or auger types (Calweld 100 bucket or similar types   ‐ Watson 1000 auger or similar types ‐ Texoma 330, 500 or   600 auger or similar types ‐ drilling depth of 45'   maximum); Drilling machine operator; Hydrographic seeder   machine operator (straw, pulp or seed), Jackson track   maintainer, or similar type; Kalamazoo Switch tamper, or   similar type; Machine tool operator; Maginnis internal full   slab vibrator, Mechanical berm, curb or gutter(concrete or   asphalt); Mechanical finisher operator (concrete,   Clary‐Johnson‐Bidwell or similar); Micro tunnel system   (below ground); Pavement breaker operator (truck mounted);   Road oil mixing machine operator; Roller operator (asphalt   or finish), rubber‐tired earth moving equipment (single   engine, up to and including 25 yds. struck); Self‐propelled   tar pipelining machine operator; Skiploader operator   (crawler and wheel type, over 3/4 yd. and up to and   including 1‐1/2 yds.); Slip form pump operator (power   driven hydraulic lifting device for concrete forms);   Tractor operator‐bulldozer, tamper‐scraper (single engine,   up to 100 h.p. flywheel and similar types, up to and   including D‐5 and similar types); Tugger hoist operator (1   drum); Ultra high pressure waterjet cutting tool system   operator; Vacuum blasting machine operator   GROUP 8: Asphalt or concrete spreading operator (tamping or   finishing); Asphalt paving machine operator (Barber Greene   or similar type); Asphalt‐rubber distribution operator;   Backhoe operator (up to and including 3/4 yd.), small ford,   Case or similar; Cast‐in‐place pipe laying machine   operator; Combination mixer and compressor operator (gunite   work); Compactor operator (self‐propelled); Concrete mixer   operator (paving); Crushing plant operator; Drill Doctor; DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A   Drilling machine operator, Bucket or auger types (Calweld   150 bucket or similar types ‐ Watson 1500, 2000 2500 auger   or similar types ‐ Texoma 700, 800 auger or similar types ‐   drilling depth of 60' maximum); Elevating grader operator;   Grade checker; Gradall operator; Grouting machine operator;   Heavy‐duty repairman; Heavy equipment robotics operator;   Kalamazoo balliste regulator or similar type; Kolman belt   loader and similar type; Le Tourneau blob compactor or   similar type; Loader operator (Athey, Euclid, Sierra and   similar types); Mobark Chipper or similar; Ozzie padder or   similar types; P.C. slot saw; Pneumatic concrete placing   machine operator (Hackley‐Presswell or similar type);   Pumpcrete gun operator; Rock Drill or similar types; Rotary   drill operator (excluding caisson type); Rubber‐tired   earth‐moving equipment operator (single engine,   caterpillar, Euclid, Athey Wagon and similar types with any   and all attachments over 25 yds. up to and including 50 cu.   yds. struck); Rubber‐tired earth‐moving equipment operator   (multiple engine up to and including 25 yds. struck);   Rubber‐tired scraper operator (self‐loading paddle wheel   type‐John Deere, 1040 and similar single unit); Self‐   propelled curb and gutter machine operator; Shuttle buggy;   Skiploader operator (crawler and wheel type over 1‐1/2 yds.   up to and including 6‐1/2 yds.); Soil remediation plant   operator; Surface heaters and planer operator; Tractor   compressor drill combination operator; Tractor operator   (any type larger than D‐5 ‐ 100 flywheel h.p. and over, or   similar‐bulldozer, tamper, scraper and push tractor single   engine); Tractor operator (boom attachments), Traveling   pipe wrapping, cleaning and bendng machine operator;   Trenching machine operator (over 6 ft. depth capacity,   manufacturer's rating); trenching Machine with Road Miner   attachment (over 6 ft depth capacity): Ultra high pressure   waterjet cutting tool system mechanic; Water pull   (compaction) operator GROUP 9: Heavy Duty Repairman   GROUP 10: Drilling machine operator, Bucket or auger types   (Calweld 200 B bucket or similar types‐Watson 3000 or 5000   auger or similar types‐Texoma 900 auger or similar   types‐drilling depth of 105' maximum); Dual drum mixer,   dynamic compactor LDC350 (or similar types); Monorail   locomotive operator (diesel, gas or electric); Motor   patrol‐blade operator (single engine); Multiple engine   tractor operator (Euclid and similar type‐except Quad 9   cat.); Rubber‐tired earth‐moving equipment operator (single   engine, over 50 yds. struck); Pneumatic pipe ramming tool   and similar types; Prestressed wrapping machine operator;   Rubber‐tired earth‐moving equipment operator (single DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A   engine, over 50 yds. struck); Rubber tired earth moving   equipment operator (multiple engine, Euclid, caterpillar   and similar over 25 yds. and up to 50 yds. struck), Tower   crane repairman; Tractor loader operator (crawler and wheel   type over 6‐1/2 yds.); Woods mixer operator (and similar   Pugmill equipment)   GROUP 11: Heavy Duty Repairman ‐ Welder Combination, Welder ‐   Certified.   GROUP 12: Auto grader operator; Automatic slip form operator;   Drilling machine operator, bucket or auger types (Calweld,   auger 200 CA or similar types ‐ Watson, auger 6000 or   similar types ‐ Hughes Super Duty, auger 200 or similar   types ‐ drilling depth of 175' maximum); Hoe ram or similar   with compressor; Mass excavator operator less tha 750 cu.   yards; Mechanical finishing machine operator; Mobile form   traveler operator; Motor patrol operator (multi‐engine);   Pipe mobile machine operator; Rubber‐tired earth‐ moving   equipment operator (multiple engine, Euclid, Caterpillar   and similar type, over 50 cu. yds. struck); Rubber‐tired   self‐ loading scraper operator (paddle‐wheel‐auger type   self‐loading ‐ two (2) or more units)   GROUP 13: Rubber‐tired earth‐moving equipment operator   operating equipment with push‐pull system (single engine,   up to and including 25 yds. struck)   GROUP 14: Canal liner operator; Canal trimmer operator;   Remote‐ control earth‐moving equipment operator (operating   a second piece of equipment: $1.00 per hour additional);   Wheel excavator operator (over 750 cu. yds.)   GROUP 15: Rubber‐tired earth‐moving equipment operator,   operating equipment with push‐pull system (single engine,   Caterpillar, Euclid, Athey Wagon and similar types with any   and all attachments over 25 yds. and up to and including 50   yds. struck); Rubber‐tired earth‐moving equipment operator,   operating equipment with push‐pull system (multiple   engine‐up to and including 25 yds. struck)   GROUP 16: Rubber‐tired earth‐moving equipment operator,   operating equipment with push‐pull system (single engine,   over 50 yds. struck); Rubber‐tired earth‐moving equipment   operator, operating equipment with push‐pull system   (multiple engine, Euclid, Caterpillar and similar, over 25   yds. and up to 50 yds. struck)   GROUP 17: Rubber‐tired earth‐moving equipment operator,   operating equipment with push‐pull system (multiple engine, DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A   Euclid, Caterpillar and similar, over 50 cu. yds. struck);   Tandem tractor operator (operating crawler type tractors in   tandem ‐ Quad 9 and similar type)   GROUP 18: Rubber‐tired earth‐moving equipment operator,   operating in tandem (scrapers, belly dumps and similar   types in any combination, excluding compaction units ‐   single engine, up to and including 25 yds. struck)   GROUP 19: Rotex concrete belt operator (or similar types);   Rubber‐tired earth‐moving equipment operator, operating in   tandem (scrapers, belly dumps and similar types in any   combination, excluding compaction units ‐ single engine,   Caterpillar, Euclid, Athey Wagon and similar types with any   and all attachments over 25 yds.and up to and including 50   cu. yds. struck); Rubber‐tired earth‐moving equipment   operator, operating in tandem (scrapers, belly dumps and   similar types in any combination, excluding compaction   units ‐ multiple engine, up to and including 25 yds. struck)   GROUP 20: Rubber‐tired earth‐moving equipment operator,   operating in tandem (scrapers, belly dumps and similar   types in any combination, excluding compaction units ‐   single engine, over 50 yds. struck); Rubber‐tired   earth‐moving equipment operator, operating in tandem   (scrapers, belly dumps, and similar types in any   combination, excluding compaction units ‐ multiple engine,   Euclid, Caterpillar and similar, over 25 yds. and up to 50   yds. struck)   GROUP 21: Rubber‐tired earth‐moving equipment operator,   operating in tandem (scrapers, belly dumps and similar   types in any combination, excluding compaction units ‐   multiple engine, Euclid, Caterpillar and similar type, over   50 cu. yds. struck)   GROUP 22: Rubber‐tired earth‐moving equipment operator,   operating equipment with the tandem push‐pull system   (single engine, up to and including 25 yds. struck)   GROUP 23: Rubber‐tired earth‐moving equipment operator,   operating equipment with the tandem push‐pull system   (single engine, Caterpillar, Euclid, Athey Wagon and   similar types with any and all attachments over 25 yds. and   up to and including 50 yds. struck); Rubber‐tired   earth‐moving equipment operator, operating with the tandem   push‐pull system (multiple engine, up to and including 25   yds. struck)   GROUP 24: Rubber‐tired earth‐moving equipment operator, DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A   operating equipment with the tandem push‐pull system   (single engine, over 50 yds. struck); Rubber‐tired   earth‐moving equipment operator, operating equipment with   the tandem push‐pull system (multiple engine, Euclid,   Caterpillar and similar, over 25 yds. and up to 50 yds.   struck)   GROUP 25: Concrete pump operator‐truck mounted; Rubber‐tired   earth‐moving equipment operator, operating equipment with   the tandem push‐pull system (multiple engine, Euclid,   Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS     GROUP 1: Engineer oiler; Fork lift operator (includes loed,   lull   or similar types) GROUP 2: Truck crane oiler     GROUP 3: A‐frame or winch truck operator; Ross carrier   operator (jobsite)   GROUP 4: Bridge‐type unloader and turntable operator;   Helicopter hoist operator   GROUP 5:  Hydraulic boom truck; Stinger crane (Austin‐Western   or similar type); Tugger hoist operator (1 drum)   GROUP 6: Bridge crane operator; Cretor crane operator; Hoist   operator (Chicago boom and similar type); Lift mobile   operator; Lift slab machine operator (Vagtborg and similar   types); Material hoist and/or manlift operator; Polar   gantry crane operator; Self Climbing scaffold (or similar   type); Shovel, backhoe, dragline, clamshell operator (over   3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator   GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline,   clamshell operator (over 5 cu. yds. mrc); Tower crane   repair; Tugger hoist operator (3 drum)   GROUP 8: Crane operator (up to and including 25 ton   capacity); Crawler transporter operator; Derrick barge   operator (up to and including 25 ton capacity); Hoist   operator, stiff legs, Guy derrick or similar type (up to   and including 25 ton capacity); Shovel, backhoe, dragline,   clamshell operator (over 7 cu. yds., M.R.C.)   GROUP 9: Crane operator (over 25 tons and up to and including   50 tons mrc); Derrick barge operator (over 25 tons up to   and including 50 tons mrc); Highline cableway operator; DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A   Hoist operator, stiff legs, Guy derrick or similar type   (over 25 tons up to and including 50 tons mrc); K‐crane   operator; Polar crane operator; Self erecting tower crane   operator maximum lifting capacity ten tons   GROUP 10: Crane operator (over 50 tons and up to and   including 100 tons mrc); Derrick barge operator (over 50   tons up to and including 100 tons mrc); Hoist operator,   stiff legs, Guy derrick or similar type (over 50 tons up to   and including 100 tons mrc), Mobile tower crane operator   (over 50 tons, up to and including 100 tons M.R.C.); Tower   crane operator and tower gantry   GROUP 11: Crane operator (over 100 tons and up to and   including 200 tons mrc); Derrick barge operator (over 100   tons up to and including 200 tons mrc); Hoist operator,   stiff legs, Guy derrick or similar type (over 100 tons up   to and including 200 tons mrc); Mobile tower crane operator   (over 100 tons up to and including 200 tons mrc)   GROUP 12: Crane operator (over 200 tons up to and including   300 tons mrc); Derrick barge operator (over 200 tons up to   and including 300 tons mrc); Hoist operator, stiff legs,   Guy derrick or similar type (over 200 tons, up to and   including 300 tons mrc); Mobile tower crane operator (over   200 tons, up to and including 300 tons mrc)   GROUP 13: Crane operator (over 300 tons); Derrick barge   operator (over 300 tons); Helicopter pilot; Hoist operator,   stiff legs, Guy derrick or similar type (over 300 tons);   Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS     GROUP 1: Skiploader (wheel type up to 3/4 yd. without   attachment) GROUP 2: Power‐driven jumbo form setter operator     GROUP 3: Dinkey locomotive or motorperson (up to and   including 10 tons)   GROUP 4: Bit sharpener; Equipment greaser (grease truck);   Slip form pump operator (power‐driven hydraulic lifting   device for concrete forms); Tugger hoist operator (1 drum);   Tunnel locomotive operator (over 10 and up to and including   30 tons)   GROUP 5: Backhoe operator (up to and including 3/4 yd.);   Small Ford, Case or similar; Drill doctor; Grouting machine DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A   operator; Heading shield operator; Heavy‐duty repairperson;   Loader operator (Athey, Euclid, Sierra and similar types);   Mucking machine operator (1/4 yd., rubber‐tired, rail or   track type); Pneumatic concrete placing machine operator   (Hackley‐Presswell or similar type); Pneumatic heading   shield (tunnel); Pumpcrete gun operator; Tractor compressor   drill combination operator; Tugger hoist operator (2 drum);   Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman   GROUP 7:  Tunnel mole boring machine operator ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary:  Begin in San Bernardino County, approximately 3 miles NE of the intersection of I‐15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian.  Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian.  Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 6, T25S, R42E, MDM.  Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM.  Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM.  Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM.  Continue S following R32E lines to the NW corner of T31S, R32E, MDM.  Continue W to the NW corner of T31S, R31E, MDM.  Continue S to the SW corner of T32S, R31E, MDM.  Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM.  Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM.  Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1S, R1E, SBM.  Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM.  Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of T8S, R10E, SBM. Continue W along Imperial and Riverside county line to NW DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A corner of T9S, R9E, SBM.  Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line.  Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below:   That area within the following Boundary:  Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian.  Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM.  Continue E to SW corner of T30S, R17E, MDM.  Continue S to SW corner of T31S, R17E, MDM.  Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W.  Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM.   Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM.  Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W.  Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM.  Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County.  Continue west along the Kings County and San Luis Obispo County boundary until the intersection with Monterey County.  Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM.   $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary:  Begin at the intersection of the northern boundary of Mono County and the DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian.  Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM.  Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM.  Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian.  Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ENGI0012‐004 08/01/2015                                   Rates          Fringes OPERATOR:  Power Equipment    (DREDGING)        (1) Leverman................$ 49.50            23.60      (2) Dredge dozer............$ 43.53            23.60      (3) Deckmate................$ 43.42            23.60      (4) Winch operator (stern       winch on dredge)............$ 42.87            23.60      (5) Fireman‐Oiler,       Deckhand, Bargeman,       Leveehand...................$ 42.33            23.60      (6) Barge Mate..............$ 42.94            23.60 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  IRON0377‐002 01/01/2017                                   Rates          Fringes Ironworkers:        Fence Erector...............$ 29.58            21.59      Ornamental, Reinforcing       and Structural..............$ 36.00            30.15 DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve‐Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center‐Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms ‐ Marine Corps, U.S. Marine Base ‐ Barstow, U.S. Naval Air Facility ‐ Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute ‐ Monterey, Fallon Air Base, Naval Post Graduate School ‐ Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station ‐ Two Rock ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * LABO0089‐001 07/01/2018                                   Rates          Fringes LABORER (BUILDING and all    other Residential    Construction)        Group 1.....................$ 31.31            19.29      Group 2.....................$ 31.99            19.29      Group 3.....................$ 32.70            19.29      Group 4.....................$ 33.50            19.29      Group 5.....................$ 35.43            19.29 LABORER (RESIDENTIAL    CONSTRUCTION ‐ See definition    below)        (1) Laborer.................$ 27.32            18.11      (2) Cleanup, Landscape,       Fencing (Chain Link & Wood).$ 26.03            18.11   RESIDENTIAL DEFINITION: Wood or metal frame construction of   single family residences, apartments and condominums ‐   excluding (a) projects that exceed three stories over a   garage level, (b) any utility work such as telephone, gas,   water, sewer and other utilities and (c) any fine grading   work, utility work or paving work in the future street and   public right‐of‐way; but including all rough grading work   at the job site behind the existing right of way DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A LABORER CLASSIFICATIONS   GROUP 1: Cleaning and handling of panel forms; Concrete   Screeding for Rought Strike‐off; Concrete, water curing;   Demolition laborer; Flagman; Gas, oil and/or water pipeline   laborer; General Laborer; General clean‐up laborer;   Landscape laborer;  Jetting laborer; Temporary water and   air lines laborer; Material hoseman (walls, slabs, floors   and decks); Plugging, filling of Shee‐bolt holes; Dry   packing of concrete; Railroad maintenance, Repair Trackman   and road beds, Streetcar and railroad construction trac   laborers; Slip form raisers; Slurry seal crews (mixer   operator, applicator operator, squeegee man, Shuttle man,   top man), filling of cracks by any method on any surface;   Tarman and mortar man; Tool crib or tool house laborer;   Window cleaner; Wire Mesh puling‐all concrete pouring   operations   GROUP 2: Asphalt Shoveler; Cement Dumper (on 1 yard or larger   mixer and handling bulk cement); Cesspool digger and   installer; Chucktender; Chute man, pouring concrete, the   handling of the cute from ready mix trucks, such as walls,   slabs, decks, floors, foundations, footings, curbs, gutters   and sidewalks; Concrete curer‐impervious membrane and form   oiler; Cutting torch operator (demoliton); Guinea chaser;   Headboard man‐asphlt; Laborer,   packing rod steel and pans; membrane vapor barrier installer;   Power broom sweepers (small); Riiprap, stonepaver, placing   stone or wet sacked concrete; Roto scraper and tiller; Tank   sealer and cleaner; Tree climber, faller, chain saw   operator, Pittsburgh Chipper and similar type brush   shredders; Underground laborers, including caisson bellower   GROUP 3: Buggymobile; Concrete cutting torch; Concrete   cutting torch; Concrete pile cutter; Driller, jackhammer, 2   1/2 feet drill steel or longer; Dri Pak‐it machine; High   sealer (including drilling of same); Hydro seeder and   similar type; Impact wrench, mult‐plate; Kettlemen, potmen   and mean applying asphalt, lay‐kold, creosote, line caustic   and similar type materials (applying  means applying,   dipping, brushing or handling of such materials for pipe   wrapping and waterproofing); Operators of pneumatic, gas,   electric tools, vibratring machines, pavement breakers, air   blasting, come‐along, and similar mechanical tools not   separately classified herein; Pipelayers back up man   coating, grouting, making of joints, sealing, caulking,   diapering and inclduing rubber gasket joints, pointing and   any and all other services; Rotary Scarifier or multiple   head concrete chipping scaarifier; Steel header board man DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A   and guideline setter; Tampers, Barko, Wacker and similar   type; Trenching machine, handpropelled   GROUP 4: Asphalt raker, luterman, ironer, apshalt dumpman and   asphalt spreader boxes (all types); Concrete core cutter   (walls, floors or ceilings), Grinder or sander; Concrete   saw man; cutting walls or flat work, scoring old or new   concrete; Cribber, shorer, lagging, sheeting and trench   bracing, hand‐guided lagging hammer; Laser beam in   connection with laborer's work; Oversize concrete vibrator   operator 70 pounds and over; Pipelayer performing all   services in the laying, installation and all forms of   connection of pipe from the point of receiving pipe in the   ditch until completion of oepration, including any and all   forms of tubular material, whether pipe, metallic or   non‐metallic, conduit, and any other stationary type of   tubular device used for the conveying of any substance or   element, whether water, sewage, solid, gas, air or other   product whatsoever and without regard to the nature of   material from which the tubular material is fabricated; No   joint pipe and stripping of same; Prefabricated manhole   installer; Sandblaster (nozzleman), Porta shot‐blast, water   blasting   GROUP 5: Blasters Powderman‐All work of loading holes,   placing and blasting of all pwder and explosives of   whatever type, regardless of method used for such loading   and placing; Driller‐all power drills, excluding   jackhammer, whether core, diamond, wagon, track, multiple   unit, and any and all other types of mechanical drills   without regard to the form of motive power. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0089‐002 11/01/2017                                   Rates          Fringes LABORER (MASON TENDER)...........$ 30.00            16.47 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0089‐004 07/01/2017 HEAVY AND HIGHWAY CONSTRUCTION                                   Rates          Fringes Laborers:        Group 1.....................$ 31.63            18.58      Group 2.....................$ 32.09            18.58      Group 3.....................$ 32.50            18.58      Group 4.....................$ 33.34            18.58 DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A      Group 5.....................$ 37.46            18.58 LABORER CLASSIFICATIONS     GROUP 1: Laborer: General or Construction Laborer, Landscape   Laborer. Asphalt Rubber Material Loader. Boring Machine   Tender (outside), Carpenter Laborer (cleaning, handling,   oiling & blowing of panel forms and lumber), Concrete   Laborer, Concrete Screeding for rough strike‐off, Concrete   water curing. Concrete Curb & Gutter laborer, Certified   Confined Space Laborer, Demolition laborer & Cleaning of   Brick and lumber,Expansion Joint Caulking; Environmental   Remediation, Monitoring Well, Toxic waste and Geotechnical   Drill tender, Fine Grader, Fire Watcher, Limbers, Brush   Loader, Pilers and Debris Handlers. flagman. Gas Oil and   Water Pipeline Laborer. Material Hoseman (slabs, walls,   floors, decks); Plugging, filling of shee bolt holes; Dry   packing of concrete and patching; Post Holer Digger   (manual); Railroad maintenance, repair trackman, road beds;   Rigging & signaling; Scaler, Slip‐Form Raisers, Filling   cracks on any surface, tool Crib or Tool House Laborer,   Traffic control (signs, barriers, barricades, delineator,   cones etc.), Window Cleaner   GROUP 2: Asphalt abatement; Buggymobile; Cement dumper (on 1   yd. or larger mixers and handling bulk cement); Concrete   curer, impervious membrane and form oiler; Chute man,   pouring concrete; Concrete cutting torch; Concrete pile   cutter; driller/Jackhammer, with drill steel 2 1/'2 feet or   longer; Dry pak‐it machine; Fence erector; Pipeline   wrapper, gas, oil, water, pot tender & form man; Grout man;   Installation of all asphalt overlay fabric and materials   used for reinforcing asphalt; Irrigation laborer;   Kettleman‐Potman hot mop, includes applying asphalt,   lay‐klold, creosote, lime caustic and similar tyhpes of   materials (dipping, brushing, handling) and waterproofing;   Membrane vapor barrier installer; Pipelayer backup man   (coating, grouting, making of joints, sealing caulkiing,   diapering including rubber basket joints, pointing);   Rotary scarifier, multiple head concrete chipper; Rock   slinger; Roto scraper & tiller; Sandblaster pot tender;   Septic tank digger/installer; Tamper/wacker operator; Tank   scaler & cleaner; Tar man & mortar man; Tree   climber/faller, chainb saw operator, Pittsburgh chipper &   similar type brush shredders.   GROUP 3: Asphalt, installation of all frabrics; Buggy Mobile   Man, Bushing hammer;  Compactor (all types), Concrete Curer   ‐ Impervious membrane, Form Oiler, Concrete Cutting Torch,   Concrete Pile Cutter,Driller/Jackhammer with drill steel 2 DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A   1/2 ft or longer, Dry Pak‐it machine, Fence erector   including manual post hole digging,  Gas oil or water   Pipeline Wrapper ‐ 6 ft pipe and over, Guradrail erector,   Hydro seeder, Impact Wrench man (multi plate),   kettleman‐Potman Hot Mop includes applying Asphalt,   Lay‐Kold, Creosote, lime caustic and similar types of   materials (dipping, brushing or handling) and   waterproofing.  Laser Beam in connection with Laborer work.   High Scaler, Operators of Pneumatic Gas or Electric Tools,   Vibrating Machines, Pavement Breakers, Air Blasting,   Come‐Alongs and similar mechanical tools, Remote‐Controlled   Robotic Tools in connection with Laborers work.  Pipelayer   Backup Man (Coating, grouting,m makeing of joints, sealing,   caulking, diapering including rubber gasket joints,   pointing and other services).  Power Post Hole Digger,   Rotary Scarifier (multiple head concrete chipper   scarifier), Rock Slinger, Shot Blast equipment (8 to 48   inches), Steel Headerboard Man and Guideline Setter,   Tamper/Wacker operator and similar types, Trenching Machine   hand propelled.   GROUP 4:  Any worker exposed to raw sewage.  Asphalt Raker,   Luteman, Asphalt Dumpman, Asphalt Spreader Boxes, Concrete   Core Cutter, Concrete Saw Man, Cribber, Shorer, Head Rock   Slinger.  Installation of subsurface instrumentation,   monitoring wells or points, remediation system installer;   Laborer, asphalt‐rubber distributor bootman; Oversize   concrete vibrator operators, 70 pounds or over.  Pipelayer,   Prfefabricated Manhole Installer, Sandblast Nozzleman   (Water Balsting‐Porta Shot Blast), Traffic Lane Closure.   GROUP 5: Blasters Powderman‐All work of loading holes,   placing and blasting of all powder and explosives of   whatever type, regardless of method used for such loading   and placing; Horizontal directional driller, Boring system,   Electronic traking,   Driller: all power drills excluding   jackhammer, whether core, diamond, wagon, track, multiple   unit, and all other types of mechanical drills without   regard to form of motive power.  Environmental remediation,   Monitoring well, Toxic waste and Geotechnical driller,   Toxic waste removal. Welding in connection with Laborer's   work. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0300‐005 01/01/2018                                   Rates          Fringes Asbestos Removal Laborer.........$ 33.19            17.78 DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A   SCOPE OF WORK:  Includes site mobilization, initial site   cleanup, site preparation, removal of asbestos‐containing   material and toxic waste, encapsulation, enclosure and   disposal of asbestos‐ containing materials and toxic waste   by hand or with equipment or machinery; scaffolding,   fabrication of temporary wooden barriers and assembly of   decontamination stations. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * LABO0345‐001 07/01/2018                                   Rates          Fringes LABORER (GUNITE)        GROUP 1.....................$ 42.18            18.27      GROUP 2.....................$ 41.23            18.27      GROUP 3.....................$ 37.69            18.27   FOOTNOTE: GUNITE PREMIUM PAY:   Workers working from a   Bosn'n's Chair or suspended from a  rope or cable shall   receive 40 cents per hour above the foregoing applicable   classification rates.   Workers doing gunite and/or   shotcrete work in a tunnel shall  receive 35 cents per hour   above the foregoing applicable classification rates, paid   on a portal‐to‐portal basis.   Any work performed on, in or   above any smoke stack, silo, storage elevator or similar   type of structure, when such  structure is in excess of   75'‐0"" above base level and which work must be performed in   whole or in part more than 75'‐0"" above base level, that   work performed above the 75'‐0"" level  shall be compensated   for at 35 cents per hour above the  applicable   classification wage rate. GUNITE LABORER CLASSIFICATIONS  GROUP 1: Rodmen, Nozzlemen  GROUP 2: Gunmen  GROUP 3: Reboundmen ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * LABO1184‐001 07/01/2018                                   Rates          Fringes Laborers: (HORIZONTAL    DIRECTIONAL DRILLING)        (1) Drilling Crew Laborer...$ 35.70            14.03      (2) Vehicle Operator/Hauler.$ 35.87            14.03 DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A      (3) Horizontal Directional       Drill Operator..............$ 37.72            14.03      (4) Electronic Tracking       Locator.....................$ 39.72            14.03 Laborers: (STRIPING/SLURRY    SEAL)        GROUP 1.....................$ 35.86            16.21      GROUP 2.....................$ 37.16            16.21      GROUP 3.....................$ 39.17            16.21      GROUP 4.....................$ 40.91            16.21 LABORERS ‐ STRIPING CLASSIFICATIONS     GROUP 1: Protective coating, pavement sealing, including   repair and filling of cracks by any method on any surface   in parking lots, game courts and playgrounds; carstops;   operation of all related machinery and equipment; equipment   repair technician   GROUP 2: Traffic surface abrasive blaster; pot tender ‐   removal of all traffic lines and markings by any method   (sandblasting, waterblasting, grinding, etc.) and   preparation of surface for coatings.  Traffic control   person: controlling and directing traffic through both   conventional and moving lane closures; operation of all   related machinery and equipment   GROUP 3: Traffic delineating device applicator: Layout and   application of pavement markers, delineating signs, rumble   and traffic bars, adhesives, guide markers, other traffic   delineating devices including traffic control. This   category includes all traffic related surface preparation   (sandblasting, waterblasting, grinding) as part of the   application process. Traffic protective delineating system   installer: removes, relocates, installs, permanently   affixed roadside and parking delineation barricades,   fencing, cable anchor, guard rail, reference signs,   monument markers; operation of all related machinery and   equipment; power broom sweeper   GROUP 4: Striper: layout and application of traffic stripes   and markings; hot thermo plastic; tape traffic stripes and   markings, including traffic control; operation of all   related machinery and equipment ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * LABO1414‐003 08/08/2018                                   Rates          Fringes DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A LABORER        PLASTER CLEAN‐UP LABORER....$ 33.82            19.40      PLASTER TENDER..............$ 36.37            19.40 Work on a swing stage scaffold: $1.00 per hour additional. Work at Military Bases ‐  $3.00 additional per hour:   Coronado Naval Amphibious Base, Fort Irwin, Marine Corps Air   Station‐29 Palms, Imperial Beach Naval Air Station, Marine   Corps Logistics Supply Base, Marine Corps Pickle Meadows,   Mountain Warfare Training Center, Naval Air   Facility‐Seeley, North Island Naval Air Station, Vandenberg   AFB. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PAIN0036‐001 07/01/2018                                   Rates          Fringes Painters: (Including Lead    Abatement)        (1) Repaint (excludes San       Diego County)...............$ 27.59            14.92      (2) All Other Work..........$ 31.12            15.04   REPAINT of any previously painted structure.  Exceptions:   work involving the aerospace industry, breweries,   commercial recreational facilities, hotels which operate   commercial establishments as part of hotel service, and   sports facilities. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PAIN0036‐010 10/01/2017                                   Rates          Fringes DRYWALL FINISHER/TAPER        (1) Building & Heavy       Construction................$ 30.24            16.95      (2) Residential       Construction (Wood frame       apartments, single family       homes and  multi‐duplexes       up to and  including four       stories)....................$ 23.50            15.96 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PAIN0036‐012 10/01/2017                                   Rates          Fringes DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A GLAZIER..........................$ 42.55            18.57 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PAIN0036‐019 01/01/2018                                   Rates          Fringes SOFT FLOOR LAYER.................$ 30.02            13.68 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLAS0200‐005 08/02/2017                                   Rates          Fringes PLASTERER........................$ 41.26            14.46   NORTH ISLAND NAVAL AIR STATION, COLORADO NAVAL AMPHIBIOUS   BASE, IMPERIAL BEACH NAVAL AIR STATION:  $3.00 additional   per hour. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLAS0500‐001 07/01/2018                                   Rates          Fringes CEMENT MASON/CONCRETE FINISHER        GROUP 1.....................$ 26.34            21.12      GROUP 2.....................$ 27.99            21.12      GROUP 3.....................$ 30.07            21.12   CEMENT MASONS ‐  work inside the building line, meeting the   following criteria:   GROUP 1:  Residential wood frame project of any size;  work   classified as Type III, IV or Type V construction;   interior tenant improvement work regardless the size of the   project; any wood frame project of four stories or less.   GROUP 2: Work classified as type I and II construction   GROUP 3: All other work ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * PLUM0016‐006 07/01/2016                                   Rates          Fringes PLUMBER, PIPEFITTER,    STEAMFITTER        Camp Pendleton..............$ 51.69            21.41      Plumber and Pipefitter       All other work except  DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A       work on new additions and        remodeling of bars,        restaurant, stores and        commercial buildings not        to exceed 5,000 sq. ft.        of floor space and work        on strip malls, light        commercial, tenant        improvement and remodel        work.......................$ 47.19            21.41      Work ONLY on new additions       and remodeling of       commercial buildings,       bars, restaurants, and       stores not to exceed 5,000       sq. ft. of floor space......$ 45.73            20.43      Work ONLY on strip malls,       light commercial, tenant       improvement and remodel       work........................$ 35.69            18.76 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLUM0016‐011 07/01/2017                                   Rates          Fringes PLUMBER/PIPEFITTER        Residential.................$ 39.91            17.53 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLUM0078‐001 07/01/2016                                   Rates          Fringes PLUMBER        Landscape/Irrigation Fitter.$ 44.16            25.19      Sewer & Storm Drain Work....$ 44.16            25.19 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ROOF0045‐001 07/01/2017                                   Rates          Fringes ROOFER...........................$ 30.73             8.43 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  SFCA0669‐001 04/01/2017                                   Rates          Fringes SPRINKLER FITTER.................$ 39.17            15.84 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  SHEE0206‐001 07/01/2017 DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A                                   Rates          Fringes SHEET METAL WORKER        Camp Pendleton..............$ 38.88            26.52      Except Camp Pendleton.......$ 36.88            26.52      Sheet Metal Technician......$ 27.70             8.43 SHEET METAL TECHNICIAN ‐ SCOPE: a. Existing residential buildings, both single and multi‐family, where each unit is heated and/or cooled by a separate system  b. New single family residential buildings including tracts.  c. New multi‐family residential buildings, not exceeding five stories of living space in height, provided each unit is heated or cooled by a separate system. Hotels and motels are excluded.  d. LIGHT COMMERCIAL WORK: Any sheet metal, heating and air conditioning work performed on a project where the total construction cost, excluding land, is under $1,000,000  e. TENANT IMPROVEMENT WORK: Any work necessary to finish interior spaces to conform to the occupants of commercial buildings, after completion of the building shell ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0166‐001 07/03/2017                                   Rates          Fringes Truck drivers:        GROUP 1.....................$ 15.90            34.69      GROUP 2.....................$ 23.49            34.69      GROUP 3.....................$ 23.69            34.69      GROUP 4.....................$ 23.89            34.69      GROUP 5.....................$ 24.09            34.69      GROUP 6.....................$ 24.59            34.69      GROUP 7.....................$ 26.09            34.69   FOOTNOTE: HAZMAT PAY:  Work on a hazmat job, where hazmat   certification is required, shall be paid, in addition to   the classification working in, as follows: Levels A, B and   C ‐ +$1.00 per hour.  Workers shall be paid hazmat pay in   increments of four (4) and eight (8) hours. TRUCK DRIVER CLASSIFICATIONS       GROUP 1: Fuel Man, Swamper   GROUP 2:  2‐axle Dump Truck, 2‐axle Flat Bed,Concrete Pumping   Truck, Industrial Lift Truck, Motorized Traffic Control,   Pickup Truck on Jobsite DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A   GROUP 3: 2‐axle Water Truck, 3‐axle Dump Truck, 3‐axle Flat   Bed, Erosion Control Nozzleman, Dump Crete Truck under 6.5   yd, Forklift 15,000 lbs and over, Prell Truck, Pipeline   Work Truck Driver, Road Oil Spreader, Cement Distributor or   Slurry Driver, Bootman, Ross Carrier   GROUP 4: Off‐road Dump Truck under 35 tons 4‐axles but less   than 7‐axles, Low‐Bed Truck & Trailer, Transit Mix Trucks   under 8 yd, 3‐axle Water Truck, Erosion Control Driver,   Grout Mixer Truck, Dump Crete 6.5yd and over, Dumpster   Trucks, DW 10, DW 20 and over, Fuel Truck and Dynamite,   Truck Greaser, Truck Mounted Mobile Sweeper 2‐axle Winch   Truck   GROUP 5: Off‐road Dump Truck 35 tons and over, 7‐axles or   more, Transit Mix Trucks 8 yd and over, A‐Frame Truck,   Swedish  Cranes   GROUP 6:  Off‐Road Special Equipment (including but not   limited to Water Pull Tankers, Athey Wagons, DJB, B70   Wuclids or like Equipment)      GROUP 7:  Repairman ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================   Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017.  If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking.  Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐   The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification.  As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.   ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐                    WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: *  an existing published wage determination *  a survey underlying a wage determination *  a Wage and Hour Division letter setting forth a position on    a wage determination matter *  a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A Branch of Construction Wage Determinations.  Write to:             Branch of Construction Wage Determinations             Wage and Hour Division             U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:             Wage and Hour Administrator             U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board).  Write to:             Administrative Review Board             U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================           END OF GENERAL DECISION" DocuSign Envelope ID: 91750ED3-8975-4990-82E7-D57C7CB4112A DocuSign Envelope ID: B2677DAB-E684-4D06-B5A7-0A577A9BF1AD Project: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 Change Order No. 4 CARLSBAD MUNICIPAL WATER DISTRICT CONTRACT CHANGE ORDER NO. 4 PROJECT: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 CONTRACT NO. PWS19-491UTIL P.O. NO. P136948 ACCOUNT NO. 5057000-9060/39041-9066 5077000-9060/52082-9066 CONTRACTOR: Ferreira Coastal Construction Co. ADDRESS: 10370 Commerce Center Dr., Suite 8-200 Rancho Cucamonga, CA 91730 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the Board and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the Executive Manager and/or the President of the Board or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Item 2: Item 3: PCO No. 56: Addition of 100 LF of mainline to accommodate the water service location change for Calavera Hills Community Park. Increase the number of working days by 0. Increase to contract cost. ................................................................ $28,928.86 PCO No. 62: Additional labor, material and equipment to locate the water main due to mismarked water main on El Camino Real. Increase the number of working days by 0. Increase to contract cost. .................................................................. $1,359.99 PCO No. 63: Additional labor, material and equipment to repair an unmarked 2" irrigation conduit on High Ridge Ave. Increase the number of working days by 0. Increase to contract cost. .................................................................. $1,019. 52 DocuSign Envelope ID: B2677DAB-E684-4D06-B5A7-0A577A9BF1AD 6/22/2020 6/25/2020 6/25/2020 6/26/2020 6/26/2020 6/26/2020 Project: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 Change Order No. 4 Item 4: PCO No. 64: Additional labor, material and equipment to repair an unmarked 1" water service that serviced a control box on Telescope Ave and Spyglass Ct. Increase the number of working days by 0. Increase to contract cost. .................................. _ ............................. $11,070.89 Item 5: Increase the number of working days due to inclement weather and protests. Award of 27 rain delays to date and three days for impacts due to protests within city limits. Increase the number of working days by 30. In crease to contract cost ........................................................................ $0. 00 TOTAL INCREASE TO CONTRACT COST .................................................. $42,379.26 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY THIRTY (30) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: APPROVED BY: hW/4;,to MUNICIPAL PROJECTS MANAGER (DATE) (DATE) ENGINEERING MANAGER (DATE) FINANCE DIRECTOR (DATE) DEPUTY CITY MANAGER (DATE} EXECUTIVE MANAGER (DATE) APPROVED AS TO FORM: CITY ATTORNEY (DATE) DISTRIBUTION: RECORDS MANAGEMENT (ORIGINAL}, PURCHASING CONTRACTOR Project: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 Change Order No. 3 CONTRACT CHANGE ORDER NO. 3 PROJECT: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 CONTRACT NO. PWS19-491 UTIL P.O. NO. P136948 ACCOUNT NO. 5057000-9060/39041-9066 5077000-9060/52082-9066 CONTRACTOR: Ferreira Coastal Construction Co. ADDRESS: 10370 Commerce Center Dr., Suite B-200 Rancho Cucamonga, CA 91730 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and " services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the Board and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the Executive Manager and/or the President of the Board or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Item 2: Item 3: PCO No. 40: Additional labor, material and equipment due to re-design of sheets C- 07 and C-08. Increase the number of working days by 60. Increase to contract cost. ............................................................... $201, 799.00 PCO No. 36: Additional labor, material and equipment due to re-design of sheets C- 11, C-12 & C-13. Increase the number of working days by 14. Increase to contract cost. ............................................................... $152, 154.02 PCO No. 24: Additional labor, material and equipment due to re-design of sheets C- 14, C-15, C-16, C-17, C-18, C-19, C-20 and C-21. Increase the number of working days by 15. Increase to contract cost.. .............................................................. $187,242.00 Project: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 Change Order No. 3 Item 4: Item 5: PCO No. 26: Additional labor, material and equipment due to re-design of sheet C- 22. Increase the number of working days by 1. Increase to contract cost.. ................................................................. $8,814.00 PCO No. 29: Additional labor, material and equipment due to re-design of sheet C- 23. Increase the number of working days by 1. Increase to contract cost.. ............................................................... $14,973.00 Item 6: PCO No. 28: Additional labor, material and equipment due to re-design of sheet C- 24. Increase the number of working days by 1. Increase to contract cost. .................................................................. $5,763.00 Item 7: PCO No. 27: Additional labor, material and equipment due to re-design of sheet C- 25. Item 8: Item 9: Increase the number of working days by 1. Increase to contract cost.. ................................................................ $13,912.00 PCO No. 33: Additional labor, material and equipment due to re-design of sheets C- 15 and C-26. Increase the number of working days by 3. Increase to contract cost.. ................................................................ $32,899.00 PCO No. 32: Additional labor, material and equipment due to re-design of sheet C- 27. Increase the number of working days by 3. Increase to contract cost. ................................................................. $32,830.00 Item 10: PCO No. 30: Additional labor, material and equipment due to re-design of sheets C- 28 and C-29. Increase the number of working days by 1. Increase to contract cost. ................................................................... $9,280.00 Project: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 Change Order No. 3 Item 11: PCO No. 13: Additional labor, material and equipment due to re-design of sheet C- 30. Increase the number of working days by 2. Increase to contract cost. ................................................................ $22,905.00 Item 12: PCO No. 15: Additional labor, material and equipment due to re-design of sheet C- 31. Increase the number of working days by 3. Increase to contract cost. ................................................................ $46,305.00 Item 13: PCO No. 16: Additional labor, material and equipment due to re-design of sheet C- 32. Increase the number of working days by 1. Increase to contract cost. .................................................................. $9,921.00 Item 14: PCO No. 31: Additional labor, material and equipment due to re-design of sheet C- 34. Increase the number of working days by 1. Increase to contract cost. ................................................................ $20,625.00 Item 15: PCO No. 14: Additional labor, material and equipment due to re-design of sheet C- 35. Increase the number of working days by 1. Increase to contract cost.. ................................................................ $9,850.00 Item 16: PCO No. 11: Additional labor, material and equipment due to re-design of sheet C- 36. Increase the number of working days by 2. Increase to contract cost.. ............................................................... $15,317.00 Item 17: PCO No. 19: Additional labor, material and equipment due to re-design of sheet C- 38. Increase the number of working days by 1. Increase to contract cost. ................................................................ $11,837.00 Project: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 Change Order No. 3 Item 18: PCO No. 20: Additional labor, material and equipment due to re-design of sheet C- 39. Increase the number of working days by 1. Increase to contract cost.. ............................................................... $12,263.00 Item 19: PCO No. 25: Additional labor, material and equipment due to re-design of sheet C- 40. Increase the number of working days by 1. Increase to contract cost.. ............................................................... $10,149.00 Item 20: PCO No. 18: Additional labor, material and equipment due to re-design of sheet C- 41. Increase the number of working days by 0. Increase to contract cost.. ............................................................... $16,697.00 Item 21: PCO No. 46: Additional labor, material and equipment due to re-design of sheets C- 42, C-43, C-44, C-45, C-46, C-47 and C-48. Increase the number of working days by 15. Increase to contract cost.. ............................................................ $103,337.00 Item 22: PCO No. 37: Additional labor, material and equipment due to re-design of sheets C- 49 and C-50. Increase the number of working days by 1. Increase to contract cost.. ............................................................... $17,993.00 Item 23: PCO No. 45: Additional labor, material and equipment due to re-design of sheets C- 52, C-53, C-54, C-55, C-56, C-57 and C-58. Increase the number of working days by 15. Increase to contract cost. .............................................................. $153,760.00 Item 24: PCO No. 49: Additional labor, material and equipment due to re-design of sheet C- 59. Increase the number of working days by 0. Increase to contract cost. ................................................................ $11,749.00 Project: 5208-8, Recycled Water Phase Ill Pipeline Expansion Segment 5 Change Order No. 3 Item 25: PCO No. 47: Additional labor, material and equipment due to re-design of sheets C- 62, C-64 and C-65. Increase the number of working days by 10. Increase to contract cost. .............................................................. $166,139.00 Item 26: PCO No. 48: Additional labor, material and equipment due to re-design of sheets C- 61 and C-63. Increase the number of working days by 6. Increase to contract cost. ................................................................ $71,331.00 Item 27: PCO No. 35: Cost to repave and pour concrete sidewalks in Segment 5-1, where the water department crews modified services. Increase the number of working days by 6. Increase to contract cost. ................................................................ $59,918.52 Item 28: PCO No. 8: Cost of equipment on stand by while waiting for re-design of pipeline. Increase the number of working days by 0. Increase to contract cost ................................................................. $10,731.88 Item 29: PCO No. 7: Cost of laydown yard and equipment on stand-by while waiting for re- design of the pipeline from May 1, 2019 to Nov. 30, 2019. Increase the number of working days by 0. Increase to contract cost. ................................................................ $33, 116.22 Item 30: PCO No. 39: Home Office Overhead from May 1, 2019 through Nov. 30, 2019. Increase the number of working days by 146. Increase to contract cost. .............................................................. $474,030.00 Item 31: PCO No: 41: Schedule acceleration for a revised completion of Oct. 22, 2020. With this acceleration of schedule, the contractor will be working 10-hour·shifts, 7 a.m. to 5 p.m., in Segments 5-1 and 5-3. Decrease the number of working days by 257. Increase to contract cost ............................................................... $227,363.25 . . Project: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 Change Order No. 3 TOT AL INCREASE TO CONTRACT COST ................................................ $2, 165,003.89 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY FIFTY-FIVE (55) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. APPROVED AS TO FORM: fk1wl« f: f/~fJU I l/2t{fi 1 CITY ATTORNEY (DATE) I DISTRIBUTION: PROJECT FILE (ORIGINAL), PURCHASING, CONTRACTOR Project: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 Change Order No. 2 · CARLSBAD MUNICIPAL WATER DISTRICT CONTRACT CHANGE ORDER NO. 2 PROJECT: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 CONTRACT NO. PWS19-491UTIL P.O. NO. P136948 ACCOUNT NO. 5057000-9060/39041-9066 5077000-9060/52082-9066 CONTRACTOR: Ferreira Coastal Construction Co. ADDRESS: 10370 Commerce Center Dr., Suite B-200 Rancho Cucamonga, CA 91730 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the Board and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the Executive Manager and/or the President of the Board or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Item 2: Item 3: PCO No. 12: Additional labor, materials and equipment due to repair potholes. Increase the number of working days by 2. Increase to contract cost.. ................................................................. $7,517.20 PCO No. 17: Additional labor, materials and equipment to pothole unforeseen utilities due to design conflicts. Increase the number of working days by 1. Increase to contract cost. .................................................................. $5,784.30 PCO No. 22: Additional labor, materials and equipment to pothole due to design conflicts and to repair pothole patches on Cannon Rd. Increase the number of working days by 5. Increase to contract cost. ................................................................ $20,978.45 Project: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 Change Order No. 2 Item 4: PCO No. 10: Pothole repair allowance that will be paid on a time and material basis of actual work performed at a not to exceed amount of $50,000.00. This line item will be reconciled and closed-out for any amount unused in a future change order. Item 5: Increase the number of working days by 0. Increase to contract cost ................................................................. $50,000.00 PCO No. 6: Additional labor and equipment to pothole due to design conflicts and mismarked and unmarked utilities. Increase the number of working days by 5. Increase to contract cost.. ............................................................... $16,744.22 Item 6: PCO No. 23: Additional labor and equipment to pothole due to design conflicts and to repair pothole patches on Tamarack Ave., El Camino Real, Pontiac Dr., Salisbury Dr. and Regent Rd. Increase the number of working days by 4. Increase to contract cost.. ............................................................... $17,503.83 TOTAL INCREASE TO CONTRACT COST ................................................... $118,528.00 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY SEVENTEEN (17) WORKING DA VS AS A RESULT OF THIS CHANGE ORDER. RECO'MMENDED BY: < ? CJ61, er (DATE) q/11/;r; DISTRIBUTION: PROJECT FILE (ORIGINAL), PURCHASING, CONTRACTOR Project: 5208-8, Recycled Water Phase Ill Pipeline Expansion Segment 5 Change Order No. 1 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 1 PROJECT: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 CONTRACT NO. PWS19-491 UTIL P.O. NO. P136948 ACCOUNT NO. 5057000-9060/39041-9066 5077000-9060/52082-9066 CONTRACTOR: Ferreira Coastal Construction Co. ADDRESS: 10370 Commerce Center Dr.. Suite B-200 Rancho Cucamonga. CA 91730 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed · between the Board and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the Executive Manager and/or the President of the Board or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Item 2: Item 3: PCO No. 1: Additional labor and equipment to pothole additional water laterals. Increase the number of working days by 0. Increase to contract cost.. ................................................................ $4,848.40 PCO No. 2: Additional labor and equipment to pothole additional street light conduits. Increase the number of working days by 0. Increase to contract cost.. ................................................................ $4,731.77 PCO No. 3: Additional labor and equipment to pothole additional utilities not shown on the plans. Increase the number of working days by 0. Increase to contract cost. ................................................................. $6,703.58 Project: 5208-B, Recycled Water Phase Ill Pipeline Expansion Segment 5 Change Order No. 1 Item 4: PCO No. 4: Additional labor and equipment to re-pothole various locations due to design conflicts. Increase the number of working days by 4. Increase to contract cost.. ................................................................ $7,302.52 Item 5: PCO No. 5: Additional labor, material and equipment to repair pothole patches, additional potholing, and hand excavation of the Kinder Morgan gas line not shown on the plans. Increase the number of working days by 4. Increase to contract cost.. ............................................................... $17,345.31 Item 6: PCO No. 9: Pothole an additional 150 locations not shown on the plans. Reimbursement for additional potholes will be paid based on the actual quantity of potholes performed. This line item will be reconciled and closed-out for any unused quantities in a future change order. Increase the number of working days by 0. Increase to contract cost.. ............................................................... $39, 150.00 TOTAL INCREASE TO CONTRACT COST .................................................... $80,081.58 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY EIGHT (8) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. (4 t.1111-1 (DATE) s-/22 1/1 (DATE) '-/6/ly (DATE) I \&:} ANAGER / PRESIDENT(DATE) DISTRIBUTION: PROJECT FILE (ORIGINAL), PURCHASING, CONTRACTOR CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENT AL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR RECYCLED WATER PHASE III PIPELINE EXP ANSI ON SEGMENT 5 ,, •+;' Revised 6/12/18 CONTRACT NO. 5208-B PWS19-491UTIL DBE PARTICIPATION Contract No. 5208-B Page 1 of 220 TABLE OF CONTENTS Notice Inviting Bids............................................................................................................... 9 Contractor's Proposal............................................................................................................ 16 Bid Security Form................................................................................................................. 26 Bidder's Bond to Accompany Proposal .. . . .... ..... .... .. ..... ...... ... . . ... . .. . . . . . .. . . .. . . .. . . ....... .. .. ....... .. ... 27 Guide for Completing the "Designation of Subcontractors" Form ..... .... .. .. .... . .. .. . .. .. .. .. .. . ... ..... 28 Designation of Subcontractor and Amount of Subcontractor's Bid Items .............................. 30 Bidder's Statement of Technical Ability and Experience........................................................ 31 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation . . .. .. . . . . . . . .. . .. . . .. . .. .. .. .. .. .. . . .. .. .. .. . . . .. . .. .. . .... . . .. . .. . . . .. .. . .. .. . . . .. 32 Bidder's Statement Re Debarment........................................................................................ 33 Bidder's Disclosure of Discipline Record . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid......................... 36 Contract Public Works........................................................................................................... 37 Labor and Materials Bond . . . . .. . . .. . . . . . . . .. .. .. .. .. . . .. . . . .. . . . .. . . .. . . .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . . . .. .. . .. . . . . . . . . . . 44 Faithful Performance/Warranty Bond . .... . .. . . .. . .... .. .. .......... ... . . .... . . . . . . ... . . . . . . . ... . . .. . .. . .. .. .. . ... ....... 46 Optional Escrow Agreement for Surety Deposits in lieu of Retention .. . .. . . .. . . .. .. .. .. . .. .. .... .. .. . . .. 48 {\ •;;' Revised 6/12/18 Contract No. Page 2 of 220 Section 1 1-1 1-2 1-3 1-4 1-5 Section 2 2-1 2-2 2-3 2-4 2-5 2-6 2-7 2-8 2-9 2-10 2-11 2-12 Section 3 3-1 3-2 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-2 5-3 5-4 5-5 5-6 Section 6 6-1 6-2 6-3 6-4 6-5 6-6 6-7 GENERAL PROVISIONS Terms, Definitions Abbreviations and Symbols Terms............................................................................................................... 51 Definitions......................................................................................................... 51 Abbreviations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 55 Units of Measure............................................................................................... 58 Symbols........................................................................................................... 59 Scope and Control of The Work Award and Execution of Contract...................................................................... 60 Assignment....................................................................................................... 60 Subcontracts..................................................................................................... 60 Contract Bonds................................................................................................. 61 Plans and Specifications................................................................................... 62 Work to be Done............................................................................................... 66 Subsurface Data............................................................................................... 67 Right-of-Way..................................................................................................... 67 Surveying.......................................................................................................... 67 Documentation of Existing Conditions Prior to Construction.............................. 71 Authority of Board and Engineer....................................................................... 71 Inspection......................................................................................................... 73 Changes in Work Changes Requested by the Contractor............................................................. 7 4 Changes Initiated by the Agency....................................................................... 74 Extra Work........................................................................................................ 75 Changed Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 78 Disputed Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 79 Control of Materials Materials and Workmanship......................... .................................................... 85 Materials Transportation, Handling and Storage . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . 89 Utilities Location . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 90 Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 90 Removal........................................................................................................... 91 Relocation......................................................................................................... 91 Delays............................................................................................................... 92 Cooperation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 92 Prosecution, Progress and Acceptance of the Work Construction Schedule and Commencement of Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 93 Prosecution of Work.......................................................................................... 97 Suspension of Work.......................................................................................... 98 Default by Contractor........................................................................................ 98 Termination of Contract..................................................................................... 99 Delays and Extensions of Time......................................................................... 99 Time of Completion........................................................................................... 100 l' •+;' Revised 6/12/18 Contract No. 5208-B Page 3 of 220 6-8 6-9 6-10 Section 7 7-1 7-2 7-3 7-4 7-5 7-6 7-7 7-8 7-9 7-10 7-11 7-12 7-13 7-14 7-15 Section 8 8-1 8-2 8-3 8-4 8-5 8-6 Section 9 9-1 9-2 9-3 9-4 Completion, Acceptance, and Warranty............................................................ 101 Liquidated Damages......................................................................................... 103 Use of Improvement During Construction ......................................................... 103 Responsibilities of the Contract Contractor's Equipment and Facilities............................................................... 104 Labor................................................................................................................ 104 Liability Insurance............................................................................................. 104 Workers' Compensation Insurance................................................................... 104 Permits .. .. . .. .. .. .. .. .. .. . .. . .. .. . .. .. . .. .. .. .. .. .. .. . .. . .. .. .. .. .. .. .. . .. .. .. .. .. .. . .. .. .. .. .. .. . .. .. .. .. .. .. .. .. . 105 The Contractor's Representative....................................................................... 106 Cooperation and Collateral Work...................................................................... 106 Project Site Maintenance.................................................................................. 107 Protection and Restoration of Existing Improvements....................................... 118 Public Convenience and Safety........................................................................ 118 Patent Fees or Royalties................................................................................... 126 Advertising . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 126 Laws to be Observed........................................................................................ 126 Antitrust Claims................................................................................................. 126 Prevailing Wage............................................................................................... 126 Facilities for Agency Personnel General............................................................................................................. 128 Field Office Facilities......................................................................................... 128 Field Laboratories............................................................................................. NIA Bathhouse Facilities.......................................................................................... NIA Removal of Facilities......................................................................................... 129 Basis of Payment.............................................................................................. 129 Measurement and Payment Measurement of Quantities for Unit Price Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 130 Lump Sum Work............................................................................................... 130 Payment .. .. .. .. .. .. .. . .. .. . .. . .. .. . .. . .. . .. .. .. .. .. .. .. .. .. .. .. .... . .. . .. .. .. .. .. .. .. .. .. .. .. . .. ... .. .. . .. .. .. .. . . 130 Bid Items........................................................................................................... 134 ,, •,r Revised 6/ 12/ 1 8 Contract No. 5208-B Page 4 of 220 Part 2 SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Construction Materials Section 200 200-1 200-2 Section 201 201-1 201-3 Section 203 203-6 203-11 Section 204 204-1 Section 206 206-7 206-8 206-9 Section 207 207-2 207-9 207-10 207-25 Section 209 Section 86 86-2 86-3 86-4 86-5 86-6 Section 210 210-1 210-3 Section 212 212-1 212-2 212-3 Section 213 213-2 213-3 Section 214 214-5 Section 215 215-1 Rock Materials Rock Products ................................................................................................. . Untreated Base Materials ................................................................................. . Concrete, Mortar and Related Materials Portland Cement Concrete .............................................................................. . Expansion Joint Filler and Joint Sealants ........................................................ .. Bituminous Materials Asphalt Concrete ............................................................................................. . Asphalt Rubber Hot Mix (ARHM) Wet Process ............................................... .. Lumber and Treatment with Preservatives Lumber and Plywood ....................................................................................... . Miscellaneous Metal Items Traffic Signs ..................................................................................................... . Light Gage Steel Tubing and Connectors ....................................................... .. Portable Changeable Message Sign ................................................................ . Pipe Reinforced Concrete Pipe ................................................................................ . Iron Pipe and Fittings ....................................................................................... . Steel Pipe ........................................................................................................ . Underground Utility Marking Tape .................................................................... . Electrical Components ..................................................................................... . Signals, Lighting and Traffic Electrical System Materials and Installation ................................................................................. . Controller Assemblies ...................................................................................... . Traffic Signal Faces and Fittings ...................................................................... . Detectors ......................................................................................................... . Lighting ............................................................................................................ . Paint and Protective Coatings Paint ................................................................................................................ . Galvanizing ...................................................................................................... . Landscape and Irrigation Materials Landscape Materials ........................................................................................ . Irrigation System Materials ............................................................................... . Electrical Materials ........................................................................................... . Engineering Fabrics Geotextiles ....................................................................................................... . Erosion Control Specialties .............................................................................. . Pavement Markers Reflective Pavement Markers .......................................................................... . Fencing Environmental Fencing ................................................................................... .. {'\ •tr Revised 6/12/18 Contract No. 5208-B Page 5 of 220 143 144 145 147 148 149 150 150 152 153 155 155 155 156 157 158 158 159 168 177 178 178 179 184 186 187 187 188 189 Part 3 Section 300 300-1 300-2 300-3 300-4 300-5 300-9 300-13 Section 301 301-1 Section 302 302-1 302-2 302-3 302-4 302-5 302-11 Section 303 303-1 303-2 303-5 303-6 Section 306 306-1 306-5 Section 307 307 Section 308 308-4 308-5 308-6 308-7 Section 310 310-5 Section 312 312-1 Section 313 313-1 Construction Methods Earthwork Clearing and Grubbing .................................................................................... . Unclassified Excavation ................................................................................... . Structure Excavation and Backfill ..................................................................... . Unclassified Fill ................................................................................................ . Borrow Excavation ........................................................................................... . Geotextiles for Erosion Control and Water Pollution Control. ........................... . Storm Water Pollution Prevention Plan ............................................................ . Treated Soil, Subgrade Preparation and Placement of Base Materials Subgrade Preparation ...................................................................................... . Roadway Surfacing .......................................................................................... . Oiled Roadways and Shoulders ....................................................................... . Chip Seal ......................................................................................................... . Asphalt-Rubber Chip Seal or Interlayer ........................................................... . Emulsion-Aggregate Slurry .............................................................................. . Asphalt Concrete Pavement ............................................................................ . Asphalt Pavement Repairs and Remediation ................................................... . Concrete and Masonry Construction. Concrete Structures ......................................................................................... . Air-Placed Concrete ......................................................................................... . Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways ....................................................................... . Stamped Concrete ........................................................................................... . Underground Conduit Construction Open Trench Operations .................................................................................. . Abandonment of Conduits and Structures ........................................................ . Street Lighting and Traffic Signals Street Lighting Construction ............................................................................. . Landscape and Irrigation Installation Planting ............................................................................................................ . Irrigation System Installation ............................................................................ . Maintenance and Plant Establishment ............................................................. . Guarantee ........................................................................................................ . Painting Painting Various Surfaces ............................................................................... . Pavement Marker Placement and Removal Placement. ....................................................................................................... . Temporary Traffic Control Devices Temporary Traffic Pavement Markers .............................................................. . l' •+;' Revised 6/12/18 Contract No. 5208-B Page 6 of 220 190 190 192 192 193 194 195 198 198 NIA NIA NIA NIA 200 201 202 203 203 203 204 207 207 208 210 211 212 · 215 216 216 313-2 313-3 313-4 Part 6 600-3 Temporary Traffic Signing ................................................................................ 217 Temporary Railing (Type K) and Crash Cushions ............................................ 218 Measurement and Payment.............................................................................. 219 Modified Asphalt, Pavement and Processes Rubberized Emulsion -Aggregate Slurry . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 220 l'\ •+;' Revised 6/12/18 Contract No. 5208-B Page 7 of 220 TECHNICAL SPECIFICATIONS TABLE OF CONTENTS Division Section Division 02 02080 02223 Division 03 03000 Division 09 09900 09902 Division 13 13080 Division Name Section Name Site Work Asbestos Cement Pipe Testing Trenching, Excavation, Backfilling, and Compacting Concrete Cast-In-Place Concrete Finishes Painting and Coating Petrolatum Wax Tape Coating Special Construction Settlement Monitoring Mechanical General Piping System and Appurtenances Disinfection of Piping Hydrostatic Testing of Pressure Pipelines Ductile-Iron Pipe and Fittings Copper Tubing, Brass and Bronze Pipe Fittings Polyvinyl Chloride (PVC) Pressure Pipe and Fittings (AWWA C900) Blow-off Assemblies Miscellaneous Couplings, Pipe and Appurtenances Resilient Wedge Gate Valves (RWGV's) Division 15 15000 15041 15044 15056 15057 15064 15074 15092 15100 15108 15125 Air Release Valve, Air and Vacuum Valve and Combination Air Valve Assemblies Jacked Pipe Casing Electrical Division16 16640 Cathodic Protection by Sacrificial Anodes APPENDICES TO THE SPECIFICATIONS Appendix A: State Revolving Fund (SRF) Requirements A. 1 Agreement A.2 Adopted MMRP A.3 Requirements Specific to Disadvantaged Business Enterprises (DBE) A.4 American Iron and Steel Requirements (AIS) A.5 Davis Bacon Requirements A.6 CWSRF Signage Appendix B: Geotechnical Report Appendix C: Potholing Report Appendix D: Door Hanger Appendix E: Carlsbad Asset Management Table Appendix F: Standard Drawings Appendix G: OSHA Tunnel Classification Appendix H: Traffic Loop Drawings Appendix I: Encina Discharge Forms l' • .-, Revised 6/12/18 Contract No. 5208-B Page 8 of 220 CARLSBAD MUNICIPAL WATER DISTRICT, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on August 29, 2018, the Carlsbad Municipal Water District (District) 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: Furnish and install approximately 31,684 linear feet of 6" Recycled Water Pipeline, 8,000 linear feet of 8" recycled water pipeline, 4,370 linear feet of 6" potable water, and 1,685 linear feet of 8" potable water with all valves and appurtenances. Project is located in collector and residential streets and requires traffic control, utility protection, asphalt overlay, pavement striping and markers. RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B PWS19-491 UTIL 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 Carlsbad Municipal Water District and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water District or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Utility Department. 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 and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards, Inc. all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. l'\ •+;' Revised 6/12/18 Contract No. 5208-B Page 9 of 220 SUMMARY OF BIDDING SCHEDULE An overview of the bidding schedule is included in the following table. Details for each activity can be found in relevant section. ACTIVITY SCHEDULE TIME Released for Bid Wednesday, July 18, 2018 Pre-Bid Meeting Tuesday,August?,2018 9a.m. Deadline for questions Thursday, August 16, 2018 5 p.m. Final addendum/Q&A issued (if applicable) Wednesday,August22,2018 Bid opening Tuesday,August29,2018 11 a.m. DISADVANTAGE BUSINESS ENTERPRISE (DBE) PROGRAM Compliance with the Disadvantage Business Enterprise (DBE) requirements is required for this project. This project will be funded in part by the Clean Water State Revolving Fund (CWSRF) Program. The Carlsbad Municipal Water District is required to seek, and encourage the use of Disadvantaged Business Enterprises (DBE). All Bidders are required to complete and ensure the Good Faith Efforts (GFE) to ensure that DBEs have the opportunity to compete for financial assistance dollars. See Appendix "A" for all six good faith efforts requirements. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. AMERICAN IRON AND STEEL REQUIREMENTS Compliance with the American Iron and Steel provisions of P.L. 13-16 of the Consolidated Appropriations Act of 2014 is required. The Contractor shall review and comply with all of the regulations contained in Appendix "A" American Iron and Steel Requirements. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure of Discipline Record 10. Escrow Agreement for Security Deposits (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) l' •,;' Revised 6/12/18 Contract No. 5208-B Page 10 of 220 11. Clean Water State Revolving Fund and EPA Forms (EPA Form 4500-3, and EPA Form 4500-4, found in Appendix "A", must be completed and submitted with Bid ). Additional forms identified Appendix "A" Disadvantage Business Enterprise (DBE) Requirements shall be provided per the instruction therein. 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 $10,100,000 TIME OF COMPLETION: The contractor shall complete the Work within 375 working days as defined in the General Provisions Section 6-7. SPECIAL TY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not 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 of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Bid packages various supplemental provisions and Contract documents may be obtained on the City of Carlsbad web site at www.carlsbadca.gov. Paper copies will not be sold. 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. See Summary of Bidding Schedule for last deadline to submit a written request for clarification. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. ,, •+;' Revised 6/12/18 Contract No. 5208-B Page 11 of 220 REJECTION OF BIDS The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID This invitation to bid does involve federal funds. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. A current copy of applicable wage rates is on file in the Office of the City Engineer. The Davis Bacon rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the United States Secretary of Labor. Davis Bacon Wage determinations can be obtained from the U.S. Department of Labor's web site, www.dol.gov. See Appendix "A" for all Davis Bacon Requirements. The wage determination and the Davis Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by workers. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the District's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. Contractor may be required to submit any related payroll, fringe benefit, apprentice, training and any other documents needed to support the Owner's Labor Compliance Program electronically upon request from the Engineer. BIDDER'S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Graham Jordan, Contract Administrator graham.jordan@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. l'\ • .., Revised 6/12/18 Contract No. 5208-B Page 12 of 220 The cutoff date to submit questions regarding this project are defined in the Summary of Bidding Schedule. No questions will be entertained after that date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project by the date specified in the Summary of Bidding Schedule. PRE-BID MEETING A pre-bid meeting will be held at Carlsbad Municipal Water District offices located at 5950 El Camino Real, Carlsbad, CA 92008 on Tuesday, August 7, 2018 at 9 a.m. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDA Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the District until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the District may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 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 all insurance companies. {'\ • ., Revised 6/12/18 Contract No. 5208-B Page 13 of 220 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The District does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the District is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the District may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. STATEMENTS OF TECHNICAL ABILITY AND EXPERIENCE FOR CONTRACTOR Bidder shall demonstrate that they are qualified for the job by providing proof of their experience and technical ability for construction in the disciplines of construction required to complete this job. Proof of Bidder's experience and technical ability (as outlined below) shall be attached to The Bidder's Statements of Technical Ability and Experience to be included with the Contractor's bid. The statement and listing of information shall include but not be limited to the successful construction of the following: Potable Water/Recycled Water Infrastructure Improvements 1. Prime Contractor, under current business name, three (3) municipal projects in the last five (5) years with at least: a. $1,000,000 contract values specific to recycled water or potable water improvements; b. Minimum pipeline size 8-inch diameter or larger. c. Minimum pipeline length 1-mile or longer. 2. Trenchless Subcontractor, under current business name, three (3) municipal projects in the last five (5) years with at least: a. $100,000 contract values specific to recycled water or potable water improvements; b. Minimum borehole casing size 30-inch diameter or larger. CMWD reserves the right to disqualify bidders if bidder does not demonstrate the required technical ability and experience. STATEMENTS OF TECHNICAL ABILITY AND EXPERIENCE FOR CONTRACTOR'S REPRESENTATIVE Bidder shall also demonstrate that the firm will provide a qualified Contractor's Representative (as defined in Section 7-6) for the Project. Bidder shall submit proof of Contractor's Representative's qualifications with the bid. l'\ •fi Revised 6/12/18 Contract No. 5208-B Page 14 of 220 The qualifications for the Contractor's Representative shall include at a minimum: a. Submit resume and complete qualifications form demonstrating 5 years' experience as superintendent of potable water projects, with at least five projects with contract values specific to potable water improvements over $500,000. b. Completion of OSHA 30-hour Construction Training Course. Submit certification as proof. c. Completion of Asbestos Cement Pipe workplace safety course as administered by regulatory citation CCR Title 8, Section 341.17. Submit certification as proof. CMWD reserves the right to disqualify bidders if the required technical ability and experience for the Contractor's Representative is not established. In the event that the Contractor would like to change the Contractor's Representative through the course of Project completion, Contractor shall notify the Agency at least two weeks prior and submit the same paperwork for the Engineer's review demonstrating the proposed Contractor's Representative meets the minimum requirements of the position. Engineer will review qualifications of proposed Contractor's Representative within 5 working days of receipt. In the event of a change in Contractor's Representative, CMWD reserves the right to suspend work, with no additional cost to the agency and no extension of time to the contract, until a qualified Contractor's Representative is assigned to the Project. REJECTION OF BIDS The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Approved by the Board of Directors of the Carlsbad Municipal Water District, California, by Resolution No. 1601, adopted on the 17• day of July 2018('7_ July 17, 2018 1/- Date Graham Jordan, Deputy Clerk l'\ • ., Revised 6/12/18 Contract No. 5208-B Page 15 of 220 -~qj,,, It~ --~------ CARLSBAD MUNICIPAL WATE~TRf~r~RE Board of Directors RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B CONTRACTOR'S PROPOSAL Carlsbad Municipal Water District 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 5208-B 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" RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 (SEE BID ITEM DESCRIPTIONS IN GENERAL PROVISIONS, PARAGRAPH 9-4) Item No. Description Approximate Quantity And Unit A-1 Mobilization and Not to Demobilization at Exceed .,..Qtt...__\\l:a.A.ltrll-A'Y...,.cd.......,_Fo-""--'-+""\-1~:1\ffi....,,_,.,.,......._ __ $170, ooo to ToalUl»::d tf)\Ws, arxtUx:o $220,000 (Price in Words} CC~ A-2 Recycled Water Segment 2 LS Pipeline Construction at ro,,,r l-\ux1'1!ci Fi?'Au hllt11 :i:towrd i:C\X: \¼v:clrcd (JqH14 Tu:O l'ldloxs (Price in Words} ttrcl tero C<.X'li:::, A-3 Recycled Water Segment LS 5-1, Alignment A Pipeline Construction at 1hcec \hx:dr:rd F"rrki ~IX J\x>.wrci ~even \.\ta;\recl ~, rJv st~ro r:cncus (Price in Words)Ond' 2c.ro C~ Contract No. 5208-B -RW Segment 5 3 Addendum No. 4 Unit Price (Figures) Total Amount (Figures) Item No. Description Approximate Quantity And Unit A-4 Recycled Water Segment LS 5-1, Alignment B Pipeline Construction at Ci:G. n-.i \\i Cb.~ , ~~ ~\r<ly cd ?t\C.11~~ f'oJ :!»Ct,r:©td ~IX lw-dr:cd '°'$)u ::'.:e\Q'1 tel\o...c:, (Price in Words)C\r\d <J:.tO c~ A-5 Recycled Water Segment LS 5-1, Alignment C Pipeline Construction at Tuit! \¼-dv:cct ::t\ArCo\U 1ca wrd m,, }-\u::dY eel E-~J 1SX Jl:xi OOrd lXll\o.ws. (Price in Words)arit '2!:xo ~~ A-6 Recycled Water Segment LS 5-1, Alignment D Pipeline Construction at ors, \¼:rlr ed ~tn\'4 JW °U'OLW-l'd ru.t\rovoc\ :tP\@ dtd -lc:ro (Price in Words) c~ A-7 Recycled Water Segment LS 5-1, Alignment E Pipeline Construction at & . . lJ en..,_furl,:tt:J &;;l~~tcu~ aaLt00 (Price m Words) cc.vro A-8 Recycled Water Segment LS 5-1, Alignment F Pipeline Construction at ~ihf¥$~ft\;~~J\cn (Price in Woras) -icro CCf)t) A-9 Recycled Water Segment LS 5-1, Alignment G Pipeline Construction at ~ F\~ = 1\!~4 fay ""~ r'\ ~ rCY=oC'.',1/thjiJll.Y.s. (Price in Words)~ ttYD oxr~ Contract No. 5208-B -RW Segment 5 4 Addendum No. 4 Unit Price (Figures) Total Amount (Figures) $ 1,5JL\1t:.o8'7.DO $?pp, )<gw.oo $ 17~1 !CO.CO Approximate Item Quantity Unit Price Total Amount No. Description And Unit {Figures} {Figures} A-10 Recycled Water Segment LS $ 15,t.o.25.co 5-1, Alignment H Pipeline Construction at :"ni-g)i~ r~~:t ~~l:il1Yl ~~ \\wyjed :IUlfll:bU '.l:~\t OO~uf.<... ard tc(o (Price ln Words} ~ A-11 Recycled Water Segment LS $~6, lleil.co 5-1, Alignment I Pipeline Construction at ~o--\~ ~,~t &~~Yd rev \.lu'i)' lcl ,\.00 ~ :::> aria ·:u:ro (Price in Words} CC-~ A-12 Recycled Water Segment LS $S71S;;A.co 5-1, Alignment J Pipeline Construction at \=\ft~ ~mJlx¾"YJ.rd Fi~.~ ~cd i¼tvr1-~~ ~n:i1 n~,w~ard (Price in Wordst:P"O O,,V"I-\:) A-13 Recycled Water Segment LS $Lo9, Z)q3.co 5-1, Alignment K Pipeline Construction at oix~ ).J\°-' ~ 7hr ec.. \-\u::died \-J\Y1d::~ JhV:CC \blk'.lr,)cu--d (Price in Words 1c..fO ~ A-14 Recycled Water Segment LS $ tti51SOCJ.CO 5-1, Alignment L Pipeline Construction at ~~bu:~~ ~r:llN:1 ~ ,~ t. \\rrl ~ ~,'f'l ~t>\~n't:> c&:d qao tmb (Price in Words} A-15 Recycled Water Segment LS $ I ~fLLol0.00 . 5-1, Alignment M Pipeline Construction at Q'{'(/. \-\vrltec.J 6Ql)t!,j '11Y'll ~ ~1~ \-\x-dr a1 ~thb.j ·~ OJU (Price in Words} ~O Contract No. 5208-B-RW Segment 5 5 Addendum No. 4 Item No. Description Approximate Quantity And Unit A-16 Recycled Water Segment LS 5-1, Alignment N Pipeline Construction at 6nL \.\\rdr: td BY'II • "iriou-and \\, iQ ~rrl( irl ~lY~ w \CHS (Price in Words) ~o ~ A-17 Recycled Water Segment LS 5-3, Alignment A Pipeline Construction at One h-\1\\',0\'\ ~I,~~+ huV\d,eJ ·-\vJ-'~ S •"'-µ._o-..l!,c,_~~ Cl'\€ \,\v~"c\ft"(a +u.,PA-:j ~ (Price in Words) c.\c-\ l<1.vs l\~, ·ze v<J .v\ A-18 Recycled Water Segment LS 5-3, Alignment B Pipeline Construction at ~~~ld~ ~t~m~ ~oo \.ux~xaJ ~~~t. lliblS (Price in Words)kro ~ A-19 Recycled Water Segment LS 5-3, Alignment C Pipeline Construction at en.. \\xrll it! ~ ~cokm ]lnwn:l ,~Cfr\-t.1 Lrl\ru~ Oii'\ boc.m~ (Price ih Words) A-20 Recycled Water Segment 7 LS Pipeline Construction at ~, A-21 Remove and Replace 100 CY Unsuitable Materials Encountered Near Trench Bottom as Directed by Owner at ~,~~J~Ztt (Unit Price in Words) Contract No. 5208-B -RW Segment 5 6 Addendum No. 4 Unit Price (Figures) $ l il. oo Total Amount (Figures) $ \ 1 '2,2.(o, IZ.o.oo $ I&, 100.co Approximate Item Quantity No. Description And Unit A-22 Pavement Repair-Asphalt 100 TONS Concrete Complete and in Place as Directed by Owner at -r~~,M'Ekr& ~&riE (Unit Price in Words) A-23 Asbestos Cement Pipe 21 EA Removal and Coupon Testing as Directed by Owner at ~~~~'?1nb (Unit Price in Words) A-24 Additional Recycled Water Fill Stations per Appendix J ""fu)cn\u \)\ ~ ~ f, ~-~ ~~ &d (Price in Words} o ~ A-25 Unforeseen Site Conditions One Hundred Thousand Dollars (Price in Words) 3EA Allowance A-26 Pothole Utilities Not on 50 EA Plans '&~~i%%~filOC~ (Price'in Words) Unit Price (Figures) $ 101. OD Total Amount (Figures) $ 100,000 Total amount of bid in words for Schedule "A": s~E>V"\ ~\ \ \ \ O'(\ --\--\,..(""ee b "n ch:ec\ ¼\~ ·Rov.So-.v0-e\5lA+ hv,---.Jt"ec\ s'.xj-eeY"' J.,\\o-.<,:-C C\"'-d ZR ,,-c;; ce-vd-5 Total amount of bid in numbers for Schedule "A": $ _7--'--'-1"""3=3c...::,Cil,..,,_1 _..8...,1"""'(R__,,_OO=-=-------- Contract No. 5208-B -RW Segment 5 7 Addendum No. 4 SCHEDULE "B" POTABLE WATER PIPELINE EXPANSION FLOWER FIELDS AND CARLSBAD PALISADES (SEE BID ITEM DESCRIPTIONS IN GENERAL PROVISIONS, PARAGRAPH 9-4) Item No. B-1 B-2 Description Approximate Quantity and Unit Not to Exceed $40,000 to $75,000 B-3 Potable Water Carlsbad LS Palisades Pipeline B-4 B-5 B-6 Construction at ,,,. _ . ~ J $ jyt-e,en 1hDU.~ I W 0 H-w-vir.edDol la,t?; at\cI wo C'.eKb, (Price in Words) Remove and Replace Unsuitable Materials Encountered Near Trench Bottom as Directed by Owner at One,-Huntlved Six}g-Two "Cb l larz and 1£m Ca.:ts (Unit Price in Words) 100 CY Pavement Repair-Asphalt 100 TONS Concrete Complete and in Place as Directed by Owner at -&;fi~);:)b~Seven (Unit Price in Words} Potable Water Service 228 EA Reconnection at T1f.7hoLtSa.f\d Se-v£h l--hwdred Fi u.n U/ I~ a.nc.{ -zero Ca:t-s (Unit Price in Words) Contract No. 5208-B -RW Segment 5 8 Addendum No. 4 Unit Price (Figures) ~b?7.ro $J;~,l. n"L $ ,2,715,0D Total Amount (Figures) $l}µ,4SlR-OO $~,J:Jq,00 $ Ito, Jco.co $~170?.CD (J)/0,~o .ro $~!91ttm~ Approximate Item Quantity No. Description and Unit B-7 Asbestos Cement Pipe 4 EA Removal and Coupon Testing as Directed by Owner at Se.vm t±u.hd va,d £ ixU / la;,s ttntt.UxoQodb (Unit Price in Words) B-8 Unforeseen Site Conditions Fifty Thousand Dollars (Price in Words) Allowance Unit Price (Figures) $ lQlg.OO Total Amount (Figures) $ 50,000 Total amount of bid in words for Schedule "B": \ we rn, \ \ ~o(\ 0\1\€ ~vV\c\ -rec\ b\·t'i s'1x. -t-½o0,S@cA 63\-\t-"'JV\d -rec\ + v\\(·½ V\'i V\€. do\ \Olv'S 001 ,oo ' ~ ' 5'"' "?Q .QQ. Total amount of bid in numbers for Schedule "B": $ """:L--=+1_,l.__w__,_/ e_7_:::>_•-'---l ________ _ Total amount of bid in words including Schedule "A" and Schedule "B": N \<\e tr\~ \\;o,, :to0, Total amount of bid in numbers including Schedule "A" and Schedule "B": $ C\ 1 L-j B· 1, 1.oSS. C" O The basis of award will be the sum of Schedule "A" and "B" unless bids for Schedule "B" are rejected, in which case the basis of award will be Schedule "A" only. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). _1__.__2_._3___._4 ______ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the District will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District, the District may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. Contract No. 5208-B-RW Segment 5 9 Addendum No. 4 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 985180 , classification A, c-10, c-13 which expires on o 7 . 31 . 2 o 19 and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District§ 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Board member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the Board of Directors, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is _B_i_dd_e_r_'_s_B_o_nd ________ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Contract No. 5208-B -RW Segment 5 10 Addendum No. 4 SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Na e under which business is conducted (given and surname) of proprietor (Street and Number) City and State ----3oor-------------------------- (4) Zip Code _____ __..,.... __ Telephone No. ______________ _ (5) E-Mail _______ ____,. ____________ _ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducte_~.-------------------- (2) Signature (given and surname and character of partner Note: Signature must be made by a general partner) (3) Place of Business----------------~.---------(Street and Number) City and State ---------------------.:l------- (4) Zip Code ________ Telephone No. _________ ....,.,.. ___ _ (5) E-Mail ____________________ _ Contract No. 5208-B -RW Segment 5 11 Addendum No. 4 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted Ferreira Construction co. Inc. dba ignature) Brandon Pensick -Vice President (Title) Impress Corporate Sea! here (3) Incorporated under the laws of the State of _c=a=l=i=· f~o=r=n=i=a~------ ( 4) Place of Business 10370 Commerce Center Drive. Suite B-200 (Street and Number) City and State Rancho Cucamonga, CA 91730 (5) Zip Code _9_1_73_o _______ Telephone No. (909) 606-5900 (6) E-Mail bpensick@ferreiraconstruction.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Nelson Ferreira-President Nancy Vliet-Senior Vice President Brandon Pensick-Vice President Lou Pacheco-Secretary/Treasurer Contract No. 5208-B-RW Segment 5 12 Addendum No. 4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of .San Bernardino _ On Augt1is1:, ;!_9.-' ~OJ,fL ____ before me, Marla K. Khan Date Here Insert Name and Title of the Officer personally appeared ----~ _ Brandon Pensick Name(s) of Signer(s) ------····· ------------- who proved to me on the basis of satisfactory evidence to be the person~ whose name~ is/a~ subsc5ibed to the within instrument and acknowledg9d to me that he/s~/tt,)ey executed the same in his/hjfr/th~r authorized capacity(i~), and that,~ his/l')er/t!;)&ir signature~ on the instrument the person~, or the enfity upon behalf of which the person~ acted, executed the instrument. Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~ L ~) Signature of Notary Public --------------OPTIONAL-------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _____________ Document Date: _______ _ Number of Pages: ___ Signer(s) Other Than Named Above: ___________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ___________ _ Signer's Name: ___________ _ n Corporate Officer -Title(s): ______ _ r--1 Corporate Officer -Title(s): _____ _ □ Partner -□ Limited n General r: I Partner -LJ Limited n General n Individual : J Attorney in Fact I · 1 Individual I I Attorney in Fact □ Trustee i ·1 Guardian or Conservator lJ Trustee [--I Guardian or Conservator n Other: _____________ _ 1-1 Other: _____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ ©2014 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 BID SECURITY FORM (Check to Accompany Bid) RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B TE: The following form shall be used if check accompanies bid.) this proposal is a *Certified *Cashiers check payable to the order of CARLSBAD _______ __, _____________ dollars($ ______ _,, this amount being ten p cent (10%) of the total amount of the bid. The proceeds of this check shall become the property the District, provided this proposal shall be accepted by the District through action of its legally nstituted contracting authorities and the undersigned shall fail to execute a contract and fumis the required Performance, Warranty and Payment Bonds and proof of insurance coverage with the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds oft ·s check shall also become the property of the District ff the undersigned shall withdraw his or he id within the period of frfteen (15) days after the date set for the opening thereof, unless otherwis required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the fol ing pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total a unt of the bid.) ft "1 Revised 6/12118 Contract No. 5208-B Page 26 of 220 BIDDER'S BOND TO ACCOMPANY PROPOSAL RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B KNOW ALL PERSONS BY THESE PRESENTS: Th t Ferreira Construction Co., Inc. dba Ferreira Coastal Construction Co. p . . I d a we, _________________________ ,, as nnc,pa, an Berkshire Hathaway Specialty Insurance Company ' as Surety are held and firmly bound unto the Carlsbad Municipal Water District, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) 10% 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: RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208~8 in the City of Carlsbad, is accepted by the Board of Directors, 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 Board of Directors of the Carlsbad Municipal Water District 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 District. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this _2_9_t_h _____ day of August ,20~ F,,rr2i,ra Ferreird Construction Co., Inc. dba C:oastal Construction Co. (SEAL) -_?~::-\___ Sy: ~ (Signature) Brandon Pensick-Vice President (Print Name/Title) Berkshire Hathaway Specialty Insurance Company (SEAL) e----(S-urety-) -- (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE} APPROVED AS TO FORM: CELIA A. BREWER General c°Jt ~ By:D~~~ ft ~, Revised 6/12/18 Contract No. 5208-B Page 27 of 220 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San. Bernardino On August: ~SIL f_Q!!!_ ___ .. before me, _ Mar)-~ .!.: Khan Date Here Insert Name and Title of the Officer personally appeared Brandon Pensick Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(i whose namevef is/¥9 sub~c5ibed to the within instrument and acknowledged to me that he/s~/thJ4 executed the same in his/l)Sr/thefr authorized capacity(~, and that ,by his/~t~r signature(.81' on the instrument the personJsf, or the enfity upon behalf of which the person~ acted, executed the instrument. 1············f MARLA K. KHAN : Notary Public -California 2 San Bernardino County ~ Commission# 2196975 - My Comm. Expires May 13, 2021 Place Notary Sea/ Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 1}7.Q A_Jn /l. rJ (mo Signature of Notary Public ---------------OPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ____________ Document Date: _______ _ Number of Pages: ___ Signer(s) Other Than Named Above: ___________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ___________ _ Signer's Name: ____________ _ n Corporate Officer -Title(s): _____ _ r-, Corporate Officer -Title(s): _____ _ □ Partner D Limited n General [. I Partner -[J Limited n General n Individual I J Attorney in Fact f I Individual I I Attorney in Fact U Trustee i l Guardian or Conservator lJ Trustee t· 1 Guardian or Conservator n Other: _____________ _ ,-1 Other: ____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ ©2014 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-682n Item #5907 NEW YORK ALL-PURPOSE ACKNOWLEDGEMENT • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of New York County of Nassau. _____________ _ On August 29, 2018 before me, _ ____,.S=h=a=rl=in=e"'--"'-R,,,_. _,,_R=o',l;g.,,e=rs"--___ N_oc...t_a_ry,__P_u...c.b_li_c _____ __, Date Here Insert Name and Title of the Officer personally appeared ----~T'-h~e~r~e~sa~J~F~o~le.c..y,__ ___________________ _ 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. SHARLINE R. ROGERS NOTARY PUBUC, State of New York No. 01RO6204400 Qualified in Queens County Commission Expires April 20, 2021 Place Notary Sea/ Above I certify under PENALTY OF PERJURY under the laws of the State of New York that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ---------------OPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: _______________ Number of Pages: _____ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ Signer's Name: _____________ _ □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □Other: _____________ _ □ Other: ____________ _ Signer Is Representing: _________ _ Signer Is Representing: _________ _ • Berkshire Hathaway Specialty Insurance' Power Of Attorney BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY NATIONAL INDEMNITY COMPANY/ NATIONAL LIABILITY & FIRE INSURANCE COMPANY Know all men by these presents, that BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY. a corporation existing under and by virtue of the laws of the State of Nebraska and having an office at 100 Federal Street, 20th Floor, Boston, Massachusetts 02110, NATIONAL INDEMNITY COMPANY, a corporation existing under and by virtue of the laws of the State of Nebraska and having an office at 3024 harney Street, Omaha, Nebraska 68131 and NATIONAL LIABILITY & FIRE INSURANCE COMPANY. a corporation existing under and by virtue of the laws of the State of Connecticut and having an office at 100 First Stamford Place, Stamford, Connecticut 06902 (hereinafter collectively the "Companies"), pursuant to and by the authority granted as set forth herein, do hereby name, constitute and appoint: Theresa J. Foley. 390 North Broadway. of the city of Jericho. State of New York. their true and lawful attorney(s)-in-fact to make, execute, seal, acknowledge, and deliver, for and on their behalf as surety and as their act and deed, any and all undertakings, bonds, or other such writings obligatory in the nature thereof, in pursuance of these presents, the execution of which shall be as binding upon the Companies as if it has been duly signed and executed by their regularly elected officers in their own proper persons. This authority for the Attorney-in-Fact shall be limited to the execution of the attached bond(s) or other such writings obligatory in the nature thereof. In witness whereof, this Power of Attorney has been subscribed by an authorized officer of the Companies, and the corporate seals ofthe Companies have been affixed hereto this date of April 12, 2018. This Power of Attorney is made and executed pursuant to and by authority of the Bylaws, Resolutions of the Board of Directors, and other Authorizations of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, which are in full force and effect, each reading as appears on the back page of this Power of Attorney, respectively. BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, By: ~ David Fields, Executive Vice President NOTARY State of Massachusetts, County of Suffolk, ss: NATIONAL INDEMNITY COMPANY, NATIONAL LIABILITY & FIRE INSURANCE COMPANY, By: ~ David Fields, Vice President On April 12, 2018 before me appeared David Fields, Executive Vice President of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY and Vice President of NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, who being duly sworn, says that his capacity is as designated above for such Companies; that he knows the corporate seals of the Companies; that the seals affixed to the foregoing instrument are such corporate seals; that they were affixed by order of the board of directors or other governing body of said Companies pursuant to its Bylaws, Resolutions and other Authorizations, and that he signed said instrument in that capacity of said Companies. [Notary Seal] • GEOFFERY A. DELISIO No1ary Public Commonweal1h of Massachusetts My Comm. Expires November 29, 2024 Notary Public I, Ralph Tortorella, the undersigned, Officer of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, see hereunto affixed the seals of said Companies this August 20. 2018. Officer BHSIC, NICO & NLF POA {2018) -;;; :;; ~ 0 ci ;! "' ,;. "' C: ~ "' 0. E ~ 0 Q u ~ ~ C: .. i:!l a 1::i E z l: ~ -;;; 0 ~ t 0 > ~ " "' "' 3 1;i ~ r ~ i:!l E i= f' E. V 8 ., l: ~ -;;; C, E V t:: 5l-"' 0. .c V .0 0 l!il l: ~ ~ ~ -;;; 3: in > r ., ., C: t'. :;; ;;;, 0 ,; u t; :;; !'l ·;;; C: 0 E V V ~ > .. .0 ., 0 0 .... > ..... ., a, E N B .;, ,,, :;_ "' 0 ~ :;; ~ ;t ;! 0 a. .... ~, 5 0 .,: 0 ::!' l: C: 0 B E ~ V .c ~ ~ 0 .. C ., .c. 5 ~ ~ ·;;: \, ., > ~ 0 .... ~ .. ·:, 0 ,,,- N "' "' ..:. c, "' ~ '.£ B . !!. "' s: E. 8 l: -;;; v ., 0. E .0 @, ~ g C: E ;;; i;; :;; ;;; E ., "' ;; .,.,· ..... "' ~ "' ., ;;; "' ~ :;; );:; .0 E, :, C: V I e ~ .c .. N ii C: 0 '5 t; "' 'i: 8 ~ V 0. E ;;; 0 0 ~ :, 8384 u.J' z! 'CJ' i <'ii c,: I 5 E V :f}_; 8 :,:1 ,C ·5 C: 0 1-- BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY (BYLAWS) ARTICLE V. CORPORATE ACTIONS EXECUTION OF DOCUMENTS: Section 6.(b) The President, any Vice President or the Secretary, shall have the power and authority: (1) To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company bonds and other undertakings, and (2) To remove at any time any such Attorney-in-fact and revoke the authority given him. NATIONAL INDEMNITY COMPANY (BY-LAWS) Section 4. Officers, Agents, and Employees: A. The officers shall be a President, one or more Vice Presidents, a Secretary, one or more Assistant Secretaries, a Treasurer, and one or more Assistant Treasurers none of whom shall be required to be shareholders or Directors and each of whom shall be elected annually by the Board of Directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified, may serve successive terms of office, may be removed from office at any time for or without cause by a vote of a majority of the Board of Directors, and shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the Board of Directors; and the Board of Directors or the officers may from time to time appoint, discharge, engage, or remove such agents and employees as may be appropriate, convenient, or necessary to the affairs and business of the corporation. NATIONAL INDEMNITY COMPANY (BOARD RESOLUTION ADOPTED AUGUST 6, 2014) RESOLVED, That the President, any Vice President or the Secretary, shall have the power and authority to (1) appoint Attorneys- in-fact, and to authorize them to execute on behalf of this Company bonds and other undertakings and (2) remove at any time any such Attorney-in-fact and revoke the authority given. NATIONAL LIABILITY & FIRE INSURANCE COMPANY (BY-LAWS) ARTICLE IV Section 1. Officers, Agents and Employees: A. The officers shall be a president, one or more vice presidents, one or more assistant vice presidents, a secretary, one or more assistant secretaries, a treasurer, and one or more assistant treasurers, none of whom shall be required to be shareholders or directors, and each of whom shall be elected annually by the board of directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified, may serve successive terms of office, may be removed from office at any time for or without cause by a vote of a majority of the board of directors. The president and secretary shall be different individuals. Election or appointment of an officer or agent shall not create contract rights. The officers of the Corporation shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the board of directors; and the board of directors or the officers may from time to time appoint, discharge, engage, or remove such agents and employees as may be appropriate, convenient, or necessary to the affairs and business of the Corporation. NATIONAL LIABILITY & FIRE INSURANCE COMPANY (BOARD RESOLUTION ADOPTED AUGUST 6, 2014) RESOLVED, That the President, any Vice President or the Secretary, shall have the power and authority to (1) appoint Attorneys- in-fact, and to authorize them to execute on behalf of this Company bonds and other undertakings and (2) remove at any time any such Attorney-in-fact and revoke the authority given. BHSIC, NICO & NLF POA (2018) BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY 1314 Douglas Street, Suite 1400, Omaha, Nebraska 68102 ADMITTED ASSETS* 12/31/2017 9/30/2017 12/31/2016 Total invested assets Premium & agent balances All other assets $ 4,516,104,907 $ 4,327,535,008 $ 3,707,827,160 Total Admitted Assets 297,141,264 137,220,394 $ 4,950,466,565 279,204,700 129,486,990 $ 4,736,226,698 193,621,498 185,024,482 $ 4,086,473,140 LIABILITIES & SURPLUS* 12/31/2017 9/30/2017 12/31/2016 Loss & loss exp. unpaid $ 327,823,391 $ 288,456,911 $ 142,981,337 Unearned premiums 209,113,536 198,098,348 160,310,927 All other liabilities 663,892, 150 770,564,561 446,041,395 Total Liabilities 1,200,829,077 1,257,119,820 749,333,659 Total Policyholders' Surplus 3,749,637,488 3,479,106,878 3,337,139,481 Total Liabilities & Surplus $ 4,950,466,565 $ 4,736,226,698 $ 4,086,473,140 * Assets, liabilities and surplus are presented on a Statutory Accounting Basis as promulgated by the NAIC and/or the laws of the company's domiciliary state. A.M. Best: A++ Rating Standard & Poor's: AA+ Rating GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract', "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non- responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the District of the specific facts that show the Bidder proposes to perform no less than frfty percent (50%) of the work with its own forces. " •+r' Revised 6/12/18 Contract No. 5208-B Page 28 of 220 Determination of the subcontract amounts for purposes of award of the contract shall be determined by the Board of Directors in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the Board of Directors shall be final. Contractor is prohibited from perfonning 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. ft ~, Revised 6/12/18 Contract No. 5208-B Page 29 of 220 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 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. Portion of Work Subcontractor Name and Location of Business Page_l_of SUBCONTRACTOR'S BID ITEMS Phone No. and Email Address DIR Registration No. Subcontractor's License No. and Classification pages of this Subcontractor Designation form Amount of Work by Subcontractor In Dollars* * Pursuent to section 4104 (e)(3XA) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours alter the deadline for submitting bids contained In the "Notice Inviting Bids: ft ~, Revised 6/12/18 Contract No. 5208-B Page 30 of 220 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully perfonned 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 Amount Contract Name and Address Name and Phone of Completed of the Employer No. of Person to Type of Work Contract Contract Please see attached ft ~, Revised 6/12/18 Contract No. 5208-B Page 31 of 220 Project FCCJob Manager OWnerName 200 I.Scott Ventura COU!lty 206 I. Scott City of Chino HIiis 209 B. Scott Port of Lone Beach 211 I. Scott EVMWD 228 I.Scott City of cartsbad 231 S.Johnson Riverside County 234 S. Johnson Chino Basin Desalter Authority 239 B. Scott MNWO West Basin Munlclpal 2S6 I. Scott Wat<!r Dlstrfct 1420 B. Scott City of Santa Fe Springs 1447 SJohnson Inland E,nplre Utilities AIJ.ency 1448 B.Scott LADWP Ferreira Construction CO., Inc. dba Ferreira Coastal Construction Projects Water Projects Client Contact Name a Number Desalptlon of Work Location Value Start Date Ventura County 5-n Pan. (805)378-3025 lnstan 617 LF of 14• PVC, 7830LF of 12' PVC Sonlis,CA $ 1,979,674.00 Jan-14 susan.pantPYentura.org and 1360 LF of 8" PVC Cltyof Chino HIiis Joe Dyer-(9091364-2771 Install 3300 LF of a• Water Main and 120 Water ChinoH!lls,CA $ 645,903.00 Jul-14 Services Port of t.onc Beach Ruben Fabela-(562)283-7215 Ottlcal Valve Replacement-Remove & Replace Port of Loni Beach $ 539,340.00 Jan-15 6" thru 20' Valves within the Port EVMWD Joanna Stewart-19511674-31~9 Install 1800 LF of 20' DIP, 4578 LF of 16• DIP Wlldomar, CA $ 2,051,897 .oo NoY-14 ]stewartOe,/mwd.net and 175 LF of 3&• Jaclt & Bore Install 4151 LF of a· PVC, 6611 LF of 6" PVC, City of carlsbad Scott Fisher· (760)814-7226 3392 LF of 4' PVC, 83LF of 8" Welded Steel Dec $ 2,D86,190.00 Jul-1S scott.flsherOcartsbadca_..,., Pipe, 43LF of 6' Welded Steel Pipe, 59 Water Sel'1llces, 20 l!l<M Offs and 18 MAR's Clark Construction Tony Gallivan (727) 639-9323 Sewer, Storm & Fire Water lndlo,CA $ 1,496,250.00 Aug-1S Chino Basin Desalter Authority CUrtls D. Paxton (909) 218-3230 18" & 24"Raw Water Une, Pressure Reduclnl Ontarto, Eastv.ile, CA $ 4,558,959.00 Sep-1S q,axtonOchlnodesalter.org Station Stf!W! Merk • (949)795-6799 Install 5634 LF ofa' PVC. 1001 LF of6' PVC, Lasuna Nfluel, Lasuna MNWD 198 LF of 4' PVC, 35 Water Senlla!s and 9 Air $ 1,739,593.00 Feb-16 smerk@lmnwd.com VKs HIiis and Aliso VleJo, CA West Basin Municipal Water Veronica Govea -310-66G-6169 Install 3500 LF of 8' PVC recycled water-2 Jack Olstrtct w:ronlca1Owestbasin.org & bon!s crossing RR tnlck,. Air Vac, Blow-<lff and Gardena.CA $ 1,550,618.00 Sep-16 Water Service City of Santa Fe Springs Daul Be-h • 16261203 • 2849 lnstan 2581 LF of 8" DIP 270 LF of 16' lack & Santa Fe Springs. CA $ 785,091.00 May-14 Bore Inland Empire Utllllles AIJ,ency Shaun Stone, PE· (909) 938-1364 Pl'IIVlde on call services and Efflerlency Vanous locations lhrOUlh $ 3,000,000.00 Aul-14 response out Inland Empire LAOWP Martelo Martinez-(213) 367-4147 PH Treatment & Discharge Hydrotested Water Vanous locations through $ 130,224.00 Oct-14 out Los Angeles End Date Bond May-14 Oct-14 y Jul-1S y Feb-1S y Jul-16 y C\lrrent y Dec-16 y Jun-16 y Mar-17 y Jul-14 y -'U1•17 Oct-15 y 1473 B. Scott City of Chino Hills City of Chino HIiis Paul Montoya• (909)364-2817 Install 960 LF of 12• HOPE via HDD and 185 LF Chino Hills, CA $ 287,965.00 Feb-15 Apr-15 y of 12" PVC Install 410 LF of 16" CML&C, 100 LF of 8" RJ 1502 8, Scott City of Riverside SEMA Construction Abdallah Salama· (949)322·6923 DIP, 280 LF of 24• Steel Casing and 54 LF of 36• Riverside, CA $ 540,144.41 Oct-15 Mar-16 Steel Casing 1504 B. Pensick Waste Management Waste Management Kevin Walker On-Call Emergency Work Corona, CA $ 400,000.00 Mar-15 Shawnele Morelos• (760)522·9927 Install 3700 LF of 10• PVC, 667 LF of 10" HOPE 1527 B.Scott City of Oceanside City of Oceanside via HOD, 4 Gate Valves, 7 Air Vacs and 1 Oceanside, CA $ 988,347.00 Jun-15 Aug-15 y smorelos@iecorporatlon.com Wharfhead Filling Station 1531 B.Scott MNWD MNWD Steve Merk• (949)795-6799 Abandon 1611 Water Main Laguna Niguel, CA $ 68,786.00 5ep-15 Nov-15 y 1537 8, Scott City of Laguna Niguel MNWD Steve Merk -(949)795-6799 Install 701 LF of 8" PVC Laguna Niguel, CA $ 154,042.00 Jan-15 Mar•16 y 1569 B. Scott City of Placentia GSWC Kerwin Fujlkami • (714)535-7711 Install 1510 LF of s· DIP, 235 LF of 6' DIP and 28 Water Services Placentia, CA $ 481,803.00 Nov-15 Jan-16 1573 B.Scott MNWD MNWD Steve Merit -(949)795-6799 On-ca II Emergency Work Laguna Niguel, Laguna $ 250,000.00 Jan-16 Jun-17 y Hills and Aliso Viejo, CA 1613 B.5cott Port of Long Beach Port of Long Beach Ruben Fabela-(562)283-7215 Remove and Replace 6" thru 20" Valves and ruben.fabela@polb.com Install 12" & 20" Line Stops Port of Long Beach $ 880,060.00 May-16 5ep-16 y 1625 B.Scott City of Arcadia City of Arcadia Tiffany Lee,. (626) 256-6580 Remove & Replace 30" Gate Valves and Install 1 Arcadia, CA $ 285,780.00 Mar-16 Sep·16 y 30" Line Stops 1629 SJohnson City of Pomona City of Pomona Timotheus Hampton, PE Install 1,200If of 10" potable DIP water line, Pomona, CA, $ 509,172.00 Sep-16 Oct-16 y (909) 802-7420 three blow offs and one air & vacuum release 1636 B.Scott MNWD MNWD Steve Meri< • (949)79S-6799 Install 1950 LF of 8" PVC water main Mission Viej~ CA $ 655,938.00 May-16 Aug-16 y 1639 B.Scott GSWC GSWC Justin Brown-(805) 349-7407 ext 110 Install 1750 LF of 8" DIP & 480 LF of 4" DIP, 37· Simi Valley, CA $ 679,270.00 Jun-16 Oct-16 water services, 2-fire hydrants, 8-tle,.lns 1661 S. Johnson City of Chino Hills City of Chino HIiis Joe Dyer-(909) 364-2771 Water & Sewer On Call 3 year contract Chino Hills, CA $ 100,000.00 Jun-16 Current y Remove and replace existing flow meter 1662 SJohnson Inland Empire Utilities Inland Empire Utilities Agency Shaun Stone, PE-(909) 938-1364 station, Install new conduit, wire for station and Ontario, CA $ 127,584.00 Aug-16 Oee-16 y Agency expand extsting Motor control center foundation 1664 B.Scott MNWD MNWD Steve Men< · (949)795-6799 Relocate 3 Pressure Reducing Stations Laguna Niguel, CA $ 788,863.00 Aug-16 Jun-17 V KEC-Kavous Emami lnstallling 3,050 Lf of 18" 10 gage steel CMLHC 1696 5. Johnson City Of Rialto KEC Engineering Waterline, 28 Lf New Domestic Waterline, Install Rialto, CA $ 1,001,375.00 Nov-16 Jun-17 714-401-4695 (14) 6" Are Hydrants, (20) 2" Serveles 5076 B.Scott Trabueo Canycn Water Trabueo Canycn Water District Lorrie Lausten 949-858-0277 x 130 Install 4550 LF of 16" PVC, 16" CML&C Bridge Lake Forest, CA $ 1,486,600.00 Apr-17 Sep-17 y District llausten@tewd.ca.gov Attachment. Blow-offs, Air Vacs and tie Ins 5085 B.Scott City of San Clemente City of San Clemente Shawn Ryan 949-361-6122 ryans@san-Install 2300 LF of 8" PVC Water, Fire Hydrants, San Clemente, CA $ 608,018.00 Jun-17 Sep-17 V demente.org Water Servk:e, and Tie-Ins 5088 SJohnson Inland Empire Utilities Inland Empire Utilities Agency Shaun Stone, PE-(909) 938-1364 Carbon Canyon Water Recycling Facility Valve Chino, CA $ 235,437.00 Mar-17 May-17 V Agency Replacement Project 5109 B.Scott City of Anaheim City of Anaheim Scott Neumann 714-765-5176 Install 16«-8" PVC Water Mafn, 24 tie-ins, 24 water Anahelm,CA $ 2,059,782.00 Oct-17 Current sneumann@anaheim.net services, 12 fire hydrants, 1 PRV 1/autt y 5113 a.Scott GSWC GSWC Alejandro Flores 909-937-0111 "334 instalt 5200 Lf of s• PVC Water Main, 79 1' tot 2• Claremont, CA $ 1,269,993.00 Jul-17 Current Water ServM:es, 12 Fire Hydrants, 12 Tie Ins 5122 B.Scott MNWD MNWD Steve Merk -(949)795-6799 Vatve Replacement Project 20-thru 8'" Laguna HIiis, CA $ 726,695.00 Oct-17 Current y B.Scott Lennar Homes Lennar Homes Install 2640 LF· 12' Recycled Water, Water Service, Chino, CA $ 567,456.00 Oct-17 Current Blow-off, Air \lac, & Booster Pump Station BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing confom,ance 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 confom,ance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. '-' •+' Revised 6/12/18 Contract No. 5208-B Page 32 of 220 Client#· 353923 FERRE CONST ACORD™ CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDDIYYYY) 9/18/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED •"EPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to me terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ~XLl~'.'"' Conner Strong & Buckelew rngNio Extl: 267-702-1467 I ,Aic Nol: 856-830-1534 Two Liberty Place E-MAIL ADDRESS: 50 S. 16th Street, Suite 3600 INSURER(S) AFFORDING COVERAGE NAIC# Philadelphia, PA 19102 INSURER A : Zurich American lno....,_ Co. 16535 INSURED INSURER B : Endura-American 1M Co 10641 Ferreira Construction Co., Inc. dba INSURER C : Ubertyln-.-Und-.ra 19917 Ferreira Coastal Construction Co. INSURER D : Great Am-Aaauran .. c-26344 10370 Commerce Center Dr Suite B 200 - Rancho Cucamonga, CA 91730 INSURERE: INSURERF: 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 TYPE OF INSURANCE ADDL SUBR 11:aJil8Y~ ,:a~ LIMITS LTR INSR WVD POLICY NUMBER A GENERAL LIABILITY GLO019785402 07/01/2018 07/01/201!! EACH OCCURRENCE $2 000.000 ,........, ~~~U?E~~J!ncei Xi COMMERCIAL GENERAL LIABILITY $1,000,000 I CLAIMs-MADE ~ OCCUR i MED EXP (Any one person) s10.000 ~ PERSONAL & ADV INJURY $2,000,000 GENERAL AGGREGATE $4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $4,000,000 7 POLICY !xl ~rtr IXl LOC $ AUTOMOBILE LIABILITY BAP019787302 07/01/2018 07/01/201!! COMBINED SINGLE LIMIT $2,000,000 (Ea accident\ - X ANYAUTO BODILY INJURY (Per person) $ ALL OWNED -SCHEDULED BODILY INJURY (Per accident) $ ;...__ AUTOS x AUTOS X HIRED AUTOS NON-OWNED rp~~~~1;:;t?AMAGE $ AUTOS ,---$ B ' UMBRELLA LIAB ~OCCUR EXC30000705500 07/01/2018 07/01/201!! EACH OCCURRENCE $3.000.000 ---X EXCESSUAB CLAlMs-MADE, AGGREGATE $3,000,000 I OED I I RETENTION$ $ .~ A WORKERS COMPENSATION WC019787402 07/01/2018 07/01/201!! X IWCSTATU-I 1gTH- AND EMPLOYERS' LIABILITY y / N TORY LIMITS EL ANY PROPRIETOR/PARTNER/EXECUTIVE~ E.L. EACH ACCIDENT $1 000.000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory In NH) E.L. DISEASE • EA EMPLOYEE $1 000,000 If~• describe under D SCRIPTION OF OPERATIONS below E.L. DISEASE • POLICY LIMIT $1,000,000 C Excess Liability 1000301717-01 07/01/2018 07/01/201!! $SM occ / $SM agg I D Excess Liability EXC 2275407 07/01/2018 07/01/201!! $17M occ / $17M agg DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (Attach ACORD 101, Additional Remark• Schadula, If mon, apace la required) Coverage: Contractors Professional/Pollution Carrier: Indian Harbor Insurance Company (NAIC #36940) Effective: 07/01/2018 -07/01/2019 Policy#: CEO7446418-01 Limits: Contractors Professional= $10,000,000 Each Claim & Aggregate (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Carlsbad/CMWD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN C/o EXIGIS insurance compliance ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 4668-ECM #35050 New York, NY 10163-4668 AUTHORIZED REPRESENTATIVE I w ~-,,,, -. /. -~.~ .... ~ © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #S1984nB/M1931727 TMK DESCRIPTIONS (Continued from Page 1) Pollution= $10,000,000 Each Occurrence/$10,000,000 Aggregate Policy Aggregate Limit= $10,000,000 : Recycled Water Phase Ill Pipeline Expansion Segment 5 Bid No PWS19-491 UTIL Contr 4208-B City of Carlsbad as owner; their officers, officials, and employees are Additional Insureds on a primary and non-contributory basis on the above referenced Commercial General Liability and Automobile Liability Policies if required by written contract. Excess Liability Policy follows form. A waiver of subrogation applies on the above-referenced Commercial General Liability, Automobile Liability and Workers Compensation Policies if required by written contract and permitted by law. SAGITTA 25.3 (2010/05) 2 of 2 #S1984778/M1931727 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. WC0197874-02 Endorsement No. Insured: Ferreira Construction Co., Inc. 7-1-2018 Premium$ Insurance Company Countersigned by WC124 (4-84) WC 00 0313 Copyright 1983 National Council on Compensation Insurance, Inc. Page 1 of 1 Uniform Forms™ 9 Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'l.Prcm Return Prem. OLO O 197854-02 07/01/2018 07/01/2019 07/01/2018 11498000 s s TIDS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Uability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Othen To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-8 CW (12/01) Page 1 of 1 Additional Insured -Owners, L-essees Or Contrac.to.rs - Policy No. I Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem K3LO0 197854-02 07/01/2018 p110 112019 P?/01/2018 11498000 .,.. ~ ZU·RICH Return Prem. g I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY •. Named Insured: Ferreira Construction Co., Inc. Address (Including ztp Code): 31 Tannery Road BraAchburg, NJ 08876 This endorsement modifies iinsurance provided under ,the.: Commercla.1 General Liablllty Cover-age Part A. Section Ill -Who la An ,Insured is amended to irnelude, as an, additional insured the person or organization whom you ~re required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liab'ility for •oodily injury•, "property damage• or "personal and advertising1 injury" caused, in whole or in part, by: 1. Your acts ,orr omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or ·your wonk" as 1included in the "products-completed operations hazard", which is the subject of the written contract or written agreement at the Location designated and described lin Uile Schedule above. However, the insurance afforded to such a<llditional insured: 1. Only .applies to the extent permitted by law; and 2. Will not be broader than hat which yoll are required by the written 1oontract or written agreement to provide for suoh additional insured. - B. With respect to the insurance afforded to these additional insureds, the following additional exdusion applies; This insurance does not apply to: "Bodily injury•, "property damage" or "personal and advertising injury" arising out of the rendering1 or failure. to render any profe:sslonal architecturall, engineering, or surveying Services including: •· The preparing, appmving or failing to prepare or approve maps, shop dr;:awings, opin'ions, reports, surveys, field enders, change orders or .draw.ings and specifications; or b. Supervisory, i'nspeotion architectural or engineering activities. This exclusion appli'es even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by •that insured, if the ",occurrence," whi'ch caused ttle "bodily injury" or "property damage", or tne offense which caused the •personal and advertising injury•, irnvolved, tne rendering! of or the failure to render any professional architectural, engineeriii ng or surveying services. 'Includes copyrig'hted material of Insurance Services Office, Inc., with 'Its permission. U-GL-1177-F CW (04/13) F'age 1 of 2 C. The foltowing, is added to Paragraph 2. Duties In lihe Event Of Occurrence, Offense, Claim Or Suit of Section lrV - Commerc1af Gener-al Lliability Conditions: The additiona] insured must see to it that: 1. We are notified as soon as practicable of an '"occurrence· or offense ~hat may result in a claim; .2. We r:eceive wr:itten notice of a claim ,or •suir as soon as practlcable; and 3. A request for defense, and indemnity of the claim or •suit• will promptly be brought against any policy issued by another insurer under which the additional insured! rr:nay be an insured in any capacity. This provision doos not apply to insurance on which the additional insured 1is a Named Insured, if the written contract or written agreeme111t requires that this coverage be primary a111d norn-contributory. Q:. For the, purpose of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Seetfon IV' -Commercial General Uabillty Concmilon1:: Primary ·and Noncontnbuto,y in•urance, his Insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided <that: a. The addition al insured is a Named Insured under such other insurance; andl b. You are required by written contract or writteITT agreemernt that ,this !insurance be primary and 1101 seek oontribution from an.Yother ins!Jlr:ance available ito the additiona'l1 insured. 2. The followirng paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section; IV -,commercial General U ablllty Conditions: This insurance 1is excess over. Any of 1the other insuran~Eh whether primary, exoess, contingent or on any other basis, available to an additional insured, in which the additional! Insured 011 om policy is also covered ,as an additional insufied on another policy providing covet age for the same •occurrence", offense, claim or •suit". This provision does not apply to ,any policy in wh'ich the additional i111sured is a Named Insured on such other policy and ,where our policy is required by written contract or written agreement to provide coverage to the additional insured Olil a primary and non- c0111tributory basis. E. With respect to the Insurance afforded to the, additiona'I insureds uITTder this endorsement, the following is added to Section Ill -Limits Of Insurance,: The most w.e will pay on behalf of the additional insured is the, amount of insurance: 1. Required by the contract or agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Umits of Insurance shoWtn 1in the1 Oedarations, wtlichever is less. This ,endorsement ,shall not increase the applicable Lim its of lns1.1Jance shewn in the, Declarations. All other iterms and conditions ,of this policy remain unchanged. Includes copyrighted materiall,of lnsurai"lce Services Office, Inc., wtffi Its permlssion. U-GL-1177-F CW (04/13} Page 2of 2 Coverage Extension Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem Return Prem. BAP0197873-02 07/01/2018 07/01/2019 07/01/2018 11498000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II -Covered Autos Llablllty Coverage: The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee· of yours is also an "insured• while operating an "auto• hired or rented under a contract or agreement in an "employee's• name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", induding those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance -Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment -Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II -Covered Autos Llablllty Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. Includes copyrighted material of Insurance Services Office, Inc., with Its permission. U-CA-424-F CW (04/14) Page 1 of 6 C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II -Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II -Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section Ill -Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV -Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage -Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-CA-424-F CW (04/14) Page 2 of 6 (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section Ill -Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV -Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-CA-424-F CW (04/14) Page 3 of 6 K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section Ill -Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV -Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Physical Damage -Comprehensive Coverage -Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss" from any one cause is $5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos -Physical Damage 1. The following is added to Section I -Covered Autos: Temporary Substitute Autos-Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos -Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. 0. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-CA-424-F CW (04/14) Page 4 of 6 agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos -Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance -Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto -World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-CA-424-F CW (04/14) Page 5 of 6 U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II -Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage -Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section Ill -Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-CA-424-F CW (04/14) Page 6 of6 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal} RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s}? Attach additional copies of this page to accommodate more than two debarments. party debarred agency period of debarment BY CONTRACTOR: Ferreira Construction Co. Inc. dba Ferreira Coastal Construction Co. ~•ID~ By: ~s~/ (sign here} Brandon Pensick-Vice President (print name/title) party debarred agency period of debarment Page _1 _ of _1_ pages of this Re Debarment form ..... '-J Revised 6/12/18 Contract No. 5208-B Page 33 of 220 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State License Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. N/A (If needed attach additional sheets to provide full disclosure.) Page of _1 _ pages of this Disclosure of Discipline form ft {.J Revised 6112/18 Contract No. 5208-B Page 34 of 220 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 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: By: __ .--__________ _ (sign here) Brandon Pensick-Vice President (print name/title) Page ~ ~, Revised 6/12/18 of _1_ pages of this Disclosure of Discipline form Contract No. ~ Page 35 of 220 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B The undersigned declares: Ferreira Construction Vice Co. Inc. dba I am the President of Ferreira Coastal the party making the foregoing bid. Construction Co. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of pe~ury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on _A_u~g,_u_s_t_2 _9 ______ _ 20.1.L_ at Rancho [city], CA [state]. 1,ucamonga k -----~ ~ ·-Signatureo ft \.J Revised 6/12/18 Contract No. 5208-B Page 36 of 220 July 19, 2018 ADDENDUM NO. 1 Ccicyof Carlsbad RE: RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5; BID NO. PWS19-491UTIL; CONTRACT NO. 5208-B Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project.19-491 UTIL This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. ~~~, Associate Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. Bidder's Signature ""'--== Public Works Contract Administration 1635 Faraday Avenue l Carlsbad, CA 92008 I 760-602-4677 t August 14, 2018 ADDENDUM NO. 2 Ccifyof Carlsbad RE: RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5; BID NO. PWS19-491 UTIL; CONTRACT NO. 5208-B Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. ~-- GRAHAM JORDAN Contract Administrator LEDGE RECEIPT OF ADDENDUM NO. 2 Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t August 24, 2018 ADDENDUM NO. 3 {'cicyof Carlsbad RE: RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5; BID NO. PWS19-491 UTIL; CONTRACT NO. 5208-B Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. GRAHAM JORDAN Contract Administrator - I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 Bidder's Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t August 24, 2018 ADDENDUM NO. 4 Ccicyof Carlsbad RE: RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5; BID NO. PWS19-491UTIL; CONTRACT NO. 5208-B Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. GRAHAM JORDAN Contract Administrator I ~WLEDGE RECEIPT OF ADDENDUM NO. 4 Bidder's Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t ~ Water Boards Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Utilization Form This fonn is intended to capture the prime contractor's actual and/or anticipated use of identified certified DBE1 subcontractor's2 and the estimated dollar amount of each subcontract. A Financial Assistance Agreement Recipient must require its prime contractors to complete this fonn and Include it in the bid or proposal package. Prime contractors should also maintain a copy of this form on file. Prime Contractor Name Ferreira Construction Co. Inc. dba Ferreira Coastal Construction Co. I Project Name Recycled Water Phase Ill Pipeline Expansion Segment 5 Bid / Proposal No. Assistance Agreement 10 No. (if known) Point of Contact PWS 19-491 UTIL Brandon Pensick Address 10370 Commerce Center Drive, Suite B-200, Rancho Cucamonga, CA 91730 Telephone No. (909) 606-5900 l Email Address bpensick@ferreiraconstruction.com Issuing/Funding Entity City of Carlsbad I have identified potential DBE certified subcontractors. t/ YES NO If yes, please complete the table below. If no, please explain: Subcontractor Name/ Estimated Currently Company Name Company Address / Phone / Emall Dollar .Amount DBE Certified? l l ~ 0' rfF.X A:)~ \\J-"1 ~,~ va\\tl\, C\:-'\ 9\079 1.:>~,cro .co ~es:. -,--yu:_, '(..,' "1 -Continue on back If needed- 1 A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications as described in 40 CFR 33.204-33.2015 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2 Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an award of financial assistance. FORM 4500-4 (DBE Subcontractor Utlllzotlon Form} Revised 12/2016 I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Print Name Brandon Pensick Date Vice President 08.29.2018 The public reporting and record keeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Do not send the completed form to this address. FORM 4500-4 (DBE Subcontractor Utilization Form) Revised 12/2016 i I Disadvantaged Business Enterprise (DB!=) Program I DBE Subcontractor Performance form I I I This fonn Is Intended to capture the DBE1 subcontractor's2 description of~ to be performed and the price of the work submitted to the prime contractor. A Financial Assistance Agree~ent Recipient must require Its prime contractor to have Its DBE subcontractors complete this fonn and Include I completed forms In the prime contractor's bid or proposal package. Subcantrac:lor Name <; ~s. n ,,.. ·,., "''"''., oJ.-eo Bid / Proposal No. I Contract Item Number Deecrlpllon of Work 8ubmlll,d frofn the Prim• Co= lnvolvlng Conetrucllon,leMcH. Equipment or Bupp • I DBE certified By: DOT SBA Other: C ~ L., .,..,...,_s Unknown Price of Work Bubmlltitd to the Prime Conlractor 1 A DBE Is a Disadvantaged, Minority, or Woman Business Enterprise that has bee certified by an entity from which EPA accepts certifications as desalbed In 40 CFR 33.204-33.2015 or certified by EPA. PA accepts certifications from entitles that meet or exceed EPA certification standards as described In 40 CFR 33.202. I 1 Subcontractor Is defined as a oompany, firm, Joint venture, or Individual who en1ers Into an agreement with a contractor to provide services pursuant to an award of financial assistance. I FORM 4500-3 (DBE Subcontrador Pe,tr,rm,mce Form) Revised 12/2016 ! I I I ' I certify under penalty of perjury that the forgoing statements are true and tj)rrect. Signing this fonn does not signify a commitment to utilize the subcontractors above. I am aware that Ir the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 iCFR Part 33 Section 33.302 (c). rSlgnature I • i. btc i ICL The public reporting and record keeping bUrden for this collectlon of lnformatlonf' estimated to average lne (3) hours per reaponae. Send commenllli on the Agency'& need for this lnfonnatlon, the accu of the provided burden estimates, and any suggested methods for minimizing respondent burden, includlng through the se of automated collection techniques to the Director, Collection S1rategles Division, U.S. Environmental Protection Aganclt (2822T), 1200 Pennsylvania Ave., tflN, Washington, D.C. 20460. Do not lend the completed form to this address. -i FORM 45D0-3 (DBE Subcantractor Performance Form} Revised 12/2016 I ' THANK YOU! ·1 ransaction Date 08/1512018 09:25 AM Order No. 100142-42209 Billed to Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA 91730 T. (909) 606-5900 ext. F. (909) 606-7711 mkhan@ferreiraconstruction.com Project Name Recycled Water Phase Ill Pipeline Expansion Segment 5 Project/Contract# 5208-8 PWS19-491 UTIL Transaction Summary Gold Package ■ Foais Journal Notice ■ Trade Journal Notice ■ 60 Faxes & Emails ■ Initial & Follow-up Phone Solicitations DBEGoodFaith Select ~oodFaith yom bid outreach aolution P.O. Box 14912 • Oakland, CA 94614 T. (877) 802-3394 • F. (510) 751-0780 $255.00 $0.00 TOTAL: $255.00 Ad Proofs Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 Project Name: Recycled Water Phase 111 Pipeline Expansion Segment 5 Contract/Bid#: 5208-B PWS19-491 UTIL Awarding Agency: Carlsbad Municipal Water District Focus Journal Ad Publication: DBE GoodFaith {DBEGoodFalth.com) Published On: 08/15/2018 @09:25:03 AM PST Expired On: 08/29/2018 @ 11 :59:59 PM PST Messages Notifications Sent To: mkhan@ferrelraconstruction.com Published At: https://www.dbegoodfaith.com/good-faith• ad.php?ad_adid=42209&co_name=Ferrelra+Construction+Co.%2C+dba+Ferrelra+Coastal+Construction Is seeking qualified DBEs Pruji,ct NdllH, Recycled Water Phase Ill Pipeline Expansion Segment 5 81d/Cuntract !I 5208-B PWS19-491 UTIL Awarding Agency Carlsbad Municipal Water District Pruwct Location Carlsbad, San Diego County, CA Bid Date 08129/2018 at 11 :00 ProJCC! Dela1is Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist Interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC wlll establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC Is an equal opportunity employer and Intends to seriously negotiate with the certified DBE subcontractors and suppliers. Get in Touch Outreach Coordinator Marla Khan Project Estimator Scott Pelch Telephone (909) 606-5900 Fax (909) 606-7711 Address 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA 91730 Send a message Page II Ad Proofs -Recycled Water Phase Ill Pipeline Expansion Segmen ... Trade Journal Ad Publication: DBE Journal (DBEJoumal.com) Published On: 08/15/2018 @09:25:03 AM PST Expired On: 08/29/2018@ 11:59:59 PM PST Published At: http://dbejoumal.com/index.php?show_ad=42209&ad_project_name=Recycled+Water+Phase+lll+Pipeline+Expansion+Segment+5 &co_name=Ferreira+Construction+Co.%2C+dba+Ferreira+Coastal+Construction Outreach Coordinator Marla Khan Estimator Scott Peich Contact Information 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA 91730 Telephone (909) 606-5900 Fax (909) 606-n11 Page Ill Ferreira Construction Co., dba Ferreira Coastal Construction is seeking qualified DBEs Project N.ame Recycled Water Phase Ill Pipeline Expansion Segment 5 Bid/Contract # 5208-B PWS19-491 UTIL Awarding Agency Carlsbad Municipal Water District Pn>ject Location Carlsbad, San Diego County, CA Bid Date 08/29/2018 at 11 :00 Pn>ject C>etails Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. Ad Proofs -Recycled Water Phase Ill Pipeline Expansion Segmen ... Tweet Published On: 08/15/2018 @09:25:03 AM PST Published At: https:/ltwitter.com/dbegoodfaith Ferreira Construction Co., dba Ferreira Coastal Construction ... d begoodfaith .com/good-faith-ad .... 09.08 AM ·· 15 Aug 2018 Page IV Ad Proofs -Recycled Water Phase Ill Pipeline Expansion Segmen ... 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 FAX & EMAIL PROOFS This document contains a copy of the email notice sent and a copy of each fax notice sent to solicited companies. EMAIL PROOF Ferreira Construction Co., dba Ferreira Coastal Construction is seeking qualified DBEs and invites you to bid on the following contract. PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 BID#: 5208-B PWS19-491 UTIL BID DUE DATE: 2018-08-29 at 11:00 AWARDING AGENCY/OWNER: Car1sbad Municipal Water District PROJECT LOCATION: Car1sbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. If interested please contact: Marla Khan 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: 9096065900 Fax: 9096067711 Email: mkhan@ferreiraconstruction.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 1/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: 24n TRUCKING INC Tel: (619) 262-5171 Fax: (619) 264-3826 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 827868-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:00:56 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, Mlv'VBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 2/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: A & S CEMENT CONTRACTORS INC. Tel: (714) 220-2694 Fax: (714) 220-0571 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 827871-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :11 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MMIBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 3/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: ACCENT ENGINEERING & CONSTRUCTION INC. Tel: (619) 995-4852 Fax: (619) 923-3828 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 827877-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :44 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MMIBE, DVBE, SBE and other diversity parlicipation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 4/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: ACME SAFETY & SUPPLY CORP Tel: (619) 299-5100 Fax: (619) 542-0763 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-Qrul to reply with the Solicitation ID below. 827880-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :22 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MIWBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 5/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: AMERICA PACIFIC CONSTRUCTION Tel: (559) 577-9999 Fax: (714) 384-3988 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 827892-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01:58 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For addftional information about DBE, MNIBE, DVBE, SBE and other diversfty participation projects, visit www.dbegoodfafth.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_1og_new_system.php?adid=42209 6/55 8128/2018 Email & Fax Proofs t Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: AMERICAN UTILITY PRODUCTS Tel: (626) 335-2753 Fax: (626) 335-9797 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfalth.com/resP-.!2Ild to reply with the Solicitation ID below. 827893-42209 -OR-· Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not Interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01:47 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNVBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https:/twww.dbegoodfaith.com/submit_orderldocs/email_fax_log_new_system.php?adid=42209 7/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite 8-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: ANTHONY'S GRADING & PAVING Tel: (619) 334-6167 Fax: (619) 749-3973 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 827894-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:00:49 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNIBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 8/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite 8-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: BEAR EXCAVATION Tel: (619) 258-0877 Fax: (619) 457-0504 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/respond to reply with the Solicitation ID below. 827907-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ J Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ J Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:04:36 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MM/BE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 9155 8/28/2018 Email & Fax Proofs I Recycled water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: BERT W SALAS, INC. Tel: (619) 562-7711 Fax: (619) 258-3515 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 827908-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :06 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MMIBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 10/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: CATS EXCAVATING, INC Tel: (619) 264-4125 Fax: (619) 264-7566 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 827923-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :38 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MMIBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 11/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: CECILIA'S SAFETY SERVICE, INC. Tel: (858) 793-4465 Fax: (858) 793-4495 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 827925-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:03:37 pm PST on behalf ofFerreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, M/1/VBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 12/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: CINDY TRUMP INC DBA LINDY'S COLD PLANING Tel: (562) 697-2286 Fax: (562) 697-2039 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 827933-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:00:51 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MM'BE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 13/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: CONTERA CONSTRUCTION CORP. Tel: (951) 695-2800 Fax: (951) 695-2801 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 827942-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :58 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, M/1/VBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 14/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: CREST EQUIPMENT, INC Tel: (619) 444-5061 Fax: (619)447-6540 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfajth.com/resP-ond to reply with the Solicitation ID below. 827943-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ 1 Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ } Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:04:58 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MIWBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https:J/www.dbegoodfaith.com/submiLorder/docs/email_fax_log_new_system.php?adid=42209 15/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: CRUSH MATERIALS CORPORATION Tel: (949) 887-0795 Fax: (949) 305-6634 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 827945-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :47 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNVBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_1og_new_system.php?adid=42209 16/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: CT CONCRETE CUTTING INC. Tel: (951) 698-7745 Fax: (951) 698-0795 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 827947-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 I ] Yes, we will send a fax quote by the bid date. [ ) No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE Good Faith Inc. at 08/15/2018 12:01: 14 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, M/1/VBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 17/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: DE LA FUENTE CONSTRUCTION, INC. Tel: (619) 512-5505 Fax: (619) 878-2980 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 827953-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:00:48 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNo/BE, D VBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 18/55 8/28/2018 Email & Fax Proofs I Recycled water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: DOMINGUEZ CONSTRUCTION COMPANY, INC. Tel: (626) 962-5000 Fax: (626) 962-5055 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Car1sbad Municipal Water District PROJECT LOCATION: Car1sbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 827963-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :29 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MMIBE, D VBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 19/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: DREAMBUILDER CONSTRUCTION CORP Tel: (714) 646-3697 Fax: (714) 646-3698 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 827965-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:00:36 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, M/1/VBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 20/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: EZ LINE STRIPING CORP. Tel: (714) 994-1701 Fax: (714) 994-1702 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 827974-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ) No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :08 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNIBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https:/lwww.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 21/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite 8-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: FFKM ENGINEERING CONSTRUCTION, INC. Tel: (626) 345-4225 Fax: (661) 554-0114 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-8 PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 827979-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ) No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:02:38 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNv'BE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 22/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: G & F CONCRETE CUTTING, INC. Tel: (562) 229-0227 Fax: (562) 229-0231 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 827992-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. I ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :28 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MM'BE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com hltps://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 23/55 8/28/2018 Email & Fax Proofs I Recycled 1/Vater Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: GLOBAL ROAD SEALING, INC Tel: (714) 893-0845 Fax: (714) 893-0945 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 827999-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:00:50 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MM/BE, DVBE, SBE and other diversity patticipation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_1og_new_system.php?adid=42209 24/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: GSJ UTILITY SUPPLY & SERVICE Tel: (562) 404-1113 Fax: (888) 356-1250 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828005-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 01 :07:31 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNVBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 25/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: HYM ENGINEERING, INC Tel: (714) 523-2372 Fax: (562) 249-6609 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 828010-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :08 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, M/1/VBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https:/lwww.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 26/55 8/28/2018 Email & Fax Proofs I Recycled water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: J FRANCIS COMPANY Tel: (951) 776-9100 Fax: (951) 776-9174 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 828013-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. ( ) No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :48 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNIBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https:/lwww.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 27/55 8/28/2018 Email & Fax Proofs I Recycled water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: JESMAR CONSTRUCTION Tel: (714) 972-2665 Fax: (714) 972-9331 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828020-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 I ] Yes, we will send a fax quote by the bid date. I ] No, we are not interested. I ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:02:01 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MMIBE, D VBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 28/55 8/28/2018 Email & Fax Proofs I Recycled water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: JL STORMWATER CONSULTANTS, INC Tel: (619) 938-2420 Fax: (619) 334-6750 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828023-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:02:04 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNIBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 29/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: JOHN'S EQUIPMENT RENTAL Tel: (619) 561-8129 Fax: (619) 390-7195 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828026-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:02:09 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNv'BE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 30/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: LC PAVING & SEALING, INC. Tel: (760) 752-1743 Fax: (760) 752-1674 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828039-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :43 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNo/BE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 31/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: LNA CONCRETE STRUCTURES, INC. Tel: (909) 393-1493 Fax: (909) 393-9363 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-8 PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP.ond to reply with the Solicitation ID below. 82804 7-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:00:48 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MIWBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_1og_new_system.php?adid=42209 32/55 8/28/2018 Email & Fax Proofs I Recycled water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: MANERI TRAFFIC CONTROL Tel: (951) 695-5104 Fax: (951) 695-5105 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 828056-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ) No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :11 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNIBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 33/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: MC LEOD TRUCKING Tel: (619) 442-9328 Fax: (619) 442-4928 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828061-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ) No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:00:35 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MIWBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https:/lwww.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 34/55 8/28/2018 Email & Fax Proofs I Recycled water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: MJK CONSTRUCTION, INC. Tel: (800) 698-1645 Fax: (909) 594-6169 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 828068-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:27:11 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNt/BE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 35/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: MORELLO CONCRETE CONSTRUCTION, INC Tel: (619) 596-5400 Fax: (619) 596-3269 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828072-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 I ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. I ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :48 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MMIBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 36/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: ONE TIME UTILITY SALES, INC Tel: (714) 953-5700 Fax: (714) 953-5720 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 828084-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ) Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:00:52 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MIWBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 37/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: PAYCO SPECIALTIES, INCORPORATED Tel: (619) 422-9204 Fax: (619) 427-1620 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828092-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 I ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. I ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01:35 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MM'BE, DVBE, SBE and other diversity parlicipation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 38/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: PCA TRUCKING LLC Tel: (619) 955-6244 Fax: (619) 924-7665 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 828093-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:03:02 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNo/BE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 39/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: PG CUTTING SERVICES Tel: (951) 245-6464 Fax: (951) 471-1476 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/respond to reply with the Solicitation ID below. 828096-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ) No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:02:15 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MMIBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_1og_new_system.php?adid=42209 40/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: PORTILLO CONCRETE Tel: (619) 466-4639 Fax: (619) 466-4685 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828097-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:02:25 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, M/1/VBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https:/twww.dbegoodfaith.com/submiLorder/docs/email_fax_log_new_system.php?adid=42209 41/55 8/28/2018 Email & Fax Proofs I Recycled water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: RAP ENGINEERING, INC Tel: (760) 233-2980 Fax: (760) 233-2984 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 828108-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01:37 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MMIBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 42/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: REYNA'S ENGINEERING INC Tel: (951) 616-4332 Fax: (951) 824-7504 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828113-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE Good Faith Inc. at 08/15/2018 12:01: 15 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MMIBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 43/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: SAWMAN CONCRETE CUTTING INC Tel: (818) 406-1421 Fax: (818) 698-4004 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828129-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :46 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNVBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 44/55 8/28/2018 Email & Fax Proofs I Recycled water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: SEALRIGHT PAVING INC Tel: (619) 465-7411 Fax: (619) 465-7490 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828131-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE Good Faith Inc. at 08/15/2018 12:01 :39 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MMIBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_1og_new_system.php?adid=42209 45/55 8128/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: SM SALES, 75TH STREET QUARRY & RECYCLING Tel: (661) 252-4735 Fax: (661} 299-1547 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resllQWt to reply with the Solicitation ID below. 828133-42209 -OR- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :23 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MIWBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_ order/docs/email_fax_log_new _system.php?adid=42209 48/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite 8-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: SO. CAL TRAFFIC INC Tel: (858) 720-0179 Fax: (858) 793-4495 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 828136-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01:22 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MIWBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 47/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: STATEWIDE STRIPES, INC Tel: (858) 560-6887 Fax: (858) 560-0158 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828143-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:09:42 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, M/1/VBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 48/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: SUPER SEAL & STRIPE, INC Tel: (805) 524-7345 Fax: (805) 524-7428 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828146-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:00:59 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional infonnation about DBE, MIWBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 49/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: TERRA WEST, INC Tel: (619) 488-3000 Fax: (619) 568-3475 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828152-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE Good Faith Inc. at 08/15/2018 12:01: 14 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, M/1/VBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_1og_new_system.php?adid=42209 50/55 8/28/2018 Email & Fax Proofs I Recycled water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: TERRADYNE LAX, INC Tel: (714) 557-3200 Fax: (949) 231-1700 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 828153-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :14 pm PST on behalf ofFerreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, M/1/VBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 51/55 8/28/2018 Email & Fax Proofs I Recycled water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: TRIUMPH GEO-SYNTHETICS, INC. Tel: (888) 775-7545 Fax: (714) 237-1549 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11:00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 828156-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01:16 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNIBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_1og_new_system.php?adid=42209 52/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: TRUE CHAMPIONS INC. Tel: (619) 276-6999 Fax: (619) 276-8783 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 828157-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :38 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, M/1/VBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 53/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: VA P CONSTRUCTION INC. Tel: (714) 253-3270 Fax: (714) 551-9420 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resgond to reply with the Solicitation ID below. 828165-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ) Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE Good Faith Inc. at 08/15/2018 12:01 :40 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, M/1/VBE, D VBE, SBE and other diversity patticipation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 54/55 8/28/2018 Email & Fax Proofs I Recycled Water Phase Ill Pipeline Expansion Segment 5 INVITATION TO BID FROM: Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA, 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 mkhan@ferreiraconstruction.com CONTACT NAME: Marla Khan TO: WESSEX INDUSTRIES, INC. Tel: (909) 941-7200 Fax: (909) 944-0127 Ferreira Construction Co., dba Ferreira Coastal Construction is Seeking Qualified DBEs BID DUE DATE: 2018-08-29 at 11 :00 BID No.: 5208-B PWS19-491 UTIL PROJECT NAME: Recycled Water Phase Ill Pipeline Expansion Segment 5 AGENCY NAME: Carlsbad Municipal Water District PROJECT LOCATION: Carlsbad, San Diego, CA Asphalt paving, bore and jack, concrete work, trucking, SWPP, striping, traffic control, saw cutting, aggregate material supplier, concrete material supplier, pipe and fitting supplier Ferreira Coastal Construction upon request will assist interested subcontractors obtain bonds, lines of credit, insurance, necessary equipment, supplies, and materials required for this project. FCC will establish delivery schedules that will enable certified DBE subcontractors and suppliers to bid this project. Plans and specifications may be viewed at our Chino office at no charge. FCC is an equal opportunity employer and intends to seriously negotiate with the certified DBE subcontractors and suppliers. RETURN SECTION Visit www.dbegoodfaith.com/resP-ond to reply with the Solicitation ID below. 82817 4-42209 -OR-- Fax back this invitation with your response to: (909) 606-7711 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at This solicitation was sent by DBE GoodFaith Inc. at 08/15/2018 12:01 :38 pm PST on behalf of Ferreira Construction Co., dba Ferreira Coastal Construction For additional information about DBE, MNVBE, DVBE, SBE and other diversity participation projects, visit www.dbegoodfaith.com https://www.dbegoodfaith.com/submit_order/docs/email_fax_log_new_system.php?adid=42209 55/55 Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA 91730 Tel: 909) 606-5900 Fax: 909) 606-7711 Message Log Project Name: Recycled Water Phase Ill Pipeline Expansion Segment 5 Contract/Bid#: 5208-B PWS19-491 UTIL Awarding Agency: Carlsbad Municipal Water District Log Details • This log contains messages sent to Ferreira Construction Co., dba Ferreira Coastal Construction regarding this project through the online focus journal advertisement published at https://www.dbegoodfaith.com/good-faith- ad.php?ad_ adid=42209&co _ name=Ferreira+Construction+Co. %2C+dba+Ferreira+Coastal+Construction Company trinity equipment inc Tel: 9095521473 Fax: None Listed etici@teisales.com Page II Message 08/21/2018 -Hello Marta i sent you an email with all our certifications and equipment list. if you have any equipment you will be needing for this project you can rent it from us and get full credit for each rental. Thank you please call me if you have any questions. Message Log -Recycled Water Phase Ill Pipeline Expansion Segmen ... Email, Fax, & Telephone Solicitation Log Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 Project Name: Recycled Water Phase Ill Pipeline Expansion Segment 5 Contract/Bid#: 5208-B PWS19-491 UTIL Awarding Agency: Carlsbad Municipal Water District Log Details • All emails and faxes were sent and tracked through DBEGoodFaith.com's automated solicitation and logging system. • The soliciation system makes up to 5 attempts to successfully delivery a fax as long as a human does not answer the call. If a human answers the call, only 1 attempt is made. • The soliciation system attempts to successfully deliver emails until the response from the recepient's email server requests that no other attempts be made. • All calls are performed by real people. No calls are pre-recorded. Company 24/7 TRUCKING INC 180 WOODMAN ST SAN DIEGO, CA 92114 Tel: 6192625171 Fax:6192643826 cadirtco@sbcglobal.net Cert:DBE A & S CEMENT CONTRACTORS INC. 8140 MONROE AVE. STANTON, CA 90680 Tel: 7142202694 Fax: 7142200571 michael@ascement.net Cert:DBE ACCENT ENGINEERING & CONSTRUCTION INC. 10679 WESTVIEW PARKWAY, 2ND FLOOR SAN DIEGO, CA 92126 Tel: 6199954852 Fax:6199233828 rthompson@accenteci.com Cert:DBE ACME SAFETY & SUPPLY CORP 1616 WEST AVE NATIONAL CITY, CA 91950 Tel: 6192995100 Fax:6195420763 candace@acmesafetysupply.com Cert:DBE ALVAREZ AND SHAW INCORPORATED 13080 HWY BUSINESS 8 EL CAJON, CA 92021 Tel: 6193834102 Fax: None Listed Dshaw@alvarezandshaw.com Cert: DBE Page II Fax Send Date Email Send Date & Delivery Status & Delivery Status 08/15/2018 08/15/2018 12:00 pm PST 12:00 pm PST Successful Delivered 08/15/2018 08/15/2018 12:01 pm PST 12:00 pm PST Successful Delivered 08/15/2018 08/15/2018 12:01 pm PST 12:00 pm PST Successful Delivered 08/15/2018 08/15/2018 12:01 pm PST 12:00 pm PST Successful Delivered nla 08/15/2018 12:00 pm PST Delivered Call Details Call 1: 08/16/2018@ 12:25 pm PST-Voicemail - Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. Call 2: 08/23/2018@ 01 :30 pm PST -Not available - May be bidding, not sure. Number not available at the moment. Call 1: 08/16/2018@ 12:26 pm PST-Receptionist-No, not submitting a quote for this project. Call 2: No 2nd call scheduled. Call 1: 08/16/2018@ 12:26 pm PST-Not Available - Unable to confirm whether they are interested in submitting a quote. The call would not connect. Call 2: 08/23/2018 @01:31 pm PST -Disconnected - Unable to confirm whether they are interested in submitting a quote. The phone number is disconnected. Call 1: 08/16/2018@ 12:28 pm PST -Receptionist- They are still deciding whether they are interested in this project. Call 2: 08/23/2018 @ 01 :33 pm PST -Ashley -Yes, they intend to submit a quote. They will send it over before the bid due date. Call 1: 08/16/2018@ 12:29 pm PST-Dave -Yes, they intend to submit a quote. They will send it over before the bid due date. Call 2: 08/23/2018@ 01 :35 pm PST -Voicemail - Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. Solicitation Log -Recycled Water Phase Ill Pipeline Expansion Segmen ... AMERICA PACIFIC CONSTRUCTION 08/15/2018 08/15/2018 Call 1: 08/16/2018@ 12:30 pm PST-Voicemail - 7161 CITRUS VALLEY AVENUE 12:01 pm PST 12:00 pm PST Unable to confirm whether they are interested in EASTVALE, CA 92880 Successful Delivered submitting a quote. Left a voicemail with all the project Tel: 5595779999 details. Fax:7143843988 apconstruction09@gmail.com Call 2: 08/23/2018@ 01 :36 pm PST -Estimator -No, not Cert: DBE submitting a quote for this project. AMERICAN UTILITY PRODUCTS 08/15/2018 08/15/2018 Call 1: 08/16/2018@ 12:31 pm PST-Voicemail - 1557 CANYON MEADOWS LANE 12:01 pm PST 12:00 pm PST Unable to confirm whether they are interested in GLENDORA, CA 91740 Successful Delivered submitting a quote. Left a voicemail with all the project Tel: 6263352753 details. Fax:6263359797 sanjay.pandya@gmail.com Call 2: 08/23/2018@ 01 :43 pm PST -Voicemail - Cert:DBE Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. ANTHONY'S GRADING & PAVING 08/15/2018 08/15/2018 Call 1: 08/16/2018@ 12:32 pm PST-Receptionist-No, 9955 PROSPECT AVENUE SUITED 12:00 pm PST 12:00 pm PST not submitting a quote for this project. SANTEE, CA 92071 Successful Delivered Tel: 6193346167 Call 2: No 2nd call scheduled. Fax:6197493973 paving_agp@yahoo.com Cert:DBE BEAR EXCAVATION 08/15/2018 08/15/2018 Call 1: 08/16/2018@ 12:32 pm PST-Not Available - 10456 SECOND STREET 12:04 pm PST 12:00 pm PST Unable to confirm whether they are interested in SANTEE, CA 92071 Failed Delivered submitting a quote. The call would not connect. Tel: 6192580877 Fax:6194570504 Call 2: 08/23/2018@01:46 pm PST-Voicemail - bearex134@gmail.com Unable to confirm whether they are interested in Cert:DBE submitting a quote. Left a voicemail with all the project details. BERT W SALAS, INC. 08/15/2018 08/15/2018 Call 1: 08/16/2018 @ 12:33 pm PST -Receptionist - 10769 WOODSIDE AVENUE, SUITE 201 12:01 pm PST 12:00 pm PST They are still deciding whether they are interested in this SANTEE, CA 92071 Successful Delivered project. Tel: 6195627711 Fax:6192583515 Call 2: 08/23/2018@ 01 :55 pm PST -Christian -No, not bsalaz@bertsalasinc.com submitting a quote for this project. Cert:DBE Page Ill Solicitation Log -Recycled Water Phase Ill Pipeline Expansion Segmen ... CATS EXCAVATING, INC 1944 54TH STREET SAN DIEGO, CA 92105 Tel: 6192644125 Fax:6192647566 catsexcavatinginc@yahoo.com Cert:DBE CECILIA'S SAFETY SERVICE, INC. 1358 LA MIRADA DRIVE SAN MARCOS, CA 92078 Tel: 8587934465 Fax:8587934495 cecilias@pacbell.net Cert:DBE CINDY TRUMP INC OBA LINDY'S COLD PLANING 625 W. MOUNTAIN VIEW LA HABRA, CA 90631 Tel: 5626972286 Fax:5626972039 wegrindasphalt@aol.com Cert: DBE CONTERA CONSTRUCTION CORP. 28545 OLD TOWN FRONT ST., SUITE 201 TEMECULA, CA 92590 Tel: 9516952800 Fax:9516952801 dick@varelacompanies.com Cert: DBE CREST EQUIPMENT, INC 13783 HWY 8 BUS. EL CAJON, CA 92021 Tel: 6194445061 Fax:6194476540 belio@sbcglobal.net Cert: DBE Page IV 08/15/2018 12:01 pm PST Successful 08/15/2018 12:03 pm PST Successful 08/15/2018 12:00 pm PST Successful 08/15/2018 12:01 pm PST Successful 08/15/2018 12:04 pm PST Successful 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered Call 1: 08/16/2018 @ 12:35 pm PST -Receptionist -No, not submitting a quote for this project. Call 2: No 2nd call scheduled. Call 1: 08/16/2018 @ 12:35 pm PST -Receptionist -No, not submitting a quote for this project. Call 2: No 2nd call scheduled. Call 1: 08/16/2018 @ 12:38 pm PST -Receptionist -No, not submitting a quote for this project. Call 2: No 2nd call scheduled. Call 1: 08/16/2018@ 12:40 pm PST-Erick-No, not submitting a quote for this project. Call 2: No 2nd call scheduled. Call 1: 08/16/2018@ 12:41 pm PST-Receptionist-Re- sent an email to the address on record. They will take a look at it and respond if interested. Call 2: 08/23/2018@01:57 pm PST-Receptionist-No, not submitting a quote for this project. Solicitation Log -Recycled Water Phase Ill Pipeline Expansion Segmen ... CRUSH MATERIALS CORPORATION 4DIAMANTWAY ALISO VIEJO, CA 92656 Tel: 9498870795 Fax:9493056634 chlistine@crushmatelials.com Cert: DBE CT CONCRETE CUTTING INC. 26341 JEFFERSON AVE. SUITE B MURRIETA, CA 92562 Tel: 9516987745 Fax:9516980795 ct@ctconcretecutting.com Cert: DBE DE LA FUENTE CONSTRUCTION, INC. 121 E 31ST STREET, SUITE C NATIONAL CITY, CA 91950 Tel: 6195125505 Fax:6198782980 accounting@dlfci.com Cert: DBE DOMINGUEZ CONSTRUCTION COMPANY, INC. 16029 ARROW HWY, SUITE B IRWINDALE, CA 91702 Tel: 6269625000 Fax:6269625055 rsl@dominguezconst.com Cert:DBE DREAMBUILDER CONSTRUCTION CORP 1324 E LAWSON LN. PLACENTIA, CA 92870 Tel: 7146463697 Fax:7146463698 alex.singh@dreambuildercorp.com Cert:DBE PageV 08/15/2018 12:01 pm PST Successful 08/15/2018 12:01 pm PST Successful 08/15/2018 12:00 pm PST Successful 08/15/2018 12:01 pm PST Successful 08/15/2018 12:00 pm PST Successful 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered Call 1: 08/16/2018@ 12:41 pm PST -Christine• No, not submitting a quote for this project. Call 2: No 2nd call scheduled. Call 1: 08/16/2018@ 12:42 pm PST-Voicemail • Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. Call 2: 08/23/2018@ 02:00 pm PST -Voicemail Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. Call 1: 08/16/2018@ 12:44 pm PST -Receptionist - They are still deciding whether they are interested in this project. Call 2: 08/23/2018@02:02 pm PST-Estimator -No, not submitting a quote for this project. Call 1: 08/16/2018@ 12:45 pm PST· None· Unable to confirm whether they are interested in submitting a quote. No one picked up and the call did not connect to a voicemail. Call 2: 08/23/2018 @ 02:05 pm PST• Receptionist -No, not submitting a quote for this project. Call 1: 08/16/2018@ 12:45 pm PST· Voicemail • Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. Call 2: 08/23/2018@02:14 pm PST• Estimator -No, not submitting a quote for this project. Solicitation Log -Recycled Water Phase Ill Pipeline Expansion Segmen ... EZ LINE STRIPING CORP. 7379 ORANGETHORPE AVENUE, SUITE E. BUENA PARK, CA 90621 Tel: 7149941701 Fax:7149941702 ALICIAP@EZLINESTRIPING.COM Cert: DBE FFKM ENGINEERING CONSTRUCTION, INC. 28462 CAMINO DEL ARTE DR VALENCIA, CA 91354 Tel: 6263454225 Fax:6615540114 frew.kotisso@ffkmengineering.com Cert:DBE FMFPANDION 721 SNAPDRAGON STREET ENCINITAS, CA 92024 Tel: 7604056805 Fax: None Listed tommy.wells@fmfpandion.com Cert: DBE G & F CONCRETE CUTTING, INC. 13653 ALONDRA BL VD. SANTA FE SPRINGS, CA 90670 Tel: 5622290227 Fax:5622290231 r.ferguson@gfconcretecutting.com Cert: DBE Page VI 08/15/2018 12:01 pm PST Successful 08/15/2018 12:02 pm PST Successful n/a 08/15/2018 12:01 pm PST Successful 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered Call 1: 08/16/2018@ 12:47 pm PST -Receptionist- They are still deciding whether they are interested in this project. Call 2: 08/23/2018@ 02:26 pm PST-Receptionist- Provided all the project details to the receptionist and they will get in touch if interested. Call 1: 08/1612018@ 12:48 pm PST-Voicemail- Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. Call 2: 08/23/2018@ 02:34 pm PST -Voicemail - Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. Call 1: 08/1612018@ 12:49 pm PST-Voicemail - Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. Call 2: 08/23/2018@02:44 pm PST-Tommy Voicemail -Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. Call 1: 08/16/2018@ 12:51 pm PST-Receptionist- They are still deciding whether they are interested in this project. Call 2: 08/23/2018 @ 02:44 pm PST -No answer - Unable to confirm whether they are interested in submitting a quote. No one picked up and the call did not connect to a voicemail. Solicitation Log -Recycled Water Phase Ill Pipeline Expansion Segmen ... GLOBAL ROAD SEALING, INC 08/15/2018 08/15/2018 Call 1: 08/16/2018 @ 12:53 pm PST -Receptionist - 10832 DOROTHY AVE 12:00 pm PST 12:00 pm PST They are still deciding whether they are interested in this GARDEN GROVE, CA 92843 Successful Delivered project. Tel: 7148930845 Fax:7148930945 Call 2: 08/23/2018@ 02:45 pm PST -Voicemail - grs@globalroadsealing.com Unable to confirm whether they are interested in Cert:DBE submitting a quote. Left a voicemail with all the project details. GSJ UTILITY SUPPLY & SERVICE 08/15/2018 08/15/2018 Call 1: 08/16/2018 @ 12:53 pm PST -Not Available - 14565 S. VALLEY VIEW AVENUE #Z 01:07 pm PST 12:00 pm PST Unable to confirm whether they are interested in SANTA FE SPRINGS, CA 90670 Failed Delivered submitting a quote. The call would not connect. Tel: 5624041113 Fax:8883561250 Call 2: 08/23/2018 @02:47 pm PST -Disconnected - sandy@gsj-utility.com Unable to confirm whether they are interested in Cert: DBE submitting a quote. The phone number is disconnected. HYM ENGINEERING, INC 08/15/2018 08/15/2018 Call 1: 08/16/2018@ 12:54 pm PST-Voicemail - 6380 ROLAND STREET 12:01 pm PST 12:00 pm PST Unable to confirm whether they are interested in BUENA PARK, CA 90621 Successful Delivered submitting a quote. Left a voicemail with all the project Tel: 7145232372 details. Fax:5622496609 ajeon@hymengineering.com Call 2: 08/23/2018 @02:48 pm PST-Voicemail - Cert: DBE Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. J FRANCIS COMPANY 08/15/2018 08/15/2018 Call 1: 08/16/2018@ 12:56 pm PST-Voicemail - 16197 KRAMERIAAVE 12:01 pm PST 12:00 pm PST Unable to confirm whether they are interested in RIVERSIDE, CA 92504 Successful Delivered submitting a quote. Left a voicemail with all the project Tel: 9517769100 details. Fax:9517769174 diana@jfranciscompany.com Call 2: 08/23/2018 @02:48 pm PST -Unable to Cert: DBE connect -Unable to confirm whether they are interested in submitting a quote. The call would not connect. JESMAR CONSTRUCTION 08/15/2018 08/15/2018 Call 1: 08/16/2018@ 12:57 pm PST-Receptionist -No, 2528 OAKMOUNT AVENUE 12:02 pm PST 12:00 pm PST not submitting a quote for this project. SANTA ANA, CA 92706 Successful Delivered Tel: 7149722665 Call 2: No 2nd call scheduled. Fax:7149729331 jesmarboring@sbcglobal.net Cert: DBE Page VII Solicitation Log -Recycled Water Phase Ill Pipeline Expansion Segmen ... JL STORMWATER CONSULTANTS, INC 08/15/2018 08/15/2018 Call 1: 08/16/2018@ 12:59 pm PST -Receptionist - 1720 BRIDGEHAMPTON PLACE 12:02pm PST 12:00 pm PST They are still deciding whether they are interested in this EL CAJON, CA 92019 Successful Delivered project. Tel: 6199382420 Fax:6193346750 Call 2: 08/23/2018@ 02:49 pm PST -Jessica -Yes, jane@jlstormwater.com they intend to submit a quote. They will send it over Cert:DBE before the bid due date. JOHN'S EQUIPMENT RENTAL 08/15/2018 08/15/2018 Call 1: 08/16/2018@01:00 pm PST-Voicemail- 11775 TOPO LANE 12:02 pm PST 12:00 pm PST Unable to confinn whether they are interested in LAKESIDE, CA 92040 Successful Delivered submitting a quote. Left a voicemail with all the project Tel: 6195618129 details. Fax:6193907195 johnsequiprental@gmail.com Call 2: 08/23/2018@ 02:51 pm PST -Receptionist -May Cert: DBE be interested in submitting a quote, but they would like you to contact them so they can learn more about the project. LC PAVING & SEALING, INC. 08/15/2018 08/15/2018 Call 1: 08/16/2018@ 01:01 pm PST -Receptionist- 996 BORDEN RD. 12:01 pm PST 12:00 pm PST They are still deciding whether they are interested in this SAN MARCOS, CA 92069 Successful Delivered project. Tel: 7607521743 Fax:7607521674 Call 2: 08/23/2018 @ 02:53 pm PST -Estimator -Yes, marisa@lcpaving.com they intend to submit a quote. They will send it over Cert: DBE before the bid due date. LA ESPERANZA TRUCKING n/a 08/15/2018 Call 1: 08/16/2018@01:02 pm PST-Receptionist- 4186 DIVISION STREET 12:00 pm PST Yes, they intend to submit a quote. They will send it over SAN DIEGO, CA 92113 Delivered before the bid due date. Tel: 6194715179 Fax: None Listed Call 2: 08/23/2018@ 02:55 pm PST-Juan Carlos -May JuanCarlosGuzman 1966@gmail.com be interested in submitting a quote, but they would like Cert: DBE you to contact them so they can learn more about the project. LNA CONCRETE STRUCTURES, INC. 08/15/2018 08/15/2018 Call 1: 08/16/2018 @01:05 pm PST -Receptionist-No, 15455 TERN STREET 12:00 pm PST 12:00 pm PST not submitting a quote for this project. CHINO HILLS, CA 91709 Successful Delivered Tel: 9093931493 Call 2: No 2nd call scheduled. Fax:9093939363 agarclalna@aol.com Cert:DBE Page VIII Solicitation Log -Recyded Water Phase Ill Pipeline Expansion Segmen ... MANERI TRAFFIC CONTROL 47423 RAINBOW CANYON RD TEMECULA, CA 92592 Tel: 9516955104 Fax:9516955105 oavila@maneritrafficcontrol.com Cert: DBE MC LEOD TRUCKING 1911 EUCLID AVENUE EL CAJON, CA 92019 Tel: 6194429328 Fax:6194424928 mcleodtrucking@gmail.com Cert: DBE MJK CONSTRUCTION, INC. 4780 CHEYENNE WAY, CHINO, CA 91710 Tel: 8006981645 Fax:9095946169 plawrence@mjkconstruction.com Cert: DBE MORELLO CONCRETE CONSTRUCTION, INC 8534 HUBBLES LANE SANTEE, CA 92071 Tel: 6195965400 Fax:6195963269 cmorello.mcc@gmail.com Cert: DBE NORTH GROVE ENGINEERING 2372 BACK NINE STREET OCEANSIDE, CA 92056 Tel: 9103810311 Fax: None Listed jeffs@northgrove-engineering.com Cert: DBE Page IX 08/15/2018 12:01 pm PST Successful 08/15/2018 12:00 pm PST Successful 08/15/2018 12:27 pm PST Successful 08/15/2018 12:01 pm PST Successful n/a 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered Call 1: 08/16/2018 @ 01 :06 pm PST -Receptionist -No, not submitting a quote for this project. Call 2: No 2nd call scheduled. Call 1: 08/16/2018@01:06 pm PST-Voicemail - Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. Call 2: 08/23/2018 @02:57 pm PST-Voicemail - Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. Call 1: 08/16/2018@ 01 :08 pm PST -None -Unable to confirm whether they are interested in submitting a quote. The call would not connect. Call 2: 08/23/2018@ 02:58 pm PST-Mike -No, not submitting a quote for this project. Call 1: 08/16/2018@ 01 :09 pm PST -Receptionist -Re- sent an email to jmorello.mcc@gmail.com. They will take a look at it and respond if interested. Call 2: 08/23/2018 @03:00 pm PST-Receptionist -Re- sent an email to dgriffith.mcc@gmail.com. They will take a look at ii and respond if interested. Call 1: 08/16/2018 @01:10 pm PST-Voicemail - Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. Call 2: 08/23/2018@ 03:01 pm PST-Voicemail - Unable lo confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. Solicitation Log -Recycled Water Phase Ill Pipeline Expansion Segmen ... ONE TIME UTILITY SALES, INC 501 GARFIELD STREET SANTA ANA, CA 92701 Tel: 7149535700 Fax:7149535720 brian@onetimeutility.com Cert: DBE PAYCO SPECIALTIES, INCORPORATED 120 NORTH SECOND AVE. CHULA VISTA, CA 91910 Tel: 6194229204 Fax:6194271620 No Email Listed Cert: DBE PCA TRUCKING LLC 4113 ETA STREET SAN DIEGO, CA 92113 Tel: 6199556244 Fax:6199247665 pcatrucking@outlook.com Cert:DBE PG CUTTING SERVICES 29363 NORTH LAKE DRIVE LAKE ELSINORE, CA 92530 Tel: 9512456464 Fax:9514711476 estimating@pgcutting.com Cert: DBE PORTILLO CONCRETE 3527 CITRUS STREET LEMON GROVE, CA 91945 Tel: 6194664639 Fax:6194664685 mportillo@portilloconcreteinc.com Cert: DBE PageX 08/15/2018 12:00 pm PST Successful 08/15/2018 12:01 pm PST Successful 08/15/2018 12:03 pm PST Successful 08/15/2018 12:02 pm PST Successful 08/15/2018 12:02 pm PST Successful 08/15/2018 12:00 pm PST Delivered n/a 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered Call 1: 08/16/2018 @01 :11 pm PST -Ellie -They are still deciding whether they are interested in this project. Call 2: 08/23/2018 @ 03:03 pm PST -Estimator -No, not submitting a quote for this project. Call 1: 08/16/2018 @02:09 pm PST -Receptionist - Yes, they intend to submit a quote. They will send it over before the bid due date. Call 2: 08/23/2018@ 03:06 pm PST -Receptionist - Yes, they intend to submit a quote. They will send it over before the bid due date. Call 1: 08/16/2018 @ 02:11 pm PST -Not Available - Unable to confirm whether they are interested in submitting a quote. The call would not connect. Call 2: 08/23/2018@ 03:11 pm PST -Receptionist - They have already sent their quote. Call 1: 08/16/2018@02:12 pm PST-Receptionist- They are still deciding whether they are interested in this project. Call 2: 08/23/2018 @03:17 pm PST -Receptionist-No, not submitting a quote for this project. Call 1: 08/16/2018@02:16 pm PST-Receptionist-No, not submitting a quote for this project. Call 2: No 2nd call scheduled. Solicitation Log -Recycled Water Phase Ill Pipeline Expansion Segmen ... RAP ENGINEERING, INC 08/15/2018 08/15/2018 Call 1: 08/16/2018@ 02:17 pm PST• Receptionist - 503 E MISSION ROAD 12:01 pm PST 12:00 pm PST Yes, they intend to submit a quote. They will send it over SAN MARCOS, CA 92069 Successful Delivered before the bid due date. Tel: 7602332980 Fax:7602332984 Call 2: 08/23/2018 @03:20 pm PST -Receptionist - rperez@rapenginc.com Yes, they intend to submit a quote. They will send it over Cert: DBE before the bid due date. REYNA'S ENGINEERING INC 08/15/2018 08/15/2018 Call 1: 08/16/2018 @02:20 pm PST -Receptionist• No, 405 W. FOOTHILL BLVD #102 12:01 pm PST 12:00 pm PST not submitting a quote for this project. CLAREMONT, CA 91711 Successful Delivered Tel: 9516164332 Call 2: No 2nd call scheduled. Fax:9518247504 loleelevi@yahoo.com Cert: DBE RICK CHAVEZ TRUCKING INC. n/a 08/15/2018 Call 1: 08/16/2018 @ 02:21 pm PST • Not Available • 31788 PEPPER TREE ST 12:00 pm PST Unable to confirm whether they are interested in WINCHESTER, CA 92596 Delivered submitting a quote. The call would not connect. Tel: 6195206684 Fax: None Listed Call 2: 08/23/2018@ 03:21 pm PST -Estimator -No, not sdtrucker@verizon.net submitting a quote for this project. Cert: DBE RUSHWEST SITEWORK n/a 08/15/2018 Call 1: 08/16/2018 @02:22 pm PST -None -Unable to 12431 DANIGER RD 12:00 pm PST confirm whether they are interested in submitting a quote. SANTA ANA, CA 92705 Delivered The call would not connect. Tel: 7145021227 Fax: None Listed Call 2: 08/23/2018@ 03:22 pm PST -Not available - denise@rushwest.com May be bidding, not sure. Number not available at the Cert: DBE moment. SAWMAN CONCRETE CUTTING INC 08/15/2018 08/15/2018 Call 1: 08/16/2018@02:23 pm PST -Voicemail - 11584 WOODCOCK AVE 12:01 pm PST 12:00 pm PST Unable to confirm whether they are interested in SAN FERNANDO, CA 91340 Successful Delivered submitting a quote. Left a voicemail with all the project Tel: 8184061421 details. Fax:8186984004 alsawman@gmail.com Call 2: 08/23/2018@ 03:24 pm PST -Voicemail -May Cert:DBE be bidding, not sure. Reached voicemail but unable to leave a message. Page XI Solicitation Log• Recycled Water Phase Ill Pipeline Expansion Segmen ... SEALRIGHT PAVING INC 9053 OLIVE DRIVE SPRING VALLEY, CA 91977 Tel: 6194657411 Fax:6194657490 estimating@sealrightpavinginc.com Cert: DBE SM SALES, 75TH STREET QUARRY & RECYCLING 17524 W. SIERRA HIGHWAY SANTA CLARITA, CA 91351 Tel: 6612524735 Fax:6612991547 jpusic@smsalesinc.com Cert:DBE SO. CAL TRAFFIC INC 1358 LA MIRADA DRIVE SAN MARCOS, CA 92078 Tel: 8587200179 Fax:8587934495 cecilia@socaltraffic.net Cert:DBE STATEWIDE STRIPES, INC 7320 MISSION GORGE ROAD SAN DIEGO, CA 92120 Tel: 8585606887 Fax:8585600158 office@statewidestripes.com Cert: DBE SUPER SEAL & STRIPE, INC 310ASTREET FILLMORE, CA 93015 Tel: 8055247345 Fax:8055247428 brenda@supersealandstripe.com Cert:DBE Page XII 08/15/2018 12:01 pm PST Successful 08/15/2018 12:01 pm PST Successful 08/15/2018 12:01 pm PST Successful 08/15/2018 12:09 pm PST Successful 08/15/2018 12:00 pm PST Successful 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered 08/15/2018 12:00 pm PST Delivered Call 1: 08/1612018@02:25 pm PST -Receptionist- Yes, they intend to submit a quote. They will send it over before the bid due date. Call 2: 08/23/2018 @ 03:26 pm PST -No answer - Unable to confirm whether they are interested in submitting a quote. No one picked up and the call did not connect to a voicemail. Call 1: 08/16/2018@ 02:26 pm PST -Voicemail - Unable to confirm whether they are interested in submitting a quote. Left a voicemail with all the project details. Call 2: 08/23/2018 @ 03:28 pm PST -Cindy -No, not submitting a quote for this project. Call 1: 08/16/2018 @ 02:28 pm PST -Receptionist - Yes, they intend to submit a quote. They will send it over before the bid due date. Call 2: 08/23/2018@ 03:30 pm PST -No answer - Unable to confirm whether they are interested in submitting a quote. No one picked up and the call did not connect to a voicemail. Call 1: 08/16/2018@02:30 pm PST -Cynthia -They are still deciding whether they are interested in this project. Call 2: 08/23/2018@ 03:32 pm PST -Cynthia -No, not submitting a quote for this project. Call 1: 08/16/2018@02:30 pm PST-Receptionist-No, not submitting a quote for this project. Call 2: No 2nd call scheduled. Solicitation Log -Recycled Water Phase Ill Pipeline Expansion Segmen ... TERRA WEST, INC 08/15/2018 08/15/2018 Call 1: 08/16/2018 @02:32 pm PST-Voicemail - 591 TELEGRAPH CANYON RD #713 12:01 pm PST 12:00 pm PST Unable to confirm whether they are interested in CHULA VISTA, CA 91910 Successful Delivered submitting a quote. Left a voicemail with all the project Tel: 6194883000 details. Fax:6195683475 roberto@terrawestinc.com Call 2: 08/23/2018 @03:33 pm PST -Estimator -Yes, Cert:DBE they intend to submit a quote. They will send it over before the bid due date. TERRADYNE LAX, INC 08/15/2018 08/15/2018 Call 1: 08/16/2018 @ 02:33 pm PST -Receptionist -No, 24881 ALICIA PARKWAY, STE E-327 12:01 pm PST 12:00 pm PST not submitting a quote for this project. LAGUNA HILLS, CA 92653 Successful Delivered Tel: 7145573200 Call 2: No 2nd call scheduled. Fax:9492311700 lax@TERRADYNE.COM Cert:DBE TRIUMPH GEO-SYNTHETICS, INC. 08/15/2018 08/15/2018 Call 1: 08/16/2018 @02:35 pm PST-Michael -Re-sent 1325 N. BLUE GUM ST. 12:01 pm PST 12:00 pm PST an email to mperez@triumphgeo.com. They will take a ANAHEIM, CA 92806 Successful Delivered look at it and respond if interested. Tel: 8887757545 Fax:7142371549 Call 2: 08/23/2018 @03:38 pm PST-Casey-Yes, they sales@triumphgeo.com intend to submit a quote. They will send it over before the Cert:DBE bid due date. TRUE CHAMPIONS INC. 08/15/2018 08/15/2018 Call 1: 08/16/2018 @ 02:37 pm PST -Voicemail - 5234 CUSHMAN PL., STE. 200 12:01 pm PST 12:00 pm PST Unable to confirm whether they are interested in SAN DIEGO, CA 92110 Successful Delivered submitting a quote. Left a voicemail with all the project Tel: 6192766999 details. Fax:6192768783 TCl@TRUECHAMPIONS.NET Call 2: 08/23/2018 @03:39 pm PST-Receptionist -No, Cert:DBE not submitting a quote for this project. V A P CONSTRUCTION INC. 08/15/2018 08/15/2018 Call 1: 08/16/2018 @ 02:37 pm PST -Not Available - 15705 BIRCHWOOD ST 12:01 pm PST 12:00 pm PST Unable to confirm whether they are interested in LA MIRADA, CA 90638 Successful Delivered submitting a quote. The call would not connect. Tel: 7142533270 Fax:7145519420 Call 2: 08/23/2018@ 03:40 pm PST-Voicemail - arvind@vapci.com Unable to confirm whether they are interested in Cert:DBE submitting a quote. Left a voicemail with all the project details. Page XIII Solicitation Log -Recycled Water Phase Ill Pipeline Expansion Segmen ... WESSEX INDUSTRIES, INC. 8619 RED OAK STREET RANCHO CUCAMONGA, CA 91730 Tel: 9099417200 Fax:9099440127 a.castillo@wessex-industries-inc.com Cert: DBE Page XIV 08/15/2018 12:01 pm PST Successful 08/15/2018 12:00 pm PST Delivered Call 1: 08/16/2018 @ 02:39 pm PST -Receptionist - They are still deciding whether they are interested in this project. Call 2: 08/23/2018 @ 03:43 pm PST -Larry -No, not submitting a quote for this project. Solicitation Log -Recyded Water Phase Ill Pipeline Expansion Segmen ... Ferreira Construction Co., dba Ferreira Coastal Construction 10370 Commerce Center Drive, Suite B-200 Rancho Cucamonga, CA 91730 Tel: (909) 606-5900 Fax: (909) 606-7711 Re-Sent Solicitation Log Project Name: Recycled Water Phase Ill Pipeline Expansion Segment 5 Contract/Bid#: 5208-B PWS19-491 UTIL Awarding Agency: Carlsbad Municipal Water District Log Details • This log contains the delivery statuses for the emails and fax notices that were re-sent during the telephone soliciations that were performed for this order. • All emails and faxes were sent and tracked through DBEGoodFaith.com's automated solicitation and logging system. • The soliciation system makes up to 5 attempts to successfully delivery a fax as long as a human does not answer the call. If a human answers the call, only 1 attempt is made. • The soliciation system attempts to successfully deliver emails until the response from the recepient's email server requests that no other attempts be made. Company Fax Send Date Email Send Date & Delivery Status & Delivery Status CREST EQUIPMENT, INC n/a 08/16/2018 Fax:6194476540 12:41 pm PST belio@sbcglobal.net Delivered MORELLO CONCRETE n/a 08/16/2018 CONSTRUCTION, INC 01:09 pm PST Fax:6195963269 Delivered jmorello.mcc@gmail.com MORELLO CONCRETE n/a 08/23/2018 CONSTRUCTION, INC 03:00 pm PST Fax:6195963269 Delivered dgriffith.mcc@gmail.com TRIUMPH GEO-SYNTHETICS, INC. n/a 08/16/2018 Fax:7142371549 02:35 pm PST mperez@triumphgeo.com Delivered Page II Re-Sent Solicitation Log -Recycled Water Phase Ill Pipeline Expansion Segmen ... CONTRACT PUBLIC WORKS This agreement is made this \ 3::t\tv day of Oc~u b~~ , 2018, by and between the Carlsbad Municipal Water District of the City of Carlsbad, California, a municipal corporation, (hereinafter called "District"), and Ferreria Coastal Construction Company whose principal place of business is 10370 Commerce Center Drive, Suite 8-200 Rancho Cucamonga, CA 91730 (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: (hereinafter called "project") RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the District will be the interpreter of the intent of the Contract Documents, and the District's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The District shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of l'\ •+; Revised 6/12/18 Contract No. 5208-B Page 37 of 220 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 District about underground conditions or other job conditions is for Contractor's convenience only, and District does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by District. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. 8. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. District shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between District and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. ,, •+; Revised 6/12/18 Contract No. 5208-B Page 38 of 220 Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. See section 7-15 of the Supplemental Provisions and Appendix "A" for additional information regarding Davis Bacon minimum wage requirements. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City of Carlsbad's policy for insurance as stated in City Council Policy# 70. (A) Coverages and Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability (CGL) Insurance: Insurance written on an "occurrence" basis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the District. ,, •,r Revised 6/12/18 Contract No. 5208-B Page 39 of 220 (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 District, 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 District, 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 District, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District, 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 District, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the District 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 District. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District, 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 District or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy# 70. (H) Verification of Coverage. Contractor shall furnish the District 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 ,, •,;" Revised 6/12/18 Contract No. 5208-B Page 40 of 220 to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the District and are to be received and approved by the District before the Contract is executed by the District. (I) Cost of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is included in Section 3 of the General Provisions. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. ,, •+;' Revised 6/12/18 Contract No. 5208-B Page 41 of 220 I have read and understand all provisions of Section 11 above. ____ init~ init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the District, upon request, records in accordance with sections 1776 and 1812 of Part 7, chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the District by certified letter accompanying the return of this Contract. Contractor shall notify the District by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the District to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the District may be substituted for monies withheld to ensure performance under this Contract. 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action It may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15} or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials purs.uant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill (' fti Revised 6/12/18 Contract No. 5208-B Page 42 of 220 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORA TE SEAL) CONTRACTOR: Ferreira. Fegc~~i7' -,e:i"'T.:S~~c~~T=--=-~- CARLSBAD MUNICIPAL WATER DISTRICT, a munici al co ration of the State of C ifor ia By: ....,.....,.-e-==1,1-,--,....+~~=""-------MAT HAL President ;cj.UwlAr-' By: -_____,~~....,__~:::::;::========::--7:SAHBARA ENGlESON {sign here) Secretary e,,~ ~~q~ r ~cc£ ~~ (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER General C un I ..... \.;J Revised 6/12/18 Contract No. 5208-B Page 43 of 220 l'BRRBIRII OBA FERREIRA COASTAL. CONSTRUCTION CO. CERTIFICATE OF CORPORATION RESOLUTION I, Nelson Ferreira President of Ferreira Construction Co Inc dba Ferreira Coastal Construction Co a corporation organized and existing under the laws of the State of _C_a_l_ifo_rn_i_a _____ (the "Company''), do hereby certify that the following is a true and correct copy of a resolution duly adopted at a meeting of the Board of Directors of the Company duly held and convened on 1/30/17 at which meeting a duly constituted quorum of the Board of Directors was present and acting throughout, and that such resolution has not been modified, rescinded or revoked, and is at present in full force and effect: RESOLVED: That Brandon Pensick Vice President Ferreira Construction Co., Inc. dba Ferreira Coastal Construction Co. ., is empowered authorized to execute contracts on behalf of the Company. of and IN WITNESS WHEREOF, the undersigned his/her signature and the corporate seal of the Company this 30th of _Ja_n_u~--------1 20..!I._ [CORPOHATE SEAL] Nelson Ferreira Printed Name CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino On September 21,2018 Date before me, Marla K. Khan Here Insert Name and Title of the Officer personally appeared ___ B~r~a=n=d_o~ncc...-P_ec..cn=s'-i_c.;...k ____________________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the per~on~ whose name~ is/✓e subscribed to the within instrument and acknowledged to me that he/s~/t~y executed the same in his/~r/th(11'r authorized capacity(i~, and that by his/her!th/ir signature~ on the instrument the person.(,!'), or the entity upon behalf of which the person~ acted, executed the instrument. 1············l MARLA K. KHAN : ..... , Notary Public -California z i San Bernardino County ! Commission# 2196975 My Comm. Expires May 13, 2021 Place Notary Sea/ Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature_1b/a~-~-~t_. ~~-~----- Signature of Notary Public ---------------OPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _____________ Document Date: _______ _ Number of Pages: ___ Signer(s) Other Than Named Above: ____________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ___________ _ Signer's Name: ____________ _ n Corporate Officer -Title(s): ______ _ r-I Corporate Officer -Title(s): ______ _ □ Partner -D Limited n General [ l Partner -CJ Limited n General n Individual I J Attorney in Fact r I Individual I I Attorney in Fact D Trustee [ ·1 Guardian or Conservator lJ Trustee [I Guardian or Conservator n Other: _____________ _ 17 Other: _____________ _ Signer Is Representing: _________ _ Signer Is Representing: _________ _ ©2014 National Notary Association· www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Bond No. 47-SUR-300088-01-0089 LABOR AND MATERIALS BOND WHEREAS, Board of Directors of the Carlsbad Municipal Water District located in the State of California, has awarded to Ferreira Construction Co., Inc. dba Ferreria Coastal Construction Co. (hereinafter designated as the "Principal"), a Contract for: RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 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 Secretary of the Carlsbad Municipal Water District and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Ferreira Construction Co., Inc. dba Ferreria Coastal Construction Co., as Principal, (hereinafter designated as the "Contractor"), and Berkshire Hathaway Specialty Insurance Company _______________ as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of nine million four hundred eighty seven six hundred fifty five Dollars ($9,487,655), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice ,, • ., Revised 6/12/18 Contract No. 5208-B Page 44 of 220 of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. 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 c::l \ ~ Executed by SURETY this ---"2'""'1s~L __ day day of ~'effi'Qe.,V-- CONTRACTOR Ferrora Construction Co., Inc. dba Fe:rerira Coastal Construction Co. , 20_1_8_. ----------------- :yameofC~~ (sign here) 'Y>rllx\dcn Pen~, cL (print name here) ~ \C~ QY~,dQcl, (title and organization of signatory) By·---------------(sign here) (print name here) (title and organization of signatory) of September '20 18 . SURETY: Berkshire Hathaway Specialty Insurance Company (name of Surety) 100 Federal Street, Boston, MA 02110 (address of Surety) (516} 387-1170 Theresa J Fole (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be 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: t' •;, Revised 6/12/18 Contract No. 5208-B Page 45 of 22D , •••• , ... OBA FERREIRA COASTAL CONSTRUCTION CO. CERTIFICATE OF CORPORATION RESOLUTION I, Nelson Ferreira President of Ferreira Construction Co Inc dba Ferreira Coastal Construction Co a corporation organized and existing under the laws of the State of _C_a_l_ifo_r_ni_a _____ {the "Company''), do hereby certify that the following is a true and correct copy of a resolution duly adopted at a meeting of the Board of Directors of the Company duly held and convened on _1_/3_0_/1_7 __ _, at which meeting a duly constituted quorum of the Board of Directors was present and acting throughout, and that such resolution has not been modified, rescinded or revoked, and is at present in full force and effect: RESOLVED: That Brandon Pensick Vice President Ferreira Construction Co., Inc. dba Ferreira Coastal Construction Co. ., is empowered authorized to execute contracts on behalf of the Company. of and IN WITNESS WHEREOF, the undersigned has affixed his/her signature and the [CORPORA TE SEAL] Nelson Ferreira Printed Name CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino On September 21,2018 Date before me, Marla K. Khan Here Insert Name and Title of the Officer personally appeared ___ B_r_a_n_d_o_n_P_e_n_s_1_· c_k ____________________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person~ whose name~ is/~ subso/ibed to the within instrument and acknowledged to me that he/s~/t~y executed the same_ i!J his/~r/thplf authorized capacity(i¢'), and that by his/t}.ir/t~ir signature~ on the Instrument the person~, or the entity upon behalf of which the person¢) acted, executed the instrument. MARLA K. KHAN @ Notary Public -California :;; San Bernardino County lii Commission# 2196975 My Comm. Expires May 13, 2021 Place Notary Seal Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. S~n~ure_~~~h~~l~-~~-~--- Signature of Notary Public ---------------OPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _____________ Document Date: _______ _ Number of Pages: ___ Signer(s) Other Than Named Above: ____________ _ Capacity(ies) Claimed by Signer(s} Signer's Name: ____________ _ Signer's Name: ____________ _ n Corporate Officer -Title(s): ______ _ r-1 Corporate Officer -Title(s): ______ _ □ Partner -D Limited n General LI Partner -[J Limited Cl General n Individual I · J Attorney in Fact f I Individual I I Attorney in Fact [J Trustee I I Guardian or Conservator lJ Trustee r:J Guardian or Conservator n Other: ______________ _ 1-1 Other: ______________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ ©2014 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 NEW YORK ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of New York County of Nassau ) ) On September 21, 2018 before me, Chloe Bratt, Notary Public Date Here Insert Name and Title of the Officer personally appeared _T_h_e_r_e_s_a_J_F_o_le_y ___________________ _ 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. CHLOE BRATT NOTARY PUBLIC, State of New York No. 01BR6364774 Qualified in Nassau County Commission Expires September 25, 2021 Place Notary Sea/ Above I certify under PENALTY OF PERJURY under the laws of the State of New York that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ___ ~0~J~U-M~_b=~~v~~~~--- Signature of Notary Public ---------------OPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: _______________ Number of Pages: _____ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ Signer's Name: _____________ _ □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □Other: _____________ _ □ Other: ______________ _ Signer Is Representing: _________ _ Signer Is Representing: _________ _ 47-SUR-300088-01-0089 Berkshire Hathawav Specialry Insurance· Power Of Attorney BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY NATIONAL INDEMNITY COMPANY/ NATIONAL LIABILITY & FIRE INSURANCE COMPANY Know all men by these presents, that BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY. a corporation existing under and by virtue of the laws of the State of Nebraska and having an office at 100 Federal Street, 20th Floor, Boston, Massachusetts 02110, NATIONAL INDEMNITY COMPANY. a corporation existing under and by virtue of the laws of the State of Nebraska and having an office at 3024 harney Street, Omaha, Nebraska 68131 and NATIONAL LIABILITY & FIRE INSURANCE COMPANY. a corporation existing under and by virtue of the laws of the State of Connecticut and having an office at 100 First Stamford Place, Stamford. Connecticut 06902 (hereinafter collectively the "Companies"), pursuant to and by the authority granted as set forth herein, do hereby name, constitute and appoint: Theresa J. Foley. 390 North Broadway. of the city of Jericho. State of New York, their true and lawful attorney(s)-in-fact to make, execute, seal, acknowledge, and deliver. for and on their behalf as surety and as their act and deed, any and all undertakings, bonds, or other such writings obligatory in the nature thereof. in pursuance of these presents, the execution of which shall be as binding upon the Companies as if it has been duly signed and executed by their regularly elected officers in their own proper persons. This authority for the Attorney-in-Fact shall be limited to the execution of the attached bond(s) or other such writings obligatory in the nature thereof. In witness whereof, this Power of Attorney has been subscribed by an authorized officer of the Companies, and the corporate seals of the Companies have been affixed hereto this date of April 12, 2018. This Power of Attorney is made and executed pursuant to and by authority of the Bylaws, Resolutions of the Board of Directors, and other Authorizations of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, which are in full force and effect, each reading as appears on the back page of this Power of Attorney, respectively. BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, By: ~ David Fields, Executive Vice President NOTARY State of Massachusetts, County of Suffolk, ss: NATIONAL INDEMNITY COMPANY, NATIONAL LIABILITY & FIRE INSURANCE COMPANY, By: ~ David Fields, Vice President #0 -(Mt,1 1.---~~ \:;:···~·~.(.: C, u;r·,, ~11ttn'0\i i~\ ·, SF~I //~ -~':i<_:::·,·. ,:_//)! ~~~/ On April 12, 2018 before me appeared David Fields, Executive Vice President of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY and Vice President of NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, who being duly sworn, says that his capacity is as designated above for such Companies; that he knows the corporate seals of the Companies; that the seals affixed to the foregoing instrument are such corporate seals; that they were affixed by order of the board of directors or other governing body of said Companies pursuant to its Bylaws, Resolutions and other Authorizations, and that he signed said instrument in that capacity of said Companies. [Notary Seal) .• GEOFFERY A. DELISIO Notary Public Commonwealth of Massachusetts My Comm. Expires November 29, 2024 Notary Public I, Ralph Tortorella, the undersigned, Officer of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, see hereunto affixed the seals of said Companies this September 21. 2018. BHSIC, NICO & NLF POA (2018) .. > BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY {BYLAWS) ARTICLE V. CORPORATE ACTIONS EXECUTION OF DOCUMENTS: Section 6.(b) The President, any Vice President or the Secretary, shall have the power and authority: (1) To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company bonds and other undertakings, and (2) To remove at any time any such Attorney-in-fact and revoke the authority given him. NATIONAL INDEMNITY COMPANY (BY-LAWS} Section 4. Officers, Agents, and Employees: A. The officers shall be a President, one or more Vice Presidents, a Secretary, one or more Assistant Secretaries, a Treasurer, and one or more Assistant Treasurers none of whom shall be required to be shareholders or Directors and each of whom shall be elected annually by the Board of Directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified, may serve successive terms of office, may be removed from office at any time for or without cause by a vote of a majority of the Board of Directors, and shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the Board of Directors; and the Board of Directors or the officers may from time to time appoint, discharge, engage, or remove such agents and employees as may be appropriate, convenient, or necessary to the affairs and business of the corporation. NATIONAL INDEMNITY COMPANY (BOARD RESOLUTION ADOPTED AUGUST 6, 2014) RESOLVED, That the President, any Vice President or the Secretary, shall have the power and authority to (1) appoint Attorneys- in-fact, and to authorize them to execute on behalf of this Company bonds and other undertakings and (2) remove at any time any such Attorney-in-fact and revoke the authority given. NATIONAL LIABILITY & FIRE INSURANCE COMPANY {BY-LAWS} ARTICLE IV Section 1. Officers, Agents and Employees: A. The officers shall be a president, one or more vice presidents, one or more assistant vice presidents, a secretary, one or more assistant secretaries, a treasurer, and one or more assistant treasurers, none of whom shall be required to be shareholders or directors, and each of whom shall be elected annually by the board of directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified, may serve successive terms of office, may be removed from office at any time for or without cause by a vote of a majority of the board of directors. The president and secretary shall be different individuals. Election or appointment of an officer or agent shall not create contract rights. The officers of the Corporation shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the board of directors; and the board of directors or the officers may from time to time appoint, discharge, engage, or remove such agents and employees as may be appropriate, convenient, or necessary to the affairs and business of the Corporation. NATIONAL LIABILITY & FIRE INSURANCE COMPANY (BOARD RESOLUTION ADQlj)T£D AUGUST 6, 2014} RESOLVED, That the President, any Vice President or the Secretary, sha!I have the power and authority to (1) appoint Attorneys- in-fact, and to authorize them to execute on behalf of this Company bonds and other undertakings and (2) remove at any time any such Attorney-in-fact and revoke the authority given. BHSIC, NICO & NLF POA {2018) BERKSHIRE HATHAWAY SPECIAL TY INSURANCE COMPANY 1314 Douglas Street, Suite 1400, Omaha, Nebraska 68102 ADMITTED ASSETS* 12/31/2017 9/30/2017 Total invested assets $ 4,516,104,907 $ 4,327,535,008 $ Premium & agent balances 297,141,264 279,204,700 All other assets 137,220,394 129,486,990 Total Admitted Assets $ 4,950,466,565 $ 4,736,226,698 $ 12/31/2016 3,707,827,160 193,621,498 185,024,482 4,086,473,140 LIABILITIES & SURPLUS* 12/31/2017 9/30/2017 12/31/2016 Loss & loss exp. unpaid $ 327,823,391 $ 288,456,911 $ 142,981,337 Unearned premiums 209,113,536 198,098,348 160,310,927 All other liabilities 663,892,150 770,564,561 446,041,395 Total Liabilities 1,200,829,077 1,257,119,820 749,333,659 Total Policyholders' Surplus 3,749,637,488 3,479,106,878 3,337,139,481 Total Liabilities & Surplus $ 4,950,466,565 $ 4,736,226,698 $ 4,086,473,140 * Assets, liabilities and surplus are presented on a Statutory Accounting Basis as promulgated by the NAIC and/or the laws of the company's domiciliary state. A.M. Best: A++ Rating Standard & Poor's: AA+ Rating Bond No. 47-SUR-300088-01-0089 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, Board of Directors of the Carlsbad Municipal Water District located in the State of California, has awarded to Ferreira Construction Co., Inc. dba Ferreria Coastal Construction Co. (hereinafter designated as the "Principal"), a Contract for: RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-8 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Ferreira Construction Co., Inc. dba Ferreria Coastal Construction Co., as Principal, (hereinafter designated as the "Contractor"), and Berkshire Hathaway Specialty Insurance Company _______________ as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of nine million four hundred eighty seven six hundred fifty five Dollars ($9,487,655), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Carlsbad Municipal Water District, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the District in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. ,, • ., Revised 6/12/18 Contract No. 5208-B Page 46 of 220 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 2. \ ~ Executed by SURETY this -=21=st=----day day of ~ptember CONTRACTOR: Ferr1:im Construction Co., Inc. dba Fcrrerira Coastal Construction Co. -·-----·- (n~me ofContir ) -')__ By. ~G• rgn here} _f)f Clcdcn Pffi),O... (print name here) • 20_18_. (title and organization of signatory} By:------------(sign here} (print name here) (title and organization of signatory) of __ Se~p_te_m_be_r _______ , 20_1_8_ . SURETY· Berkshire Hathaway Specialty Insruance Company (name of Surety) 100 Federal Street, Boston, MA 02110 (address of Surety} Theresa J Foley (printed name of Attorney-in-Fact) (attach corporate resolution showing current· power of attorney) (Proper notarial acknowledgment of execution-by CONTRACTOR and SURETY must be 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: CELIA A. BREWER General Counsel By[~~ Deputy General Counsel l'\ •--Revised 6/12/18 Contract No. 5208-B Page 47 of 220 PBRRBIRII OBA ~RREIRA COASTAL CONSTRUCTION CO. CERTIFICATE OF CORPORATION RESOLUTION I, Nelson Ferreira President of Ferreira Construction Co Inc dba Ferreira Coastal Construction Co a corporation organized and existing under the laws of the State of _C_a_l_ifo_rn_i_a _____ (the "Company''), do hereby certify that the following is a true and correct copy of a resolution duly adopted at a meeting of the Board of Directors of the Company duly held and convened on 1/30/17 at which meeting a duly constituted quorum of the Board of Directors was present and acting throughout, and that such resolution has not been modified, rescinded or revoked, and is at present in full force and effect: RESOLVED: That Brandon Pensick Vice President Ferreira Construction Co., Inc. dba Ferreira Coastal Construction Co. ., is empowered authorized to execute contracts on behalf of the Company. of and IN WITNESS WHEREOF, the undersigned has affixed his/her signature and the [CORPORATE SEAL] Signature Nelson Ferreira Printed Name CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino On September 21,2018 Date before me, Marla K. Khan Here Insert Name and Title of the Officer personally appeared ___ B_r_a_n_d_o_n_P_e_n_s_i_ck ____________________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person~ whose name~ is/~ subscribed to the within instrument and acknowledged to me that he/§W'e!tt;{y executed the same in his/1)8r/th¢r authorized capacity(i,S), and that _bJ his/t)ci{r/tt}61r signature~ on the instrument the person(;i(, or the entity upon behalf of which the person,'6} acted, executed the instrument. Place Notary Seal Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature_Wotla_'-=-'-""'-='-'-'--'-l;;c._;_. _,_{)i_t{)fO.,:;_;_....;;...._ __ _ Signature of Notary Public ---------------oPT/ONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _____________ Document Date: _______ _ Number of Pages: ___ Signer(s) Other Than Named Above: ____________ _ Capaclty(les) Claimed by Signer(s) Signer's Name: ___________ _ Signer's Name: ___________ _ n Corporate Officer -Title(s): ______ _ r-1 Corporate Officer -Title(s): ______ _ □ Partner -D Limited fJ General [ I Partner -[J Limited □ General n Individual I J Attorney in Fact f I Individual I J Attorney in Fact □ Trustee I ·1 Guardian or Conservator lJ Trustee [I Guardian or Conservator n Other: ______________ _ 11 Other: ____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ LA ©2014 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 NEW YORK ALL-PURPOSE ACKNOWLEDGEMENT • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of New York County of Nassau ) ) On September 21, 2018 before me, Chloe Bratt, Notary Public Date Here Insert Name and Title of the Officer personally appeared _T_h_e_r_e_s_a_J_F_o_l_e_y ___________________ _ 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. CHLOE BRATT NOTARY PUBLIC, State of New York No. 01BR6364774 Qualified in Nassau County Commission Expires September 25, 2021 Place Notary Sea/ Above I certify under PENALTY OF PERJURY under the laws of the State of New York that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature~U__._.lX}........,__J}~____,....._, fu..,,.__~~---'<'------ Signature of Notary Public ---------------OPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: _______________ Number of Pages: _____ _ Signer(s) Other Than Named Above: _______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ Signer's Name: _____________ _ □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □Other: _____________ _ □ Other: ______________ _ Signer Is Representing: _________ _ Signer Is Representing: _________ _ • 47-SUR-300088-01-0089 Berkshire Hathaway Specialty Insurance· Power Of Attorney BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY NATIONAL INDEMNITY COMPANY/ NATIONAL LIABILITY & FIRE INSURANCE COMPANY Know all men by these presents, that BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY. a corporation existing under and by virtue of the laws of the State of Nebraska and having an office at 100 Federal Street, 20th Floor, Boston, Massachusetts 02110, NATIONAL INDEMNITY COMPANY, a corporation existing under and by virtue of the laws of the State of Nebraska and having an office at 3024 harney Street, Omaha, Nebraska 68131 and NATION.AL LIABILITY & FIRE INSURANCE COMPANY. a corporation existing under and by virtue of the laws of the State of Connecticut and having an office at 100 First Stamford Place, Stamford, Connecticut 06902 {hereinafter collectively the "Companies"), pursuant to and by the authority granted as set forth herein, do hereby name, constitute and appoint: Theresa J. Foley, 390 North Broadway. of the city of Jericho,.State of New York. their true and lawful attorney(s)-in-fact to make, execute, seal, acknowledge, and deliver, for and on their behalf as surety and as their act and deed, any and all undertakings, bonds, or other such writings obligatory in the nature thereof, in pursuance of these presents, the execution of which shall be as binding upon the Companies as if it has been duly signed and executed by their regularly elected officers in their own proper persons. This authority for the Attorney-in-Fact shall be limited to the execution of the attached bond(s} or other such writings obligatory in the nature thereof. In witness whereof, this Power of Attorney has been subscribed by an authorized officer of the Companies, and the corporate seals of the Companies have been affixed hereto this date of April 12, 2018. This Power of Attorney is made and executed pursuant to and by authority of the Bylaws, Resolutions of the Board of Directors, and other Authorizations of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, which are in full force and effect, each reading as appears on the back page of this Power of Attorney, respectively. BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, By: ~ David Fields, Executive Vice President NOTARY State of Massachusetts, County of Suffolk, ss: NATIONAL INDEMNITY COMPANY, NATIONAL LIABILITY & FIRE INSURANCE COMPANY, By: ~ David Fields, Vice President On April 12, 2018 before me appeared David Fields, Executive Vice President of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY and Vice President of NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, who being duly sworn, says that his capacity is as designated above for such Companies; that he knows the corporate seals of the Companies; that the seals affixed to the foregoing instrument are such corporate seals; that they were affixed by order of the board of directors or other governing body of said Companies pursuant to its Bylaws, Resolutions and other Authorizations, and that he signed said instrument in that capacity of said Companies. [Notary Seal] • GEOFFERY A. DELISIO Notary Pulllic Commonwealth ol Ma$Sachusells My Comm. Expires November 29, 2024 Notary Public I, Ralph Tortorella, the undersigned, Officer of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, see hereunto affixed the seals of said Companies this September 21. 2018. Officer BHSIC, NICO & NLF POA (2018) t !! 0 Q 9 .... :,: "' C ~ .. ".i " E :!: 0 u Q ~ ; C ::' !Q ~ t:'. £ z ?: ~ .;; I= ! <t :,. ~ .. "' ~ ... .. ~ ~ 0 ... T :a ~ i= E ~ E' ., 8 "' ~ c .; E i t: .. 2 0. ., .0 0 @ :,,. I; ~ "" .. ,;:: ;;: ,:,, ,;. I ., "' C :;; ;; Q ;, u ~ :;; t ·.; 8 {C V ~ :,,. .0 .. " 0 -i ,-a, rl 0 ~ Ii <t, 0 ~ I; e ~ 0 0 ... n. ... .... f 0 <( 0 ~ i C 0 ~ c ci5 ... .c l'i '5 "' 0 "' .. .. f, t!, J:-N ~ ~ 0 ~ ... .;; BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY (BYLAWS) ARTICLE V. CORPORATE ACTIONS EXECUTION OF DOCUMENTS: Section 6.(b) The President, any Vice President or the Secretary, shall have the power and authority: (1) To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company bonds and other undertakings, and (2) To remove at any time any such Attorney-in-fact and revoke the authority given him. NATIONAL INDEMNITY COMPANY (BY-LAWS) Section 4. Officers, Agents. and Employees: A. The officers shall be a President, one or more Vice Presidents, a Secretary, one or more Assistant Secretaries, a Treasurer, and one or more Assistant Treasurers none of whom shall be required to be shareholders or Directors and each of whom shall be elected annually by the Board of Directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified, may serve successive terms of office, may be removed from office at any time for or without cause by a vote of a majority of the Board of Directors, and shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the Board of Directors; and the Board of Directors or the officers may from time to time appoint, discharge, engage, or remove such agents and employees as may be appropriate, convenient, or necessary to the affairs and business of the corporation. NATIONAL INDEMNITY COMPANY (BOARD RESOLUTION ADOPTED AUGUST 6, 2014) RESOLVED, That the President, any Vice President or the Secretary, shall have the power and authority to (1) appoint Attorneys- in-fact, and to authorize them to execute on behalf of this Company bonds and other undertakings and (2) remove at any time any such Attorney-in-fact and revoke the authority given. NATIONAL LIABILITY & FIRE INSURANCE COMPANY (BY-LAWS) ARTICLE IV Section 1. Officers. Agents and Employees: A. The officers shall be a president, one or more vice presidents, one or more assistant vice presidents, a secretary, one or more assistant secretaries, a treasurer, and one or more assistant treasurers, none of whom shall be required to be shareholders or directors, and each of whom shall be elected annually by the board of directors at each annual meeting to serve a term of office of one year or until a successor has been elected and qualified, may serve successive terms of office, may be removed from office at any time for or without cause by a vote of a majority of the board of directors. The president and secretary shall be different individuals. Election or appointment of an officer or agent shall not create contract rights. The officers of the Corporation shall have such powers and rights and be charged with such duties and obligations as usually are vested in and pertain to such office or as may be directed from time to time by the board of directors; and the board of directors or the officers may from time to time appoint, discharge, engage, or remove such agents and employees as may be appropriate, convenient, or necessary to the affairs and business of the Corporation. NATIONAL LIABILITY & FIRE INSURANCE COMPANY (BOARD RESOLUTION ADOPTED AUGUST 6, 2014) RESOLVED, That the President, any Vice President or the Secretary, shall ha\/e the power and authority to (1) appoint Attorneys- in-fact, and to authorize them to execute on behalf of this Company bonds ano other undertakings and (2) remove at any time any such Attorney-in-fact and revoke the authority given. BHSIC, NICO & NLF POA (2018) BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY 1314 Douglas Street, Suite 1400, Omaha, Nebraska 68102 ADMITTED ASSETS* 12/31/2017 9/30/2017 Total invested assets $ 4,516,104,907 $ 4,327,535,008 $ Premium & agent balances 297,141,264 279,204,700 All other assets 137,220,394 129,486,990 Total Admitted Assets $ 4,950,466,565 $ 4,736,226,698 $ 12/31/2016 3,707,827,160 193,621,498 185,024,482 4,086,473,140 LIABILITIES & SURPLUS* 12/31/2017 9/30/2017 12/31/2016 Loss & loss exp. unpaid $ 327,823,391 $ 288,456,911 $ 142,981,337 Unearned premiums 209,113,536 198,098,348 160,310,927 All other liabilities 663,892, 150 770,564,561 446,041,395 Total Liabilities 1,200,829,077 1,257,119,820 749,333,659 Total Policyholders' Surplus 3,749,637,488 3,479,106,878 3,337,139,481 Total Liabilities & Surplus $ 4,950,466,565 $ 4,736,226,698 $ 4,086,473,140 • Assets, liabilities and surplus are presented on a Statutory Accounting Basis as promulgated by the NAIC and/or the laws of the company's domiciliary state. A.M. Best: A++ Rating Standard & Poor's: AA+ Rating OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad Municipal Water District, whose address is 5950 El Camino Real, Carlsbad, California, 92008, hereinafter called "District" and ___________________________ , whose address is ________________________ hereinafter called "Contractor" and _______________________ whose address is , hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the District pursuant to the Construction Contract entered into between the City and Contractor for RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B in the amount of ____________ dated ______ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the District 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 District within 1 0 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the District and Contractor. Securities shall be held in the name of the District and shall designate the Contractor as the beneficial owner. 2. The District shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the District makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the District 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 District. These expenses and payment terms shall be determined by the District, 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 District. ,, •+;' Revised 6/12/18 Contract No. 5208-B Page 48 of 220 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from District to the Escrow Agent that the District consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The District shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the District of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the District. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the District and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the District and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District: For Contractor: For Escrow Agent: ,, •,;' Revised 6/12/18 Title FINANCE DIRECTOR Name ________________ _ Signature _______________ _ Address 1635 Faraday Avenue, Carlsbad, CA 92008 Title Name _________________ _ Signature _______________ _ Address ______________ _ Title Name _________________ _ Signature _______________ _ Address ________________ _ Contract No. 5208-B Page 49 of 220 At the time the Escrow Account is opened, the District and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For District: Title ______ .....:P.....:R'-"E=S=l=D=E=-=-N-'--'T'------- Name _______________ _ Signature ______________ _ Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 For Contractor: Title Name _______________ _ Signature ______________ _ Address ______________ _ For Escrow Agent: Title _______________ _ Name _______________ _ Signature ______________ _ Address ______________ _ ,, • .., Revised 6/12/18 Contract No. 5208-B Page 50 of 220 GENERAL PROVISIONS FOR RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B CARLSBAD MUNICIPAL WATER DISTRICT BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 --TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS -Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer'', unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete 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. {'\ •fl' Revised 6/15/17 Contract No. 5208-B Page 51 of 220 Addendum -Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency -the Carlsbad Municipal Water District. Agreement-See Contract. Assessment Act Contract -A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base -A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid -The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder -Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board -The officer or body constituting the awarding authority of the Agency, the Board of Directors of Carlsbad Municipal Water District. Bond -Bid, performance, and payment bond or other instrument of security. Cash Contract -A Contract financed by means other than special assessments. Change Order -A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code -The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager-the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract -The written agreement between the Agency and the Contractor covering the Work. Contract Documents -Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including 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. 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 l'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 52 of 220 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 1 O 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. ,, •+;' Revised 6/15/17 Contract No. 5208-B Page 53 of 220 Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization -When used in 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, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person -Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans -The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract -Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector -the Engineer's designated representative for inspection, contract 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. {'\ •+r' Revised 6/15/17 Contract No. 5208-B Page 54 of 220 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. 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. {'\ • .-, Revised 6/15/17 Contract No. 5208-B Page 55 of 220 All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN ........................................................... Abandon CTB ........................................... Cement treated base ABAND ..................................................... Abandoned CV ............................................................ Check valve ABS ........................ Acrylonitrile -butadiene -styrene CY ............................................................... Cubic yard AC ................................................... Asphalt Concrete D .............................................................. Load of pipe ACP........ . .................... Asbestos cement pipe dB ................................................................... Decibels ACWS ..................... Asphalt concrete wearing surface DBL .................................................................. Double ALT ................................................................ Alternate DF ............................................................... Douglas fir APTS ................................. Apartment and Apartments DIA ................................................................ Diameter AMER STD ................................... American Standard DIP ..................................................... Ductile iron pipe AWG .............. American Wire Gage (nonferrous wire) DL ................................................................ Dead load BC .................................................. Beginning of curve DR ...................................................... Dimension Ratio BCR ....................................... Beginning of curb return DT ................................................................. Drain Tile BORY ............................................................ Boundary DWG ............................................................... Drawing BF ..................................................... Bottom of footing DWY .............................................................. Driveway BLDG ........................................ Building and Buildings DWY APPR ................................... Driveway approach BM ............................................................. Bench mark E ....................................................................... Electric BVC .................................... Beginning of vertical curve EA ........................................................................ Each BMJ ........................................................... Back of wal I EC ............................................................ End of curve CIC ..................................................... Center to center ECR ................................................ End of curb return CAB ...................................... Crushed aggregate base EF ................................................................ Each face CAUOSHA ............ California Occupational Safety and EG ......................................................... Edge of gutter Health Administration EGL. ................................................. Energy grade line CalTrans ....... California Department of Transportation El ................................................................... Elevation CAP .................................... Corrugated aluminum pipe ELC ..................................... Electro lier lighting conduit CB ............................................................. Catch Basin EL T ........................................................ Extra long ton Cb ........................................................................ Cu~ ENGR. ...................................... Engineer, Engineering CBP ............................... Catch Basin Connection Pipe EP ................................................... Edge of pavement CBR ....................................... California Bearing Ratio ESMT ........................................................... Easement CCR ............................ California Code of Regulations ETB .......................................... Emulsion-treated base CCTV ............................................... Closed Circuit TV EVC ............................................... End of vertical curb CES .......................... Carlsbad Engineering Standards EWA ............................... Encina Wastewater Authority CF ................................................................ Curb face EXC ............................................................ Excavation CF ................................................................ Cubic foot EXP JT ................................................. Expansion joint C&G .................................................... Curb and gutter EXST ............................................................... Existing CFR. ............................... Code of Federal Regulations F .................................................................. Fahrenheit CFS ......................................... Cubic Feet per Second F&C ................................................... Frame and cover CIP ......................................................... Cast iron pipe F&I .................................................. Furnish and install CIPP ................................................ Cast-in place pipe FAB ............................................................... Fabricate CL ............................................. Clearance, center line FAS ............................................... Flashing arrow sign CLF .................................................... Chain link fence FD ............................................................... Floor drain CMB ............................... Crushed miscellaneous base FON ............................................................ Foundation CMC ......................................... Cement mortar-coated FED SPEC ................................. Federal Specification CML ............................................ Cement mortar-lined FG ........................................................ Finished grade CMWD .................... Carlsbad Municipal Water District FH ............................................................. Fire hydrant CO .................................................... Cleanout (Sewer) FL ................................................................... Flow line COL. ................................................................. Column FS ...................................................... Finished surface COMM ...................................................... Commercial FT-LB ......................................................... Foot-pound CONC ... : ....................................................... Concrete FTG .................................................................. Footing CONN ........................................................ Connection FW ............................................................ Face of wall CONST .................................. Construct, Construction G ........................................................................... Gas COORD ...................................................... Coordinate GA ..................................................................... Ga~e CSP ............................................ Corrugated steel pipe GAL. .............................................. Gallon and Gallons CSD ............................. Carlsbad Standard Drawings GAL V ......................................................... Galvanized l'\ • .., Revised 6/15/17 Contract No. 5208-B Page 56 of 220 GAR ........................................... Garage and Garages GIP .............................................. Galvanized iron pipe GL ........................................ Ground line or grade line GM .............................................................. Gas meter GNV ............................................... Ground Not Visible GP .................................................................. Guy pole GPM ................................................ gallons per minute GR ...................................................................... Grade GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HOWL ........................................................... 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 ............................................................. lnspection 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 L TS .................................................... Lime treated soil LWD ............................... Leucadia Wastewater District MAINT ..................................................... Maintenance MAX ............................................................. Maximum MCR ............................................ Middle of curb return MEAS ............................................................. Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ..................................................... Miscellaneous MOD ................................................... Modified, modify MON ............................................................ Monument MSL .. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine MULT ............................................................... Multiple MUTCD ..... Manual on Uniform Traffic Control Devices MVL ............................................... Mercury vapor light NCTD .............................. North County Transit District NRCP .............................. Non reinforced concrete pipe OBS ............................................................... Obsolete OC ................................................................ On center OD ..................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................ Overhead Electric OMWD ................. Olivenhain Municipal Water District OPP ............................................................... Opposite ORIG ................................................................ Original PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature PCVC ....................... Point of compound vertical curve PE ........................................................... Polyethylene Pl. ................................................. 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 RM/ ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil RM/ .......................................................... 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 SOR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings SE ...................................................... Sand Equivalent SEC .................................................................. Section SF ............................................................. Square foot SFM ................................................ Sewer Force Main SI. ...................... International System of Units (Metric) SPEC ..................................................... Specifications SPPWC .......................................... Standard Plans for Public Works Construction SSPWC ............................. Standard Specifications for Public Works Construction ST HWY ................................................ State highway STA ................................................................... Station ('\ •ff Revised 6/15/17 Contract No. 5208-B Page 57 of 220 STD .............................................................. Standard TW .............................................................. Top of wall STR ................................................................ Straight TYP .................................................................. Typical STR GR ................................................ Straight grade UE .............................................. Underground Electric STRUC .......................................... Structural/Structure USA .................................... Underground Service Alert SW ................................................................. Sidewalk VAR ..................................................... Varies, Variable SWD ...................................................... Sidewalk drain VB ................................................................ Valve box SY ............................................................ Square yard VC .......................................................... Vertical curve T .................................................................. Telephone VCP ................................................... Vitrified clay pipe TAN ................................................................. Tangent VERT ............................................................... Vertical TC .............................................................. Top of curb VOL .................................................................. Volume TEL ............................................................. Telephone VWD ....................................... Vallecitos Water District TF ........................................................... Top of footing W. ....................... Water, Wider or Width, as applicable TOPO ........................................................ Topography WATCH .............. Work Area Traffic Control Handbook TR ........................................................................ Tract WI. ........................................................... Wrought iron TRANS ......................................................... Transition WM ........................................................... Water meter TS ......................... Traffic signal or transition structure WPJ .......................................... Weakened plane joint TSC ............................................. Traffic signal conduit XCONN ............................................ Cross connection TSS ........................................... Traffic signal standard 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 .................................................................................... Underwriters' Laboratories Inc. USGS ............................................................................. United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. l'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 58 of 220 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 (µm) 1 inch (in) .............................................................................................. 25.4 millimeter (mm) 1 inch (in) .............................................................................................. 2.54 centimeter (cm) 1 foot (ft) ................................................................................................ 0.3048 meter (m) 1 yard (yd) ............................................................................................. 0.9144 meter (m) 1 mile (mi) ............................................................................................. 1.6093 kilometer (km) 1 square foot (ft2) .................................................................................. 0.0929 square meter (m 2) 1 square yard (yd2) ................................................................................ 0.8361 square meter (m 2) 1 cubic foot (ft3) ..................................................................................... 0.0283 cubic meter (m3) 1 cubic yard (yd3) .................................................................................. 0.7646 cubic meter (m3) 1 acre .................................................................................................... 0.4047 hectare (ha) 1 U.S. gallon (gal) ................................................................................. 3.7854 Liter (L) 1 fluid ounce (fl. oz.) .............................................................................. 29.5735 millileter (ml) 1 pound mass (lb) (avoirdupois) ........................................................... 0.4536 kilogram (kg) 1 ounce mass (oz) ................................................................................. 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................ 0.9072 Tonne(= 907 kg) 1 Poise .................................................................................................. 0.1 pascal · second (Pa · s) 1 centistoke (cs) .................................................................................... 1 square millimeters per second (mm2/s) 1 pound force (lbf) ................................................................................ .4.4482 Newton (N) 1 pounds per square inch (psi) ............................................................. 6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) ................................................................. 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) ....................................................................... 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ............................................... 1.3558 Watt (W) 1 part per million (ppm) ......................................................................... 1 milligram/liter (mg/L) Commonl Used in Both S stems Common Metric Prefixes ~~it~(~~:::::::::::::::::::::::::::::::::::::::::::::::::::::::: : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : ~ g~~ ~~~~ (%).:::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ~ g:: pico (p) .................................................................................................. 10-12 1-5 SYMBOLS ~ L % ' I 0 PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) Degree Property line Centerline Survey line or station line l'\ •fi Revised 6/15/17 Contract No. 5208-B Page 59 of 220 SECTION 2 -SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 411 0 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the ,, •,;' Revised 6/15/17 Contract No. 5208-B Page 60 of 220 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 of the Board shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. ('\ •41' Revised 6/15/17 Contract No. 5208-B Page 61 of 220 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, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans are designated as City of Carlsbad Drawing No. 5208-B. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, as issued by the San Diego County Department of Public Works, hereinafter designated SDRSD, together with the most recent editions of the City of Carlsbad Engineering ,, •+; Revised 6/15/17 Contract No. 5208-B Page 62 of 220 Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The contractor shall be required to adhere to relevant standards listed above, whether directly refered to in the contract documents or not, unless otherwise specified herein. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict 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) Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) California Manual on Uniform Traffic Control Devices (CA MUTCD). 8) Plans. 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 6/15/17 Contract No. 5208-B Page 63 of 220 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:------------- Date: --------------- Title: _____________ _ Company Name: ___________________________ _ l'\ • ., Revised 6/15/17 Contract No. 5208-B Page 64 of 220 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections, as relevant to specific project Work: TABLE 2-5.3.2 (A) Item Section 1-Jumber Title Subiect 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 M icrotu nneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wirinq Diaqrams Traffic Siqnal 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 resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201-1.1. 7) Asphalt concrete mix designs per 203-6.1. 8) 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, ('\ fil Revised 6/15/17 Contract No. 5208-B Page 65 of 220 street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.3.5Submittal Log. Contractor to create and maintain a project submittal log. The submittal log shall be created and submitted to the Owner at the pre-construction meeting with the expected contract and material submittals for the project. The log should include, but is not limited to: Submittal number, title, relevant specification section, date submitted to the Agency, date returned from the Agency, and status. 2-5.3.6 RFI Log. Contractor to create and maintain a project Request for Information (RFI) log. The RFI log shall be created and maintained daily by the Contractor, and provided to the Owner upon request. At a minimum, the RFI log shall be provided at each progress meeting. The log should include, but is not limited to: RFI number, title, relevant drawing(s), relevant specification section(s), date submitted to the Agency, and date returned form the Agency. 2-5.4 Record Drawings. Promptly after receipt of the Notice to Proceed, the Contractor shall set aside and maintain one copy of the full-size drawings as "record drawings". 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. "As-builts" shall be updated daily. 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. Progress payments can be withheld or adjusted if "as-builts" are not up to date. As construction progresses, the Contractor shall prepare survey field notes and mark up the set of record drawings to document changes in the work as they occur. The survey field notes shall include sketches and measurements in sufficient detail to allow development of the record drawings. On the record drawings, the Contractor shall maintain the markup of changes on the drawing set on a continuous basis. The as-built drawings shall also incorporate the survey field notes. Changed work or conditions of the work covered up or concealed by the Contractor in advance of recordation on the record drawings shall be uncovered to allow accurate recordation of the change, then recovered, all at the Contractor's expense. Changes shall be marked directly on the drawings. Green color-coding shall be used when showing information deleted from Drawings. Red color-coding shall be used when showing information added to Drawings. Blue color shall be used for clouding an area or areas affected by the change(s). Information shall be legible and completely detailed. The level of detail shall be sufficient to allow a draftsman to incorporate the changes into a CAD file without reference to other documents besides the marked-up drawing(s). It is not acceptable to simply reference change directives or to mark drawings: "see RFI-XX" or "see survey notes". If there is insufficient space on a drawing to markup the change, the Contractor is required to draw additional sketches to completely explain the change and attach the sketches to the drawing. At completion of the work, the Contractor shall submit to the Engineer all such records, including complete as-built drawings and survey field notes including sketches and measurements documenting changes in the construction. Final payment will be withheld until as-built drawings, survey field notes, and record information are submitted and deemed acceptable. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. ,, •+r Revised 6/15/17 Contract No. 5208-B Page 66 of 220 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 otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 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. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, 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 (8½" by 11") paper. The field notes, ('\ • ., Revised 6/15/17 Contract No. 5208-B Page 67 of 220 calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the 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 centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of- way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. 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. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. l'\ •,r Revised 6/15/17 Contract No. 5208-B Page 68 of 220 TABLE 2-9.2.2{A) Survey Requirements for Construction Staking Feature Staked Stake Centerline or Parallel to Centerline Lateral Setting Tolerance Description Spacing®,~ Spacing <3>, ~ (Within) 0 Street Centerline SDRS M-10 $1000', Street Intersections, Begin and end on street 0.02' Monument of curves, only when shown on the plans centerline Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, lath -lntervisible, $ 50' on tangents at clearing line 1' Horizontal painted line & $ 25' on curves, Painted line -continuous pn PCC &AC surfaces Slope RP+ Marker lntervisible and $ 50' Grade Breaks 0.1' Vertical & Stake & $25' Horizontal Fence RP+ Marker $ 200' on tangents, $ 50' on curves when N/A 0.1' Horizontal Stake R2 1000' & 25' on curves when R$ 1000' ( constant offset) Rough Grade RP+ Marker $ 50' N/A 0.1' Vertical & Cuts or Fills 2 10 Stake Horizontal m (33') Final Grade RP+ Marker $ 50' on tangents & curves when R2 1000' $ 22' 3/s" Horizontal & ¼" (includes top of: Stake, Blue-& Vertical Basement soil, top in $ 25' on curves when R $ 1000' subbase and grading area base) Asphalt Pavement RP, paint on $ 25' or as per the intersection grid points edge of 3/s" Horizontal & ¼" Finish Course previous shown on the plan whichever provides the pavement, Vertical course denser information paving pass width, crown line & grade breaks Drainage RP+ Marker intervisible & $ 25', beginning and end, BC as appropriate 3/s" Horizontal & ¼" Structures, Pipes Stake & EC of facilities, Grade breaks, Alignment Vertical & similar breaks, Junctions, Inlets & similar facilities, Facilities<D, (Z) Risers & similar facilities (except plumbing), Skewed cut-off lines Curb RP+ Marker $ 25', BC & EC, at ¼ll, ½ll & ¾ll on curb ( constant 3/s" Horizontal & ¼" Stake returns & at beoinnino & end offset) Vertical Traffic Signal <D Vertical locations shall be based on the ultimate elevation of curb and sidewalk Signal Poles & RP+ Marker at each pole & controller location as appropriate 3/s" Horizontal & ¼" Controller <D Stake Vertical Junction Box CD RP+ Marker at each junction box location as appropriate 3ta" Horizontal & ¼" Stake Vertical Conduit <D RP+ Marker $ 50' on tangents & curves when R2 1000' as appropriate 3/a" Horizontal & when Stake & depth cannot be $ 25' on curves when R $ 1000' or where measured from grade $ 0.30% existing pavement ¼" Vertical Minor Structure <D RP+ Marker for catch basins: at centerline of box, ends as appropriate 3/s" Horizontal & ¼" Stake+ Line of box & wings & at each end of the local Vertical (when vertical Stake depression @ data needed) Abutment Fill RP+ Marker $ 50' & along end slopes & conic transitions as appropriate 0.1' Vertical & Stake+ Line Horizontal Stake l'\ •~ Revised 6/15/17 Contract No. 5208-B Page 69 of 220 Feature Staked Stake Centerline or Parallel to Centerline Lateral Setting Tolerance Description Spacing©, ~ Spacing G>, ~ (Within) Q) Wall CD RP+ Marker s 50' and at beginning & end of: each wall, as appropriate ¼" Horizontal & ¼" Stake+ Line BC & EC, layout line angle points, changes Vertical Point +Guard in footing dimensions &/or elevation & wall Stake heiQht Maior Structure ~ Footings, RP+ Marker 1 0' to 33' as required by the Engineer, BC & as appropriate 3/s" Horizontal & W' Bents, Stake+ Line EC, transition points & at beginning & end. Vertical Abutments & Point +Guard Elevation points on footings at bottom of Wingwalls Stake columns Superstructures RP 1 0' to 33' sufficient to use string lines, BC & as appropriate 3/s" Horizontal & ¼" EC, transition points & at beginning & end. Vertical Elevation points on footings at bottom of columns Miscellaneous ~ Contour RP+ Marker s 50' along contour 0.1' Vertical & Gradinq CD Stake line Horizontal Utilities CD, (Z) RP+ Marker s 50' on tangents & curves when R~ 1000' as appropriate 3/s" Horizontal & ¼" Stake & Vertical s 25' on curves when R s 1000' or where Qrade s 0.30% Channels, Dikes RP+ Marker intervisible & s 100', BC & EC of facilities, as appropriate 0.1' Horizontal & ¼" & Ditches CD Stake Grade breaks, Alignment breaks, Junctions, Vertical Inlets & similar facilities Signs CD RP+ Marker At sign location Line point 0.1' Vertical & Stake+ Line Horizontal Point +Guard Stake Subsurface RP+ Marker intervisible & s 50', BC & EC of facilities, as appropriate 0.1' Horizontal & ¼" Drains CD Stake Grade breaks, Alignment breaks, Junctions, Vertical Inlets & similar facilities, Risers & similar facilities Overside Drains RP+ Marker longitudinal location At beginning & 0.1' Horizontal & ¼" CD Stake end Vertical Markers CD RP+ Marker for asphalt street surfacing s 50' on At marker W' Horizontal Stake tangents & curves when R~ 1000' & s 25' location(s) on curves when Rs 1000'. Railings & RP+ Marker At beginning & end and s 50' on tangents & at railing & 3/s" Horizontal & Barriers CD Stake curves when R ~ 1000' & s 25' on curves barrier Vertical when R < 1000' location(s) AC Dikes CD RP+ Marker At beginning & end as appropriate 0.1' Horizontal & Stake Vertical Box Culverts 1 0' to 33' as required by the Engineer, BC & as appropriate 3/s" Horizontal & ¼" EC, transition points & at beginning & end. Vertical Elevation points on footings & at invert Pavement RP 200' on tangents, 50' on curves when at pavement ¼" Horizontal MarkersCD R ~ 1000' & 25' on curves when Rs 1000'. marker For PCC surfaced streets lane cold joints location(s) will suffice CD Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature 0 Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table G'J Perpendicular to centerline. ® Some features are not necessarily parallel to centerline but are referenced thereto l'\ •+; Revised 6/15/17 Contract No. 5208-B Page 70 of 220 ~ Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature @ 2 means greater than, or equal to, the number following the symbol. ~ means less than, or equal to, the number following the symbol. 0 The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) TABLE 2-9.2.2(8) Survey Stake Color Code for Construction Staking Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, White/Red centerline, alignments, etc. Vertical Control Bench marks White/Orange Clearinq Limits of clearinq Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow qrade, etc. Structure Bridges, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm Blue Curb drains, slope protection, curbs, gutters, etc. Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Siqns, railinqs, barriers, liqhtinq, etc. Oranqe • Flagging and marking cards, 1f 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. ('\ •,;' Revised 6/15/17 Contract No. 5208-B Page 71 of 220 2-10 DOCUMENTATION OF EXISTING CONDITIONS PRIOR TO CONSTRUCTION A. The Contractor shall hire a third party to perform a preconstruction survey of existing improvements along the pipeline alignment and appurtenance locations to provide a record of preconstruction conditions. This survey shall be performed after all Underground Service Alert markings are compiled and shall include the following as a minimum: 1. Video taping of existing alignment, working areas, staging and stockpiling areas. 2. Video taping of construction access roads to be used by the Contractor, including all public and private streets and routes used for access to and from the work site. 3. Any other areas as directed by the Owner which may be disturbed or which are to be protected from the Contractor's operations. 4. Photographs of potential "problem areas". 5. Mapping of problematic areas of damaged paving (redline areas on plans). 6. Night time survey to document working condition of any affected street lights. B. The Contractor shall notify the Owner seven (7) calendar days in advance and coordinate the scheduling of the videotaping so that a representative of the Owner may accompany the Contractor during the videotaping. C. The Contractor shall present the Owner with a report detailing the existing conditions along the pipeline alignment and within working, staging, and stockpile areas at the completion of the survey. The report shall include the following as a minimum: 1. One copy of the video. 2. One copy of each "potential problem area" photograph. 3. Redlined plans showing areas of damaged paving or other damaged surface improvements. 4. Written summary of "potential problem areas" and the Contractor's recommendations to address these problem areas. D. Documentation (including report) of existing conditions shall be completed within 15 days of the Notice to Proceed. The Contractor will not be allowed to begin excavation, potholing or dewatering activities until the final report has been submitted and accepted by the Owner. 2-11 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-11.1 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. l'\ •~ Revised 6/15/17 Contract No. 5208-B Page 72 of 220 2-11.2 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. 2-12 INSPECTION. The Work is subject to inspection and approval by the designated Inspector. The Contractor shall notify the Inspector before noon of the working day before inspection is required. Work shall be done only in the presence of the Inspector, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Inspector 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. ("\ tT Revised 6/15/17 Contract No. 5208-B Page 73 of 220 SECTION 3 -CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 125 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. l'\ •,;' Revised 6/15/17 Contract No. 5208-B Page 74 of 220 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. l' •ff Revised 6/15/17 Contract No. 5208-B Page 75 of 220 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. l'. •+;' Revised 6/15/17 Contract No. 5208-B Page 76 of 220 The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials .. .. . . .. .. .. .. .. .. . .. . . .. .. . . 15 3) Equipment Rental . . . . . . . . . . . . . . . .. . 15 4) Other Items and Expenditures 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used . . , ~,F Revised 6/15/17 Contract No. 5208-B Page 77 of 220 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 Ill disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the District with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. {'\ •ff Revised 6/15/17 Contract No. 5208-B Page 78 of 220 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 earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. General 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 District will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the District will provide its position within 1 0 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 General Manager after which the Contractor may proceed under the provisions of the Public Contract Code. l'\ •+; Revised 6/15/17 Contract No. 5208-B Page 79 of 220 The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the General Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) "Claim" means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) "Contractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) "Public entity" means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) "Public entity" shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 ( commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v) The Military Department as to any project under the jurisdiction of that department. (vi) The Department of General Services as to all other projects. (vii) The High-Speed Rail Authority. (4) "Public works project" means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. l'\ •~ Revised 6/15/17 Contract No. 5208-B Page 80 of 220 (5) "Subcontractor'' means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity's written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties' dispute. l' •ff Revised 6/15/17 Contract No. 5208-B Page 81 of 220 (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity's failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2020, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article ('\ •,;' Revised 6/15/17 Contract No. 5208-8 Page 82 of 220 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to ('\ •+;' Revised 6/15/17 Contract No. 5208-B Page 83 of 220 subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 ( commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 ( commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de nova but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de nova. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. {'. •;;' Revised 6/15/17 Contract No. 5208-B Page 84 of 220 SECTION 4 -CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 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 {'\ •tr Revised 6/15/17 Contract No. 5208-B Page 85 of 220 the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall l'. •~ Revised 6/15/17 Contract No. 5208-B Page 86 of 220 furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. ('\ t' Revised 6/15/17 Contract No. 5208-B Page 87 of 220 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the l'l •tf Revised 6/15/17 Contract No. 5208-B Page 88 of 220 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 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate 'a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. {'. •+' Revised 6/15/17 Contract No. 5208-B Page 89 of 220 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. 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 l'\ •+; Revised 6/15/17 Contract No. 5208-B Page 90 of 220 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. 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. 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 in the field 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 where not already indicated on the Drawings. 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 otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the {'\ •;;' Revised 6/15/17 Contract No. 5208-B Page 91 of 220 utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. {'\ •ff Revised 6/15/17 Contract No. 5208-B Page 92 of 220 SECTION 6 -PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 5 working 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, including the Contractor's representatives and key subcontractors responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. ,, • ., Revised 6/15/17 Contract No. 5208-B Page 93 of 220 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 7 compatible "P6" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency an electronic version with all network information contained thereon, in a format readable by a Microsoft Windows 7 system. The Agency will use a "P6", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "P6" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on- site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 5950 El Camino Real, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. ,, •~ Revised 6/15/17 Contract No. 5208-B Page 94 of 220 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. ("\ •;, Revised 6/15/17 Contract No. 5208-B Page 95 of 220 The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. l"-• ., Revised 6/15/17 Contract No. 5208-B Page 96 of 220 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 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. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The Contractor shall submit a detailed phasing plan to the Engineer for review and approval. The phasing plan shall incorporate all scheduling requirements outlined in section 6-1, 6.2, permits, the design drawings, traffic control plans and the specifications. The Contractor shall not employ more than two (2) construction headings at one time. Once a segment is started, work must be complete and Completion Letter received per 6-8. 7 for that segment prior to moving to another segment. The following work restrictions are incorporated into the contract: ., \.;, Revised 6/15/17 Contract No. 5208-B Page 97 of 220 • Work in the vicinity of Segment 5-3 shall either commence after the Tri-City Medical Center Carlsbad Marathon or be completed and have received a Completion Letter per 6-8. 7 a minimum of 2 weeks prior to the Tri-City Medical Center Carlsbad Marathon. • No Work shall take place during the Holiday Season from November 15 to January 2 in the vicinity of Segment 5-3. • No Work shall take place on Segment 2 between Memorial Day and Labor Day. • Segment 2 shall be completed by December 31, 2019. • Work along El Camino Real shall be performed last. • Work in the HOAs shall be continuous, for both recycled and potable water, and shall be completed as quickly as feasible to minimize construction presence. • Work in the HOAs shall not take place in November or December. Failure to comply with the above restrictions can result in the Contractor being assessed Liquidated Damages per Section 6-9. 6-2.2 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project 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. At each weekly meeting, the Contractor shall provide an updated three (3) week look-ahead schedule, Submittal Log, and RFI Log. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension 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. l' •+; Revised 6/15/17 Contract No. 5208-B Page 98 of 220 The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. ,, •+f Revised 6/15/17 Contract No. 5208-B Page 99 of 220 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 of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract on the Notice Inviting Bids. 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 and Construction Scheduling shall be expressed in working days. 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 association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, ,, •+;' Revised 6/15/17 Contract No. 5208-B Page 100 of 220 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 or shown on the Traffic Control Plans, 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. No work in the areas delineated on the drawings as Cultural/Biological Sensitive Areas shall be performed by Contractor unless a cultural and archaeological monitor is present. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 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 working days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. 6-8.1 Site Walk-Through. After each Segment has been fully restored, the Inspector will then schedule the Site Walk-Through to occur within the next five working days. The Contractor and Inspector shall be present at each Site Walk-Through and all outstanding deficiencies shall be included in a List of Deficiencies. The Engineer, Agency, and Construction Manager reserve the right to join at each Site Walk-Through. A review of the red-line record drawings and asset schedule for the respective site shall also be completed at the Site Walk-Through and all red-line deficiencies will also be included in the List of Deficiencies for that site. 6-8.2 List of Deficiencies. Following each Site Walk-Through, the Inspector will generate the List of Deficiencies (also known as the punchlist) for that site, within five working days. The Contractor shall then have 1 O working days to address the List of Deficiencies and provide a written response to each punchlist item. 6-8.3 Site Follow-Up Walk-Through. Upon receipt of written responses to each site's List of Deficiencies, the Inspector will complete a Site Follow-Up Walk-Through. Any outstanding deficiencies will be noted and returned to Contractor. Outstanding deficiencies will delay full payment of that site's bid items. {'\ •;;' Revised 6/15/17 Contract No. 5208-B Page 101 of 220 6-8.4 Request for Final Walk-Through. Once the Contractor asserts they have satisfied the terms of the Contract and with the Inspector's permission, the Contractor may submit written assertion in the form of a Request for Final Walk-Through, certifying that all deficiencies identified through the Site Walk-Through process have been addressed and request a Final Inspection to demonstrate project completion to the entire Agency. The Contractor shall provide an attachment to the Request for Final Inspection with the Contractor's written response to each deficiency. The Request for Final Inspection shall not be considered complete without the Contractor's written response to each deficiency. 6-8.5 Final Walk-Through. Upon receipt of the Request for Final Walk-Through, the Inspector shall schedule the Final Inspection. The Inspector and Contractor shall be present at the final inspection. Representatives from other Agency departments reserve the right to be present at the Final Inspection. The Engineer and Construction Manager reserve the right to be present at the Final Inspection. The red-line record drawings and asset schedules shall also be inspected. If any deficiencies are not satisfactorily addressed or additional deficiencies are identified, the Contractor will have 10 working days to address List of Deficiencies. 6-8.6 Request for Completion. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies 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. Once the Final Walk-Through has been completed and all outstanding deficiencies satisfactorily completed to Agency's approval, the Contractor shall submit a written assertion in the form of Request for Completion letter, certifying that the Work has been completed. 6-8.7 Completion. Upon receipt of the Request for Completion letter, the Agency shall review the written assertion within 2 working days. If, in the Engineer's judgment, the Work has been completed in accordance with the Contract Documents, the Agency will issue a Completion Letter. The completion date will be the date to which liquidated damages will be computed for the Segment being completed. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute completion or acceptance of the Work. 6-8.8 Acceptance. Acceptance will occur after all of the requirements contained in the Contract Documents have been fulfilled. If, in the Engineer's judgment, the Contractor has fully performed the Contract, the Engineer will so certify to the Board. Upon such certification by the Engineer, the Board may accept the Work. Upon the Board's acceptance of the Work, the Agency will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of acceptance of the Work. 6-8.9 Warranty. All work shall be warranted for one (1) year after acceptance of the Work and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the 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 l'\ •,;' Revised 6/15/17 Contract No. 5208-B Page 102 of 220 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 three thousand Dollars ($3,000.00) 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 $3,000 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. '-' •fi Revised 6/15/17 Contract No. 5208-B Page 103 of 220 SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." ,, •+;' Revised 6/15/17 Contract No. 5208-B Page 104 of 220 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. Resource agency permits pertaining to this project include: 1) California Coastal Development Permit. This permit is being obtained by CMWD at time of bidding. 7-5.2 Relations with the Railroad. 7-5.2.1 General. The Contractor shall cooperate with the North County Transit District (NCTD), herein referred to as Railroad. It is understood the Railroad shall have absolute authority and right to cause the Contractor's work on the Railroad Property to cease. 7-5.2.2 Right of Entry Permit. It shall be the responsibility of the Contractor to obtain a "Right of Entry" Permit and "License Agreement" from the North County Transit District Board, (The Board), prior to the commencement of any work. All fees and costs associated with obtaining and complying with the terms of this permit and license, including but not limited to insurance, engineering review, submittal review, railway flaggers and construction inspection, shall be the responsibility of the Contractor, and no other payment will be allowed, except as specified herein. All fees and costs and deposits associated with obtaining and complying with the terms of the permit/license shall be the responsibility of the Contractor. Payment to the Contractor for all costs associated with obtaining and complying with the Right of Entry permit shall be considered l'\ •,r Revised 6/15/17 Contract No. 5208-B Page 105 of 220 as included in various items of work and no additional compensation will be allowed therefore. The Contractor after receipt of the Right of Entry Permit approved by the Board shall furnish the Engineer with two copies of the executed Right of Entry permit. 7-5.2.3 Railroad Requirements. The Contractor shall notify NCTD in writing at least ten ( 10) working days prior to commencement of work on Railroad Right of Way at: North County Transit District 810 Mission Avenue Oceanside, CA 92504 (760) 966-6504 (760) 754-9403 FAX The details of construction, including proposed method of setup to perform the work shall be submitted to the railroad for approval and shall not be undertaken without approval and shall not be undertaken until approval by the Railroad is given. All persons entering into the railroad right of way will be required to attend Roadway Work Protection Training and a preconstruction Railroad Safety Training course conducted by NCTD. No additional compensation to Contractor will be allowed for attendance at any NCTD required training. 7-5.2.4 Requirements for use of Railway Flaggers. Railway Flaggers will be required on this Project. The presence of equipment, materials, or manpower will not be allowed within 25 feet of the centerline of any track without the presence of Railway Flaggers. The Contractor shall be responsible for coordination with NCTD to schedule Railway Flaggers. Costs for Railway Flaggers shall be the responsibility of the Contractor. 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 referre9 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 l"\ •ff Revised 6/15/17 Contract No. 5208-B Page 106 of 220 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. 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. l'\ •,r Revised 6/15/17 Contract No. 5208-B Page 107 of 220 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees 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 -Storm Water Pollution Prevention Plan (SWPPP). 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. 7-8.6.1 General. The Contractor shall adhere to, the requirements of the State Water Resources Control Board (SWRCB) and shall perform all work in accordance with Order No. 2009-0009-DWQ for Waste Discharges of Storm Water Runoff Associated with Construction and Land Disturbance Activities (Construction General Permit or CGP), and any subsequent amendments, where applicable. The revised Construction General Permit adopted on September 2, 2009 became effective on July 1, 2010 and applies to construction and land disturbance activities in excess of 1 acre in area, including linear underground or overhead construction projects (LUPs) such as pipelines and other utilities as defined in the CGP. The Contractor shall comply with all requirements under the Construction General Permit as they apply to the construction site and maintain an updated Storm Water Pollution Prevention Plan (SWPPP) based on site conditions. l'. •+;' Revised 6/15/17 Contract No. 5208-B Page 108 of 220 The Recycled Water Phase Ill Pipeline Expansion Segment 5, which consists of pipeline construction and associated activities are characteristic of a Linear Utility Project (LUP) approach and Risk Determination. The City has performed a Risk Analysis in accordance with the CGP and determined the following classification for each area: Phase Number and Name Location SWPPP Type LUP Project Area Entire pipeline work area LUP Risk Level 1 The Contractor shall designate a Qualified SWPPP Developer (QSD) and a Qualified SWPPP Practitioner (QSP) who has satisfied the certification requirements and received approval by the SWRCB as specified in CGP. The QSD and QSP shall carry professional liability insurance in an amount not less than $1,000,000.00, evidence of such shall be provided to the Engineer and the Agency shall be named as additionally insured. The Contractor's QSD shall be certified in accordance with GCP requirements and qualified to write, amend, and certify the SWPPP for the project, and shall ensure adherence to the requirements in Construction General Permit when applicable. The Contractor and Contractor's QSD shall develop and review the SWPPP. The Contractor's QSD shall then complete final SWPPP, and other required permit registration documents (PRDs), and submit them to the Engineer for review and subsequent submittal to the SWRCB via the Stormwater Multi-Application, Reporting, and Tracking System (SMART System or SMARTS). The Contractor shall not initiate any land disturbing activities, as defined by the CGP, until the final SWPPP has been accepted by the Engineer as complete. The following parties shall be responsible to furnish and designate a qualified individual to perform the following CGP defined responsibilities: CGP Designation Responsible Party Legally Responsible Person Agency Assigned Signatory Agency/Engineer Data Submitter Agency/Engineer Qualified SWPPP Developer (QSD) Contractor Qualified SWPPP Practitioner (QSP) Contractor The Contractor shall implement and comply with all requirements of the CGP and the final SWPPP. The responsible party shall complete the PRDs as prescribed by the CGP, and as noted in the table below. l'\ •,;' Revised 6/15/17 Contract No. 5208-B Page 109 of 220 p ·t R erm1 ea1strat1on D ocument R esponsible Persons PRD Item Responsible Party Notes Traditional Type Agency/Contractor's Risk Assessment & Draft SWPPP by Determination or Erosivity QSD Agency. Contractor's QSD to revise Waiver and/or certify. LUP Type Determination Agency/Contractor's Risk Assessment & Draft SWPPP by or Erosivity Waiver QSD Agency. Contractor's QSD to revise and/or certify. Site Map Agency/Contractor's Contractor's QSD to revise as may be QSD required and certify. BMP ExhibiUErosion Agency/Contractor's Contractor's QSD to revise as may be Control Plan Drawing(s) QSD required and certify StormWater Pollution Contractor's QSD SWPPP finalized and certified by Prevention Plan (SWPPP) Contractor's QSD. Notice of Intent (NOi) Contractor's QSD Contractor's QSD to prepare PRD. filing /Agency Agency to review, execute and submit to SMARTS. Annual Fee Agency With NOi. Annual Reports Contractor's QSD Submit to Agency for transmittal to SMARTS. Signed Certification Contractor's QSD Submitted with Final SWPPP. Statement The Contractor and/or Contractor's QSD shall certify all Construction General Permit (GCP) documents submitted to the Engineer with the following certification statement: "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." The above statement must be followed by: the person's printed name, title, certification agency name, certification stamp and/or number, signature and signature date. In accordance with the Construction General Permit, before project commencement, and until final acceptance of the Work, by the Engineer, the Contractor shall provide all measures necessary to avoid erosion and adverse drainage conditions, in conformance with the requirements of the National Pollutant Discharge Elimination System (NPDES) Number CAS000002 [State Water Resources Control Board Order Number 2009-0009-DWQ ("General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities")], which can be found on the Internet at: http://www.waterboards.ca.gov/water issues/programs/stormwater/constpermits.shtml ,., •,;' Revised 6/15/17 Contract No. 5208-B Page 11 O of 220 The Contractor's QSP shall ensure that all BMPs required by the CGP and noted in the Project's SWPPP are implemented, all non-storm water and storm water visual observations are completed and all sampling and analysis is performed, including non-visible pollutant monitoring. The Contractor's QSP shall also be responsible for overseeing any site grading operations and evaluating the effectiveness of the BMPs. The Contractor's QSP shall at minimum maintain the following records and logs: • Daily inspection log and reports • Printed or electronic version of NOAA weather forecast for each workday • Rain gauge log • Inspection forms • Photographs, of the project site and the BMPs, taken during required inspections performed before, during, and after storm events • Water quality test results for any non-visible pollutant testing and any required storm water discharge sampling • Rain Event Action Plans (REAPs), if necessary • Additional records and logs as required by the GCP The Contractor's QSP shall modify the BMPs as necessary to keep the site in compliance, oversee maintenance of the project's BMPs, and notify the Contractor's QSD to prepare amendments to the SWPPP, as needed. Risk Level 1 -Monitoring and Reporting Summary: The Contractor's QSP, or QSP delegate overseen by the Contractor's QSP, shall be responsible for inspecting the BMPs and complying with all monitoring and reporting requirements of the GCP for Risk Level 1 LUP Projects as summarized below: Visual Sample Collection Quarterly Pre-Storm Event Daily Storm Risk Non Storm Baseline REAP Storm Post Water Receiving Level Water BMP Storm Discharge Water Discharge 1 X X X X The Contractor shall not violate any discharge prohibitions as described in the Construction General Permit Attachment C, Section A, as applicable. The Contractor shall comply with all Good Housekeeping, Non-Storm Water Management, Erosion Control, Sediment Control, Run-on and Run-off Control requirements identified within Attachment C, Sections B through F of the GCP. The Contractor shall comply all Inspection, Maintenance and Repair requirements identified within Attachment C, Section G of the GCP. Risk Level 1 Discharges shall perform weekly inspections and observations, and at least once each 24-hour period during extended storm events. Identified BMP failures or shortcomings shall be corrected within 72 hours of identification. An SWB or RWB compliant inspection checklist shall be completed and maintained on site for each inspection. {'\ • ., Revised 6/15/17 Contract No. 5208-B Page 111 of 220 The Contractor shall develop and implement a Construction Site Monitoring Program (CSMP) as required by Appendix C, Section I of the GCP. The CSMP shall be prepared by the Contractor's QSD and made a part of the SWPPP. Any non-compliance reporting shall be the initial responsibility of the Contractor's QSP for the Project and must be reported to the Contractor's QSD and the Engineer immediately and no later than 24 hours after being identified. Notice of Termination (NOT): The Contractor's QSD shall submit a Notice of Termination (NOT) to the Engineer and shall prepare a report to satisfy all the requirements in the CGP to terminate coverage via the SWRCB SMART system as noted in the SWPPP's BMP exhibits for final stabilization, the City's Storm Water Management Plan, Section XIII of the CGP, and Attachment A, Section C of the GCP. The Contractor's QSD shall prepare the Notice of Termination for execution by the City's LRP. Include a summary of the site's stabilization status and digital photographs of the project site. The NOT information and report shall be provided to the Engineer within 30 days of the Project Acceptance Date established by the Engineer. Annual Report: As part of the implementation of the Storm Water Pollution Prevention Plan (SWPPP), the Contractor's QSD shall: (a) Prepare, certify and submit for acceptance to the Engineer by July 15th of each year or within 30 days of the Completion Date whichever is sooner, the required Annual Report in accordance with the CGP Special Provisions and annual reporting requirements of the CGP. Preparation of the documentation necessary for the Agency to submit the Annual Report is the primary responsibility of the Contractor's QSD in conjunction with the Contractor's QSP listed in the SWPPP. All Annual Report documentation shall be provided by the Contractor's QSD to the Engineer for the prior reporting year (July 1st through June 30th, as applicable). Additional annual reporting requirements related to completion of sampling and monitoring activities are described within Section 16 of the CGP and within Attachment A, Section M; (b) Report all numeric effluent limit violations or any other CGP violations to the Engineer no later than 24 hours after the violation is identified. Refer to Attachment A, Section F for LUP projects. (c) Amend the SWPPP, as needed, including revising coverage for change of acreage. The Contractor shall sign and date all amendments, attach them directly to the SWPPP, and submit copies of all amendments to the Engineer. Key SWPPP Implementation Tasks by Responsible Person l' •+;' Revised 6/15/17 Contract No. 5208-B Page 112 of 220 SWPPP Item Responsible Person Notes NOT Preparation and Contractor's QSD Submitted as part of Project certification Completion tasks. NOT Submittal via SMARTS Engineer No later than 90 days after project completion. Annual Report preparation Contractor's QSD By July 15 for prior year period of July 1st through June 30. Annual Report submittal via Engineer No later than September 1. SMARTS At least one copy of the final SWPPP shall be kept at the construction site and accessible to the Engineer. Contractor shall provide one electronic and one hardcopy of the SWPPP to the Engineer. Guidance on the preparation of the SWPPP is available in the "Construction Handbook (most recent edition)" published by the California Storm Water Quality Association (CASQA) that can be downloaded from the CASQA web site at: http://www.cabmphandbooks.com The Contractor is responsible for payment of any fees to download the most recent versions of the CASQA Construction Handbook. The Contractor shall make every effort to comply with the provIsIons of this subsection. However, should the Contractor violate any of the provisions of this subsection, or if pollution occurs in the work area for any reason, the Contractor shall immediately notify the Engineer. In addition, the Contractor shall, within 24 hours, submit a written report to the Engineer describing the incident and corrective actions taken. If pollution, for whatever reason, is detected by the Engineer before notification by the Contractor, the required written report shall also include any explanation of why the Contractor had not notified the Engineer. The Engineer may make any further corrective actions, as deemed necessary, for abatement of water pollution if the Contractor has violated any of the provisions of this subsection. The Contractor shall be responsible for all costs incurred for the corrective actions. Failure to comply with the requirements of this subsection may result in the suspension of work for which the Agency will not be responsible per Section 6-3. Failure may also result in significant fines and possible imprisonment. The Agency's Municipal Code allows for administrative, misdemeanor penalties, infractions, and civil actions for non-compliance, and enforcement actions that include stop work orders. The Federal Clean Water Act provides significant penalties for any person who violates a CGP condition or any permit condition or limitation. Any person who violates any permit condition of the CGP is subject to a civil penalty not to exceed $37,500 per calendar day of such violation. The State's Porter-Cologne Water Quality Control Act also provides for civil and criminal penalties, which in some cases are greater than those under the Federal Clean Water Act. The Contractor shall reimburse the Agency for any fines assessed against and paid by the Agency that result from the Contractor's failure to comply with these specifications. Reference is made to Section 9-3.2 regarding Partial and Final Payments. The Engineer may at its sole discretion withhold additional retention, in excess of the amount stipulated within Section 9-3.2, from partial payments issued to the Contractor as may be necessary to pay any fines or civil penalties that may result from the Contractor's failure to comply with the requirements of the GCP. ,, •+i' Revised 6/15/17 Contract No. 5208-B Page 113 of 220 Compliance with the requirements of this subsection shall in no way relieve the Contractor from its responsibility to comply with other provisions of the Contract, in particular its responsibility for repair of damage and for preservation of property. The Contractor shall mark with a stencil, concrete stamp, or ceramic tile every new or replaced storm drain inlet within the Project boundaries to indicate that no dumping is allowed in storm drainage facilities that discharge to the ocean, river or creek. The stencil or tiles are available from the Engineer, with five (5) working days advance notice. On curb inlets, the stencil shall be placed at the curb line on the inlet roof, the stamp should be placed on the inlet roof or in the sidewalk behind the inlet, and the tile shall be affixed to the gutter with pavement-marker adhesive or inset in the concrete in the center of the inlet opening. On catch basins, the stencil, stamp, and tile shall be placed or imprinted next to the inlet grate. Extra concrete may be required next to the grate to accommodate the stencil, stamp, or tile dimensions. If an unmitigated, or unauthorized discharge leaves the construction site, the Contractor shall immediately stop all the activity causing the discharge and mitigate the discharge. The Contractor shall also immediately notify the Engineer of the discharge. As soon as practical, any and all waste material, sediment, debris or other pollution from any discharge shall be removed from the drainage system by the Contractor. Any remedial actions will be the sole responsibility of the Contractor. 7-8.6.2 Best Management Practices (BMPs). Referenced BMPs shall comply with the plans and specifications, the "CASQA's Construction BMP Handbook", the City's Storm Water Management Plan for this project and Volume 4 of the City of Carlsbad's Engineering Standards. Prior to any land disturbance activities, the Contractor's QSD shall educate all employees, subcontractors, and suppliers about storm water pollution prevention and mitigation measures needed during various construction activities to prevent the impacts originating from construction discharges. The Contractor's QSD shall ensure that all personnel are trained in basic urban runoff management. A list of training attendees and copies of the educational materials shall be incorporated into the SWPPP and submitted to the Engineer as part of the first progress payment request. The Contractor shall protect with BMPs, such as gravel bags and filter fabric, all new and existing storm water conveyance system structures and other facilities from sedimentation or other related construction debris and discharges, or by any other equal product that is approved by the Engineer. All BMP amendments shall be included in the SWPPP and shown on the erosion control plan, or BMP exhibit. The Contractor shall conduct and schedule land disturbance operations, such as demolition, clearing, and grading, to minimize or avoid rain fall induced erosion and sediment discharges that result in muddying and silting of paved streets, channels, storm drains, and water bodies. Any modifications to the phasing of construction activities shall be shown on the erosion control plan. Water pollution control activities shall also consist of implementing good housekeeping pollution control measures to reduce the discharge of pollutants from construction sites to the maximum extent practicable. Such features as drainage gutters, check dams, silt fences, slope protection blankets, and retention basins shall be constructed concurrently with other work and at the earliest practicable time. {'\ •+' Revised 6/15/17 Contract No. 5208-B Page 114 of 220 The Contractor shall prevent any non-storm water discharges including concrete rinse water or other pollutant from entering into receiving waters and any storm water conveyance facility by using physical barriers. The Contractor shall maximize the preservation of existing native and non-native vegetation and minimize soil disturbance beyond the required limits of the work. Unless approved by the Engineer, all BMPs shall comply with the specification in the "Construction BM P On Ii n e Handbook (2015)" published by the California Storm Water Quality Association (CASQA) that can be downloaded from the CASQA web site at: https://www.casqa.org/resources/bmp-handbooks/construction 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP). The Contractor's QSD shall certify a final SWPPP, and other permit registration documents, compliant with the CGP and submit them to the Engineer for review and concurrence prior to any land disturbance activities by the Contractor. The Contractor's QSD shall verify the accuracy of, certify and submit on a monthly basis the following SWPPP information: • Submitted changes to PRDs (due to change in acreage or other) • Construction Schedule • List of Construction Activities, Materials Used, and Associated Pollutants with appropriate implementation of BMPs • BMP exhibit(s) compared to project site conditions • Daily Site Inspection Reports and Written Inspection Checklists for BMP Repairs, Pre, Post and During Rain Event BMP Inspections, Daily Weather Forecasts and Rain Gauge Log • Rain Event Action Plans, as necessary • Water Sampling Reports and Test Results • Training Records, Requirements, and Completeness of Reporting Forms • List of Responsible Parties • List of Contractors and Subcontractors The Contractor's QSD shall amend and certify the SWPPP: • Whenever there is a change in construction or operations which may affect the discharge of pollutants to surface waters, groundwater(s), or a municipal separate storm system (MS4); • If any conditions of the Construction General Permit are violated or the general objective of reducing or eliminating pollutants in stormwater discharges has not been achieved. If the RWQCB determines that a permit violation has occurred, the SWPPP shall be amended and implemented within 14 calendar days after notification by the RWQCB; • Annually, prior to the defined rainy season, when required by the project's Special Provisions; and • When deemed necessary by the Contractor's QSD, or by the Engineer in consultation with the Contractor's QSD. ,, •+;' Revised 6/15/17 Contract No. 5208-B Page 115 of 220 The Contractor's QSD shall include the following information in each amendment, and deliver the amendment report and information in the format specified in the SWPPP to the Engineer for review and approval: Who requested the amendment, The location of the proposed change, The reason for the change, The original BMP proposed, if any, and The new BMP proposed. All amendments to the SWPPP shall be completed by the Contractor's QSD in a timely manner and provided to the Engineer within 7 calendar days. All amendments must be signed and dated by the Contractor's QSD and directly attached to the SWPPP once accepted by the Engineer. The SWPPP amendment log in the SWPPP (Appendix C) shall be maintained by the Contractor's QSD. All Contractor implemented pollution control measures shall prevent the impounding of runoff, nuisance water, sediment movement, and debris movement from the construction site onto adjacent properties or from adjacent properties onto the construction site. If the Engineer determines that the Contractor's measures are not adequate, the Contractor shall provide whatever additional measures are required. The Contractor shall show on the SWPPP's erosion control plan and BMP exhibit all erosion and sediment control BMPs and the locations for concrete washout, vehicle maintenance, staging, dispensing of fuel, and storage areas. The Contractor shall show pollutant control measures to be used (BMPs) to confine construction waste in these designated areas, including areas upland away from existing residences and storm drains or natural drainage courses, construction entrance stabilization and wheel-wash measures to reduce the tracking or deposition of sediment onto public and private roads. The Contractor's QSP shall implement the visual observations, inspections, and monitoring with the frequencies according to the requirements for the Risk Level 1 LUP Project, as described in the SWPPP and in accordance with the CGP. For the duration of the Project, the Contractor shall submit, with each application for partial payment, the QSP's certification that all BMPs as identified within the SWPPP have been implemented and maintained in accordance with the GCP, inspection reports, documentation that pollutant control measures were maintained, including detailed reports on daily routine work and special maintenance work that was performed, and a list of BMPs that were found to be inadequate and what corrective actions were taken. In general, the Contractor shall also: (d) Provide a "standby emergency crew'' that shall be alerted by the Contractor's QSP, Contractor's QSD, or Engineer to perform emergency repairs or replacement of inadequate, failing or damaged BMP or measures during rain events. l'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 116 of 220 (e) The Contractor shall designate a QSP who is trained and competent in the use of BMPs and shall be on site daily to inspect the conditions of the site with respect to storm water pollution prevention. This person shall: (1) Implement the conditions of the CGP, Stormwater Pollution Prevention Plan (SWPPP) and required BMPs, contract documents and local ordinances with respect to erosion and sediment control and other waste management regulations. (2) Be responsible for monitoring the weather, implementation of any monitoring and reporting requirements and supervise the "standby emergency crew." (3) Evaluate the effectiveness of the BMPs and modify them as necessary or as directed by the Engineer to maintain the site in compliance. (4) Perform Daily BMP Site Inspections, prepare inspection reports and maintain a log of each inspection, which shall be kept on-file within the SWPPP. A complete written checklist and digital photographs, as noted within Sub- paragraph 5 below, shall be completed for any noted BMP deficiencies and associated corrective actions. Implement necessary repairs or BMP revisions identified within 72 hours. (5) Perform BMP Site Inspections, document site conditions with a written inspection checklist and digital photographs before, during, and after each storm event. A full inspection of the BMPs shall be performed 2 business days (48 hours) prior to a likely precipitation event (forecast of 50% or greater chance precipitation) and after a qualifying storm event (0.5 inches or greater in 48 hours) and once each twenty-four (24) hour period during extended storm events to identify BMP effectiveness. Document corrective actions required and implemented prior to forecast rain events. Implement necessary repairs or BMP revisions identified during rain event inspections as soon as they are safely feasible. (6) Keep available for review at the Worksite copies of documents incorporated in the SWPPP, including plans or permits required by local, state, or Federal agencies. (7) Retain records / copies of: i. Data used to complete the Notice of Intent (NOi); ii. The SWPPP and all attachments and amendments; iii. Compliance certifications; iv. Notifications of a noncompliance; v. Training; vi. Daily and other visual inspection logs or forms; Incident such as spills or other releases, including photographs as available; vii. Water Quality Sampling and analysis of storm water and non-storm water discharges; viii. Rain Event Action Plans l'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 117 of 220 ix. All reports required and BMPs such as good housekeeping that have been implemented. (c) Educate all subcontractors and employees about storm water pollution and mitigation measures needed during various construction activities to prevent the impacts originating from construction discharges. The Notice of Intent (NOi) shall be filed for the project. The NOi shall be filed by CMWD per requirements of the latest NPDES Construction Permit before a Notice to Proceed is issued. See table of Permit Registration Document Responsible Persons. CMWD shall pay fees associated with NOi. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1.1 Businesses and Residences. The Contractor shall maintain public access to all shopping centers, gated communities and residences at all times during construction. If this is ,, •,r Revised 6/15/17 Contract No. 5208-B Page 118 of 220 not possible, the Contractor shall submit in writing to the Engineer the locations of impact, reason for closure and alternate access plans, detours, and hours of closures. No work shall begin prior to being approved by the Engineer and having an approved Traffic Control Plan. 7-10.1.2 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. 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, including during working hours, unless otherwise approved by the Engineer. Contractor shall always be prepared to provide access to emergency vehicles, even during working hours. 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, Waste Management at 760-929-9400. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800-foot distance from their homes or businesses. Seven calendar days prior to the start of any construction which affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending {"\ •,;' Revised 6/15/17 Contract No. 5208-B Page 119 of 220 disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For work within an HOA, the HOA Property Manager shall also be notified and provided with the same written notification. 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 draft notification to the Engineer for approval at least 21 calendar days prior to distribution. 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 the Appendix. In addition to the notifications, the contractor shall post no access/parking signs 72 hours in advance of the work being performed. The no access/ parking signs shall state the date and time of access/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 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no access/ 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. 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. ,, •+;' Revised 6/15/17 Contract No. 5208-B Page 120 of 220 If additional space is needed for material storage and staging, the Contractor shall make a request in writing to the Engineer. Locations will be determined based first on availability to the City and second on convenience to the Contractor. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flag persons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer.................................................................................. (760) 579-9344 2) Carlsbad Fire Department Dispatch................................................ (760) 931-2197 3) Carlsbad Police Department Dispatch............................................ (760) 931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937) ................. (760) 438-2980 5) Carlsbad Traffic Signals Operations . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (760) 602-2752 6) North County Transit District........................................................... (760) 967-2828 7) Waste Management....................................................................... (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to 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 clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original 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 {'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 121 of 220 temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the 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 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 lane, 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. l'\ •ff Revised 6/15/17 Contract No. 5208-B Page 122 of 220 When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) published by CAL TRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of 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 l'\ •ff Revised 6/15/17 Contract No. 5208-B Page 123 of 220 to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. The Contractor may choose to modify, add to or supplement the TCP shown in the contract documents or substitute TCP to further its own interests. Such substitution shall be prepared in type and kind as shown in the contract documents. The level of detail, format, and graphics shall be of quality and size no less than shown in the contract documents. 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 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 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 received the stamped plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. l'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 124 of 220 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 of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit- required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. l' •ti Revised 6/15/17 Contract No. 5208-B Page 125 of 220 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." 7-15 PREVAILING WAGE. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. A current copy of applicable wage rates is on file in the Office of the City Engineer. Davis Bacon minimum wage rates for this project as predetermined by the United States Secretary of Labor are available at the U.S. Department of Labor's web site, www.dol.gov. Future effective general prevailing wage rates which have been predetermined and are on file with the California l'\ •ff Revised 6/15/17 Contract No. 5208-B Page 126 of 220 Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. Attention is directed to the Davis Bacon minimum wage rate requirements. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Davis Bacon minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Davis Bacon minimum wage rate, which most closely approximates the duties of the employees in question. ('\ •,;' Revised 6/15/17 Contract No. 5208-B Page 127 of 220 SECTION 8 -FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. All facilities provided for Agency personnel shall be at suitable locations approved by the Engineer. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. A Class "A" Field Office in accordance with Section 8-2.1 shall be provided at any offsite plant facility furnishing pipe subject to Agency inspection during manufacture. A Field Laboratory in accordance with Section 8-3.1 shall be provided at any offsite or project site plant facility furnishing Portland cement concrete or asphalt paving material. Any other facilities for Agency personnel shall be provided only when required by the Specifications. Offices and laboratories at plants may be used concurrently by inspection personnel of other agencies provided such use does not seriously conflict with Agency use. When facilities are shared in this manner, at least one locker provided with a hasp for a padlock must be available for the exclusive use of Agency inspectors. Otherwise any facilities furnished are for the exclusive use of Agency personnel. All facilities shall conform to the applicable codes, ordinances, and regulations of the local jurisdiction and of the State of California, and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. The Contractor shall provide janitorial and other maintenance services in all types of facilities provided. Such services shall include the supply of the appropriate paper products and dispensers. Trash receptacles shall be provided and emptied by the Contractor at weekly intervals or sooner as required. The trash shall be removed from the project site. All costs to furnish, maintain, service, and remove the specified facilities at the project site shall be included in the price bid for such facilities. If no bid item is provided in the proposal, costs shall be included in other items for which bids are entered. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. Contractor shall furnish the Engineer a "Class B" Field Office, subject to Class "A" requirements except as defined in 8-2.2. 8-2.1 Class "A" Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals that the Engineer may designate. The field office shall be a separate structure from any other office facility. The Contractor shall maintain the field office throughout the entire duration of the contract unless the Engineer shall otherwise direct. This office shall have a minimum floor space of 600 ft2. All doors and windows shall be provided with screens. Furniture shall be provided as follows: one plan table, one standard 5 feet long double-pedestal desk with a drawer suitable for holding files, two chairs, one drafting stool, and one plan rack. Electric power shall be provided to include a minimum of four duplex convenience outlets. The office shall be illuminated at the tables and desk. An outdoor lighting fixture with a 300-watt bulb shall be installed. ('\ •,;' Revised 6/15/17 Contract No. 5208-B Page 128 of 220 Heating and air conditioning of sufficient capacity shall be provided at no expense to the Agency. The Contractor shall provide drinking water within the office and integral sanitary facilities directly adjoining. Sanitary facilities shall include a toilet and wash basin with hot and cold running water. Extended area, non-coin-operated telephone service shall be provided within the office area. The installation shall include sufficient extension cord to serve the plan table and desk. Additionally, the "Class A" Field Office shall be provided with: one (1) additional standard 5' double pedestal desk with two chairs, one (1) electrostatic copier and supplies, copier shall be Xerox Model Document Centre 545, or equal, one (1) FAX machine, Canon Model Fax, phone B640 Bubble Jet Facsimile, or equal, one (1) refrigerator, one (1) microwave oven, and one (1) additional plan rack shall be provided. Water cooler to have hot and chilled water. The integral sanitary facilities may be separate enclosed toilets per Section 7-8.4. Furnishings are subject to agency approval. The field office shall be located at a site satisfactory to the Engineer and within or immediately adjacent to the limits of work. Access and three parking spaces for the exclusive use of the Engineer and his/her designees that are convenient and satisfactory to the Engineer shall be provided by the Contractor. The field office shall have a 24" by 36" sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Engineer. CITY OF CARLSBAD • . . ENGINEERING INSPECTION 8-2.2 Class "B" Field Office. This office shall be the same as class "A" except that integrated sanitary facilities and air conditioning are not required. A chemical toilet facility shall be provided adjacent to the office and shall be serviced weekly, at a minimum. 8-5 REMOVAL OF FACILITIES. Field offices and associated facilities at the project site shall be removed upon completion of the Work. Buildings and equipment furnished by the Contractor at the project site under the provisions of this section are the property of the Contractor. 8-6 BASIS OF PAYMENT. All costs incurred in furnishing, maintaining, serv1c1ng, and removing field offices laboratories, or bathhouse facilities required at the project site shall be included in the mobilization bid item. Contractor shall include in work: installing and removing the field office, relocating it as may be necessary to facilitate the project, obtaining all permits, property rental, providing utilities including, but not limited to, high speed internet service, electrical, telephone, potable water and sanitary facilities, and maintenance. l'. • ., Revised 6/15/17 Contract No. 5208-B Page 129 of 220 SECTION 9-MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. l'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 130 of 220 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 otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar 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 ('\ •fl' Revised 6/15/17 Contract No. 5208-B Page 131 of 220 to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 1 0 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 1 0 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. 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 ,, •+;' Revised 6/15/17 Contract No. 5208-B Page 132 of 220 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 mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate 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. {'\ •,;' Revised 6/15/17 Contract No. 5208-B Page 133 of 220 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. Schedule "A" Mobilization and Demobilization (Bid Item No. A-1) Not to Exceed The contract Not to Exceed price paid for this bid item shall constitute full compensation to mobilize and demobilize for work related to Recycled Water. This shall include but is not limited to preparatory work and operations necessary for the movement of personnel, equipment, supplies, and incidentals to and from the project site; obtain insurance, obtain necessary permits, preconstruction photos and videos, field office, administration, or other operations performed or costs incurred before the beginning of work, and for the close out of work. Recycled Water Segment 2 Pipeline Construction (Bid Item No. A-2) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 1420 linear feet of 8" C900 PVC pipe and 140 linear feet of 30" welded steel pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, trenchless installation, casing, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-1, Alignment A Pipeline Construction (Bid Item No. A-3) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 1960 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, ('\ •,;' Revised 6/15/17 Contract No. 5208-B Page 134 of 220 environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-1, Alignment B Pipeline Construction (Bid Item No. A-4) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 7660 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-1, Alignment C Pipeline Construction (Bid Item No. A-5) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 2360 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-1, Alignment D Pipeline Construction (Bid Item No. A-6) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 800 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-1, Alignment E Pipeline Construction (Bid Item No. A-7) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 340 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, l'\ •~ Revised 6/15/17 Contract No. 5208-B Page 135 of 220 tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-1, Alignment F Pipeline Construction (Bid Item No. A-8) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 1335 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-1, Alignment G Pipeline Construction (Bid Item No. A-9) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 3890 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-1, Alignment H Pipeline Construction (Bid Item No. A-10) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 470 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. ,, •ti Revised 6/15/17 Contract No. 5208-B Page 136 of 220 Recycled Water Segment 5-1, Alignment I Pipeline Construction (Bid Item No. A-11) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 285 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-1, Alignment J Pipeline Construction (Bid Item No. A-12) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 330 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-1, Alignment K Pipeline Construction (Bid Item No. A13) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 520 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-1, Alignment L Pipeline Construction (Bid Item No. A-14) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 400 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold {"\ •ii' Revised 6/15/17 Contract No. 5208-B Page 137 of 220 milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-1, Alignment M Pipeline Construction (Bid Item No. A-15) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 1285 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-1, Alignment N Pipeline Construction (Bid Item No. A-16) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 590 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-3, Alignment A Pipeline Construction (Bid Item No. A-17) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 6585 linear feet of 6" C900 PVC pipe and 1495 linear feet of 8" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, .locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-3, Alignment B Pipeline Construction (Bid Item No. A-18) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 5085 linear feet of 6" C900 PVC pipe in accordance with the contract {'. •+;' Revised 6/15/17 Contract No. 5208-B Page 138 of 220 documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 5-3, Alignment C Pipeline Construction (Bid Item No. A-19) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 740 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Recycled Water Segment 7 Pipeline Construction (Bid Item No. A-20) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 490 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Remove and Replace Unsuitable Materials Encountered Near Trench Bottom as Directed by Owner (Bid Item No. A-21) Unit Price The contract unit price paid for this bid item shall constitute full compensation to perform removal and replacement of unsuitable materials, including but not limited to excavation, disposal in accordance with local, state and federal regulations, hauling export and import, suitable backfill material, compaction, sheeting, shoring and bracing or equivalent to depth as directed by the Owner. This also includes the preparation and submittal of plans by a licensed Engineer for support systems and obtaining the required permits for any agencies having jurisdiction. Pavement Repair-Asphalt Concrete Complete and in Place as Directed by Owner (Bid Item No. A-22) Unit Price The contract unit price paid for this bid item shall constitute full compensation to furnish and install aggregate base and asphalt-concrete including, but not limited to, cold milling, and the ,, •ff Revised 6/15/17 Contract No. 5208-B Page 139 of 220 preparation of the grade and subgrade where required by Carlsbad standards, these contract documents or where directed by the City, to the satisfaction of the City. Asbestos Cement Pipe Removal and Coupon Testing as Directed by Owner (Bid Item No. A-23) Unit Price The contract unit price paid for this bid item shall constitute full compensation to perform removal of existing asbestos cement pipe crossing, including but not limited to dewatering of existing pipe, excavation, sheeting, shoring and bracing or equivalent to depth, asbestos cement pipe coupon testing in accordance with Section 02080, disposal in remaining asbestos cement pipe in accordance with local, state and federal regulations, installation of new PVC pipe, disinfection of new PVC pipe, pressure test new PVC pipe, backfill, compaction, and surface repair as directed by the Owner. This also includes the preparation of all required submittals in Section 02080 for each unit. All other work required to complete Recycled Water Segments 2, 5-1, 5-3, and 7 (Bid Item No. A-24) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install all other work to be done to complete the project not specifically listed in bid items A-1 through A-21, to the satisfaction of the City. This item shall include but not be limited to work related to resolving unforeseen utility conflicts. Additional Recycled Water Fill Stations Per Appendix J (Bid Item No. A-25) Unit Price The contract unit price paid for this bid item shall constitute full compensation to furnish, install and restore site conditions for additional Fill Stations outlined in Appendix J, per Detail 1 on sheet C-02, to the satisfaction of the City. Schedule "B" Mobilization and Demobilization (Bid Item No. B-1) Not to Exceed The contract not to exceed price paid for this bid item shall constitute full compensation to mobilize and demobilize for work related to Potable Water. This shall include but is not limited to preparatory work and operations necessary for the movement of personnel, equipment, supplies, and incidentals to and from the project site; obtain insurance, obtain necessary permits, preconstruction photos and videos, field office, administration, or other operations performed or costs incurred before the beginning of work, and for the close out of work. Potable Water Flower Fields Pipeline Construction (Bid Item No. B-2) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 135 linear feet of 6" C900 PVC pipe and 1865 linear feet of 8" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, fire hydrant reconnections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, disinfection construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. l'\ •fi' Revised 6/15/17 Contract No. 5208-B Page 140 of 220 Potable Water Carlsbad Palisades Pipeline Construction (Bid Item No. B-3) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install approximately 4120 linear feet of 6" C900 PVC pipe in accordance with the contract documents. This includes, but is not limited to, surveying, temporary traffic control, locating utilities, required notifications, connections, fire hydrant reconnections, flared end sections, fittings, adapters, bends, valves, tees, thrust restraint, pressure testing, disinfection, construction water supply, concrete, locator wire, utility marker tape, trenching, trench plates, shoring, dewatering and any water disposal, excavation, over excavation up to 6-inches below subgrade, bedding, backfill, compaction, resurfacing, cold milling, asphalt-concrete paving, aggregate base, crushed rock, compacted fill, pavement markings and striping, required utility relocations, protection of property, stormwater BMPs, environmental controls and all other items as shown in Contract Documents, all in accordance with the Specifications. Remove and Replace Unsuitable Materials Encountered Near Trench Bottom as Directed by Owner (Bid Item No. B-4) Unit Price The contract unit price paid for this bid item shall constitute full compensation to perform removal and replacement of unsuitable materials, including but not limited to excavation, disposal in accordance with local, state and federal regulations, hauling export and import, suitable backfill material, compaction, sheeting, shoring and bracing or equivalent to depth as directed by the Owner. This also includes the preparation and submittal of plans by a licensed Engineer for support systems and obtaining the required permits for any agencies having jurisdiction. Pavement Repair-Asphalt Concrete Complete and in Place as Directed by Owner (Bid Item No. B-5) Unit Price The contract unit price paid for this bid item shall constitute full compensation to furnish and install aggregate base and asphalt-concrete including, but not limited to, cold milling, and the preparation of the grade and subgrade where required by Carlsbad standards, these contract documents or where directed by the City, to the satisfaction of the City. Potable Water Service Reconnection (Bid Item No. B-6) Unit Price The contract unit price paid for this bid item shall constitute full compensation to furnish and install a water lateral reconnection not listed specifically in the drawings nor included in bid items B-1 through B-5. This item shall include but not be limited to locating lateral, required notifications, lateral reconnection, disinfection, and protection of property. Asbestos Cement Pipe Removal and Coupon Testing as Directed by Owner (Bid Item No. B-7) Unit Price The contract unit price paid for this bid item shall constitute full compensation to perform removal of existing asbestos cement pipe crossing, including but not limited to dewatering of existing pipe, excavation, sheeting, shoring and bracing or equivalent to depth, asbestos cement pipe coupon testing in accordance with Section 02080, disposal in remaining asbestos cement pipe in accordance with local, state and federal regulations, installation of new PVC pipe, disinfection of new PVC pipe, pressure test new PVC pipe, backfill, compaction, and surface repair as directed by the Owner. This also includes the preparation of all required submittals in Section 02080 for each unit. All other work required to complete Potable Water Flower Fields and Carlsbad Palisades (Bid Item No. B-8) Lump Sum The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install all other work to be done to complete the project not specifically listed in bid items B- l'\ •,;' Revised 6/15/17 Contract No. 5208-B Page 141 of 220 1 through B-5, to the satisfaction of the City. This item shall include but not be limited to work related to resolving unforeseen utility conflicts. l'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 142 of 220 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(8). 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(8). Sieve Sizes 50-mm (2") 37.5-mm (1 ½1 19-mm (¾") 12.5-mm (½") 9.5-mm (3/s") 4.75-mm (No. 4) 2.36-mm (No. 8) 75-um (no. 200) Sieve Sizes 25-mm (1") 19-mm (¾") 9.5-mm (3/s") 4.75-mm (No. 4) 2.36-mm (No. 8) 600-um (No. 30) 300-um (No. 50) 75-um (no. 200) l'\ •tf Revised 6/15/17 TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Percentage Passing Type A --- --- 100 95-100 70-100 0-55 0-10 0-3 TABLE 200-1.2.2(8) CLASS 2 PERMEABLE MATERIAL Type 8 100 95-100 50-100 --- 15-55 0-25 0-5 0-3 PercentaQe PassinQ 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 Contract No. 5208-B Page 143 of 220 200-2 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. Sieve Sizes 2" ..................... . 11/2'' ........................... . 1 ti ••••••••••••••••••••••••••••••••• 3/4'" ............................. . No. 4 ........................... . No. 30 .......................... . No. 200 ....................... . AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2'' Maximum 3/4" Maximum Operating Range Operating Range 100 90-100 50-85 25-45 10-25 2-9 100 90-100 35-60 10-30 2-9 QUALITY REQUIREMENTS Tests Resistance (R-value) Sand Equivalent Durability Index Operating Range 78 Min. 25 Min. 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the 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 re- quirements 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. {'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 144 of 220 No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. SECTION 201 -CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) (3> PORTLAND CEMENT CONCRETE Type of Construction Concrete Class All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) <1> Trench Backfill Slurry 115-E-3 (190-E-400) Street Light Foundations and Survey Monuments 330-C-23 (560-C-3250) Traffic Signal Foundations 350-C-27 (590-C-3750) Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) Maximum Slump mm (Inches) (2) 200 (8") 100 (4") 100 (4") per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. 201-1.2 (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. Materials. 201-1.2.4(a) Integral Colored Concrete. Add the following: Integral color shall consist of colored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pigments shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architectural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see product information bulletin). Provide sample panel submittals of all colors to be used in the installation on identical surfaces for approval by Resident Engineer. Contractor shall provide a maintenance schedule for integral colored concrete. Admixture for all integral colored concrete paving in medians and other integral colored concrete shall be the following: Color: Curing: Match existing paving adjacent/along El Camino Real Scofield Colorcure Concrete Sealer (or approved equal). See Section 201 of these Supplemental Provisions for Concrete Curing Materials. l'\ •,;' Revised 6/15/17 Contract No. 5208-B Page 145 of 220 Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 Admixture products and procedures for installation shall be in strict accordance with the manufacturer's specifications and recommendations, and those published by the American Concrete Institute (ACI) and the Portland Cement Association (PCA). 201-1.2.4 Chemical Admixtures. {e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201-1.6 Finish: Brick stamped pattern to match existing median paving. Add the following: 201-1.7 Miscellaneous Concrete Finishing Products. 201-1. 7.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal) Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural concrete. Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer's directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications: Color: Clear, non-yellowing Odor: Mild Flash Point: None (C.O.C. method) Specific Grav.: 1.03 Density: 8.6 pounds per gallon Drying Time: 30 minutes to 60 minutes Cure Time: 24 to 48 hours voe Content: None (0 g/I) excluding water Polymer Type: Proprietary Reactive Resin System Coverages (approximate): Smooth Concrete: 300 to 400 square feet per gallon Rough Concrete: 200 to 300 square feet per gallon Note: Coverages vary depending on porosity and condition of surface and method of application. l'\ •,;' Revised 6/15/17 Contract No. 5208-B Page 146 of 220 Method of: Airless sprayer. Application Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer's direction. 201-1.2.4 Chemical Admixtures. (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1 /2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS. 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a ½" continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type "A" as specified in Section 201-1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, ,, •+;' Revised 6/15/17 Contract No. 5208-B Page 147 of 220 elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Acceptable Products: "Sonneborn NPII"; Sonneborn Building Products Division; "Scofield Lithoseal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. 201-3.7 Type "D" Joint Sealant. Add the following: Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as per Table 201-3.7(A). TABLE 201-3. 7(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Measuring Standard (ASTM Results Conditions Designation) Cone Penetration ASTM D 3407, Sec. 5 3.5 mm, max. 25°c, 150 g, 5 s Flow, 60°C ASTM D 3407, Sec. 6 5 mm, max. Resilience ,ASTM D 3407, Sec. 8 25%, min. 25°c Softening Point, ASTM D 36 82 °C, min. Ductilitv, ASTM D 113 300 mm, min. 25°C, 50 mm/min Flash Point, COC, °C ASTM D 92 288 °C, min. Viscosity, Brookfield ASTM D 4402 2.5-3.5 Pa·s No. 27 Spindle, Thermosel, rpm, 190°C, SECTION 203 -BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. Add the following: 20 203-6.2.1 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.3 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.3 (A) Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.4.3 (A). l'\ •ti Revised 6/15/17 Contract No. 5208-B Page 148 of 220 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability using: a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values or b. Marshall Stability1 in accordance with the Asphalt lnstitute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. 1Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. 203-6.8 Asphalt Concrete Storage. add the following: Open graded or Gap graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203-11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be Gap Graded class ARHM-GG-C . . , \.;, Revised 6/15/17 Contract No. 5208-B Page 149 of 220 SECTION 204 -LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD TABLE 204-1.2(A) add the following: TABLE 204-1.2(A) USES GRADES Headers for bituminous pavement up to 50 mm x 100 mm (2"x4") Construction grade Redwood or preservative treated construction qrade Douqlas Fir Headers for bituminous pavement larger than 50 mm x 100 mm (2"x4") Number 1 grade Redwood, or preservative treated number 1 qrade Douqlas Fir SECTION 206 -MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. 206-7.1 Roadside Signs. This work shall consist of furnishing and installing roadside signs in accordance with details shown on the plans, the California Sign 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. Painting, screening, or engraving of the notation will not be allowed. The notation shall be applied without damaging the finish of the sign. 206-7.1.3 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of 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 {'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 150 of 220 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 1 0 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided 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 l'\ •,;' Revised 6/15/17 Contract No. 5208-B Page 151 of 220 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 RS1, 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 otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2) of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements of these special provisions. 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of these special provisions, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these special provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated 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 l'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 152 of 220 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 3.1 m (1 O'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(B). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions Outside Tolerance for All Sides at Corners mm (inches) mm (inches) 25 x25 (1 X 1) 0.13 0.005 32 X 32 (1¼x1¼) 0.15 0.006 38 x38 (1½x1½) 0.15 0.006 44 x44 (1¾ X 1¾) 0.20 0.008 51 X 51 (2 X 2} 0.20 0.008 56 X 56 (23/16 X 23/16) 0.25 0.010 57 X 57 (2¼ X 2¼) 0.25 0.010 64 X 64 (2½ x2½) 0.25 0.010 51 X 76 (2 X 3) 0.25 0.010 TABLE 206-8.2(8) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension Squareness<1l Twist Permissible in 900 mm (3") mm (Inches) mm (Inches) mm<2> (lnches)(2l 25 x25 (1 X 1) 0.15 0.006 1.3 0.050 32 x32 (1-¼ X 1-¼) 0.18 0.007 1.3 0.050 38x 38 (1-½ X 1-½) 0.20 0.009 1.3 0.050 44 x44 (1-¾ X 1-¾) 0.25 0.010 1.6 0.062 51 X 51 (2 X 2) 0.30 0.012 1.6 0.062 56 x56 (2-3/16 X 2-3/16) 0.36 0.014 1.6 0.062 57 X 57 (2-¼ X 2-¼) 0.36 1.014 1.6 0.062 64 x64 (2-½ X 2-½) 0.38 0.015 1.9 0.075 51 X 76 (2 X 3) 0.46 0.018 1.9 0.075 (1) Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. (2> Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7 /8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm {0.356"). The fasteners shall conform to ASTM 8-633, Type Ill 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 {\ •+' Revised 6/15/17 Contract No. 5208-B Page 153 of 220 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 operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. 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, operating, maintaining, repairing, replacing, transporting from location 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. l'\ •ff Revised 6/15/17 Contract No. 5208-B Page 154 of 220 SECTION 207 -PIPE 207-2 REINFORCED CONCRETE PIPE. 207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designations C 361-95 and C 443-94. Pipe designated in the plans as "pressure pipe" or with a 100-year hydraulic grade line at or above the soffit shall be bell and groove spigot joint with "O" rings conforming to ASTM C-443 and C-361 for the limits shown on the plans. 207-9 IRON PIPE AND FITTINGS 207-9.2.2 Pipe Joints Unless otherwise shown on the Plans, all joints shall be the push-on type joint. Joints and accessories shall conform to the requirements and dimensions specified in ANSI A21.11, AWWA C111. Rubber gasket material shall conform to 208-1.2 and AWWA C111 and ANSI A21.11-90. 207-9.2.3 Fittings. Add the following: Ductile iron pipe and fittings shall be manufactured in accordance with ANSI 21.50, AWWA C150 and ANSI 21.51, AWWA C151, and shall be of the size and thickness classes shown on the Plans. Unless otherwise specified, size 4-inches through 6-inches DIP shall be thickness Class 52, while size 8-inches and larger shall be thickness Class 50. 207-9.2.4 Lining and Coating. Replace with the following: Unless otherwise specified, all iron pipe and fittings shall be lined with double thickness, cement motor lining with cement conforming to ASTM C150 Type II, AWWA C104/A21.4.90 and outside coating of bituminous coating a minimum of 2 mils. thick in accordance with AWWA C151 or C100. 207-10 STEEL PIPE add the following: 207-10.1 General Fabricated Steel Pipe and Fittings shall conform in all respects to Carlsbad Municipal Water District Rules and Regulations for Construction of (Potable or Reclaimed) Water Mains, latest edition. 207-10.1.2 Submittals. The Contractor shall furnish submittals in accordance with Section 2- 5.3, Submittals Shop Drawings. Submittals are required for the following: Shop Drawings Manufacturer's tests Fabrication Details Protective Coatings Layout Drawings Mill Reports or Plant Test Reports Dimensional Checks Welding Procedures/Certification for Field Welding Shop Drawings shall be submitted and approved prior to manufacture of pipe. 207-10.1.3 Quality Assurance. Field welders shall be certified under Section IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA C206, Section 3. Welders shall submit a copy of their certification to the District prior to performing any field welding. Certifications shall be dated within three (3) years of the job to be performed. (\ fl Revised 6/15/17 Contract No. 5208-B Page 155 of 220 The top of all pipe and specials shall be clearly identified by marking the top with 'T.O.P." for easy identifications in the field. Plainly mark each length of pipe at the bell end to identify the proper location of the pipe item by reference to the layout schedule. 207-10.1.4 Protective Coatings and Linings. All steel pipe and fittings exposed within a vault or above ground shall be cement-mortar lined in accordance with AWWA C205 and C602 and painted in accordance with CMWD Approved Materials List. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, C214 and C602 unless otherwise specified on the Drawings. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). TABLE 207-25.1(A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Method Value Thickness ASTM D2103 0114 mm (0.0056") Tensile strength ASTM D882 4500g/cm (25 lbs/inch) (5,500 PSI) ElonQation ASTM D882-88 <50 percent at break Printability ASTM D2578 >50 dynes/square centimeter Flexibility ASTM D671-81 Pliable hand Inks ManufacturinQ specifications Heat-set Mylex MessaQe repeat ManufacturinQ specifications Every 500 mm(20") Foil Manufacturing specifications Dead soft/annealed Too layer Manufacturing specifications Virgin PET Bottom layer Manufacturing specifications VirQin LOPE Adhesives Manufacturing specifications >30 percent, solid 1.5#/R Bond strength BoilinQ H20 at 100 deQrees Celsius Five hours without peel Colors APWA Code See Table 207-25.1 (B) l' • .., Revised 6/15/17 Contract No. 5208-B Page 156 of 220 TABLE 207-25.1(8) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Utility Marked Red Electric power, distribution, transmission, and municipal electric systems. Yellow Gas and oil distribution and transmission, dangerous materials, product and steam. Orange Telephone and telegraph systems, police and fire communications, and cable television. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321(e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines -APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. SECTION 209 -ELECTRICAL COMPONENTS 209 ELECTRICAL COMPONENTS. Modify as follows: Section 86, "Signals, Lighting and Electrical Systems", of the Caltrans Standard Specifications replaces Section 209, "Electrical Components", and Section 307, "Street Lighting and Traffic Signals", of the SSPWC, in all matters pertaining to the specifications for measurement, payment, warranty, materials and methods of construction of street lighting and traffic signals. Section 86 of the Caltrans Standard Specifications is unmodified excepted as specified herein. For electrical components provided and installed in systems NOT including street lighting and traffic signals, Section 209 SSPWC is unmodified except as specified in sections other than Section 209, herein. ,, •,; Revised 6/15/17 Contract No. 5208-B Page 157 of 220 SECTION 86 -SIGNALS, LIGHTING AND TRAFFIC ELECTRICAL SYSTEMS 86-2 MATERIALS AND INSTALLATION Replace Section 86-2.02 with the following: 86-2.02 Removing and Replacing Improvements. In addition to the requirements of sections 7-9, "Protection and Restoration of Existing Improvements" and 306-1.5, 'Trench Resurfacing", improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete pavement, underlying material, lawns and plants, and any other improvements removed, broken or damaged by the Contractor's operations, shall be replaced or reconstructed with the same kind of material as found on the work or with materials of equal quality. The new work shall be left in a serviceable condition. Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway is broken or damaged, the entire square, section or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in portland cement concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 0.17 foot (2"} with an abrasive type saw prior to removing the sidewalk, driveways and pavement material. Cuts shall be neat and true along score lines, with no shatter outside the removal area. Replace Section 86-2.058 with the following: 86-2.05B Use. Exposed conduit installed on a painted structure shall be painted the same color as the structure. Unless otherwise indicated, the minimum metric trade size of conduit shall be: 1} From an electro Iler to the adjacent pull box shall be Size 41 (1 ½" dia}. 2} From a pedestrian push button post to the adjacent pull box shall be Size 27 (1" dia). 3) From a signal standard to the adjacent pull box shall be Size 53 (2'' dia). 4) From a controller cabinet to the adjacent pull box shall be Size 78 (3" dia). 5) For detector runs shall be Size 78 (3" dia). 6) Not otherwise specified shall be Size 78 {3" dia). Add the following: 86-2.08 Conductors. Signal cable shall be used for all new traffic signal installations. Individual conductors shall not be used. Add the following: 86-2.09B Installation. All conductors shall be pulled directly from the spool into the conduit and shall not be dragged on the ground as to cause damage to the conductors. 86-3 CONTROLLER ASSEMBLIES Add the following: 86-3.04A Cabinet Construction. Controller cabinets shall be fabricated from aluminum sheet. Controller cabinets shall have a single front door equipped with a Best Company lock core and lock. No other manufacturers shall be accepted. Add the following section: 86-3.0SF Document Tray. Controller cabinets shall have a pull-out type document tray. Add the following section: 86-3.0SG Uninterruptible Power System. An uninterruptible power system (UPS) shall be ('\ ■;;' Revised 6/15/17 Contract No. 5208-B Page 158 of 220 installed in each controller cabinet. The UPS shall be Clary SP 1000 series (or approved equal)and shall provide a minimum of eight (8) hours of continuous red flash operation at intersections using red LED signal indications and provide power conditioning to the controller. Batteries for the UPS shall be housed in a NEMA 3R rated cabinet mounted to the side of the Model 332 cabinet per Caltrans specifications. The battery cabinet door shall be equipped with a Best Company lock core and lock. 86-4 TRAFFIC SIGNAL FACES AND FITTINGS Replace Section 86-4.06 with the following: 86-4.06 Pedestrian Signal Faces. Message symbols for pedestrian signal faces shall be white WALKING PERSON, Portland orange UPRAISED HAND and CdUNTDOWN DIGITS. Pedestrian signal faces shall conform to definitions and practices described in "Pedestrian Traffic Control Signal Indications" published in the Equipment and Materials Standards of the Institute of Transportation Engineers, (referred to in this document as "PTCSI") and in the Applicable Sections of Manual on Uniform Traffic Control Devices (MUTCD) 2003 Section 4E. Add the following section: 86-4.06A Physical and Mechanical Requirements. Add the following section: 86-4.06A(1) General. Modules shall not require special tools for installation and shall fit into existing pedestrian signal housings built for the PTCSI sizes stated in Section 1 of the "walking person" and "hand" icon pedestrian signal indication Standard without modification to the housing. Installation of a retrofit replacement module into an existing pedestrian signal housing shall only require the removal of the existing optical unit components, i.e., lens, lamp module, gaskets, and reflector; shall be weather tight and fit securely in the housing; and shall connect directly to existing electrical wiring. Add the following section: 86-4.06A(2) The Module under Physical and Mechanical Requirements. a. The LED module shall have a visual appearance similar to that of an incandescent lamp (ie: Smooth and non-pixilated). b. The module lens shall not be a replaceable part. Screwed on lenses are not allowed. Only modules with internal mask shall be utilized. No external silk-screen shall be permitted. c. The dividers inside the module that make up the icons and digits shall be black so as to eliminate sun phantom effect. When not illuminated with the sun shining into the module, the WALKING PERSON and UPRAISED HAND and COUNTDOWN DIGITS shall not be readily visible. d. The countdown digits of the pedestrian signal module shall be located adjacent to the associated UPRAISED HAND (symbolizing DON'T WALK). When displaying a number "1" for both digits, the number "1" shall use the two segments furthest to the right. The digits shall remain on during the entire count down cycle. Flashing digits are not allowed. e. The display of the number of remaining seconds shall begin only at the beginning of the pedestrian change interval. After the countdown displays zero, the display shall remain dark until the beginning of the next countdown. f. The walking person, hand icons and countdown digits ( 16"x18" size only) shall be incandescent looking. The configurations of the walking person icon, hand icon and {'\ •+r Revised 6/15/17 Contract No. 5208-B Page 159 of 220 numbers icons are illustrated in Figures 1, 2 (per PTCSI Part 2 Specification) and Figure 3 respectively. Figure 1 Figure 2 Figure 3 Dimensions for Figures 1, 2 and 3 For each nominal message bearing surface (module) size, use the corresponding minimum H (height) and W (width) measurements: Module Size Icon Icon Countdow Countdow Countdown Height Width n Height n Width Segment Width 406 x457 mm 297mm 178 mm 229 mm 178 mm 17.78 mm (16 X 18 in) 11 in 7 in 9in 7 in 0.7 in Note: The units shall not have any external attachments, dip switches, toggle switches or options that will allow the mode to be changed from counting the clearance cycle, to the full walk/don't walk cycle or any other modification to the icons or digits. Add the following section: 86-4.06A(3) Environmental Requirements. a. All exposed components of a module shall be suitable for prolonged exposure to the environment, without appreciable degradation that would interfere with function or appearance. As a minimum, selected materials shall be rated for service for a period of a minimum of 60 months in a south-facing installation. b. The module shall be rated for use in the ambient operating temperature range, measured at the exposed rear of the module, of-40°C to +74°C. (-40°F to +165°F). c. A module shall be protected against dust and moisture intrusion, including rain and blowing rain. Shall be sealed and meet MIL-STD-810F Procedure I, Rain & Blowing Rain specifications. d. The module lens shall not crack, craze or yellow due to solar UV irradiation typical for a south-facing Arizona Desert installation after a minimum of 60 months in service. {'\ •ff Revised 6/15/17 Contract No. 5208-B Page 160 of 220 Add the following section: 86-4.06A(4) Construction. a. To prevent water seepage between the back cover and the electrical wires, or between the copper and insulation of the wires, the electrical wires shall not penetrate the LED module housing. b. The module shall be a single, self-contained device, not requiring on-site assembly for installation into an existing pedestrian signal housing. The power supply shall be designed to fit and mount inside the pedestrian signal module. c. The assembly and manufacturing process for the module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. Add the following section: 86-4.06A(5) Materials. a. Materials used for the lens and LED module construction shall conform to ASTM specifications where applicable. b. Enclosures containing the power supply and electronic components of the LED module shall be made of UL94 flame retardant materials. The lens of the LED module is excluded from this requirement. c. The front window shall be a transparent polycarbonate material with internal masking to prevent the icons and digits from being visible when not in operation. External masking or silk-screen technology shall not be permitted. When not illuminated, the Walking Person, Hand and Countdown Digits shall not be readily visible. Add the following section: 86-4.06A(6) Module Identification. a. Each module shall be identified on the backside with the manufacturer's name, model, serial number and operating characteristics of each symbol. The operating characteristics identified shall include the nominal operating voltage and stabilized power consumption, in watts and Volt-Amperes. b. Modules conforming to this specification (WALKING PERSON, UPRAISED HAND only}, may have the following statement on an attached label: "Manufactured in Conformance with the ITE Pedestrian Traffic Control Signal Indications -Part 2: Light Emitting Diode (LED) Pedestrian Signal Modules". Add the following section: 86-4.068 Photometric Requirements. Add the following section: 86-4.068(1) Luminance, Uniformity and Distribution. a. For a minimum period of 60 months, the maintained minimum luminance values for the modules under the operating conditions defined in Sections 2.3.1 and 4.2.1, when measured normal to the plane of the icon surface, shall not be less than: • Walking person: 2,200 cd/m2; • Hand: 1,400 cd/m2. • Countdown digits: 1,400 cd/m2; ('\ •,V Revised 6/15/17 Contract No. 5208-B Page 161 of220 The luminance of the emitting surface, measured at angles from the normal of the surface, may decrease linearly to a value of 50% of the values listed above at an angle of 15 degrees. The light output requirements in this specification apply to pedestrian signal heads without any visors, hooded or louvered (egg-crate). b. The LED module shall have a visual appearance similar to that of an incandescent lamp (i.e., smooth and non-pixilated). c. Maximum permissible luminance: When operated within the temperature range specified in Section 2.3.2, the actual luminance for a module shall not exceed three times the required peak value of the minimum maintained luminance. d. Luminance uniformity: The uniformity of the signal output across the emitting section of the module lens (i.e. the hand, person or countdown icon) shall not exceed a ratio of 5 to 1 between the maximum and minimum luminance values (cd/m 2). Add the following section: 86-4.068{2) Chromaticity. a. The standard colors for the LED Pedestrian Signal Module shall be White for the walking person and Portland Orange for the hand icon and the countdown digits. The colors for these icons shall conform to the following color regions, based on the 1931 CIE chromaticity diagram: Walking Person -White: Blue boundary: x = 0.280. st 1 Green boundary: 0.280 ::::: x < 0.400 y = 0.7917•x + 0.0983. nd 2 Green boundary: 0.400 ::::: x < 0.450 y = 0.4600•x + 0.2310. Yellow boundary: x = 0.450 st 1 Purple boundary: 0.450 ::::: x < 0.400 y = 0.4600•x + 0.1810. nd 2 Purple boundary: 0.400 ::::: x < 0.280 y= 0.7917•x + 0.0483. ,., •;;' Revised 6/15/17 Contract No. 5208-B Page 162 of 220 White Point X y 1 0.280 0.320 2 0.400 0.415 3 0.450 0.438 4 0.450 0.388 5 0.400 0.365 6 0.280 0.270 Hand and Countdown Digits-Portland Orange: Yellow boundary: y = 0.390 White boundary: 0.600 ::;; x::;; 0.659 y = 0.990-x Red boundary: y = 0.331. Portland Orange Point X y 1 0.609 0.390 2 0.600 0.390 3 0.659 0.331 4 0.669 0.331 b. Color Uniformity: Walking Person-White: ,J(&2 )+ (,:1y 2 ) ~ 0.04 where /j_x and /j_y are the differences in the chromaticity coordinates of the measured colors to the coordinates of the average color, using the CIE 1931 Chromaticity Diagram and a 2 degree Standard Observer. Hand and Countdown Digits-Portland Orange: The dominant wavelength for any individual color measurement of a portion of the emitting surface of a module shall be within ±3nm of the dominant wavelength for the average color measurement of the emitting surface as a whole. Add the following section: 86-4.0GC Electrical. Add the following section: 86-4.06C(1) General. All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCSH Standard. Maximum of three secured, color coded, 1 meter (39 in) long 600 V, 16 AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at +105°C, are to be provided for electrical connection. The conductors shall be color coded with orange for the hand, blue for the walking person and white as the common lead. {'\ •+' Revised 6/15/17 Contract No. 5208-B Page 163 of 220 Add the following section: 86-4.06C(2) Voltage. a. LED modules shall operate from a 60 ±. 3 Hertz ac line power over a voltage range from 80 to 135 VAC RMS. b. Nominal operating voltage for all measurements shall be 120 ±. 3 VAC RMS. c. Fluctuations in line voltage over the range of 80 to 135 VAC RMS shall not affect luminous intensity by more than ±. 1 O %. d. Catastrophic failure of one LED light source in Man & Hand icons shall not result in the loss of more than the light from that one LED. e. To prevent the appearance of flicker, the module circuitry shall drive the LEDs at frequencies greater than 100 Hz when modulated, or at DC, over the voltage range specified in Section 4.2.1. f. Low Voltage Turn Off: There should be no illumination of the module when the applied voltage is less than 35 VAC RMS. To test for this condition, each icon must first be fully illuminated at the nominal operating voltage. The applied voltage shall then be reduced to the point where there is no illumination. This point must be greater than 35 VAC RMS. g. Turn-ON and Turn-OFF Time: A module shall reach 90% of full illumination (turn-ON) within 75 msec of the application of the nominal operating voltage. The signal shall cease emitting visible illumination (turn-OFF) within 75 msec of the removal of the nominal operating voltage. h. Default Condition: For abnormal conditions when nominal voltage is applied to the unit across the two-phase wires (rather than being applied to the phase wire and the neutral wire) the pedestrian signal unit shall default to the hand symbol. i. Icon Power Supplies: LED pedestrian countdown modules shall have two separate power supplies for powering the Walking Person and Upraised Hand icons. The circuitry shall be unrelated to power the LED Walking Person icon and the LED Upraised Hand icon, in order to virtually eliminate the risk of displaying the wrong icon Add the following section: 86-4.06C(3) Transient Voltage Protection. The on-board circuitry of a module shall include voltage surge protection: • To withstand high-repetition noise transients and low-repetition high-energy transients as specified in NEMA Standard TS-2 2003; Section 2.1.8 • Section 8.2 IEC 1000-4-5 & Section 6.1.2 ANSI/IEEE C62.41.2-2002, 3kV, 2 ohm • Section 8.0 IEC 1000-4-12 & Section 6.1.1 ANSI/IEEE C62.41.2-2002, 6kV, 30 ohm Add the following section: 86-4.06C(4) Electronic Noise. The LED signal and associated on-board circuitry shall meet the requirements of the Federal Communications Commission (FCC) Title 47, Subpart B, Section 15 regulations concerning the emission of electronic noise by Class A digital devices. Add the following section: 86-4.06C(5) Power Factor (PF) and AC Harmonics. a. The modules shall provide a power factor of 0.90 or greater when operated at nominal operating voltage, and 25°C (77°F). b. Total harmonic distortion induced into an AC power line by the module, operated at nominal operating voltage, and at 25°C (77°F) shall not exceed 20%. l'. •ff Revised 6/15/17 Contract No. 5208-B Page 164 of 220 Add the following section: 86-4.06C(6) Controller assembly Compatibility. a. The current draw shall be sufficient to ensure compatibility and proper triggering and operation of load current switches and conflict monitors in signal controller units. b. Off State Voltage Decay: When the module is switched from the On state to the Off state the terminal voltage shall decay to a value less than 1 O VAC RMS in less than 100 milliseconds when driven by a maximum allowed load switch leakage current of 10 milliamps peak (7.1 milliamps AC) Add the following section: 86-4.06C(7) Constant Current Drive. The countdown digits shall be driven by constant current to improve LED efficiency and lifespan. Add the following section: 86-4.06C(8) Power Consumption. Maximum power consumption requirements for the modules are as follows: "Hand" "Walking Person" "Count-Down Display" Add the following section: 86-4.06D Module Functions. Add the following section: 11.0 Watts 8.0 Watts 6.0 Watts (when display shows "88") 86-4.06D(1) Cycle. The module shall operate in one mode: Clearance Cycle Countdown Mode Only. The module shall start counting when the flashing don't walk turns on and will countdown to "O" and turn off when the steady "Don't Walk" signal turns on. The module shall not have user accessible switches or controls for the purpose of modifying the cycle, icons or digits. Add the following section: 86-4.06D(2) Leaming Cycle. At power on, the module enters a single automatic learning cycle. During the automatic learning cycle, the countdown display shall remain dark. Add the following section: 86-4.06D(3) Cycle Modification. The unit shall re-program itself if it detects any increase or decrease of Pedestrian Timing. The digits shall go blank once a change is detected and then take one complete pedestrian cycle (with no counter during this cycle) to adjust its buffer timer. Add the following section: 86-4.060(4) Recycling. The module shall allow for consecutive cycles without displaying the steady Hand icon ("Don't Walk"). Add the following section: 86-4.06D(5) Pre-Emption. The module shall recognize preemption events and temporarily modify the crossing cycle accordingly. l' • ., Revised 6/15/17 Contract No. 5208-B Page 165 of 220 • If the controller preempts during the walking man, the countdown shall follow the controller's directions and shall adjust from walking man to flashing hand. It shall start to count down during the flashing hand. • If the controller preempts during the flashing hand, the countdown shall continue to count down without interruption. The next cycle, following the preemption event, shall use the correct, initially programmed values. This specification is worded such that the flashing don't walk time is not modified. Add the following section: 86-4.060(6) "Don't Walk" Steady. If the controller output displays Don't Walk steady condition or if both the hand /person go dark and the unit has not arrived to zero, the unit suspends any timing and the digits shall go dark. Add the following section: 86-4.060(7) Power Outage. The digits will go dark for one pedestrian cycle after loss of power of more than 2.0 seconds. Add the following section: 86-4.060(8) Digit Operation. The digits shall remain continuously lit during the clearance cycle and shall not flash in conjunction with the Hand/Don't Walk icon. Add the following section: 86-4.06E Quality Assurance. Add the following section: 86-4.06E(1) General. Unless otherwise specified all of the test will be conducted at an ambient temperature of 25°C and at the nominal operating voltage of 120 VAC RMS. a. The modules shall be manufactured in accordance with a vendor quality assurance (QA) program. b. QA process and test result documentation shall be kept on file for a minimum period of seven years Add the following section: 86-4.06E(2) Conformance. The module designs not satisfying design qualification testing and the production quality assurance testing performance requirements shall not be labeled, advertised, or sold as conforming to this specification. Add the following section: 86-4.06E(3) Production Tests & Inspections. All lamps manufactured shall be affixed with an lntertek ETL Verified label (or other 3rd Party "Nationally Recognized Testing Laboratory/NRTL") to demonstrate compliance to Section 6.3 (Production Tests & Inspections) of the latest ITE PTCSI Pedestrian specification, dated March 19, 2004. a. All new LED modules tendered for sale shall undergo the following Production Test and Inspection prior to shipment. Failure of a module to meet requirements of these Production Test and Inspection shall be cause for rejection. Test results shall be maintained for a period of 5 years following the production of the last production unit. b. All LED modules shall be tested for maintained minimum luminous intensity. A single point measurement with a correlation to the intensity requirements referred to in Section {'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 166 of 220 3.0 may be used. The LED module shall be operated at nominal operating voltage and at an ambient temperature of 25°C (77°F). c. All LED modules shall be tested for power factor per the requirements of Section 4.6.1. A commercially available power factor meter may be used to perform this measurement. d. All LED modules shall be measured for current flow in Amperes. The measured current values shall be compared against those resulting from design qualification measurements in Section 5.4.6.1. Measured current values in excess of 120% of the design qualification current values shall be cause for rejection. e. All LED modules shall be visually inspected for any exterior physical damage or assembly anomalies. Add the following section: 86-4.06E(4) Design Qualification Testing. a. Design Qualification testing shall be performed on new module designs, and when a major design change has been implemented on an existing design. b. High Temperature High Humidity (HTHH): 1000 hours at +60°C (+140°F), 90% Relative Humidity with cycling starting at 30 down to 0. This will ensure that each symbol is properly tested. c. Unless otherwise specified, all of the tests shall be conducted on the same set of randomly selected modules, hereafter called the sample set, at an ambient temperature of 25°C and at the nominal operating voltage of 120 VAC RMS. d. Testing shall be performed once every 5 years or when the module design or LED technology has been changed. The module manufacturer shall retain test data for a minimum period of 7 years and for a period of at least 5 years beyond the last date of manufacture of that model type. e. Conditioning: The module shall be energized for a minimum of 24 hours in an ambient temperature of +60°C (+140°F), 0% Relative Humidity with cycling starting at 99 down to 0. This will ensure that each symbol is properly conditioned. f. Mechanical Vibration: Mechanical vibration testing shall be performed per MIL-STD-883, Test Method 2007. g. Temperature Cycling: Temperature cycling shall be performed per MIL-STD-883, Test method 1010. The temperature range shall include the full ambient operating temperature range specified in Section 2.3.2. h. Moisture Resistance: Moisture resistance testing shall be performed per MIL-STD-810F, Test Method 506.4, Procedure I, Rain and Blowing Rain. The test shall be conducted on stand-alone modules, without a protective housing. The modules shall be vertically oriented, such that the lens is directed towards the wind source when at a zero rotation angle. The modules shall be energized throughout the test. The water shall be at 25° ± 5°C (77° ± 9°F). The wind velocity shall be 80 km/hr (50 mph). Add the following section: 86-4.06E(5) Warranty. Manufacturers will provide the following warranty provIsIons. Replacement or repair of an LED signal module that fails to function as intended due to workmanship or material defects within the first 5 years (60 months) from the date of delivery. Add the following: 86-4.09 Flashing Beacons. Reflective sheeting for W3-3 SIGNAL AHEAD signs, mounted on flashing beacons, shall be Type IX prismatic cube-corner reflective sheeting (Diamond Grade VIP or equal). l'\ •,;' Revised 6/15/17 Contract No. 5208-B Page 167 of 220 86-5 DETECTORS Replace Section 86-5.01A(5) with the following: 86-5.01A(5) Installation Details. Installation and tests shall conform to the details and notes shown on the plans. Unless shown otherwise each loop shall consist of 3 turns of conductor as specified in Section 86-5.01A(4), "Construction Materials." Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface before any residue flows off of the pavement surface. Residue from slot cutting operations shall be disposed of outside the highway right of way in accordance with Section 7-8.1, "Cleanup and Dust Control." After conductors are installed in the slots cut in the pavement, the slots shall be filled with sealant to within 1/ a inch of the pavement surface. The sealant shall be at least one inch thick above the top conductor in the saw cut. Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. The sealant for filling slots shall conform to the following: Hot-Melt Rubberized Asphalt Sealant. Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as follows: Property ASTM Designation Requirement Cone Penetration, 25°C, 150 g, 5 s D 5329, Sec. 6 3.5 mm, max. Flow, 60°C D 5329, Sec. 8 5 mm, max. Resilience, 25°C D 5329, Sec. 12 25%, min. SofteninQ Point D 36 82 °C, min. Ductility, 25°C, 50 mm/min D 113 300 mm, min. Flash Point, COC, °C D92 288 °C, min. Viscosity, Brookfield Thermosel, D4402 2.5-3.5 Pa·s No. 27 Spindle, 20 rpm, 190°C The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Hot-melt sealant shall be packaged in containers clearly marked "Detector Loop Sealant" and specifying the batch and lot number of the manufacturer. Loop conductors shall be installed without splices and shall terminate in the nearest pull box. The loops shall be joined in the pull box in combination of series and parallel so that optimum sensitivity is obtained at the sensor unit. Final splices between loops and lead-in cable shall not be made until the operation of the loops under actual traffic conditions is approved by the Engineer. All loop conductors for each direction of travel for the same phase of a traffic signal system, in the same pull box, shall be spliced to a detector lead-in cable which shall be run from the pull box adjacent to the loop detector to a sensor unit mounted in the controller cabinet. All loop conductors for traffic monitoring shall terminate in a pull box or terminal strip in the traffic monitor station cabinet when a cabinet of that type is installed. Conductors for inductive loop {'\ •;;' Revised 6/15/17 Contract No. 5208-B Page 168 of 220 traffic signal and traffic monitoring installations shall be identified and banded, in pairs, by lane, in the pull box adjacent to the loops and near the termination of the conductors in the controller or traffic monitoring station cabinet. Bands shall conform to the provisions in Section 86-2.09, "Wiring." If asphalt concrete surfacing is to be placed, the loop conductors shall be installed prior to placing the uppermost layer of asphalt concrete. The conductors shall be installed, as shown on the plans, in the compacted layer of asphalt concrete immediately below the uppermost layer. Installation details shall be as shown on the plans, except the sealant shall fill the slot flush to the surface. Add the following section: 86-5.018 Emergency Vehicle Pre-Emption Detector System. Each emergency vehicle pre-emption detector system shall conform to the details shown on the plans and these special provisions and shall consist of an optical emitter assembly or assemblies located on the appropriate vehicle and an optical detector/discriminator assembly or assemblies located at the traffic signal. Each system shall permit detection of Class II emergency vehicles. Class II emergency vehicles shall be capable of being detected at any range up to 2,500 feet from the optical detector. Add the following section: 86-5.018(1) Optical Emitter Assembly. Each optical emitter assembly shall consist of an emitter unit, an emitter control unit and connecting cables and shall conform to the following: Each optical emitter assembly, including lamp, shall be designed to operate over an ambient temperature range of -34°C to 74°C at both modulation frequencies and to operate continuously at the higher frequency for a minimum of 3,000 hours at 25°C ambient before failure of lamp or any other component. Each emitter unit shall be controlled by a single, maintained-contact switch on the respective emitter control unit. The switch shall be capable of being positioned in a readily accessible location to the vehicle driver. The control unit shall contain a pilot light to indicate that the emitter power circuit is energized and shall be capable of generating only Class II modulating code. Functional Requirements. Each emitter unit shall transmit optical energy in one direction only. The signal from each emitter unit shall be capable of being detected at a distance of 2,500 feet when used with a standard optical detection/discriminator assembly. The modulation frequency for Class II signal emitters shall be 14.035 Hz ± 0.003 Hz. The standard optical detection/discriminator assembly to be used in conducting the range tests shall be available from the manufacturer of the system. A certified performance report shall be furnished by the contractor with each assembly. The emitter unit shall be configured with a grating to provide precise directionality control. Electrical Requirements. Each optical emitter assembly shall be capable of providing full light output with input voltages between 1 0 and 16 volts DC. An optical emitter assembly shall not be damaged by input voltages up to 7.5 volts DC about the supply voltage. The optical emitter assembly shall not generate voltage transient, on the input supply, which exceeds the supply voltage by more than 4 volts. Each optical emitter assembly shall not consume more than 100 ,., • .., Revised 6/15/17 Contract No. 5208-B Page 169 of 220 watts at 17.5 volts DC and shall have a power input circuit breaker rated at 10 to 12 amperes, 12 volts DC. The design and circuitry of each emitter unit shall permit its use on vehicles with either negative or positive ground without disassembly or rewiring of the unit. Mechanical Requirements. Each emitter unit shall be housed in a weatherproof, corrosion- resistant housing. The housing shall be provided with facilities to permit mounting on various types of vehicles and shall have provision for proper alignment of the emitter unit and for locking of the emitter unit into proper alignment. Each emitter control unit shall be provided with appurtenant hardware to permit its mounting in or on an emergency vehicle or mass transit vehicle. Where required for certain emergency vehicles, the emitter control unit and all exposed controls shall be weatherproof. Each emitter shall include a multi-purpose port compliant with the SAE J1708 communication standard to enable unit configuration to be set into the emitter and read from the emitter. Add the following section: 86-5.018(2) Optical Detection/Discriminator Assembly. Optical detection/discriminator assembly shall consist of one or more optical detectors, connecting cable and a discriminator module and conform to the following: Each such assembly, when used with standard emitters, shall have a range of up to 2,500 feet for Class II signals. Standard emitters for Class II signals shall be available from the manufacturer of the system. Range measurements shall be taken with all range adjustments on the discriminator module set to "maximum". Add the following section: 86-5.018(3) Optical Detector. Each optical detector shall be a waterproof unit capable of receiving optical energy from one or two separately aimable directions. The horizontal angle between the two directions shall be variable from 5 degrees to 180 degrees. The reception angle for each photocell assembly shall be a maximum of 8 degrees in all directions about the aiming axis of the assembly. Measurements of reception angle will be taken at a range of 2,500 feet for a Class 11 emitter. All internal circuitry shall be solid state and electrical power shall be provided by the associated discriminator module. Each optical detector shall be contained in a housing, which shall include one or two rotatable photocell assemblies, an electronic assembly and a base. The base shall have an opening to permit its mounting on a mast arm. Each optical detector shall weigh no more than 2.5 pounds and shall present a maximum wind load area of 36 square inches. The housing shall be provided with weep holes to permit drainage of condensed moisture. Each optical detector shall be installed, wired and aimed as specified by the manufacturer. Add the following section: 86-5.018(4) Optical Detector Cable. Optical detector cable shall meet the requirements of IPCEA-S-61-402/NEMA WC 5, Section 7.4, 600 volt control cable, 75°C, Type B and the following: (' •+;' Revised 6/15/17 Contract No. 5208-B Page 170 of 220 The cable shall contain three conductors, each of which shall be AWG #20 {7x28) stranded, tinned copper with low-density polyethylene insulation. Minimum average insulation thickness shall be 25 mils. The insulation of individual conductors shall be color coded as follows: Yellow Blue Orange Bare {Drain) - Detector Signal #1 Detector Signal #2 Power(+) Common or Ground The shield shall be either tinned copper braid or aluminized polyester film with a nominal 20 percent overlap. Where the film is used, a AWG #20 (7x28) standard, tinned, bare drain wire shall be place between the insulated conductors and the shield and in contact with the conductive surface of the shield. The jacket shall be black polyvinyl chloride with a minimum rating of 600 volts and 80°C and a minimum average thickness of 45 mils. The jacket shall be marked as required by IPCENNEMA. The finished outside diameter of the cable shall not exceed 0.3 inches. The capacitance of the optical detector cable, as measured between any conductor and the other conductors and the shield, shall not exceed 14.3 microfarads per 1000 feet. The characteristic impedance of the optical detector cable shall be 0.6 ohms per 1000 feet. Add the following section: 86-5.018(5) Discriminator Module. Each discriminator module shall be designed to be compatible and usable with Model 170 controller unit and to be mounted in the input file of a Model 332 controller cabinet, and shall conform to the requirements of Chapter 1 of the State of California, Department of Transportation, "Traffic Signal Control Equipment Specifications", dated January 1989, and to all addenda thereto current at the time of project advertisement. Each discriminator module shall be capable of operating one or two channels and shall be capable of: 1. Receiving Class 11 signals at a range of up to 2,500 feet. 2. Decoding the signal on the basis offrequency at 14.035 Hz± 0.003 Hz for Class II signals. 3. Establishing the validity of received signals on the basis of frequency and length of time received. A signal shall be considered valid only when received for more than 0.50 seconds. No combination of Class I signals shall be recognized as a Class II signal regardless of the number of signals being received, up to a maximum of ten signals. Once a valid signal has been recognized, its effect shall be held by the module in the event of temporary loss of the signal for a period adjustable from 4.5 seconds to 11 seconds in at least 2 steps at 5 ± 0.5 seconds and 10 ± 0.5 seconds. 4. Providing an output for each channel that will result in "low'' or grounded condition of the appropriate input of a Model 170 controller unit. For Class II signals the output shall be steady. Each discriminator module shall be powered from 115 volt (95 volts AC to 135 volts AC), 60 Hz mains and will contain an internal, regulated power supply that supports up to twelve optical detectors. Electric power, one detector input for each channel and one output for each channel, shall terminate at the printed circuit board edge connector pins listed below. Board edge connector pin assignments shall be as follows: ,, •tr' Revised 6/15/17 Contract No. 5208-B Page 171 of220 Pins A D E F H J K L M N Function Ground Channel A primary detector input Detector 24 voe power output Channel A output, collector(+) Channel A output, emitter(-) Channel B primary detector input Detector ground Earth ground AC -(in) AC+ (in) Pins p R s T u V w X y z Function Not used Detector 24 voe power output Not used Not used Not used Detector ground Channel B output collector(+) Channel B output emitter(-) Not used Not used Two auxiliary inputs for each channel shall enter each module through the front panel connector. Pin assignment for the connector shall be as follows: Pins 13 14 15 28 Function Auxiliary detector 2 input, Channel A Auxiliary detector 1 input, Channel B Auxiliary detector 2 input, Channel B Auxiliary detector 1 input, Channel A Each channel output shall be an optically isolated NPN open collector transistor capable of sinking 50 milliamperes at 30 volts and shall be compatible with Model 170 controller unit inputs. Each discriminator module shall be provided with means of preventing transients received by the detector from affecting the Model 170 controller assembly. Each discriminator module shall have a single connector board, shall be capable of being inserted into the input file of a Model 332 cabinet and shall occupy one slot width of the input file. The front panel of each module shall have a handle to facilitate withdrawal and the following controls and indicators for each channel: 1. A Command (High) and Advantage (Low) solid-state LED indicator for each channel to display active calls. 2. A test switch for each channel to test proper operation of Command or Advantage priority. 3. A single confirmation light control output for each channel. These outputs shall be user configurable through software for a variety of confirmation light sequences. The front panel shall be provided with a single circular, bayonet-captured, multi-pin connector for two auxiliary detector inputs for each channel. Connector shall be a mechanical configuration equivalent to a O-Shell 44-Pin front panel. Wiring for a Model 332 cabinet shall conform to the following: Slots 12 and 13 of the input file "J" shall be wired to accept a two-channel module. Field wiring for the primary detectors, except 24-volt DC power, shall terminate on either terminal board TB- 9 in the controller cabinet or on the rear of input file "J", depending on cabinet configuration. Where TB-9 is used, position assignments shall be as follows: ,, •ff Revised 6/15/17 Contract No. 5208-B Page 172 of 220 Position 4 5 7 8 Assignment Channel A detector input, 1st module {Slot J-12) Channel B detector input, pt module {Slot J-12) Channel A detector input, 2nd module {Slot J-13) Channel B detector input, 2nd module (Slot J-13) The 24 volt cabinet DC power shall be available at Position 1 of terminal board TB-1 in the controller cabinet. All field wiring for the auxiliary detectors shall terminate on terminal board TB-0 in the controller cabinet. Position assignments are as follows: Position 7 8 9 10 11 12 Assignment +24VDC from (J-13E) Detector ground from (J-13K) Channel A auxiliary detector input 1 Channel A auxiliary detector input 2 Channel B auxiliary detector input 1 Channel B auxiliary detector input 2 The contractor shall demonstrate that all of the components of the system will perform satisfactorily as a system. Satisfactory performance shall be determined using the following test procedure: 1. Each system to be used for testing shall consist of an optical emitter assembly, an optical detector, at least 200 feet of optical detector cable and a discriminator module. 2. The discriminator modules shall be installed in the proper input file slot of Model 332 controller cabinet. The controller cabinet, together with a Model 170 controller unit with the appropriate operating program, a Model 210 monitor unit and 120 volt AC power, will be available as shown on the plans and as indicated elsewhere in these special provisions. 3. One test shall be conducted using a Class II signal emitter and a distance of 2,500 feet between the emitter and the detector. All range adjustments on the module shall be set to "Maximum" for each test. 4. Each test shall be conducted for a period of one hour, during which the emitter shall be operated for 30 cycles, each consisting of a one minute "on" interval and a one minute "off' interval. During the total test period: (A) the emitter signal shall cause the proper response from the Model 170 controller unit during each "on" interval and {B) there shall be no improper operation of either the Model 170 controller unit or the monitor during each "off' interval. Add the following section: 86-5.01 D Video Detection System. The video detection system shall consist of one (1) video camera and one {1) video detection processor (VDP) for each vehicle approach. A video monitor and a pointing device shall be housed in the controller cabinet. The system shall include software that detects vehicles in multiple lanes using only the video image. Detection zones shall be defined using only a video menu and a pointing device to place zones on a video image. A minimum of 24 detection zones per camera shall be available. All video detection hardware furnished by the contractor shall be new and video detection software shall be latest available version. Add the following section: 86-5.01D(1) Functional Requirements. The VDP shall process video from a single source. The source can be a video camera or a video tape player. The video shall be input to the VDP {\ • ., Revised 6/15/17 Contract No. 5208-B Page 173 of 220 in RS 170 format and shall be digitized and analyzed in real time. The VDP shall detect the presence of vehicles in up to 24 detection zones per camera. A detection zone shall be approximately the width and length of one car. Detection zones shall be programmed via a menu displayed on a video monitor and a pointing device connected to the VDP. The menu shall facilitate placement of the detection zones and setting of zone parameters. A separate computer shall not be required for programming detection zones or to view system operations. The VDP shall store up to three different detection zone patterns. The VDP shall be able to switch to any one of the three different detection zone patterns within one second of user request via menu selection with the pointing device. The VDP shall detect vehicles in real time as they travel across each detection zone. The VDP shall have an RS-232 port for communications with an external computer. The VDP shall accept new detector patterns from an external computer through the RS-232 port when that computer uses the appropriate communications protocol for downloading detector patterns. The VDP shall send its detector patterns to an external computer through the RS-232 port when requested when that computer uses the appropriate communications protocol for uploading detector patterns. A Windows-based software program designed for local or remote connection and providing video capture, real-time detection indication and detection zone modification capability shall be provided with the system. The camera system shall be able to transmit an NTSC video signal, with minimal signal degradation, up to 300m (1000 ft). The VDP shall default to a safe condition, such as a constant call to each active detection channel, in the event of unacceptable interference in the video signal. The system shall be capable of automatically detecting a low visibility condition such as fog and respond by placing all defined detection zones in a constant call mode. A user-selected output shall be active during the low visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier(s). The system shall automatically revert to normal detection mode when the low visibility condition no longer exists. Add the following section: 86-5.01 D(2) Operational Requirements. A minimum of 24 detection zones per camera shall be supported and each detection zone can be sized to suit the conditions and the desired vehicle detection region. A single detection zone shall be capable of replacing multiple loops and the detection zone may be AND'ed or OR'ed together to indicate vehicle presence on a single phase of traffic movement. Placement of detection zones shall be done by using a pointing device and a graphical interface built into the VDP and displayed on a video monitor. No separate computer shall be required to program the detection zones. Up to three detection zone patterns shall be saved within the VDP memory and this memory shall be preserved during power outages. The selection of the detection zone pattern for current use shall be done through a menu system. It shall be possible to activate a detection zone pattern for a camera from VDP memory and have the detection zone pattern displayed within one second of activation. When a vehicle is detected crossing a detection zone, the detection zone will flash a symbol on the screen to confirm the detection of the vehicle. Detection shall be at least 98% accurate in good weather conditions and at least 96% accurate under adverse weather conditions (rain, snow or fog). Detector placement shall not be more distant from the camera than a distance of fifteen times the mounting height of the camera. l'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 174 of 220 The VDP shall provide up to eight channels of vehicle presence detection through a NEMA TS1 port. The VDP shall provide dynamic zone reconfiguration (DZR) to enable normal detector operation of existing zones except the one being added or modified during the setup process. The VDP shall output a constant call on any detection channel when the corresponding zone is being modified. Detection zone outputs shall be configurable to allow the selection of presence, pulse, extend and delay outputs. Timing parameters of pulse, extend, and delay outputs shall be user definable between 0.1 and 25.0 seconds. Up to six detection zones shall be capable of counting the number of vehicles detected. The count value shall be internally stored for later retrieval through the RS-232 port. The data collection interval shall be user definable in periods of five, fifteen, thirty or sixty minutes. Add the following section: 86-5.01 D(3) Hardware Requirements. The VDP shall be housed in a durable metal enclosure suitable for shelf mounting in the side rails of the controller cabinet. The VDP enclosure shall not exceed 180mm (7.1 in) in length and 157mm (6.2 in) in depth. The VDP shall operate satisfactorily in a temperature range of-34°C to +74°C (-29°F to +165°F) and a humidity range of 0%RH to 95% RH, non-condensing. The VDP shall be powered by 24 volts DC. VDP power consumption shall not exceed 10 watts. The VDP shall include an RS-232 port for serial communications with a remote computer. This port shall be a 9-pin "D" subminiature connector on the front of the VDP. The front of the VDP shall include one BNC video input connection suitable for RS170 video inputs. The video input shall include a switch-selectable 75-ohm or high impedance termination to allow camera video to be routed to other devices, as well as input to the VDP for vehicle detection. The front of the VDP shall include one BNC video output providing real time video output that can be routed to other devices. Add the following section: 86-5.01 D(4) Video Detection Camera. The video camera shall be furnished by the VDP supplier and shall be qualified by the supplier to ensure proper system operation. The camera shall produce useable video image of the bodies of vehicles under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range of night time to day time but not less than the range of 0.1 lux to 10,000 lux. The camera shall use a CCD sensing element and shall output monochrome video with resolution of not less than 380 lines vertical and 380 lines horizontal. The camera shall include an electronic shutter control based upon average scene luminance and shall be equipped with a factory adjusted manual iris. The camera shall include a variable focal length lens with variable focus that can be adjusted, without opening the camera housing, to suit the site geometry by means of a portable interface device designed for that purpose and manufactured by the detection system supplier. The horizontal field of view shall be adjustable from 8.1 ° to 45.9°. A single camera configuration shall be used for all approaches in order to minimize setup time and spares required by the user. The camera electronics shall include AGC to produce a satisfactory image at night. The camera shall be housed in a weather-tight sealed enclosure. The camera enclosure shall be able to rotate to allow proper alignment between the camera and the traveled road surface. The camera enclosure shall be equipped with a sun shield. The sun shield shall include a provision for water diversion to prevent water from flowing in the camera's field of view. The camera enclosure with sun shield shall be less than 170mm (6 in) in diameter, less than 380mm (15 in) long, and shall weigh less than 13.3kg (6 pounds) when the camera and lens are l'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 175 of 220 mounted inside the enclosure. The camera enclosure shall include a thermostatically controlled heater to assure proper operation of the lens at low temperatures and to prevent moisture condensation on the optical faceplate of the enclosure. When mounted outdoors in the enclosure, the camera shall operate satisfactorily in a temperature range of -34°C to +60°C (-29°F to +140°F) and a humidity range of 0% RH to 100% RH. The camera shall be powered by 120/240 VAC, 50/60 Hz. Power consumption shall be 15 watts or less under all conditions. Recommended camera placement height shall be 1 Om (33 ft) above the roadway, and over the traveled way on which vehicles are to be detected. For optimum detection, the camera should be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 1 OOm (350 ft) for reliable detection (height distance ration of 10: 100). Camera placement and field of view shall be unobstructed and as noted in the installation documentation provided by the supplier. The camera enclosure shall be equipped with separate, weather-tight connections for power and video cables at the rear of the enclosure. These connections may also allow diagnostic testing and viewing of the video signal at the camera while the camera is installed, using a lens adjustment module supplied by the VDP supplier. Video and power shall not be connected within the same connector. The video signal output by the camera shall be black and white in RS170 or CCIR format. The video signal shall be fully isolated from the camera enclosure and power cabling. Add the following section: 86-5.010(5) Installation Requirements. The coaxial cable to be used between the camera and the VDP in the controller cabinet shall be Belden 8281 or a 75 ohm, precision video cable with 20 gauge solid bare copper conductor (9.9 ohms/M), solid polyethylene insulating dielectric, 98% (min) tinned copper double-braided shield and black polyethylene outer covering. The signal attenuation shall not exceed 0.78 dB per 30m (100 ft) at 10 MHz. Nominal outside diameter shall be 8mm (0.304 in). The coaxial cable shall be a continuous, unbroken run from the camera to the VDP. This cable shall be suitable for installation in conduit or overhead with appropriate span wire. 75 ohm BNC plug connectors shall be used at both the camera and controller. The coaxial cable, BNC connector and crimping tool shall be approved by the supplier of the video detection system, and the manufacturer's instructions must be followed to ensure proper connection. The power cabling shall be 16 AWG three conductor cable. The cabling shall comply with the National Electric Code, as well as local electrical codes. Cameras may acquire power from the luminaire if necessary. The video detection system shall be installed by supplier factory certified installers and as recommended by the supplier and documented in the installation materials provided by the supplier. Proof of factory certification shall be provided. Add the following section: 86-5.010(6) Warranty. The supplier shall provide a limited two year warrant on the video detection system. See supplier's standard warranty included in the Terms and Conditions of Sale documentation. During the warranty period, technical support shall be available from the supplier via telephone within four hours of the time a call is made by the user. This support shall be made available from factory certified personnel or factory certified installers. During the warranty period, updates to the VDP software shall be made available from the supplier without charge. ,, •ff Revised 6/15/17 Contract No. 5208-B Page 176 of 220 Add the following section: 86-5.010(7) Maintenance and Support. The supplier shall maintain an adequate inventory of parts to support maintenance and repair of the video detection system. These parts shall be made available for delivery within 30 days of placement of an acceptable order at the supplier's current pricing and terms of sale for said parts. The supplier shall maintain an ongoing program of technical support for the video detection system. This technical support shall be available via telephone, or via personnel sent to the installation site upon placement of an acceptable order at the supplier's current pricing and terms of sale for on-site technical support services. Installation or training support shall be provided by a factory authorized representative. All product documentation shall be written in the English language. The contractor shall ensure the presence of a factory authorized representative at the time of traffic signal turn-on. 86-6 LIGHTING Replace Section 86-6.01 with the following: 86-6.01 Luminaires for Street Lighting. Luminaires for street lighting shall be 5,500 pupil lumen (40 watt) or 13,700 pupil lumen (100 watt) high efficiency induction lamps . Street lighting luminaires shall be US Lighting Tech catalog number HA-120/277V-040W-5K-01 and HA-120/277V-100W-5K-01 or approved equal. Replace Section 86-6.02 with the following: 86-6.02 Luminaires for Safety Lighting. Luminaires for safety lighting on traffic signal standards shall be 20,665 lumen (150 watt) or 27,540 lumen (250 watt) high efficiency induction lamps. Safety lighting luminaires shall be US Lighting Tech catalog number HA-120/277V- 150W-5K-01 or HR-120/277V-200W-5K-01 or approved equal. Replace Section 86-6.03 with the following: 86-6.03 Mission Bell Luminaires. The contractor shall be responsible for furnishing and installing all components of the Mission Bell fixture and light standard in accordance to manufacturer's specifications and these special provisions. The Contractor's responsibility shall include, but is not limited to, mounting adaptor to mast arm, mounting bracket for use with photoelectric control and suspension method for conductors. Dissimilar metals shall not be used for mounting the Mission Bell to the fixture adapter (plumberizer). The 50 mm (2") diameter close aluminum nipples used between the plumberizer and Mission Bell casting shall be fabricated from bar stock aluminum conforming to ASTM designation 6061-T6 or 6063-T1 and shall be bored through along their central axis with a 25 mm (1 ") diameter hole to accommodate the lighting conductors. All aluminum incorporated in the fixture shall be clear anodized in accordance with Aluminum Association designation AA-M 12C22A41. The minimum anodic coating thickness shall be not less than 0.03 mm (1.0 mil). Mission Bell luminaires shall conform to the requirements of section 86-6.01 of these special provisions except as noted in this section (86-6.02). Mission bell luminaires shall use 100 watt high efficiency induction lamps featuring a color temperature of 5,000 Kelvin and shall be US Lighting Tech or approved equal. All Mission Bell luminaires from any source shall be modified as specified herein. The Contractor shall submit shop drawings for the mounting design for approval by the Engineer prior to fabrication in accordance with Section 2-5.3 Shop Drawings. Add the following: 86-6.07 Photoelectric Controls. Type IV photoelectric control shall be used unless otherwise shown on the plans or required by these special provisions and shall be installed in a receptacle integral with the luminaire. l'\ •ti Revised 6/15/17 Contract No. 5208-B Page 177 of 220 SECTION 210 -PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.5(A) TABLE 210-1.5 (A) Surface to be Painted Pre-reatment I Surface Primer Finish Coats Preparation Temporary Railing type Abrasive Blast Cleaning to a None Two coats white (K) Roughened, Textured Acrylic Emulsion Paint Appearance (1) (1) acrylic emulsion paint designed for use on exterior masonry. This paint shall comply in all respects to Federal Spec1ficat1on TT- P-19 (latest revision}, Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CAL TRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CAL TRANS Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CAL TRANS Specification No. 8010-004 (Type 11). CAL TRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CAL TRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. 210-3 GALVANIZING. Add the following section: 210-3.6 Galvanizing for Traffic Signal Facilities. The requirements of this section shall pertain only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fabricated from rolled, pressed and forged steel shapes, plates, bars and strip 3.2 mm (1/8") thick or thicker, shall conform to the specifications of ASTM Designation: A 123, except that complete seal welding of tightly contacting surfaces of these products prior to galvanizing is required only where seal welding is shown on the plans or specified in these special provisions. Except for pre-galvanized standard pipe, galvanizing of material 3.2 mm (1/8") thick or thicker shall be performed after fabrication into the largest practical sections. At the option of the Contractor, material thinner than 3.2 mm (1/8") shall be galvanized either before fabrication in conformance with the requirements of ASTM Designation: A 525M, Coating Designation Z600, or after fabrication in conformance with the requirements of ASTM Designation: A 123, except that the weight of zinc coating shall average not less than 365 g per square meter (1.2 oz. per ft2) of actual surface area with no individual specimen having a coating weight of less than 305 g per square meter (1.0 oz. per ft2). Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53. Galvanizing will not be required for stainless steel, monel metal and similar corrosion resistant parts. ,, •~ Revised 6/15/17 Contract No. 5208-B Page 178 of 220 Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling, milling, bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvanizing to remove all slab or other material that would interfere with the adherence of the zinc. When it is necessary to straighten any sections after galvanizing, the work shall be performed without damage to the zinc coating. Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plans, shall conform to the specifications of ASTM Designation: A 153, except whenever threaded studs, bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 325M, A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot- dip zinc coated or mechanically zinc coated in accordance with the requirements of the ASTM Designations. Unless otherwise specified, galvanizing shall be performed after fabrication. Components of bolted assemblies shall be galvanized separately before assembly. Tapping of nuts or other internally threaded parts to be used with zinc coated bolts, anchor bars or studs shall be done after galvanizing and shall conform to the requirements for thread dimensions and overtapping allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated surfaces shall be in accordance with the procedures in Section 210.1 "Paint". Galvanized surfaces that are abraded or damaged at any time after the application of the zinc coating shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after which the cleaned areas shall be painted with two applications of unthinned zinc-rich primer (organic vehicle type) conforming to the provisions in Section 210- 3.5, "Repair of Damaged Zinc Coating." Aerosol cans shall not be used. SECTION 212 -LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS. 212-1.2.3 Commercial Fertilizer. Add the following: Preplant fertilizer shall be granular commercial fertilizer 7-7-7 or approved equal. Postplant fertilizer shall be 12-4-6 or approved equal with Ca, Fe, Zn, and Mn and with the majority of nitrogen in nonammoniac form to prevent acidification of soil. Planting tablets shall be compressed fertilizer tablets with a 20-10-5 analysis. 212-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Amendment mulch materials produced from pine trees grown in Alameda, Monterey, Santa Clara, Santa Cruz or San Mateo Counties shall not be used in the Work. Type 1A Organic Soil Amendment shall conform to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. Type 1A Organic Soil Amendment shall be a wood or rice residual product derived from the bark of pine, white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1A Organic Soil Amendment shall be manufactured from clean wood, free from clods coarse objects and rocks and shall conform to the properties shown in Table 212-1.2.4(8): {"\ • ., Revised 6/15/17 Contract No. 5208-B Page 179 of 220 Table 212-1.2.4(8} SOIL AMENDMENT PROPERTIES Prooertv Minimum Maximum Drv Weioht Nitrooen (1) (1) Dry Weight Passing 25 mm (1") Sieve 100% 100% Drv Weiqht Passino #4 Sieve 95% 100% Dry Weight Passing #16 Sieve 45% 65% Drv Weight Passim:i #30 Sieve 30% 40% Dry Weight Passing #50 Sieve 0% 10% Drv Weight Passing #100 Sieve 0% 2% Salinity (1) (1) Iron ( Dilute acid soluble on dry weight basis) 0.08% --- Ash (drv weioht basis) 0% 6.0% pH 6.0 7.0 Wettabilitv (1) (1) (1) (As Required by Table 212-1.2.4(A) SSPWC) For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of the proposed amendment accompanied by an analytical analysis from a qualified agricultural laboratory certifying compliance to the requirements herein. Qualified agricultural laboratories shall have an on-going quality assurance program that fulfills the requirements of the most recent version of the "Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Certificates of compliance shall contain a statement attesting that the organic soil amendment meets the requirements of these specifications and that the testing agricultural laboratory does fulfill the requirements of "Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Said submittal shall be in accordance with Section 2-5.3.3. 212-1.2.5 Mulch for Hydraulic Method Seed Lawn Planting. Add the following: The terms Hydroseeding and Hydroseed shall be synonymous with Hydraulic for the purposes of Section 212. Disturbed Areas, planting areas shall be mulched, fertilized and seeded using method B. Mulch shall be manufactured from virgin wood cellulose fiber mulch and shall not contain growth or germination inhibitors. When mixed with water, the mulch shall remain in uniform suspension and when blended with the seed, fertilizer, and other approved additives, shall form a homogeneous slurry. When applied, the fibers shall form a moisture absorbing membrane with adequate percolation properties sufficient to allow one hundred percent of water applied at the rate of 3.1 liters per minute per square meter (0.075 gallons per minute per square foot) onto a surface inclined at a 2:1 (horizontal: vertical) slope to pass through the membrane. A non- phyto-toxic wetting agent shall be added to the slurry mixture. A water soluble, non-toxic green dye shall be added in sufficient quantity to clearly delineate the planted areas. When required, binder shall be added to the slurry mixture and shall be "CPA 4000", "AZTAC", "Ecology Control", "M-Binder", or approved equal. Add the following section: 212-1.2.5.1 Disturbed Area Mulch Fertilizer and Additives. In addition to the seed mix shown in the table for Disturbed Areas the slurry mixture shall be applied at the rates shown in Table212-1.2.5.1(A) . ,, •,;" Revised 6/15/17 Contract No. 5208-B Page 180 of 220 Table 212-1.2.5.1 (A) DISTURBED AREA MULCH FERTILIZER AND ADDITIVES Component Application Rate grams per sq. meter (pounds per acre) Virgin Wood Cellulose Fiber Mulch 225 (2000) Binder (1) 7 (60) Fertilizer (16-20-0) Ammonium 35 (300) Phosphate Sulfate, Plus 15% Soil Sulfur Wetting Agent Per Mfg. Recommendation Green Colorant Per Mfg. Recommendation (1) Required to be incorporated only when applied between the months of Nov. through Feb. Add the following section: 212-1.2.6 Herbicides and Pesticides. Shall be used in their appropriate applications with strict adherence to manufacturer's specifications and instructions. Postemergent herbicide for all areas shall be Glyphosate, N-(phosphonomethyl) glycine, in the form of its isopropylamine salt such as Roundup Pro, Diquat, Montar, or approved equal. Preemergent herbicide for shrubs and groundcover areas planted from flats shall be Treflan, Surflan, Eptan, or approved equal. Add the following section: 212-1.2. 7 General Soil Conditioners. Agricultural-grade gypsum shall be a calcium sulfate (CaSO4 H20) product -94.3 percent. 90 percent shall pass a 50-mesh screen. Control of dust during application is mandatory. Iron Sulfate shall be ferrous sulfate in pelletized or granular form containing not less than 20.0 percent iron expressed as metallic iron. Iron Sulfate pellets shall be of size and gradation such that 98 percent is retained on a 10-mesh screen. Add the following section: 212-1.2.8 Stabilizing Emulsion. Stabilizing emulsion shall be a concentrated liquid chemical that forms a plastic film upon drying and allows water and air to penetrate. The film shall be nonflammable and shall have an effective life of at least one year. Stabilizing emulsion shall be nontoxic to plant and animal life and nonthinking to concrete or painted surfaces. In the cured state the stabilizing emulsion shall not be re-emulsifiable. The material shall be registered with, and licensed by the California, Department of Food and Agriculture, as an "auxiliary soil chemical". Stabilizing emulsion shall be miscible with water at time of mixing and application. 212-1.3 Seed. Add following: The quantity of pure live seed supplied shall meet or exceed the quantity shown in the specified mixes. Seed shall not contain more than 0.5 percent weed seed by volume. Seed types shall be as specified on the plans and planting legends, and shall be applied at the rates indicated. All brand-name, patented seed must be received by Contractor in original manufacturer's bag. Seed shall be received by Contractor in separate containers specifying kind, quantity, purity, and germination. Contractor shall provide the Engineer with each seed bag label used in the Work. l'\ •;;' Revised 6/15/17 Contract No. 5208-B Page 181 of 220 Add the following section: 212-1.3.1 Seed for Disturbed Areas. Hydroseeding mix for Disturbed Areas shall consist of no less than the seed varieties shown in Table 212-1.3.1 (A). Table 212-1.3.1(A) SEED FOR DISTURBED AREAS Seed Variety Application Rate grams per sq. meter (pounds per acre) Rose Clover 2.5 20 <1> Festuca Megalura, Zorro Fescue 2.5 20 Eschscholzia Californica 0.35 3 Achillea Millefolia 0.45 4 Alvssum (Carpet Of Snow) 0.35 3 Dimorpholeca 0.25 2 .. (1) Rose Clover shall be inoculated with a nitrogen fixing bacteria and be applied dry either by dnlltng or broadcasting immediately before hydraulic application of the remaining seed mix and mulch. 212-1.4.1 General. Add the following: Plants shall be the variety and size shown on the plans or in the special provisions and shall conform to the requirements of these specifications. Contractor shall notify the Engineer 48 hours before each plant delivery so that the Engineer can inspect the plants. The scientific and common names of plants herein specified shall conform to the approved names given in "A Checklist of Woody Ornamental Plants in California, Oregon and Washington" published by the University of California, Division of Agriculture Sciences, Publication 4091 (1979). Each group of plant materials delivered on site shall be labeled clearly as to species and variety. All patented plants (cultivars) required by the plant list shall be delivered with a proper plant patent attached. The Contractor shall obtain clearance from the County Agricultural Commissioner, as required by law, before planting plants delivered from outside the County in which they are to be planted. Evidence that clearance has been obtained shall be filed with the Engineer. All plants furnished by the Contractor shall be true to type or name as shown on the plans and shall be tagged identifying the plants by species or variety; however, determination of plant species or variety will be made by the Engineer and the Engineer's decision shall be final. Plants shall be individually tagged or tagged in groups by species or variety. Carpobrotus cuttings need not be tagged. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plants, and certificates shall be delivered to the Engineer. Plants furnished by the Contractor shall be healthy, shapely, and well-rooted, and roots shall show no evidence of having been restricted or deformed at any time. Plants shall be well- grown, free from insect pests and disease, and shall be grown in nurseries which have been inspected by the State Department of Food and Agriculture and have complied with the regulations thereof. The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-proportioned plants are the intent of this specification. Plants which are even moderately "overgrown", or are showing signs of decline or lack of vigor, are subject to rejection. The size of the plants will be as shown on the plans. Plants larger in size than specified may be used with the approval of the Engineer, but the use of larger plants will make no change in contract price. If the use of larger plants is approved, soil amendments shall be increased proportionately. All l' •fi Revised 6/15/17 Contract No. 5208-B Page 182 of 220 plants not conforming to the requirements herein specified shall be considered defective and such plants, whether in place or not, shall be marked as rejected, and immediately removed from the site and replaced with new plants by the Contractor at the Contractor's expense. The Engineer reserves the right to change the species, variety, and/or sizes of plant material to be furnished, provided that the cost of such plant changes do not exceed the cost of plants in the original bid, and with the provision that the Contractor shall be notified in writing, at least 60 days before the planting operation has commenced. No plant shall be transported to the planting area that is not thoroughly wet throughout the ball of earth surrounding the roots. Any plant that, in the opinion of the Engineer, has a damaged root ball or is dry or in a wilted condition when delivered to the planting area will not be accepted, and shall be replaced by the Contractor at the Contractor's expense. Each plant shall be handled and packed in the approved manner for that species or variety, and all necessary precautions shall be taken to ensure that the plants will arrive at the site of the work in proper condition for successful growth. Trucks used for transporting plants shall be equipped with covers to protect plants from windburn. Root condition of plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than 2 plants nor more than 2 percent of the total number of plants of each species or variety, except when container-grown plants are from several sources, the roots of not less than 2 plants of each species or variety from each source will be inspected by the Engineer. In case the sample plants inspected are found to be defective, the Agency reserves the right to reject the entire lot or lots of plants represented by the defective samples. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will not be paid for. The Contractor shall notify the Engineer when plants are to be shipped to the project site. The notification shall be given not less than 10 days prior to the actual shipment date. Carpobrotus cuttings shall be 250 mm (10") or more in length and shall not be rooted. Delosperma cuttings shall be 150 mm (6") or more in length and shall not be rooted. Cuttings shall be tip cuttings from healthy, vigorous and strong-growing plants and shall be insect and disease free. Mature or brown-colored stem growths or cuttings which have been trimmed will not be accepted. Cuttings shall be planted not more than 2 days after cutting and shall not be allowed to dry or wither. Carpobrotus cuttings shall not be taken from any plants that indicate the presence of ice plant scale (Pulvinaria species). The Contractor shall notify the Engineer of the location where cuttings are to be taken at least 10 days prior to taking the cuttings and shall be responsible for all permit and inspection fees involved in obtaining cuttings. 212-1.5.3 Tree Stakes. Modify as follows: Tree stakes shall be 50mm (2") diameter turned lodgepole pine, pointed on their driven end. Add the following section: 212-1.6 Erosion Control Matting. Erosion control matting shall be made of 100-percent- biodegradable, weed-free wheat straw of thickness and density yielding 270 grams per square meter (0.50 lb./sy) with photodegradable polypropylene netting with a density of 0.89 grams per square meter (1.64 lb/1000 sy) having an approximate mesh interval of 50 mm x 50 mm (2" x {'\ •f" Revised 6/15/17 Contract No. 5208-B Page 183 of 220 2") on each face of the straw mat. The straw mat shall be sewn together with unidirectional lines of cotton or polypropylene thread spaced approximately 50 mm (2") apart. Erosion control matting shall be "North American Green, DS150", "BonTerra S2", or approved equal. Add the following section: 212-1. 7 Erosion Control Mat Staples. Erosion control mat staples shall be 25 mm x 150 mm (1" x 6"), U-shaped 11-gauge mild steel staples. Add the following section: 212-1.8 Root Barriers. Root barriers shall be no less than 1 m (39") in width. Root barriers shall be "Biobarrier", as manufactured by Reemay, Inc., 70 Old Hickory Boulevard, Old Hickory, TN 97138, Phone 615-847-7000, no substitutes will be accepted. 212-2 IRRIGATION SYSTEM MATERIALS. 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings, add the following: Except as provided in this section, all buried piping in the irrigation system shall be installed with underground utility marking tape conforming to the requirements of section 207-21 and identifying it as reclaimed water. Intermittent pressure lines (lines on the downstream side of a controller valve that will not be subject to constant pressure) will not require underground utility marking tape. All PVC pipe used for irrigation systems shall be colored purple by the addition of a dye integral to the PVC. Painted pipe will not be accepted. Pressure mainline piping for sizes 50 mm (2") and larger shall be PVC having a pressure rating of 2170 kPa (315 PSI), S.D.R. 13.5. Stenciled pipe is required for all irrigation system piping including portions not required to be marked with underground utility marking tape. All pipe shall have stenciling appearing on both sides of the pipe with the marking "Reclaimed Water" in 16 mm (5!a") high letters repeated every 300 mm (12"). PVC non-pressure buried lateral line piping shall be PVC Schedule 40. Add the following section: 212-2.1. 7 Brass Pipe and Fittings Brass pipe shall be I PS standard weight 125 LB 85 percent copper and 15 percent zinc, trade designation seamless red brass pipe conforming to the requirements of ASTM B43-91. Brass pipe fittings and connections shall be Standard 125 LB class 85 percent red brass fittings and connections. 212-2.2.7 Valve Boxes. Add the following: All valve boxes shall be marked "RCV", "BV" or "QC", "PB" respectively. Remote control valves shall be marked with station numbers embossed on the valve cover with a brass tag. (RCV boxes shall have locking covers.) Other boxes such as pull boxes, etc., shall be marked with appropriate identification. Add the following section: 212-2.2.8 Ball Valves. Ball valves shall have bottom-loaded pressure-retaining stems, glass- reinforced seats, and reinforced TFE stem packing seals. Valves sizes 13 mm (½") to 50 mm (2") shall be pressure rated at 4140 kPa (600 PSI) WOG and 1030 kPa (150-PSI) saturated steam. Each valve shall be tested, air under water, in the opened and closed position by the manufacturer. Ball valve must conform to Federal Specification WW-V-35B, Type II, Class A, Style 3, End Connection A or C. Add the following section: 212-2.2.9 Pressure Regulator Valve. Pressure regulator valve shall be bronze body with screw fitting. ,, •;;' Revised 6/15/17 Contract No. 5208-B Page 184 of 220 Add the following section: 212-2.2.9 Wye Strainers. Wye strainers shall have a cast iron or all-bronze body with a removable stainless steel or monel strainer. Wye strainers shall be capable of withstanding a cold water working pressure of 1034 kPa (150 psi). Wye strainers at backflow preventer assemblies shall be equipped with a gate valve at the outlet. All other wye strainers shall be equipped with a garden valve at the outlet. The strainer screen for the wye strainer in a backflow preventer assembly shall have an open area equal to at least 3 times the cross-sectional area of the pipe based on an iron pipe size and shall be woven wire fabric with 850-µm mesh or perforated sheet with 1.14 mm (0.045") diameter holes. All other wye strainers shall be equipped with 425-µm strainer screens. 212-2.4 Sprinkler Equipment. Add the following: All sprinkler heads are to have factory built-in check valves or a check valve under each head. Drip assemblies shall meet the following requirements: The drip emitter shall be Pepco Quadra or Rainbird XERI-Bird-8 or approved equal as called on drawings, with four ports. Drip tubing for emitter outlets shall be Rainbird (RBT-160V), Salco, or approved equal. Drip tubing stakes shall be Rainbird No. RS-13, Salco, or approved equal. Bug cap for drip tubing shall be manufactured by Rainbird, Pepco, or approved equal. The drip pressure regulator shall be Rainbird, Netafim PVR, or approved equal. Drip emitter filter shall be Amiad, Rainbird, or approved equal. Drip emitter access boxes shall be Rainbird No. SEB-6X, Salco Subterranean Emitter Box, or approved equal. Check valves shall be of heavy-duty virgin PVC construction with FIP thread inlet and outlet. Internal parts shall be stainless steel and neoprene. Antidrain valves shall be field adjustable against drain out from 1.5 m to 12 m (5' to 40') of head. All sprinkler heads that are without valves in the heads are to have an antidrain valve feature and shall have an excess flow feature, which will automatically stop the flow of water when it exceeds the GPM preset by the manufacturer. Check valves shall be King Bros., Rainbird, or approved equal. 212-2.3 Backflow Preventer Assembly. Add the following: Backflow preventers shall be one of the approved reduced pressure principle devices listed by the California Department of Health Services, Division of Drinking Water and Environmental Management, 601 North 7th Street, Mailing Station (MS) 92, P.O. Box 942732, Sacramento, CA 94234-7320. Backflow preventers shall be factory assembled and shall include 2 check valves, one pressure differential relief valve, 2 shut-off valves and 4 test cocks. Backflow preventer and valves shall be the same size as the pipeline in which they are installed, unless otherwise shown on the plans. Backflow preventer shut-off valves shall be manufactured from iron or bronze and shall be either resilient wedged gate valves, resilient seated and fully ported ball valves, or resilient seated butterfly valves. Threaded type shut-off valves shall be provided with a union on one side of each valve. Unions shall be brass or malleable iron. Add the following section: 212-2.4.1 Additional Equipment. Contractor shall provide the following items to the Engineer: 1. Two control valve keys. 2. Two wrenches for removing each different type of sprinkler head. 3. Two quick coupler keys. The keys and hose ells shall be of the same manufacturer as 4. the coupling valve. 5. Five keys for opening and locking each automatic controller and enclosure. {"\ •+;' Revised 6/15/17 Contract No. 5208-B Page 185 of 220 Add the following section: 212-2.5 Flexible Hose. Flexible hose shall be nonrigid polyvinyl chloride (nonrigid PVC) hose conforming to the specifications of ASTM Designation: D 2287, Cell-type 6464500. Wall thicknesses of nonrigid PVC hose shall conform to Table 212-2.5(A) when determined in accordance with ASTM Designation: D 2122. Hose Size-Nominal (Millimeters) (Inches) 15 51a 20 ¾ 25 1 TABLE 212-2.S(A) FLEXIBLE HOSE Minimum Wall Thickness* (Millimeters) (Inches) 3.73 0.147 3.91 0.154 4.55 0.179 *as measured at any point on the cross section. Range (Percent) 12 12 12 The hose shall provide leak-free, non-separating connections suitable for the purpose intended when connected to the fittings specified herein. Fittings for flexible hose shall be injection molded PVC, Schedule 40, conforming to the specifications of ASTM Designation: D 2466. Fittings shall be solvent cemented type. Solvent cement for flexible hose and fittings shall be of commercial quality specifically manufactured for use with nonrigid PVC hose. Primer for flexible hose fittings shall be the same as specified for plastic pipe supply line fittings. 212-3 ELECTRICAL MA TE RIALS. 212-3.1 General. Add the following: All electrical materials shall conform to the requirements of the 1996 National Electrical Code. 212-3.2.2 Conductors. Add the following: Low voltage electric wiring running from controller to the automatic control valves shall be no smaller than No. 14 solid single conductor, copper wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Direct Burial), or equal, color code wires to each valve. Neutral wires shall be white, no smaller than No. 12 solid single conductor wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Direct Burial). 212-3.3 Controller Unit. Add the following: All controllers shall be grounded by one 19 mm (5/8") diameter by 3 m (1 O') long stainless steel grounding rod and a 50-ohm resistance lightning arrestor. Add the following section. 212-3.4 Irrigation Electrical Service Equipment and Enclosures. Electrical service equipment shall incorporate the following elements: 1. One 100-amp, 120/240-volt, single-phase load center, as approved by the Engineer; 2. One 100-amp rated commercial meter socket suitable for the San Diego Gas and Electric Company meter, with provision for test block bypass having a UL listing and EUSERC approval; 3. One 15-amp circuit breaker for each irrigation controller energized by the service; 4. One 20-amp circuit breaker for the duplex receptacle. 5. The design, assembly, grounding, wiring, and components of the irrigation electrical service equipment and enclosure shall meet the requirements of the 1996 edition of the National Electrical Code. 6. Electrical service equipment shall be enclosed in a cabinet constructed entirely of 14-gage, or heavier, 304 stainless steel. The cabinet shall be of welded construction with a brushed finish; anchoring points shall be inside the enclosure. l'\ •+;' Revised 6/15/17 Contract No. 5208-8 Page 186 of 220 7. The cabinet shall be HYDROSAFE Model No. HS9, Strong Box, or approved equal. 8. The cabinet shall have a 304 stainless steel interior bulkhead separating the 120/240-volt electrical service section from the irrigation controller section. 9. No wood components shall be used in the enclosure. 10. Each section of the cabinet shall have full front opening doors with piano hinges, integral keylock and hasp and staple, or other provision, for padlock. 11. The cabinet shall be provided with cross-flow ventilation. Ventilation openings shall be located and designed to preclude rain, irrigation splash, vermin, and insects from entering the cabinet. 12. The controller side door shall have provision for mounting control schematics without the use of adhesives or fasteners. The service side door shall have a clear acrylic plastic window to allow the electrical meter to be read. 13. The cabinet shall have a duplex 15-amp, 120-volt receptacle with ground fault interrupter protection mounted on the interior service side. 14. Concrete footings and pads supporting the Electrical service equipment shall be 560-C- 3250 and shall be no less than 150 mm (6'') thick. 15. Anchor bolts to secure the service equipment to the concrete pad shall be 1 O mm (3'8") diameter by 150 mm (6") long hot dip galvanized or stainless steel headed bolts with washers, without sleeves, conforming to section 304-1. 7. Anchor bolts to secure the service equipment to the concrete pad shall be embedded in the concrete slab between 65 mm and 100 mm (2½" and 4"). SECTION 213 -ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Add the following: Geotextile types shall be used for the applications listed in Table 213-2.1(A) Application of Geotextile Table 213-2.1(A) GEOTEXTILE APPLICATIONS Separation of Soil and Street Structural Section Separation of Soil and Subsurface Aaareoate Drain Reinforcement of Street Structural Section Remediation and Seoaration of Soil Reinforcement of Soil Drainaqe at the Interface of Soil Structures Drainaoe at the Interface of Soil and Structures Rock Slooe Protection Fabric for Rock Sizes Below 225 ka (¼ Ton) Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kq (¼ Ton) Plant Protection Coverinq Erosion Control Fence with 14 AWG -150 mm x 150 mm (6"x6") Wire and 3 m (10') Post Soacino Erosion Control Fence with 1.8 m (6') Post Spacing and No Wire Fencinq Add the following section: 213-3 EROSION CONTROL SPECIALTIES. {'\ •+' Revised 6/15/17 Contract No. 5208-B Tvpe Desionation 90WS 180N 200WS 270WS 270WS N/A N/A 180N 250N 90N 90WS 200WS Page 187 of 220 Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 lbs) of 19 mm (¾") crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1 (A), or equal thereto. TABLE 214-5.1 (A) TEMPORARY REFLECTIVE PAVEMENT MARKERS Type Manufacturer of Distributor TOM-Temporary Overlay Davidson Traffic Control Products, 3110 70th Avenue East, Markers Tacoma, WA 98424, 877 335-4638 Add the following section: 14-5.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface- mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown in Table 214-5.2(A), or equal thereto. Type Safe-Hit SH336SMA Carsonite SDR3036 "Super TABLE 214-5.2(A) REFLECTIVE CHANNELIZER Manufacturer of Distributor Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Duck" Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800) 648-7916 Repo "The Replaceable Post" Western Highway Products 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified l'\ •+; Revised 6/15/17 Contract No. 5208-B Page 188 of 220 design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. SECTION 215 -FENCING Add the following section: 215-1 ENVIRONMENTAL FENCING Add the following section: 215-1.1 Materials. Environmental fence shall be minimum 4' high, orange colored plastic construction fencing installed prior to performing any work. Environmental fence shall be constructed of non-toxic, non-conductive polyethylene capable of withstanding temperatures from -58F degrees to 194F degrees. Color shall be non-fading. Posts shall be 6'-6" long, shall be spaced no more than 10'-0" apart and buried portion shall be no less than 2'-6" deep. Used materials may be installed providing the used materials are good, sound, and are suitable for the purpose intended, as determined by the Engineer. Materials may be commercial quality providing the dimensions and sizes of the materials are equal to, or greater than, the dimensions and sizes specified herein. Posts shall be either metal or wood at the Contractor's option. Galvanizing and painting of steel items will not be required. Treating wood with wood preservatives will not be required. Concrete footings for metal posts will not be required. {'\ •+' Revised 6/15/17 Contract No. 5208-B Page 189 of 220 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 -EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be b9rne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials. add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. Add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and recompaction of unsuitable soil, salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1 ') of the subgrade in {'\ • ., Revised 6/15/17 Contract No. 5208-B Page 190 of 220 the roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. 300-2.2.1 General. add the following: Alluvial and colluvial removal and recompaction shall consist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed by the Contractor until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompaction. The excavated material shall be placed and compacted in accordance with section 300-4 of the specifications except that section 300-4.9, Measurement and Payment, shall not apply. 300-2.2.1 General. Add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accordance with section 300-2.2.1. 300-2.2.4 Instability of Cuts. Add the following: The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 300-2.5 Slopes. Add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25') of the locations shown on the plans. 300-2.5 Slopes. Add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material. Add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.8 Measurement. Delete the second paragraph relating to materials removed from stockpiles and add the following: Unclassified Excavation shall be measured based on the volume it occupies in its original position before excavating. The measurement shall be from the original ground contours after clearing and grubbing and the bottom of areas of excavation to the design elevations shown on the plans or actual ground contours existing in borrow sites ('\ ti Revised 6/15/17 Contract No. 5208-8 Page 191 of 220 after excavation. No excavated material which is re-excavated will be measured for payment. Materials excavated or otherwise removed as all or part of any other bid item shall not be measured as Unclassified Excavation. The measurement of work performed under sections 300-2.2.1 and 300-2.2.2, 300-2.2.3 and 300-2.2.4 when the Engineer determines that the soils are unsuitable shall be the actual labor, materials and equipment used to accomplish the work as per section 3-3 EXTRA WORK of the specifications. 300-2.9 Payment. add the following: Payment for work performed under sections 300-2.2.1, 300-2.2.2, 300-2.2.3 and 300-2.2.4, when the Engineer determines that the soils are unsuitable, shall be made for the actual labor, materials and equipment used to accomplish the work as per section 3-3 EXTRA WORK of the specifications. Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1 ') of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall be kept free from water at all times. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-3.6 Payment. Add the following: Dewatering shall be paid for as an incidental to pipe segment bids and no additional compensation will be made therefore. Unsuitable material encountered below grade will be paid for at the unit price bid for Remove and Replace Unsuitable Materials Encountered Near Trench Bottom as Directed by Owner. 300-4 UNCLASSIFIED FILL 300-4.2 Preparation of Fill Areas. Add the following: Except as provided in section 300-4.7, "Compaction", areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. 300-4.4 Benching. Add the following: Benching shall conform to The City of Carlsbad Supplemental Standard Drawing GS-14 300-4.5 Placing Materials for Fills. Add the following: The Contractor shall perform grading such that the upper 900 mm (3') of fill placed in the roadway pavement area is composed of properly compacted low expansive soils. The more highly expansive soils shall be placed in the deeper fill areas and properly compacted or exported from the site. Low expansive soils are defined as those soils that have an Expansion Index of 50 or less when tested in accordance with 1994 UBC Standard 18-2 as published by the International Conference of Building Officials. Should insufficient soils meeting the requirement of an expansion index of 50 or less be present within the limits of work, soils of the least expansion index that are available within the limits of work shall be incorporated in the upper 900 mm (3') of fill placed in the roadway. ,, •+; Revised 6/15/17 Contract No. 5208-B Page 192 of 220 The Contractor shall break rock encountered in the excavation into particles of less than 75 mm (3"). Particles with dimensions greater than 75 mm (3") shall be uniformly distributed over the area to be filled so that construction equipment can be operated in such a manner that the larger pieces will be broken into smaller particles and become incorporated with the other materials in the layer. This requirement for particle size reduction does not apply to cobbles, small boulders, and small hard rocks found within the surface soils and formational materials. Rocks having any dimension greater than 460mm (18") shall not be incorporated into the fill. Rock exceeding 150 mm (6") in diameter shall not be placed in the upper 900 mm (3') of any fill. When there are large quantities of rock to be placed in the fill, rocks shall not be nested, but shall be spread with sufficient room between them so that intervening voids can be adequately filled with fine material to form a dense, compact mass. Oversize material which cannot be utilized for erosion mitigation or landscaping onsite shall be broken to acceptable sizes or removed from the site by the Contractor. If disposed of within the City of Carlsbad, a separate grading permit will be required for disposal of rock. 300-4.6 Application of Water. Add the following: The Contractor shall place all fill soil at a moisture content no less than one (1) percent below optimum moisture as determined by ASTM test D-1557-91. 300-4.7 Compaction. Add the following: The Contractor shall compact all fill soils placed within the top 1 m (3') of roadway subgrade to a minimum of 95 percent relative compaction. On all areas to receive planting, the top 150 mm (6") shall be compacted to 85%, +2% -5%, to allow for plant growth. 300-4.8 Slopes. Add the following: Feathering of fill over the tops of slopes will not be permitted. The Contractor shall compact the faces of fill slopes with a sheep's foot roller at vertical intervals no greater than 600 mm (2') or shall be built and cut back to finish grade. In addition, if not over built and cut back, the face of the slope shall be track walked upon completion. 300-4.9 Measurement and Payment. Delete and substitute the following: Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in and incidental to Section 300-4, "Unclassified Fill" will be paid for as a part of unclassified excavation, and no additional payment will be made therefore. 300-5 BORROW EXCAVATION. Add the following section: 300-5.2.1 Imported Borrow Properties. The Contractor shall provide imported borrow that is clean well graded soil consisting of material conforming to all of the requirements in Table 300-5.2.1(A) and the following requirements. Rock included in the top 1 m (3') of imported borrow shall be particles of less than 75 mm (3"). Rock included below the top 1 m (3') of imported borrow shall be particles of less than 150 mm (6"). l'\ •ilf Revised 6/15/17 Contract No. 5208-B Page 193 of 220 Tests R-Value TABLE 300-5.2.1 (A) IMPORTED BORROW PROPERTIES Test Method No. Requirements Calif. 301 40 Min. Expansion Index UBC Standard 18-2 10 Max. Plasticity Index ASTM 0424 4 Max. Sieve Analysis ASTM D 422 Percent Passing 75µ (No. 200) 15 Max. 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "Stormwater Best Management Practices Handbook, Construction", January 2003 edition as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction", January 2003 edition on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods . b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. l'\ •~ Revised 6/15/17 Contract No. 5208-B Page 194 of 220 These measures shall include, but shall not be limited to, methods shown on the plans and described herein. Add the following section: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for unclassified excavation, and no additional compensation will be allowed therefore. 300-13STORM 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 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. 300-13.1.1 SWPPP Document Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Contractor will be provided the digital format for SWPPP to complete required sections. If revisions are required, as determined by the Engineer, the Contractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer's comments and shall allow 5 days for the Engineer to 'review the revisions. Upon the Engineer's acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to allow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construction site both during and after construction is completed under this contract. The SWPPP shall incorporate control measures in the following categories: 1. Soil stabilization practices; 2. Sediment control practices; 3. Wind erosion control practices; and 4. Non-storm water management and waste management and disposal control practices. Specific objectives and minimum requirements for each category of control measures are contained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibilities outlined in the SWPPP. {'\ •;;' Revised 6/15/17 Contract No. 5208-B Page 195 of 220 The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspection and Repair; 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Consideration Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit, or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised operations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protection Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non- compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-13-1.2 Availability of SWPPP template. A site-specific draft document intended for use as a template for the required SWPPP document will be made available for use at the Contractor's option, at no cost to the Contractor. The document is available for review in Appendix B. The Contractor shall review the template and modify it as necessary to reflect the Contractor's operations. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be considered incidental to the items of work and no additional payment will be made therefore. Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and {'\ •+r Revised 6/15/17 Contract No. 5208-B Page 196 of 220 maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor's cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following section: 300-13.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. The construction site inspection checklist provided in the "Handbook" shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. l'-•;;" Revised 6/15/17 Contract No. 5208-B Page 197 of 220 SECTION 301 -TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")". 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1. 7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 -ROADWAY SURFACING Add the following: The Contractor shall be responsible for tree trimming along the curb line as noted in Section 300-1 Clearing and Grubbing -so as to provide a clear travel way during the construction of the roadway resurfacing. The Contractor shall treat all vegetation within the limits of the paved area to be surfaced with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to surfacing the street. Allowance for the two day period shall be shown in the schedule required per section 6-1. Payment for pavement surfacing shall include tree trimming and post emergent herbicide treatment of the areas to be surfaced and no extra payment will be made therefore. Public Convenience and Traffic Control. The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9400. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses within 500' of the work. Obtaining the appropriate addresses shall be the contractor's responsibility. Letters shall be as shown in bold type as follows, with the appropriate information specific to the work inserted at the locations indicated in the brackets and italicized. l' •ff Revised 6/15/17 Contract No. 5208-B Page 198 of 220 (Date) (Name of Contractor, (Address of Contractor, ( Contractor's License Number, As a part of' the C'ity of Carlsbad's ongoing program, to maintain its streets, your street will be fti~~l]jji:jj]!i]~fiiiiii, beginning in two or three weeks. This process requires that your street be closed for starting at 7:00 a.m. and continuing un.til' the Contractor removes the traffic cont,rol devices. You will be notiHed 72 hours in advance of the day your street win be closed by a brightly colored 3 ½" x 8 ½" card attached to your doorknob. You wii1II also not:ice temporaFy no parking signs on your street with a specific no parking date written on it. A successful street maintenance program depends on your cooperation. Please do not drive, walk, play, skate or allow pets on the street until it 'i,s opened by the Contractor. Furthermore, please do not wash your car or turn on any sprinklers while you are waiting. If you don:'t plan to leave your home before 7:00 a.m. on the day your street will be surfaced, and you need to use your vehicle later in the day, please park your car on an adjacent sheet in your neighborhood that is ,not signed as a no parking zone. When walking' to and from your car, remember not to walk on the newly surfaced street or you may have black residue on the bottom of your shoes. The residue may dama_ge some surfaces, may mark surfaces that you track it on, and may be very difficult to remcwe. (Name of Contractor, is the •Contractor ·that will b e performing the res,urfacing work for ·the City and you may call them at (24 hour per day attended telephone number in the 760 area code) for any questions you may have about the project. 011 the day your stree·t is surfaced mail delivery may be delayed until. the nex.t day. You wm not know the e)(act' date ,your street will be closed until you receive the 3 1/:r" x 8 ½" card.. If you have a moving company scheduled to. come to your house within the next two weeks, please call and inform the Contractor of the date. ,If you have any ccmcerns. which are not addressed by the Contractor, please call the City's Engineering Inspection Department at •602~2780. They will assist you in r.esolving tihe concerns. The City of Carlsbad has some of the finest streets ,in the county due to the c.oncei;n and cooperation of citizens like you. Your cooperation is greatly appreciated." l'-• .., Revised 6/15/17 Contract No. 5208-B Page 199 of 220 During operations, the Contractor's schedule for resurfacing shall be designed to provide residents and business owners sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any 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 Contractor shall deliver the notification which shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For door hangers, 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. The precut notices shall be as shown on the example provided in Appendix "D", with the day of the week circled and appropriate information specific to the work inserted at the locations indicated in the italicized font. 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. 302-5 ASPHALT CONCRETE PAVEMENT. Add the following: 302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in section 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.6.1 General. modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. l'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 200 of 220 302-5.8 Manholes (and other structures). delete the first paragraph and replace with the following: When placing the overlay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overlay. Each appurtenance shall be located immediately after the overlay is placed and shall be thoroughly cleaned of any and all construction debris which may have entered due to the Contractor's operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carlsbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Raising and adjusting to grade all appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications and plans. 302-5.9 Measurement and Payment. add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat or sand blotter. Add the following section: 302-11 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-11.1 General. Asphalt pavement Repairs and Remediation shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of existing asphalt pavement in conformance with section 300-1.3, compaction of existing subgrade in conformance with section 301-1, grading and compaction of base material in conformance with section 301-2, application of grade SS-1h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein Add the following section. 302-11.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate base/subgrade to 300 mm (1 ') below existing asphalt surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for estimating purposes only, final quantity will be as measured in the field. The Engineer will designate and mark the final limits of the asphalt patch area by outlining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut shall have two of the sides at right angles to the direction of traffic. The excavated faces of the base/subgrade shall be straight and vertical. The Contractor shall compact the upper 300mm (1') of subgrade to 95% relative compaction. A tack coat of SS-1 h emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m2 to 0.45 L/m2 (0.05 to 0.1 0gallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1.0') full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-AR-4000. The asphalt concrete so constructed shall have a finish surface and density conforming to subsection 302-5.6.2 SSPWC. l'. •,;' Revised 6/15/17 Contract No. 5208-B Page 201 of 220 Add the following section. 302-11.3 Crack Sealing The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing hot poured rubber-asphalt joint sealant material. The sealant shall conform to the requirements of ASTM D1190. The Contractor shall dispose debris from crack cleaning outside the public way in accordance with Section 7-8.1, "Cleanup and Dust Control." The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Containers of hot-melt sealant shall be delivered to the job-site in unopened containers that are clearly marked with data showing the manufacturer's name, the product designation and the manufacturer's batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. Add the following section: 302-11.4. Measurement and Payment. Quantities of full depth asphalt concrete patch and crack sealing set forth in the bid item are for estimating purposes only, final quantity will be as designated and measured in the field. The Engineer will designate and mark the limits of the Full depth asphalt concrete patch and crack sealant application areas. Payment for resurfacing shall include post emergent herbicide treatment. Full compensation for conforming to the requirements of constructing full depth asphalt concrete patch shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work including, saw cutting and removing and disposing 300 mm (1 ') thick section of existing asphalt concrete, aggregate base/subbase and basement soil as designated by the engineer, placement of asphalt concrete, compaction of subbase and asphalt concrete, placement of SS-1 h asphalt emulsion and all other work incidental to full depth asphalt concrete patch shall be considered as included in the contract unit price bid for full depth asphalt concrete patch and no additional compensation will be allowed therefore. Full compensation for conforming to the requirements of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefore. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES 303-1.6.2 Falsework Design. Add the following: The Contractor shall provide all temporary bracing necessary to withstand all imposed loads during erection, construction, and removal of any falsework. The Contractor shall provide falsework drawings and calculations prepared by a registered professional engineer, civil or structural, that show provisions for resolution of all loads that may be imposed upon the falsework. Such plans and calculations shall include: 1. Resolution of all live, dead, wind, construction and impact loads that may be imposed on the falsework. 2. Temporary bracing or methods to be used during each phase of erection and removal of the falsework. 3. Concrete placement sequence. l"\ •,;' Revised 6/15/17 Contract No. 5208-B Page 202 of 220 4. Erection and removal sequence. 5. Deflection values for the falsework that include recommended methods to compensate for falsework deflections, vertical alignment, and anticipated falsework deflection. 303-2 AIR-PLACED CONCRETE. 303-2.1.1 General. Add the following: Modify Regional Standard Drawing D-75 as follows: replace stucco netting with 150mm x 150mm (6" x 6") by No. 10 by No. 10 welded wire mesh. Add the following section: 303-5 CONCRETE CURBS, WALKS, GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. CROSS GUTTERS, 303-5.5.2 Curb. add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Curb Face Markin s round facilities Water Service Lateral Sewer Service Lateral lrri ation Water Lateral or Sleeve Markin w s RW 303-5.9 Measurement and Payment. add the following: Curb and gutter, and curb, shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. 303-6 STAMPED CONCRETE. 303-6.1 General. Add the following: Concrete shall be 560-C-3250 with 6"x6" - 1 0 guage wire mesh throughout. Add the following: 303-6.5 El Camino Real Medians-Use color application method "B" (integral color). Color shall be per Section 201-1.2.4(a). The pattern shall be brick pattern or approved equal. The pattern shall match the existing median condition adjacent to the proposed construction along El Camino Real. Add the following: 303-6.6 Measurement and Payment. Payment for colored, stamped concrete paving shall be paid under the contract unit price bid per square foot for median concrete paving. Said payment shall include compensation for all excavation, grading, backfill, permeable material, forming, mesh, reinforcing steel, concrete, integral color, texture sealers, and other material necessary to construct the specific paving. l'-• ., Revised 6/15/17 Contract No. 5208-B Page 203 of 220 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 = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X 100] X LANES 1000 8 PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (mph) + SLOPE X 100] X LANES 1000 5 where: PS ADT EWL = DAYS site WEEKEND NIGHTS WEATHER SPEED SLOPE a = = = = = = = = plate score. average daily traffic 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. 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. total number of 24 hour periods during which the plates will be utilized at the being considered. total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning distance of 15 m (50') up and downstream of the position of the proposed steel {'. •ff Revised 6/15/17 Contract No. 5208-B Page 204 of 220 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 properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method ( 1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. 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 filled with elastomeric sealant material which may, at the contractor's option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(8) 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 ¾") 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 {". •+;' Revised 6/15/17 Contract No. 5208-B Page 205 of 220 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 filled 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 FOR A GIVEN TRENCH WIDTH Maximum Trench Width (1> Minimum Plate Thickness 0.3 m 10" 13 mm (½") 0.6 m 23" 19 mm (¾") 0.8 m 31" 22 mm <7/a") 1.0 m 41" 25 mm (1") 1.6 m 63" 32 mm (1 ¼") .. (1) For spans greater than 1.6 m (5'), a structural design shall be prepared by a registered c1v1I engineer and submitted to the Engineer for review and approval in accordance with section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CAL TRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid 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 CAL TRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road 0/1/33) 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, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.2.1 Bedding. All installation of, and bedding for recycled water, or potable water mains shall conform to Carlsbad Municipal Water District Rules and Regulations for the Construction of (Potable or Reclaimed) Water Mains, latest edition. 306-1.2.4 Field Jointing of Reinforced Concrete Pipe. add the following: The Contractor shall provide Gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans. {'\ •,;' Revised 6/15/17 Contract No. 5208-B Page 206 of 220 306-1.3.1 General. Add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements. delete Section 306-1.3.4 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12") of the street right-of-way, compaction shall be 95 percent. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1, "Temporary Resurfacing," the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-1.6 Basis of Payment for Open Trench Installation. add the following: Payment for utilities undergrounding which includes the utility trench for CATV and SDG&E and conduit for SDG&E's electric conversion shall be made on the basis of contract lump sum price for utilities undergrounding and no other payments will be made. Cox Cable will supply and deliver conduits and fittings to be installed by the Contractor. Cox Cable will install enclosures. The Contractor will furnish and install 6.4 mm (¼") nylon pull ropes in all conduit. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. SECTION 307 -STREET LIGHTING AND TRAFFIC SIGNALS 307 STREET LIGHTING AND TRAFFIC SIGNALS. Modify as follows: Section 86, "Signals, Lighting and Electrical Systems", of the Caltrans Standard Specifications replaces Section 209, "Electrical Components", and Section 307, "Street Lighting and Traffic Signals", of the SSPWC, in all matters pertaining to the specifications for measurement, payment, warranty, materials and methods of construction of street lighting and traffic signals. l'\ •ff Revised 6/15/17 Contract No. 5208-B Page 207 of 220 SECTION 308-LANDSCAPE AND IRRIGATION INSTALLATION 308-4 PLANTING. 308-4.1 General. Add the following: The Contractor shall perform actual planting during those periods when weather and soil conditions are suitable and in accordance with locally accepted horticultural practice and as approved by the Engineer. No planting shall be done in any area until it has been satisfactorily prepared in accordance with these specifications. Soil moisture level prior to planting shall be no less than 75 percent of field capacity. The Contractor shall obtain the Engineer's approval of planting pits before planting operations begin. For pit plarrted vegetation when the soil moisture level is found to be insufficient for planting, the Contractor shall fill the planting pits with water and allow them to drain before starting planting operations. No more plants shall be distributed in the planting area on any day than can be planted and watered on that day. The Contractor shall plant and water all plants as herein specified immediately after removal from their containers. Containers shall not be cut prior to placing the plants in the planting area. It shall be the responsibility of the Contractor to provide continuous horticultural services and temporary and/or permanent irrigation to all planted and hydroseeded areas so that the planted and hydroseeded vegetation is 100 percent healthy and thriving prior to, and throughout the, landscape maintenance period. 308-4.2 Protection and Storage. Add the following: The Contractor shall submit a sheltered and secure location for on-site plant storage area for the Engineer's approval prior to the delivery of any plant materials. Any plant determined by the Engineer to be wilted, broken, or otherwise damaged shall be rejected at any time during the project, whether in the ground or not. All plants shall be handled by their containers. Any plant that has been handled by its trunk or stem shall be rejected. All rejected plants shall be removed from the site immediately. 308-4.3 Layout and Plant Location. Modify as follows: Planting areas shall be staked by the Contractor and the Contractor shall obtain the Engineer's approval of the planting layout before planting operations begin. 308-4.5 Tree and Shrub Planting. Add the following: The Contractor shall amend the backfill for planting holes to a thoroughly blended mixture of clean loamy soil meeting the requirements of Tables 308-2.3.2(8) and 308-2.3.2(C) and then blend the amendments listed in Table 308- 4.5(A) into the backfill for planting holes. TABLE 308-4.S(A) BACKFILL AND AMENDMENTS FOR TREE AND SHRUB PLANTING Soil Amendment Metric Application Rate Approx. U.S. Application Rate Aaricultural Gypsum 18 ka per cubic meter 30 lbs. per cubic yard Iron Sulfate 600 g per cubic meter 1 lb. per cubic vard Calcium Carbonate Lime 6 ka per cubic meter 10 lbs. per cubic yard Organic Soil Amendment 0.67 cubic meters per cubic meter 21s cubic vards per cubic vard Plantina Tablets 1 1 per 100 mm dia. pot container 1 per 4" dia. pot container Plantina Tablets 1 2 per 19 liter container 2 per 5 aal. container Planting Tablets 1 1 per each 50 mm width of each 1 per each 2" width of each box-size container box-size container 1 Planting tablet requirements are not cumulative and apply to the size container 1nd1cated ,, •;;' Revised 6/15/17 Contract No. 5208-B Page 208 of 220 Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one-tenth the branching structure. Pruning may be done only with the approval of, and in the presence of, the Engineer. Cuts over 19 mm {¾") shall be painted with an approved tree wound paint. Add the following section: 308-4.5.1 Root Barriers. Root barriers shall conform to section 212-1.8, Root Barriers. The Contractor shall install root barriers continuously at the edges of all median planter areas. The top of the root barrier shall be 25 mm (1") below the finish grade of the planted area. The bottom of the root barrier shall be installed 1.25 m (40") below the finish grade of the planted area. Install as indicated on the plans, eliminating any breaks in the barrier by providing at least 150 mm (6'') of overlap at splices or damaged areas. Splices and repair patches shall be stitched to the root barrier material by a running stitch of no less than 6 6 1 stitches per 25 mm (1 "). Add the following section, 308-4.1 0 Erosion Control Matting Installation Add the following section, 308-4.10.1 General. Before installation of erosion control matting the Contractor shall complete all soil preparation, fine grading, and hydroseeding of the areas to receive erosion control matting. Add the following section: 308-4.10.2 Coordination with Hydroseeding. Erosion control matting shall be installed by the Contractor immediately after the first application of hydroseed materials. In all cases the Contractor shall place the erosion control matting within three days after the first hydroseed material application. Should any seed in the hydroseed materials begin to germinate within the three-day period after application or before the installation of the erosion control matting, the installation of the erosion control matting shall be considered as late and the Contractor shall disc the hydroseed materials into the top 1 00m (4") of the underlying soil, condition the soil for hydroseeding, apply hydroseeding materials at the rates and of the type specified and then install the erosion control matting. No additional payment will be made for second or subsequent hydroseed applications resulting from late installation of erosion control matting. Add the following section: 308-4.10.3 Installation. The Contractor shall install erosion control matting using the following techniques: 1. Begin at the top of the slope by placing the erosion control matting into a 150 mm (6") wide by 150 mm (6") deep trench with the end of the matting laid flat in the bottom of the trench 2. Anchor the end of the erosion control matting with erosion control mat staples spaced no more than 300 mm {12") on centers placed at the intersection of the bottom and the downhill vertical face of the trench. 3. Roll the erosion control matting down the slope. 4. Staple the erosion control matting on an alternating grid consisting of three across and two across lines of staples in horizontal lines spaced 900mm (3') on centers. 5. Erosion control mat so stapled shall be spaced such that no less than 1 ¾ staples per square meter (1½ staples per square yard) are provided to anchor the erosion control matting. 6. Start the adjacent erosion control mat as in Item 1. of this section, overlapping the previously placed mat by no less than 50 mm (2"). {'\ •,r Revised 6/15/17 Contract No. 5208-B Page 209 of 220 7. Staple placement may be such as to use the staples used to secure the adjacent mat to secure both mats along their edges. 308-5 IRRIGATION SYSTEM INSTALLATION. 308-5.1 General. Add the following: The Contractor shall apply irrigation water as often and in sufficient amounts, as conditions may require, to germinate and establish the seed and keep the container plants healthy and growing. The Contractor shall lay out lines, valves, and other underground utilities and receive the approval of the Engineer before digging trenches. The Contractor shall be responsible for damages caused by its operations. Connections shall be made at approximately the locations shown on the drawings. The Contractor shall be responsible for unapproved changes. Permission to shut off any existing in-use water lines must be obtained 48 hours in advance, as to the date, time and exact length of time of each shut-off. The Contractor shall demonstrate that the entire irrigation system is under full automatic operation for a period of seven days prior to any planting. 308-5.2 Irrigation Pipeline Installation. Add the following: The Contractor shall install all pressure main line piping from the irrigation system so as to maintain 3.1 m (10') minimum horizontal separation from all potable water piping. Where reclaimed and potable water pressure mainline piping cross, the reclaimed water piping shall be installed below the potable water piping, sleeved in a pressure rating of 200 PSI SOR 21 "Alertline" PVC sleeve which extends a minimum of 3.1 m (1 O') on either side of the potable water piping and be located to provide a minimum vertical clearance of 300 mm (12") between the reclaimed and potable water lines. Conventional (white) PVC pipe Schedule 40 may be used for sleeving material if it is taped along its entire length with 75 mm (3") wide purple warning tape which reads "Caution Reclaimed Water". For trenching through areas where topsoil has been spread, the Contractor shall deposit topsoil on one side of trench and subsoil on opposite side. Subsoil shall be free of all rocks 13 mm (½") in diameter or larger, debris, and litter, prior to use as backfill. The Contractor shall repair any leaks and replace all defective pipe or fittings until lines meet test requirements. The Contractor shall not cover any lines until they have been inspected and approved by the Engineer for tightness, quality of workmanship, and materials. The Contractor shall not be backfill trenches until all required tests and observations are performed. Observations include sprinkler heads, all fittings, lateral and mainline pipe, valves, and direct burial wire. 308-5.2.3 Plastic Pipeline. Add the following: The Contractor shall store all pipe and fittings under cover until used, and all pipe and fittings shall transported in a vehicle with a bed ,long enough to allow the length of pipe to lay flat so as not to be subjected to undue bending or concentrated external load at any point. Pipe ends and fittings shall be wiped with MEK, or equal, before welding solvent is applied. Welded joints shall be given a minimum of 15 minutes to set before moving or handling. All field cuts shall be beveled to remove burrs and excess before fitting and gluing together. The Contractor shall center load pipe with small amount of backfill to prevent arching and slipping under pressure. Joints shall be exposed for inspection during testing. Plastic-to-plastic joints shall be solvent-welded, using only solvent recommended by pipe manufacturer. Add the following section: 308-5.2.6 Installation of Brass Pipe. The Contractor shall cut brass piping by power hacksaw, circular cutting machine using an abrasive wheel, or hand hacksaw. No piping shall be cut with metallic wheel cutter of any description. The Contractor shall ream and remove rough edges or l'\ •~ Revised 6/15/17 Contract No. 5208-B Page 210 of 220 burrs on all pipe so that smooth and unobstructed flow is obtained, place Teflon tape, Teflon dope, or approved equal on male threads only, and tighten to prevent any leakage. The Contractor shall tighten screwed joints with tongs or wrenches. Caulking is not permitted. Add the following section: 308-5.3.1 Valves. Add the following: The Contractor shall install each control valve in a separate valve box with a minimum of 300 mm (12") separation between valves and 150 mm (6") from any fixed object or structure. Add the following section 308-5.3.2 Valve Boxes. The Contractor shall install no more than one valve per box. All boxes are to be marked as to the type of valve. Remote control valve boxes shall also indicate control station number. Add the following section: 308-5.3.3 Backflow Preventer. The Contractor shall install backflow preventer assembly in accordance with manufacturer's specifications and as directed on drawings. Exact location and positioning shall be verified on the site by the Engineer. 308-5.4.4 Sprinkler Head Adjustment. Add the following: The Contractor shall flush and adjust all irrigation heads and valves for optimum performance and to prevent overspray onto walks, roadways buildings, walls, and other structures. Add the following section: 308-5.4.5 Drip Assembly. The Contractor shall install drip emitter filter on the supply side of all electric pressure regulating control valve for all emitter systems. The Contractor shall install a flush valve on the discharge side of all drip laterals. 308-5.5 Automatic Control System Installation. Add the following: The Contractor shall install all portions of the electrical installation with materials and methods conforming to the requirements of the 1996 National Electrical Code. The Contractor shall provide no less than one control wire and one common ground wire to service each valve in system. 308-5.6.3 Sprinkler Coverage Test. add the following: This test shall be accomplished before any ground cover is planted. 308-6 MAINTENANCE AND PLANT ESTABLISHMENT. Add the following: For hydroseeded areas, median planting and mitigation area, The Contractor shall maintain said areas for period of no less than 120 days or until final acceptance of the project, whichever is the greater. Mowing is not required for hydroseeded areas. The Contractor shall provide complete landscape maintenance of all planted areas. The work shall include, but not be limited to, watering, litter control, weed control, stake repair, cultivating, supplementary fertilization, repair of irrigation systems, and control of diseases and pests. The Contractor shall submit a written plan to control weeds, disease, and pest infestations in the planting areas. The submittal shall conform to the requirements for shop drawings as specified in section 2-5.3 et seq. of the specifications. The Engineer shall approve all methods and materials for such control. Upon approval, the Contractor shall implement the control measures, exercising extreme caution in using pesticides and taking all steps to ensure the safety of the public. Only licensed personnel will be permitted to perform toxic spraying work. During the plant establishment period, the Contractor shall furnish sufficient workers and equipment on a daily basis to perform the work required by this section. Any day when the Contractor fails to adequately carry out specified maintenance work, as determined l'\ • ., Revised 6/15/17 Contract No. 5208-B Page 211 of 220 necessary by the Engineer, will not be credited as one of the plant establishment days. All planting areas which are damaged by construction shall be repaired by the Contractor within twenty (20) days following completion of construction in such. The Contractor shall repair such damaged areas. The repair shall consist of bringing the damaged area back to final grade, preparing the soil, replanting the area with the same vegetation as originally specified, and maintaining the area to achieve acceptable plant establishment. The Contractor shall provide temporary irrigation for hydroseeded areas for a minimum of 120 days to ensure adequate plant establishment. Towards the end of the maintenance period, the Contractor shall gradually reduce the amount of irrigation to allow plant adaptation to non- irrigated conditions. Upon the approval of the engineer, the temporary irrigation system shall be shut off at the end of the maintenance period. The hydroseeded areas must have their growth of 80% established and the coverage must be evenly successful over the entire hydroseeded area and adequate to prevent erosion no less than 30 days before the end of the maintenance period. Should the coverage not be achieved the maintenance period shall be extended until the required coverage is achieved plus an additional 30 day period. The Contractor shall call for a final inspection 30 days before the end of the maintenance period and at the end of the maintenance period. Failure to pass inspection will result in an extension of the maintenance period. The Contractor shall continue to provide maintenance for such time necessary to obtain conformance to the specifications. 308-7 GUARANTEE. Add following: The Contractor shall guarantee all 600 mm (24") box trees installed under the contract to live and grow for one year from the day of final acceptance of the contract work. The Contractor shall guarantee all other plant material, including ground covers to live and grow for a period of 30 days from the last day of the maintenance period or final acceptance of the contract work, whichever is the later. The Contractor shall replace, at its expense, all plant material found to be dead, missing, or in poor condition during the maintenance period within 5 days of discovery of such plant material. The Engineer shall be the sole judge as to the condition of the plant material. Plant material found to be dead or in poor condition within the guarantee period shall be replaced by the Contractor, at its expense, within 15 days of written notification. Replacements shall be made to the same specifications required for the original plantings. The Contractor shall submit written vegetation, planting and irrigation guarantee in approved form that all work showing defects in materials or workmanship will be repaired or replaced at no cost to the Engineer for a period of one year from the date of acceptance by the Engineer. The Guarantee form shall be retyped on the Contractor's letterhead and contain the following verbiage: "Guarantee For Vegetation, Planting and Irrigation System For (Project Name) We hereby guarantee that the vegetation, planting and irrigation system we have furnished and installed for (project name) is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications. We agree to repair or replace any defect in vegetation, material or workmanship, including that due to ordinary wear and tear, which may develop during the periods specified in section 308-7 of the Standard Specifications and the Special Provisions of said project from date of completion of the Work or termination of any maintenance period, whichever is the later, and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Agency. This guarantee does not extend to unusual abuse or neglect that may occur subsequent to the date of completion of the Work or termination of any maintenance period, whichever is the later. ,., •;;' Revised 6/15/17 Contract No. 5208-B Page 212 of 220 We shall make such repairs or replacements within a reasonable time, as determined by the Engineer, after receipt of written notice. In the event of failure to make such repairs or replacements within a reasonable time after receipt of written notice from the Engineer, we authorize the Engineer to proceed to have said repairs or replacements made at our expense, and we will pay the costs and charges therefore upon demand. Project: (Project Name) Location: (Legal Description of Project Property) Name of Contractor: Address: (Of Contractor) Telephone: (Of Contractor) By: (Typed or printed names of signing Officer(s) of the Contractor authorized to bind the Contractor in legal matters) Title: (Of said officer(s)) Signature(s) Date of Execution:" Add the following section: 308-7.1 Record Drawings. In addition to the requirements of section 2-5.4, herein, the Contractor shall prepare record drawings that show all changes in the work constituting departures from the original contract drawings, including those involving both constant-pressure and intermittent-pressure lines and appurtenances. The Contractor shall accurately record, on a daily basis, on one set of blue line prints of the irrigation drawings, all changes in work constituting departures from the original contract drawings, including changes in both pressure and nonpressure line. The Contractor shall post information on record drawings no later than the next working day after the work is installed. The Contractor shall record changes and dimensions in a legible and professional manner. When the drawings are approved by the Engineer the Contractor shall transfer all information to a set of reproducible photo mylar drawings. Items required to be shown shall be dimensioned by the Contractor from two permanent points of reference (buildings, monuments, sidewalks, curbs, pavement). The accuracy of location of all items to be shown on the drawings shall be 150 mm (6") in both the vertical and horizontal planes. All text and numerals placed on drawings shall be 0.30 mm (1/a") in size. Facilities and items to be located in their horizontal and vertical positions and shown on the record drawings include all: Point(s) of connection, for water and electrical services a) Routing of irrigation pressure mainlines b) Backflow preventors c) Ball, gate and check valves d) Irrigation control valves. e) Quick coupler valves f) Routing of service wires g) Routing of control wires h) Electrical service equipment i) Electrical junction boxes j) Irrigation controllers k) Sleeves for future connections I) Other equipment of a similar nature (as directed by the Engineer). The Contractor shall keep the blue print drawings available for the Engineer's inspection at any time. The Contractor shall make all changes to reproducible drawings in waterproof black ink (no ball point pen). Changes in dimensions shall be recorded in a legible and professional manner. Record construction drawings shall be maintained at the job site during construction. {'\ •+; Revised 6/15/17 Contract No. 5208-B Page 213 of220 The Contractor shall provide one set of mylar "record" drawings to the Engineer after submitting blueline prints of the proposed "record" drawings for, and obtaining their approval by, the Engineer. Add the following section: 308-7.2 Controller Chart. The Contractor shall prepare record drawings which shall be submitted to the Engineer for approval by the Engineer before charts are prepared. The Contractor shall provide one controller chart of the maximum size the controller doorwill allow, for each controller supplied, showing the area covered by that automatic controller. The chart shall be a reduction of the actual record system drawing with a legend to explain all symbols. If the controller sequence is not legible when the drawing is reduced, The Contractor shall enlarge it to a size that will be readable when reduced. The Contractor shall photocopy the chart, with a pastel transparent color used to show area of coverage for each station. When completed and approved, the Contractor shall hermetically seal the chart between two pieces of plastic, each piece being a minimum 20 mils thick. The Contractor shall complete the charts and obtain the Engineers approval prior to final inspection of the irrigation system. Add the following section: 308-7.3 Operation and Maintenance Manuals. The Contractor shall prepare and deliver to the Engineer, within 1 O calendar days prior to completion of construction, all required and necessary descriptive material in complete detail and sufficient quantity, properly prepared in four individual bound copies. The descriptive material shall describe the material installed in sufficient detail to permit qualified operating personnel to understand, operate, and maintain all equipment. The Contractor shall include spare parts list and related manufacturer information for each equipment item installed. Each manual shall include the following: a) Index sheet stating Contractor's address and telephone number. b) Duration of Guarantee period. c) List of equipment, with names and addresses of manufacturer's local representative. d) Complete operating and maintenance instructions on all major equipment. e) In addition to the maintenance manuals, the Contractor shall provide the agency maintenance personnel with instructions for major equipment, and show written evidence to the Engineer at the conclusion of the work that this service has been rendered. Add the following section: 308-7.4 Check List. The Contractor shall complete and forward signed and dated checklist to the Engineer before final acceptance of project. the following checklist at the end of the project, using the format shown: a) Plumbing permits (if none required, so note) b) Materials approval c) Pressure mainline test (by whom, and date) d) Record drawings completed (received by, and date) e) Controller chart completed (received by, and date) f) Materials furnished (received by, and date) g) Operation and maintenance manuals furnished (received by, and date) h) System and equipment operation instructions (received by, and date) i) Manufacturer warranties (received by, and date) j) Written guarantee by Contractor (received by, and date) l'\ •;;' Revised 6/15/17 Contract No. 5208-B Page 214 of 220 SECTION 310 -PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (1/s") in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm (¼") in 3 m (10') when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.1 O') thick asphalt concrete overlay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. {'\ •,,-Revised 6/15/17 Contract No. 5208-B Page 215 of 220 Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 310-5.6.1 0 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for the individual pipe alignment items, and no additional compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefore. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. SECTION 312 -PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in section 310-5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. 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 locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 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, l' •~ Revised 6/15/17 Contract No. 5208-B Page 216 of 220 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 locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheeting shall be visible at 300 m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate shall certify that the channelizers comply with the plans and specifications and 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: {'\ •+;' Revised 6/15/17 Contract No. 5208-B Page 217 of 220 313-3 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 sections 210-1.5 "Paint Systems" and 310 "Painting". Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or 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 CAL TRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Co·ncrete 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 (3/a") thick plate welded on the upper end with a 5-mm (3/15") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CAL TRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (10') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 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. l"\ •+;' Revised 6/15/17 Contract No. 5208-B Page218of220 Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite Ill" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CAL TRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CAL TRANS Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be 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 CAL TRANS 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 specifications are a part of 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 installation, grading for the approach path, maintenance, painting and re-painting, 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 6/15/17 Contract No. 5208-B Page 219 of220 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 6, MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 600-3 RUBBERIZED EMULSION -AGGREGATE SLURRY 600-3.2 Materials add the following: Aggregate for Rubberized Emulsion -Aggregate Slurry shall be Type I Slurry Aggregate. 600-3.4 Application of REAS add to the first paragraphs: No slurry shall be applied until the provisions of subsection 212-1.2.6, Herbicide Application, Section 302-11 Asphalt Concrete Pavement Crack Filling and Sealing, Section 312-3 Pavement Marker Removal have all been satisfied. The Contractor shall remove all existing markings, legends and striping, either permanent or temporary in those areas to be slurried. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. All cracks and areas between existing curb and gutter and edge of pavement that contain weeds or plant growth of any kind shall be treated with herbicides. Herbicides shall be applied at least 2(two) working days prior to sealing of street. Allowance for the two day period shall be shown in the schedule required per section 6-1. Contractor shall remove any visible plant growth prior to placement of Herbicide. Full compensation for removal of striping and herbicide application shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work and shall be considered as included in the contract unit price bid for Rubberized Emulsion Aggregate Slurry and no additional compensation will be allowed therefore. 600-3.6 Public Convenience and Traffic Control Modify the first line with the following: Public Convenience and traffic control shall conform to 302-4.4.4. There shall be no stockpiling of material allowed on City right-of-way. l'\ •;r Revised 6/15/17 Contract No. 5208-B Page 220 of 220 Technical Specifications RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02080 - 1 ASBESTOS CEMENT PIPE TESTING SECTION 02080 ASBESTOS CEMENT PIPE TESTING PART 1 GENERAL 1.1 DESCRIPTION This section includes: A. Cutting and handling of Asbestos Cement pipe (ACP) B. Phenolphthalein stain testing on full circumference samples of ACP samples C. Laboratory Energy Dispersive Spectroscopy (EDS) testing of ACP samples 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ASTM C500 Standard Test Methods for Asbestos-Cement Pipe OSHA 1926.1101 Asbestos 8 CCR 1529 Asbestos in Construction, California Code of Regulations – Title 8 40 CFR Part 61-M National Emissions Standards for Asbestos 1.3 ABBREVIATIONS ACP Asbestos Cement Pipe EDS Energy Dispersive Spectroscopy 1.4 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 02223 and 15000. 1.5 COORDINATION A. Prior to work, schedule ACP cutting and repair with the Owner to allow pipeline to be shut down prior to removal of full circumference sample. Cutting and removal of ACP without previous authorization from the Owner is prohibited. B. Cut and remove ACP in accordance with federal, Cal/OSHA, and local regulations. 1.6 QUALIFICATIONS A. Personnel responsible for cutting and handling the ACP: 1. Trained and experienced in the means and methods of cutting ACP per the requirements of California OSHA. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02080 - 2 ASBESTOS CEMENT PIPE TESTING 2. Performed successful cutting and handling of ACP three (3) times in the last five (5) years. B. Personnel responsible for administering Phenolphthalein solution test: 1. Trained and experienced in the means and methods of application of the solution. 2. Performed successful Phenolphthalein solution test in the field on ACP two (2) times in the last five (5) years. C. Laboratory responsible for EDS testing: 1. Experienced in performing EDS testing on ACP for a minimum of two (2) projects in the last five (5) years. D. Personnel responsible for EDS testing: 1. Trained and experienced in operating scanning electron microscopy and energy dispersive spectroscopy equipment for a minimum of five (5) years, having worked with the equipment used for this project for a minimum of one (1) year. 1.7 SUBMITTALS A. Furnish submittals in accordance with the General Provisions. B. Submit the following products, procedures, and experience specific to testing and handling of ACP within 30 calendar days of the Contractor’s Notice to Proceed: 1. Phenolphthalein solution to be used for testing. 2. Work experience of personnel responsible for cutting and handling of the ACP including: a. Date and Location of work performed. b. Name and phone number of contact with Agency, Owner, or Owner’s representative for whom the work was performed. c. Size of pipe and tools used. 3. Safety equipment and measures, including personnel safety gear, temporary enclosures, warning signs, fences, etc. to be used at the site. 4. Packaging and Bagging materials to be used for safe storage and transportation of ACP samples. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02080 - 3 ASBESTOS CEMENT PIPE TESTING 5. Work experience of personnel responsible for administering Phenolphthalein solution: a. Date and Location of work performed. b. Name and phone number of contact with Agency, Owner, or Owner’s representative for whom the work was performed. 6. Work experience of the laboratory in responsible charge of performing EDS testing: a. Description of work performed and date. b. Name and phone number of contact with Agency, Owner, or Owner’s representative for whom the work was performed. 7. Documentation verifying calibration of EDS testing equipment and devices to be used for this project. 8. Work experience of personnel responsible for administering EDS testing on ACP: a. Date, Laboratory name, and location of work performed. b. Name and phone number of contact with Agency, Owner, or Owner’s representative for whom the work was performed. 9. EDS scanning electron microscope to be used by laboratory for EDS testing. 10. Laboratory ACP Testing work plan. PART 2 MATERIALS 2.1 PHENOLPHTHALEIN SOLUTION A. Provide alcohol-based 1% Phenolphthalein indicator solution for ACP testing with minimum 95% alcohol, 1% Phenolphthalein. 1. Manufacturer: Fisher Chemical, or equal. 2.2 PACKAGING AND BAGGING MATERIALS A. Asbestos Disposal Bags 1. Transparent 6 mil minimum thick plastic. 2. Clearly labeled Asbestos warning. 3. Can be sealed to permit safe storage after testing has been performed. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02080 - 4 ASBESTOS CEMENT PIPE TESTING PART 3 EXECUTION 3.1 SAFETY MEASURES A. Perform all work in accordance with the local building codes, Federal Industrial Safety Orders, Asbestos NESHAP requirements, and requirements of Cal/OSHA. Personnel working on or in direct vicinity of cutting and handling ACP must wear protective outerwear, eyewear, and respirators per Cal/OSHA. B. Provide safeguards to public and personnel safety including warning signs, fences, lights, and/or other similar items that are necessary for the protection of all personnel during the cutting and handling activities of ACP. C. Assemble and use temporary enclosures to contain friable asbestos fibers and prevent them from release to the atmosphere during cutting. Wet the ACP during cutting to prevent generation of friable asbestos fibers. D. The Contractor shall assume full responsibility for personnel and site safety. 3.2 PROTECTION OF IN-PLACE CONDITIONS A. Carefully cut, handle, and perform testing in such a manner as to not harm the pipe sample, adjacent structures, utilities, systems, equipment, existing landscaping or natural vegetation. The Contractor is fully responsible for such disturbance. B. Repair and return damaged or disturbed property and facilities to their original condition. 3.3 EXCAVATION AND BACKFILL A. See Section 02223. 3.4 PIPE CUTTING A. Prior to cutting, clearly and accurately mark the following on the sample of pipe to be cut and extracted for testing: 1. Crown of the pipe. 2. Owner-approved unique pipe ID (GIS asset ID number), and date. B. Perform ACP cutting utilizing a saw cutting tool, or other tool capable of a smooth, even cut around the full cross section of the pipe. Chain-cutting tools are not acceptable. Pipe samples must be 36-inches in length, minimum. C. Prevent spread of friable asbestos fibers, flying particles, and dust using temporary enclosure. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02080 - 5 ASBESTOS CEMENT PIPE TESTING D. The Owner’s representative shall be the sole judge of the quality and acceptability of each cut. Re-cut any coarse, chipped, broken, or otherwise defective cuts of ACP at no cost to the Owner. E. Avoid contamination (dust, dirt, grease) of ACP samples during extraction. F. Immediately repair the pipe in accordance with the Contract Documents. 3.5 PHENOLPHTHALEIN TESTING A. Perform Phenolphthalein stain testing immediately following cutting and removal of the pipe and complete testing within 30 minutes of the pipe being cut. B. Perform stain testing on cut surface of full pipe cross section on both ends of the pipe sample. C. Follow the procedure below to administer the Phenolphthalein stain test: 1. Clean excess cement paste, dust, dirt, and other foreign substances from the freshly cut surface. 2. Place sample on a clean surface with proper lighting to facilitate photography. 3. Apply Phenolphthalein solution to freshly cut ACP cross section. Apply enough solution such that the cut surface is fully wetted but no running solution. 4. Let surface dry in ambient environment until fully dry. 5. After the Phenolphthalein solution on the pipe has dried; a. Locate the area around the circumference where the stain covers the least amount of the pipe wall thickness (Thinnest Stain). Mark this area with the number “1”. b. Locate the area around the circumference where the largest width of stain is not present on the internal side of the pipe wall (Internal Stain Loss). Mark this area with the number “2”. c. At each location, measure the width of the stain-loss reach, both on the internal and external side of the stained area, as well as the total wall thickness. d. Document the measurements and locations, with respect to the crown of the pipe (12 o’clock) in a clockwise direction, of both locations on the Owner-approved table. e. Complete procedure on both ends of the pipe sample. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02080 - 6 ASBESTOS CEMENT PIPE TESTING 6. Digitally photograph the full pipe cross section directly perpendicular to the cut surface showing the extent of stained pipe wall, clear and free of shadows, for each end of the pipe. Photographs taken at angles are not acceptable. Take several photographs of each end and ensure the photos are in focus. Orient the pipe such that the crown of the pipe is at the top of the photograph. Keep a consistent distance between the study surfaces and camera for all photos. Include a scale with millimeter divisions and sample labels (e.g. locations “1”, “2”, and pipe ID) in all photos. Use of a Digital Single-Lens Reflex (DSLR) camera and a macro lens (or equal) with minimum resolution of 8 Megapixels. Name all digital photograph files of the pipe sample to include the sample’s unique pipe ID and date. D. Documentation: 1. Produce two hard copies of the table as shown in Figure 1 to the jobsite for any pipe cutting and testing activities. Clearly and legibly document all applicable data into the table during cutting and testing activities. 2. Deliver one copy of documentation to the EDS laboratory with the ACP samples. Retain the second copy of documentation until the laboratory has confirmed receipt of the documentation with the ACP samples. 3.6 PIPE HANDLING A. Carefully handle ACP sample to not damage the cuts, pipe integrity, or results of the pipe testing. Mishandling of the ACP sample, including damage from transportation and delivery, that results in chipping, scraping, cracking, deforming, or other damage that may void the results of testing will not be acceptable. The Owner’s representative shall be the sole judge of mishandling of the ACP sample. If a sample is mishandled, re-cut, test, and properly handle a new sample of ACP at no additional cost to the Owner. B. Following Phenolphthalein stain testing of the ACP sample, carefully bag and seal the sample air-tight with approved packaging and bagging materials. Clearly label the outside of the bagging with the unique pipe ID and date. C. Individually package and label each sample. Keep packaged samples dry, sealed, and away from direct sunlight and high temperature during transportation. D. Deliver the bagged and sealed sample to the Owner-approved laboratory for EDS testing. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02080 - 7 ASBESTOS CEMENT PIPE TESTING 3.7 LABORATORY TESTING A. Contract with one of the following Owner-approved laboratories to perform EDS testing on each ACP sample. Complete Laboratory Testing and deliver results to Owner within fourteen (14) calendar days of pipe cutting. 1. AFW Laboratories 9210 Sky Park Ct. San Diego, CA 92123 2. Applied Materials & Engineering, Inc. 980 41st Street, Oakland, CA 94608 3. Levelton (WSP) Laboratories Richmond, BC, Canada 150-12791 Clarke Place Richmond, BC V6V 2H9 4. Or equal B. Arrange for safe delivery of ACP samples to the Owner-approved laboratory. C. Equipment: 1. EDS equipment shall be equipped with a scanning electron microscope (SEM) capable of producing high resolution SEM images of cross-section (where analyses are being performed) and shall be able to generate EDS elemental area maps or phase maps. D. Laboratory testing work and responsibilities: 1. Prior to conducting testing, coordinate with the Owner to verify testing requirements, measurement and testing protocol, and data results. Provide Owner with an “ACP Testing Work Plan” for Owner’s information/file describing in detail the testing plan to be used on each pipe sample. 2. Calibrate EDS equipment by using test peaks of known energy, covering the full analytical span prior to testing ACP samples. 3. Perform EDS testing to measure and record percent element by weight for Aluminum (Al), Carbon (C), Calcium (Ca), Iron (Fe), Magnesium (Mg), Oxygen (O), and Silicon (Si) at the locations of largest internal stain loss and thinnest overall stain, as marked during field Phenolphthalein stain testing. 4. Allow sufficient process time for analysis and ensure a statistically significant number of counts in order to decide if a peak is present or absent. Present a table of maximum number of counts and atomic percentage. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02080 - 8 ASBESTOS CEMENT PIPE TESTING 5. Perform the testing on each cut surface of pipe (i.e. on both ends of each sample delivered to the laboratory) per the following requirements: a. Measure and record percent by weight of each element at 10 equally spaced locations across the cut pipe surface, in a line perpendicular to the inner and outer wall edge tangent (i.e. along line used to measure wall thickness). b. Label each equally spaced location measurements 1 through 10, with point 1 being the reading closest to the inner pipe wall surface and point 10 being the reading closest to the outer pipe wall surface. c. Document the location of each set of 10 measurements by pipe ID and clockwise location relative to the crown of the pipe (i.e. crown is 12 o’clock). d. Document the total wall thickness where each set of measurements is taken. e. Provide all data results to the Owner in Microsoft Excel file format only (.xlsx), utilizing the Owner’s approved Excel file template. Microsoft Word, PDF, or other formats are not acceptable. See Figure 1 for a sample of the Owner’s approved Excel file template. 6. Re-bag, seal and store ACP sample until confirmation from the Owner that the testing data provided is complete and received. After confirmation, legally dispose of each tested ACP sample. 7. Document site measurements provided on hard-copy print of Figure 1 delivered to the laboratory with the ACP samples in the digital Excel file of Figure 1. Transmit the completed file via email to the City’s Project Manager with the file and email titled with the project name, project number, and unique pipe ID number. Load the file onto a USB flash drive and deliver to the City by certified mail. Include the project name, project number, and unique pipe ID number in the packaging with the flash drive. Mail USB flash drive to the following address: City of Carlsbad 5950 El Camino Real Carlsbad, CA 92008 Attn: Lindsay Leahy RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02080 - 9 ASBESTOS CEMENT PIPE TESTING Figure 1: Sample Owner’s-approved Excel file template LocationSampleIDClock PositionPipe Wall Thickness (mm)Internal Stain Loss (mm)External Stain Loss (mm)Element 1 2 3 4 5 6 7 8 910CommentXXX-1AlXXX-1CXXX-1CaXXX-1FeXXX-1MgXXX-1OXXX-1SiXXX-2AlXXX-2CXXX-2CaXXX-2FeXXX-2MgXXX-2OXXX-2SiTo be filled out in the field by ContractorTo be filled out in lab by Laboratory TechnicianNotes:1. If Lab leaves any cells blank inside Figure 1, state specific reason in the table as to why that cell was left blank.2. Remove grey shading in file once lab data has been entered into the spreadsheet3. Populate Comments only as needed. Comments may be left by Contractor or Laboratory TechnicianInner Surface Outer SurfacePercent Element by Weight10 EDS Samples per Location, Equally Spaced Across the Width of the CouponThinnest Stain (1)Maximum Internal Stain Loss (2)Date of Cut:Date of Lab Testing: END OF SECTION [I] rn RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02080 - 10 ASBESTOS CEMENT PIPE TESTING THIS PAGE INTENTIONALLY BLANK RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02223 - 1 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING SECTION 02223 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING PART 1 GENERAL 1.1 DESCRIPTION This section includes materials, testing, and installation for trench excavation, backfill, and compaction of piping, conduit, manholes, and vaults. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ASTM C 131 - Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 150 - Portland Cement ASTM D 75 - Practice for Sampling Aggregates ASTM 1556 - Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone method ASTM D 1557 - Test Method for Moisture-Density Relations of Soils Using a Modified Effort ASTM D 2419 - Test Method for Sand Equivalent Values of Soil and Fine Aggregate ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods ASTM D 3776 - Test Method for Mass Per Unit Area (Weight) of Woven Fabric ASTM D 4253 - Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Plate ASTM D 4254 - Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density ASTM D 4632 - Test Method for Grab Breaking Load and Elongation of Geotextiles ASTM D 4751 - Test Method for Determining the Apparent Opening Size of a Geotextile CAL-OSHA - Title 8 General Industry Safety Orders 1.3 RELATED WORK SPECIFIED ELSEWHERE Standard Specifications 15000, 15044, 15057, 15064, and 15125 1.4 GEOTECHNICAL TESTING The Developer or Contractor shall engage the services of a geotechnical engineering firm or individual licensed in the State of California to monitor soil conditions during earthwork, trenching, bedding, backfill, and compaction operations. Sampling and testing procedures shall be performed in accordance with the Reference Standards and as follows: A. The soils technician shall be present at the site during all backfill and compaction operations. Failure to have the soils technician present will subject such operations to rejection. B. Density and optimum moisture content of soil shall be determined by the use of the sand cone method, ASTM D 1556, or nuclear density gauge method, ASTM D 2922 & D 3017. Since the composition of the pipe and the walls of the trench have an effect on the nuclear density gauge output, a minimum of 25% of the density and optimum moisture tests shall be made using the sand cone method. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02223 - 2 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING C. Determine laboratory moisture-density relations of existing soil by ASTM D 1557, Method C and/or D. D. Determine the relative density of cohesion less soils by ASTM D 1557, Method C and/or D. E. Sample backfill material by ASTM D 75. F. Express "relative compaction" as a percentage of the ratio of the in-place dry density to the laboratory maximum dry density. A report of all soils tests performed shall be stamped and signed by the soils firm or individual and shall be submitted by the Contractor prior to the filling of the Notice of Completion by the City. The report shall document the sampling and testing of materials, the location and results of all tests performed, and shall certify that materials and work are in compliance with this specification. 1.5 PIPE ZONE The pipe zone includes the full-width of the trench from 6-inches below the bottom of the pipe to 12-inches above the top of the pipe and extends into manhole or vault excavations to the point of connection to or penetration of such structure. 1.6 TRENCH ZONE The trench zone includes the portion of the trench from the top of the pipe zone to the bottom of the pavement zone in paved areas, or to the existing surface in unpaved areas, and extends into manhole or vault excavations above the pipe zone. 1.7 PAVEMENT ZONE The pavement zone includes the concrete or asphalt concrete pavement and aggregate base section placed over the trench zone and extends into manhole or vault excavations above the trench zone. 1.8 PROTECTION OF EXISTING UTILITIES AND FACILITIES The Contractor shall be responsible for the care and protection of all existing utilities, facilities, and structures that may be encountered in or near the area of the work. 1.9 PROTECTION OF EXISTING LANDSCAPING The Contractor shall be responsible for the protection of all the trees, shrubs, fences, and other landscape items adjacent to or within the work area. 1.10 ACCESS The Contractor shall provide continuous, unobstructed access to all driveways, water valves, hydrants, or other property or facilities within or adjacent to the work areas. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02223 - 3 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING 1.11 SAFETY A. Protection of workers within trenches shall be as required by the California Labor Code. B. All excavations shall be performed in a safe manner and shall be protected and supported in accordance with CAL-OSHA regulations. C. Barriers and traffic delineators shall be placed in accordance with the requirements of the agency having jurisdiction. 1.12 BLASTING Blasting for excavation shall not be performed without the written permission of the City Procedures and methods of blasting shall conform to all Federal, State, and local laws and ordinances. 1.13 PIPE JACKING Pipe jacking may be permitted in accordance with Section 15125. City approval is required in advance of such operations. 1.14 EXCESS EXCAVATED MATERIAL A. The Contractor shall remove and legally dispose of all excess excavated material and demolition debris. B. It is the intent of these specifications that all surplus material shall be legally disposed of by the Contractor. Before acceptance of the work by City, the Contractor shall provide the City with written releases signed by all property owners with whom the Contractor has entered into agreements for disposing of excess excavated material, absolving the City from any liability connected therewith. 1.15 CHANGES IN LINE AND GRADE In the event obstructions not shown on the plans are encountered during the progress of the work, and which will require alterations to the plans, the Engineer shall have the authority to change the plans and order the necessary deviation from the line and grade. The Contractor shall not deviate from the specified line and grade without prior written approval by the City. 1.16 HYDROSTATIC TESTING Pre-testing of the piping system may be performed for the Contractor's convenience at any time. However, the final hydrostatic pressure test, as described in Section 15044, shall be performed following the completion of all backfilling and trench zone compaction with a minimum of 2.5-feet of material over the pipe. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02223 - 4 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING PART 2 MATERIALS 2.1 GENERAL The Contractor shall furnish backfill material as specified below. All materials used in and above the pipe zone shall be capable of attaining the required relative density. 2.2 IMPORTED SAND – PIPE ZONE Imported sand shall be used within the Pipe Zone for installations of PVC Pressure Pipe, Ductile-Iron Pipe, Cement-Mortar Coated Steel Pipe, Tape-Wrapped Steel Pipe, and Paint-Coated Pipe. A. Imported sand shall be free from clay balls, organic matter, and other deleterious substances and shall have a coefficient of permeability greater than 0.014 measured in accordance with ASTM D2434 or a sand equivalent of greater than 30 per ASTM D2419. B. Resistivity for imported sand shall be not less than 2,000 ohm-cm when maximum chloride concentration of 200 mg/l when measured in accordance with California Test Method 422 and a maximum sulfate concentration of 500mg/l when measures in accordance with California Test Method 417. C. Imported Sand shall conform to the following gradation: Sieve Size Percent Passing by Weight ½ inch 100 No. 4 75-100 No. 16 35-75 No. 50 10-40 No. 200 0-10 2.3 NOT USED 2.4 NOT USED 2.5 EARTH BACKFILL MATERIAL – TRENCH ZONE A. Earth backfill is defined as materials removed from the required excavations and used as backfill in the trench zone. Earth backfill that meets the requirements specified herein may be used for all backfill or fill, except where imported materials are shown on the Plans or specified herein. Do not use stockpiled topsoil for backfill or fill. B. Earth backfill shall be excavated materials that is free from organic matter, roots, debris, and rocks larger then 4 inches in the greatest dimension. C. Earth backfill used in the trench zone shall be native granular materials free from roots, debris, and organic matter with less than 50 percent passing the No. 200 sieve and more than 40 percent passing the No. 4 sieve and rock particles with a maximum dimension no greater than 4 inches. D. Where the onsite materials are determined by the Engineer to be unsuitable, imported fill shall be provide by the Contractor. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02223 - 5 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING 2.6 SAND-CEMENT SLURRY Sand-cement slurry shall consist of two sacks, 188 pounds, of Portland cement per cubic yard of sand and sufficient moisture for workability. City approval is required for use of slurry as a backfill material. 2.7 FILTER FABRIC Filter fabric shall be manufactured from polyester, nylon, or polypropylene. Material shall be of non-woven construction and shall meet the following requirements: Grab tensile strength (ASTM D 4632): 100 lbs. minimum for a 1-inch raveled strip Weight (ASTM D 3776): 4.5 oz./yd2) Apparent opening size (ASTM D 4751): 0.006-inch PART 3 EXECUTION 3.1 CLEARING AND GRUBBING A. Areas where work is to be performed shall be cleared of all trees, shrubs, rubbish, and other objectionable material of any kind, which, if left in place, would interfere with the proper performance or completion of the completed work, would impair its subsequent use, or would form obstructions therein. B. Organic material from clearing and grubbing operations will not be incorporated in the trench backfill and shall be removed from the project site or retained and incorporated into the topsoil. 3.2 PAVEMENT, CURB, AND SIDEWALK REMOVAL Bituminous or concrete pavements, curbs, and sidewalks shall be removed and replaced in accordance with the requirements of the agency having jurisdiction. 3.3 DEWATERING A. The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and dispose of all water from any source entering excavations or other parts of the work. Dewatering shall be performed by methods that will ensure a dry excavation and preservation of the final lines and grades of the bottoms of excavations. Dewatering methods may include well points, sump points, suitable rock or gravel placed as pipe bedding for drainage and pumping, temporary pipelines, or other means, all subject to the approval of the City. The cost of all dewatering activities shall be borne by the Contractor. B. Water from dewatering activities in trenches or excavations, or from collected or accumulated groundcover, may be disposed to the sewer or storm drain with the applicable permit. Disposal to the sewer requires a Discharge Permit from the Encina Wastewater Authority. Disposal to the storm drain requires a NPDES Permit from the State of California. The Contractor is responsible for obtaining and paying for all necessary permits for water disposal. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02223 - 6 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING C. Concrete shall not be poured in water, nor shall water be allowed to rise around concrete or mortar until it has set at least four hours. D. The Contractor is responsible for meeting all Federal, State, and local laws, rules, and regulations regarding the treatment and disposal of water from dewatering operations at the construction site. 3.4 SHORING AND SHIELDING A. The Contractor's design and installation of shoring shall be consistent with the rules, orders, and regulations of CAL-OSHA. B. Excavations shall be shored, sheeted, and supported such that the walls of the excavation will not slide or settle and all existing improvements of any kind, either on public or private property, will be fully protected from damage. C. The sheeting and shoring shall be arranged so as not to place any stress on portions of the completed work until the general construction has proceeded far enough to provide ample strength. D. Care shall be exercised in the moving or removal of trench shields, sheeting, and shoring to prevent the caving or collapse of the excavation faces being supported. 3.5 CORRECTION OF OVEREXCAVATION Over-excavations shall be corrected by backfilling with approved imported granular material or crushed rock, compacted to 90% relative compaction, as directed by the City. 3.6 FOUNDATION STABILIZATION A. When unsuitable soil materials are encountered, the unsuitable material shall be removed to the depth determined necessary in the field by the Soils Technician, and as acceptable to the City. The sub-grade shall be restored with compacted Imported Granular Material or crushed rock as recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. B. When rock encroachment is encountered, the rock shall be removed to a point below the intended trench or excavation sub-grade as determined necessary in the field by the Soils Technician, and as acceptable to the City. The sub-grade shall be restored with compacted Imported Granular Material as recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. C. When excessively wet, soft, spongy, or similarly unstable material is encountered at the surface upon which the bedding or base material is to be placed, the unsuitable material shall be removed to the depth determined necessary in the field by the Soils Technician, and as acceptable to the City. Restore the trench with crushed rock enclosed in filter fabric as directed by the Engineer. Larger size rocks, up to 3-inches, with appropriate gradation, may be used if recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02223 - 7 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING 3.7 TRENCH EXCAVATION AND PLACEMENT OF BEDDING A. Excavate the trench to the lines and grades shown on the drawings with allowance for 6-inches of pipe bedding material. The trench section shall be as shown on the Standard Drawings. B. The maximum length of open trench shall be 500-feet except by permission of the City, City, or County. The distance is the collective length at any location, including open excavation and pipe laying, which has not been backfilled to the elevation of the surrounding gate. C. Trench walls shall be sloped or shored per the requirements of CAL-OSHA. D. The trench bottom shall be graded to provide a smooth, firm, and stable foundation that is free from rocks and other obstructions. E. Place the specified thickness of bedding material over the full width of the trench. Grade the top of the pipe base ahead of the pipe laying to provide a firm, uniform support along the full length of pipe. F. Excavate bell holes at each joint to permit proper assembly and inspection of the entire joint. G. Trenches for main pipelines and all appurtenances shall be backfilled with the materials and methods as specified for the Pipe Zone, Trench Zone, and Pavement Zone. H. Trench widths shall be in accordance with the Standard Drawings. I. Trench depth shall be as required to install pipelines in accordance with the Approved Plans and these Standard Specifications. Unless shown otherwise in the Approved Plans, the minimum cover for pipelines shall be as follows: Pipeline Application Minimum Cover Required Potable Water 36-inches Recycled Water 48-inches Sewer 60-inches 3.8 MANHOLE AND VAULTS A. The Contractor shall prepare an excavation large enough to accommodate the structure and permit grouting of openings and backfilling operations. The walls of the excavation shall be sloped or shored per the requirements of CAL-OSHA. B. Manholes and vaults shall be placed at the location and elevation shown on the plans, on undisturbed soil with 6-inches of compacted crushed rock base. C. Manhole and vault excavations shall be backfilled with the materials and methods as specified for the Pipe Zone, Trench Zone, and Pavement Zone. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02223 - 8 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING 3.9 COMPACTION REQUIREMENTS A. Compaction shall be accomplished by mechanical means. Consolidation by water settling methods such as jetting or flooding is prohibited. B. If the backfill fails to meet the specified relative compaction requirements, the backfill shall be reworked until the requirements are met. All necessary excavations for density tests shall be made as directed by the Soils Technician, and as acceptable to the Engineer. The requirements of the Agency having jurisdiction shall prevail on all public roads. C. Compaction tests shall be performed at random depths, and at random intervals not to exceed 150-feet, as directed by the Soils Technician or City. D. Relative compaction shall be determined by the impact or field compaction test made in accordance with ASTM D 1557 Procedure C. E. Unless otherwise shown on the plans, standard drawings or otherwise described in the specifications for the particular type of pipe installed, relative compaction in pipe trenches shall be as follows: 1. Pipe zone – 90% relative compaction. 2. Trench zone – 90% relative compaction. 3. Structural section in paved areas – per agency requirements, 95% minimum. 4. Imported Granular Material for over excavation or foundation stabilization – 90% relative density. F. All excavations are subject to compaction tests. 3.10 NOT USED 3.11 PIPE ZONE BACKFILL A. Care shall be taken in placing the imported granular backfill material simultaneously around the main pipeline and appurtenance pipes so that the pipe barrel is completely supported and that no voids or uncompacted areas are left beneath the pipe or on the sides of the pipe. Care shall be taken to place material simultaneously on both sides of the pipe to prevent lateral movement. This area shall be mechanically compacted to attain 90% relative density. Care shall be taken when compacting appurtenance laterals 2-inches and smaller to prevent the crushing or denting of the copper lateral. Additional lifts of 12-inches or less thickness may be required on 16-inch or larger diameter pipe to attain complete support of the haunch area. Soils tests may be taken on this layer or backfill. B. After the spring line backfill has been approved by the Soils Technician, backfill of the remainder of the Pipe Zone may proceed. Do not drop sharp, heavy pieces of material directly onto the pipe or the tamped material around the pipe. C. Place and compact the imported granular material at a maximum of 12-inch lifts. Compact all material placed in the Pipe Zone by mechanical methods. Sand cone tests shall be taken on this layer of backfill. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02223 - 9 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING D. The use of a backhoe mounted compaction wheel is prohibited within the pipe zone to 12-inches above the top of the pipe. E. Under no circumstances shall consolidation by water settling or water-setting methods (i.e., jetting, diking, etc.) be permitted. 3.12 TRENCH ZONE BACKFILL A. After the Pipe Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the City, backfill in the Trench Zone may proceed. B. Compaction using vibratory equipment, tamping rollers, pneumatic tire rollers, or other mechanical tampers shall be performed with the type and size of equipment necessary to accomplish the work. The backfill shall be placed in horizontal layers of such depths as are considered proper for the type of compacting equipment being used in relation to the backfill material being placed. Each layer shall be evenly spread, properly moistened, and compacted to the specified relative density. The Contractor shall repair or replace any pipe, fitting, manhole, or structure damaged by the installation operations as directed by the City. 3.13 PAVEMENT ZONE BACKFILL AND RESTORATION A. After the Trench Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the City, backfill in the Pavement Zone may proceed as necessary in accordance with the requirements of the agency having jurisdiction. B. Replace bituminous and concrete pavement, curbs, and sidewalks removed or damaged during construction in accordance with the requirements of the agency having jurisdiction. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 02223 - 10 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING THIS PAGE INTENTIONALLY BLANK RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 03000 - 1 CAST-IN-PLACE CONCRETE SECTION 03000 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 DESCRIPTION This section describes materials and methods for formwork, reinforcement, mixing, placement, curing and repairs of concrete, and the use of cementitious materials and other related products. This section includes concrete, mortar, grout, reinforcement, thrust and anchor blocks, valve support blocks, and manhole bases. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ASTM A 185 - Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ASTM A 615/A 615M - Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM C 150 - Specification for Portland Cement ASTM C 494 - Specification for Chemical Admixtures for Concrete ASTM C 881 - Specification for Epoxy-Resin-Base Bonding Systems for Concrete CRSI - Recommended Practice for Placing Reinforcing Bars SSPWC - Standard Specifications for Public Works Construction "Greenbook" 1.3 RELATED WORK SPECIFIED ELSEWHERE Standard Specifications 02223, 15000, 15064, 15074, 15108, and 15125 1.4 APPLICATIONS The following materials, referenced in other sections, shall be provided and installed in accordance with this specification for the applications noted below: A. Concrete for thrust and anchor blocks for horizontal and vertical bends, ductile-iron or steel fittings, fire hydrant bury ells, and support blocks for valves 4-inches and larger, all in accordance with the Standard Drawings. B. Concrete for collars, cradles, curbs, encasements, gutters, manhole bases, protection posts, sidewalks, splash pads, and other miscellaneous cast-in-place items. C. Mortar for filling and finishing the joints between manhole and vault sections and setting manhole grade rings and cover frames. Mortar may also be used for repairs of minor surface defects of no more than ¼-inch in depth of ½-inch in width on non-structural, cast-in-place items such as splash pads or concrete rings around manholes. (Note that large voids, structural concrete and pipe penetrations into vaults shall be repaired with non-shrink grout; repairs to precast manholes and vaults and cast-in-place manhole bases shall be repaired with an epoxy bonding agent and repair mortar, as outlined below). D. Epoxy bonding agent for bonding repair mortar to concrete on repairs to damaged surfaces to precast or cast-in-place concrete manoles and vaults. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 03000 - 2 CAST-IN-PLACE CONCRETE E. Repair mortar for repair to damaged surfaces of precast or cast-in-place concrete manholes and vaults. An epoxy bonding agent shall be used in conjunction with repair mortar. F. Non-shrink grout for general purposes repair of large construction voids, pipe penetrations into vaults and grouting of base plates for equipment or structural members. G. Epoxy adhesives for grouting of anchor bolts. H. Protective epoxy coating for application to reinforcing steel with existing concrete structures exposed during construction. I. Damp-proofing for application to the exterior surfaces of concrete manholes and vaults located at or below the water table or where showing evidence of moisture or seepage, and as directed by the Engineer. 1.5 DELIVERY, STORAGE, AND HANDLING Deliver reinforcing steel to the site bundled and tagged with identification. Store on skids to keep bars clean and free of mud and debris. If contaminated, all bars shall be cleaned by wire brushing, sand blasting, or other means prior to being set in forms. PART 2 MATERIALS 2.1 CONCRETE A. All Portland cement concrete shall conform to the provisions of Sections 201, 202, and 303 of the Standard Specifications for Public Works Construction (Greenbook). B. Class 560-C-3250 concrete, as described in the Greenbook, Section 201, shall be used for all applications unless otherwise directed by the City. The maximum water/cement ratio shall be 0.53 by weight, and the maximum slump shall be 4-inches. C. In certain circumstances, rapid-setting concrete may be required. Accelerating admixtures shall conform to ASTM C-494 and may be used in the concrete mix as permitted by the City. Calcium chloride shall not be used in concrete. 2.2 REINFORCING STEEL A. Reinforcing steel shall conform to ASTM A 615, Grade 60. B. Fabricate reinforcing steel in accordance with the current edition of the Manual of Standard Practice, published by the Concrete Reinforcing Steel Institute. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 03000 - 3 CAST-IN-PLACE CONCRETE 2.3 WELDED FIRE FABRIC Welded wire fabric shall conform to ASTM A 185. 2.4 TIE WIRE Tie wire shall be 16-gage minimum, black, soft annealed. 2.5 BAR SUPPORTS Bar supports in beams and slabs exposed to view after removal of forms shall be galvanized or plastic coated. Use concrete supports for reinforcing in concrete placed on grade. 2.6 FORMS A. Forms shall be accurately constructed of clean lumber. The surface of forms against which concrete is placed shall be smooth and free from irregularities, dents, sags or holes. B. Metal form systems may be used upon City approval. Include manufacturer's data for materials and installation with the request to use a metal form system. 2.7 MORTAR Cement mortar shall consist of a mixture of Portland cement, sand, and water. One part cement and two parts sand shall first be combined, and then thoroughly mixed with the required amount of water. 2.8 EPOXY BONDING AGENT The epoxy bonding agent shall be an epoxy-resin-based product intended for bonding new mortar to hardened concrete and shall conform to ASTM C 881. The bonding agent shall be selected from the Approved Materials List. 2.9 REPAIR MORTAR Repair mortar shall be a two-component, cement-based product specifically designed for structurally repairing damaged concrete surfaces. The repair mortar shall exhibit the properties of high compressive and bond strengths and low shrinkage. A medium-slump repair mortar shall be used on horizontal surfaces, and a non-sag, low-slump repair mortar shall be used on vertical or overhead surfaces. Repair mortar shall be selected from the Approved Materials List. 2.10 NON-SHRINK GROUT Non-shrink grout shall be a non-metallic cement-based product intended for filling general construction voids or grouting base plates for equipment or structural members. The non-shrink grout shall exhibit the properties of high compressive and bond strengths and zero shrinkage, and shall be capable of mixing to a variable viscosity ranging from a dry pack to a fluid consistency as required for the application. The non-shrink grout shall be selected from the Approved Materials List. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 03000 - 4 CAST-IN-PLACE CONCRETE 2.11 EPOXY ADHESIVE Epoxy adhesive shall be a high-modulus epoxy-resin-based product intended for structural grouting of anchor bolts and dowels to concrete. The epoxy adhesives shall conform to ASTM C 881. A pourable, medium-viscosity epoxy shall be used on horizontal surfaces, and a heavy-bodied, non-sag epoxy gel shall be used on vertical surfaces. The epoxy adhesives shall be selected from the Approved Materials List. 2.12 PROTECTIVE EPOXY COATING The protective epoxy coating shall be an epoxy-resin-based product exhibiting high bond strength to steel and concrete surfaces, and shall conform to ASTM C 881. The protective epoxy coating shall be selected from the Approved Materials List. 2.13 DAMP-PROOFING FOR CONCRETE STRUCTURES Damp-proofing material shall consist of two coats of a single-component self-priming, heavy-duty cold-applied coal tar selected from the Approved Materials List. PART 3 EXECUTION 3.1 FORMWORK A. The Contractor shall notify the City a minimum of one working day in advance of intended placement of concrete to enable the City to check the form lines, grades, and other required items before placement of concrete. B. The form surfaces shall be cleaned and coated with form oil prior to installation. The form surfaces shall leave uniform form marks conforming to the general lines of the structure. C. The forms shall be braced to provide sufficient strength and rigidity to hold the concrete and to withstand the necessary fluid pressure and consolidation pressures without deflection from the prescribed lines. D. Unless otherwise indicated on the plans, all exposed sharp concrete edges shall be 3/4-inch chamfered. 3.2 REINFORCEMENT A. Place reinforcing steel in accordance with the current edition of Recommended Practice for Placing Reinforcing Bars, published by the Concrete Reinforcing Steel Institute. B. All reinforcing steel shall be of the required sizes and shapes and placed where shown on the drawings or as directed by the City. C. Do not straighten or re-bend reinforcing steel in a manner that will damage the material. Do not use bars with bends not shown on the drawings. All steel shall be cold bent – do not use heat. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 03000 - 5 CAST-IN-PLACE CONCRETE D. All bars shall be free from rust, scale, oil, or any other coating that would reduce or destroy the bond between concrete and steel. E. Position reinforcing steel in accordance with the Approved Plans and secure by using annealed wire ties or clips at intersections and support by concrete or metal supports, spacers, or metal hangers. Do not place metal clips or supports in contact with the forms. Bend tie wires away from the forms in order to provide the concrete coverage equal to that required of the bars. If required by the Engineer, the Contractor shall install bars additional to those shown on the drawings for the purpose of securing reinforcement in position. F. Place reinforcement a minimum of 2-inches clear of any metal pipe, fittings, or exposed surfaces. G. The reinforcement shall be so secured in position that it will not be displaced during the placement of concrete. H. All reinforcing steel, wire mesh, and tie wire shall be completely encased in concrete. I. Reinforcing steel shall not be welded unless specifically required by the Approved Plans or otherwise directed by the Engineer. I. Secure reinforcing dowels in place prior to placing concrete. Do not press dowels into the concrete after the concrete has been placed. J. Minimum lap for all reinforcement shall be 40 bar diameters unless otherwise specified on the Approved Plans. K. Place additional reinforcement around pipe penetrations or openings 6-inches diameter or larger. Replace cut bars with a minimum of 1/2 of the number of cut bars at each side of the opening, each face, each way, same size. Lap with the uncut bars a minimum of 40 bar diameters past the opening dimension. Place one same size diagonal bar at the four diagonals of the opening at 45° to the cut bars, each face. Extend each diagonal bar a minimum of 40 bar diameters past the opening dimension. L. Wire mesh reinforcement is to be rolled flat before being placed in the form. Support and tie wire mesh to prevent movement during concrete placement. M. Extend welded wire fabric to within 2-inches of the edges of slabs. Lap splices at least 1-1/2 courses of the fabric and a minimum of 6-inches. Tie laps and splices securely at ends and at lest every 24-inches with 16-gage black annealed steel wire. Pull the fabric into position as the concrete is placed by means of hooks, and work concrete under the steel to ensure that it is at the proper distance above the bottom of the slab. 3.3 EMBEDDED ITEMS All embedded items, including bolts, dowels and anchors, shall be held correctly in place in the forms before concrete is placed. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 03000 - 6 CAST-IN-PLACE CONCRETE 3.4 MORTAR MIXING The quantity of water to be used in the preparation of mortar shall be only that required to produce a mixture sufficiently workable for the purpose intended. Mortar shall be used as soon as possible after mixing and shall show no visible sign of setting prior to use. Re-mixing of mortar by the addition of water after signs of setting are evident shall not be permitted. 3.5 MIXING AND PLACING CONCRETE A. All concrete shall be placed in forms before taking its initial set. B. No concrete shall be placed in water except with permission of the City. C. As the concrete is placed in forms, or in rough excavations (i.e., thrust or anchor blocks), it shall be thoroughly settled and compacted throughout the entire layer by internal vibration and tamping bars. D. All existing concrete surfaces upon which or against which new concrete is to be placed shall be roughened, thoroughly cleaned, wetted, and grouted before the new concrete is deposited. 3.6 CONCRETE FINISHING A. Immediately upon the removal of forms, voids shall be neatly filled with cement mortar, non-shrink grout, or epoxy bonding agent and repair mortar as required for the application and as directed by the City. B. The surfaces of concrete exposed to view shall be smooth and free from projections or depressions. C. Exposed surfaces of concrete not poured against forms, such as horizontal or sloping surfaces, shall be screeded to a uniform surface, steel-trowelled to densify the surface, and finished to a light broom finish. 3.7 PROTECTION AND CURING OF CONCRETE The Contractor shall protect all concrete against damage. Exposed surfaces of new concrete shall be protected from the direct rays of the sun by covering them with plastic film wrap and by keeping them damp for at least 7 days after the concrete has been placed, or by using an approved curing process. Exposed surfaces shall be protected from frost by covering with tarps for at least 5 days after pouring. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 03000 - 7 CAST-IN-PLACE CONCRETE 3.8 REPAIRS TO DAMAGED CONCRETE SURFACES Minor surface damage to hardened cast-in-place or precast concrete may be repaired, at the discretion of the City, using the specified materials in accordance with the manufacturer's recommendations and the following procedures: A. Cast-in-place or precast concrete for manholes and vaults: Remove loose or deteriorated concrete to expose a fractured aggregate surface with an edge cut to a ninety degree angle to the existing surface. Clean all debris from the area, apply a 20 mil coat of epoxy bonding agent to the prepared surface, and place repair mortar while the epoxy is still wet and tacky. On horizontal surfaces, for repair depths greater than 2-inches, add aggregate to the repair mortar as recommended by the manufacturer. On vertical or overhead surfaces, for repair depths greater than 2-inches, apply the repair mortar in successive lifts, scarifying the lifts, allowing them to harden, and applying a scrub coat of the material prior to proceeding with the next lift. Cure the material as for concrete in accordance with this specification. B. General Purpose: Remove loose and deteriorated concrete by mechanical means, sandblasting, or high-pressure water blasting. Clean all debris from the area and apply non-shrink grout in a 1/4-inch minimum thickness, at the desired consistency, ranging from a dry pack, to a fluid-poured into a formed area, according to the application. Cure the material as for concrete in accordance with this specification. 3.9 EPOXY ADHESIVES FOR ANCHOR BOLT INSTALLATION Anchor bolts grouted in place with an epoxy adhesive shall be installed using the specified materials in accordance with the manufacturer's recommendations and the following general procedures: Drill the hole with a rotary percussion drill to produce a rough, unpolished hole surface. the hole shall be sized to the manufacturer's recommendations and should be approximately 1/4-inch wider than the diameter of the bolt, with a depth equal to 10 to 15 times the bolt diameter. Remove debris and dust with a stiff bristle brush and clean using compressed air. Utilizing a medium-viscosity epoxy for horizontal surfaces, and a gel-type non-sag epoxy for vertical surfaces, apply the material to fill the hole to approximately half its depth. Insert the bolt, forcing it down until the required embedment depth and projection length are attained and then twist the bolt to establish a bond. Secure the bolt firmly in place in the permanent position until the epoxy sets. 3.10 PROTECTIVE EPOXY COATING Following core drilling at existing concrete structures, clean the exposed concrete surface and ends of reinforcing steel and apply two coats of protective epoxy coating for a total dry film thickness of 10-15 mils. Allow the material to cure between coats and prior to continuing the installation through the penetration. 3.11 DAMP-PROOFING FOR THE EXTERIOR OF CONCRETE STRUCTURES Following completion of the exterior surfaces of manholes and vaults, including necessary repairs and piping penetrations into the structure, apply the specified material to prepared concrete surfaces in accordance with the manufacturer's recommendations. The surfaces to be coated shall be fully-cured and free of laitance and contamination. The material shall be applied to all exterior surfaces below a point 12-inches above the water table or indications of seepage or moisture as directed by the Engineer. Apply two 15 mil coats, curing between coats, prior to backfill and/or immersion in accordance with the manufacturer's recommendations. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 03000 - 8 CAST-IN-PLACE CONCRETE 3.12 THRUST AND ANCHOR BLOCKS Concrete thrust and anchor blocks shall be poured against wetted, undisturbed soil in accordance with the Standard Drawings and as directed by the City. The concrete shall be placed so that fittings and valves will be accessible for repairs or replacement. Prior to filling the pipeline with water, the concrete for thrust and anchor blocks shall cure for the following number of days: Thrust Blocks 3 days minimum Anchor Blocks 7 days minimum A. Safe Soil Bearing Load: Soil Safe Bearing Load Muck, peat, etc.*** 0 PSF Soft Clay 500 PSF Fine Sand 1,000 PSF Decomposed Granite (D.G.) 1,500 PSF Sandy Gravel 2,000 PSF Cemented Sandy Gravel 2,000 PSF Hard Shale 2,500 PSF Granite 10,000 PSF ***In muck or peat soils, competent resistance shall be achieved by removal and replacement with ballast or sufficient stability to resist the intended thrusts. Consult the project geotechnical consultant. B. Thrust Block Placement and Sizing: Thrust blocks shall be located at all unrestrained pipe fittings and bear against firm, undisturbed soil. The thrust blocks shall be centered on the fitting so that the bearing area is exactly opposite the resultant direction of the thrust, refer to the Standard Drawings. Care shall be taken to prevent the placed thrust block concrete from eliminating maintenance access to the valve operators. All thrust block excavation location, shape, and the City prior to pouring the concrete shall verify size. The size, in sq. ft., of the thrust block can be calculated by dividing the thrust by the safe bearing load. For instance, use a 12-inch pipe, 45° end, at 200 psi test pressure with a D.G. trench the value of 11,720# of thrust can be obtained from the upper chart and 1,500#/sq. ft. safe bearing load from the lower chart as follows: 11,720# x 2 / 1,500#/Sq. ft. = 15.6 sq. ft. or 16 sq. Therefore, for this example, the trench wall adjacent to the fitting shall be excavated to the dimensions of 4 ft. x 4 ft. or 3.5 ft. x 5 ft. or some closely approximate multipliers to achieve the minimum required 16 sq. ft. bearing area. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 03000 - 9 CAST-IN-PLACE CONCRETE C. Anchor Block Placement and Sizing: For all vertical bends in pipelines (downward bends) that do not have restrained joints, the fittings shall be retained in place by means of an anchor block. The block shall be sized to withstand the thrust exerted for the particular deflection angle at the required test pressure plus 10%. (Do not rely on the restraining benefit from the soil). The City shall verify the size chosen and the reinforcing steel required. The size, in cu. ft. of the anchor block can be calculated by dividing the thrust by the unit weight of concrete (i.e., one cu. ft. or concrete weighs approximately 145#). For instance, use the same 12-inch pipe, 45° bend, at 200 psi test pressure – the value of 11,720# of thrust can be obtained from the upper chart: 11,720# x 2 / 145# = 162 cu. ft. (plus 10%) = 178 cu. ft. or 6.6 cu. yd. Therefore, for this example, the anchor block shall be 5.5' x 5.5' x 6' or 6' x 6' x 5', or some closely approximate multipliers to achieve a minimum of 178 cu. ft. of concrete. 3.13 VALVE SUPPORT BLOCKS Valve support blocks shall be installed as described below and in accordance with the Standard Drawings: A. Support blocks below valves shall be cut into the side of the trench a minimum of 12-inches. B. Support blocks shall extend up to a height of adjoining pipe and shall have a minimum depth below the valve of 12-inches. C. Support blocks shall be installed so that the valves will be accessible for repairs. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 03000 - 10 CAST-IN-PLACE CONCRETE THIS PAGE INTENTIONALLY BLANK RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 09900 - 1 PAINTING AND COATING SECTION 09900 PAINTING AND COATING PART 1 GENERAL 1.1 DESCRIPTION This section described the requirements for the preparation of surfaces and subsequent application of protective coatings. The Contractor shall furnish all labor, materials and equipment required for satisfactory completion of all items contained herein. The Contractor shall furnish all necessary safety equipment and protective clothing, as well as be responsible for proper instruction and supervision of their use. Requirements for steel storage reservoirs are specified elsewhere in the Specifications. 1.2 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A. General Piping System & Appurtenances: 15000 1.3 SUBMITTALS Contractor shall furnish submittals in accordance with the requirements of the GENERAL PROVISIONS. The following submittals are required: A. Submit a chart of the manufacturer's available colors for color selection well in advance of painting operation. B. Submit manufacturer's data sheets showing the following information: 1. Recommended surface preparation. 2. Minimum and maximum recommended dry-film thicknesses per coat for prime, intermediate, and finish coats. 3. Percent solids by volume. 4. Recommended thinners. 5. Statement verifying that the selected prime coat is recommended by the manufacturer for use with the selected intermediate and finish coats. 6. Application instructions including recommended application, equipment, humidity, and temperature limitations. 7. Curing requirements and instructions. C. Submit certification that all coatings conform to applicable local Air Quality Management City rules and regulations for products and application. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 09900 - 2 PAINTING AND COATING 1.4 PAYMENT Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto. PART 2 MATERIALS 2.1 GENERAL All materials shall be those of current manufacture and shall meet all applicable regulations for the application and intended service. All coats of any particular coating system shall be of the same manufacturer and shall be approved by the manufacturer for the intended service. In the event that a product specified herein is no longer manufactured or does not meet current regulations, the Contractor shall provide a substitute, currently manufactured product of at least equal performance which meets all applicable regulations subject to Engineer's approval, at no additional cost. All materials shall be delivered to the Project Site in their original, unopened containers bearing the manufacturer's name, brand, and batch number. Standard products of manufacturers other than those specified will be accepted when it is proved to the satisfaction of the Engineer they are equal in composition, durability, usefulness and convenience for the purpose intended. Paint listed in the system refers to products of the following manufacturers and distributors: Ameron Corrosion Control Division, Brea, CA I.C. Devoe, Louisville, KY Engard Coating Corporation, Long Beach, CA I. DuPont de Nemours & Company, Los Angeles, CA Tnemec Company, Inc., Kansas City, MO 64141 All surfaces to be coated or painted shall be in the proper condition to receive the material specified before any coating or painting is done. No more sandblasting or surface preparation than can be coated or painted in a normal working day will be permitted. All sharp edges, burrs, and weld spatter shall be removed. All concrete and masonry surfaces shall cure 30 days prior to coating or painting. Surface preparation, prime coatings, and finish coats for the various systems are specified herein. Unless otherwise noted, all intermediate and finish coats shall be of contrasting colors. It is the intent that the coating alternates specified herein serve as a general guide for the type of coating desired. 2.2 VALVES A. Exterior Coating: Coat metal valves located above ground, in vaults or in structures the same as the adjacent piping. If the adjacent piping is not coated, then coat valves per this Specification section unless otherwise noted. Apply the specified prime coat at the place of manufacture. Apply intermediate and finish coats in the field. Finish coat shall match the color of the adjacent piping. Coat handwheels and floor stands the same as the valves. Coat the exterior of buried metal valves at the place of manufacture per this specification. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 09900 - 3 PAINTING AND COATING B. Coating (Devoe Alternate): Prime coat shall be BarRust 231 or Devran 200 applied at 2 to 3 mils dry-film thickness. Intermediate coat shall be Devran 224H Epoxy applied at 2 to 4 mils dry-film thickness. Finish coat shall be 379 Urethane applied at 2 to 3 mils dry-film thickness. C. Interior Lining: Valves 4-inches and larger shall be coated on their interior metal surfaces excluding seating areas and bronze and stainless-steel pieces. Sandblast surfaces in accordance with SSPC-SP-10 (near white blast cleaning). Remove all protuberances which may produce pinholes in the lining. Round all sharp edges to be coated. Remove any contaminants which may prevent bonding of the lining. Coat the interior ferrous surfaces using one of the following methods: 1. Apply powdered thermosetting epoxy per the manufacturer's application recommendations to a thickness of 10 to 12 mils. 2. Apply two coats of polyamide epoxy to a dry-film thickness of 10 to 12 mils total. Follow the manufacturer's application recommendations including minimum and maximum drying time between the required coats. 3. Apply two coats of Tnemec Series 140 (for potable water) or Series 69 (for non-potable water), or equal, to a dry film thickness of 10 to 12 mils total. Follow manufacturer's application recommendations including minimum and maximum drying time between required coats. 4. Apply two coats of Devoe Bar-Rust 233H Epoxy applied to a dry-film thickness of 6 to 8 mils, each. Total dry-film thickness shall be 10 to 12 mils minimum. All epoxy lining shall be applied at the factory by the manufacturer of the valve, and shall meet current Volatile Organic Compound (VOC) content regulations. Epoxy lining for potable water valves shall also be listed by National Sanitation Foundation (NSF) for contact with potable water. Test the valve interior linings at the factory with a low-voltage holiday detector. The lining shall be holiday free. 2.3 METAL, INTERIOR AND EXTERIOR, NORMAL EXPOSURE A. General: The Contractor shall paint all exposed steelwork, non-galvanized handrails, exposed pipework, fittings, all mechanical equipment, pumps, motors, doors, door frames and window sash with this coating system. All metalwork previously given a shop prime coat approved by the Owner's Representative shall be touched up as required in the field with Tnemec Series 4 Versare Primer or equal. B. Surface Preparation: All exterior metal surfaces which are to be painted shall be commercial blast cleaned per Specification SP-6 (commercial blast cleaning) except as otherwise specified, in locations where sandblasting would damage previously coated surfaces and installed equipment, and in locations where dry sandblasting is prohibited. The above locations in which SP-6 commercial sandblasting is not possible shall be given a SP-3 power tool cleaning. This sandblasting shall be done not more than 8 hours ahead of the painting, subject to humidity and weather conditions between the time of sandblasting and painting operations. If any rusting or discoloration of sandblasted surfaces occurs before painting, such rusting or discoloration shall be removed by additional sandblasting. Sandblasted surfaces shall not be left overnight before painting. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 09900 - 4 PAINTING AND COATING C. Coating (Tnemec Alternate): Prime coat or spot prime coat as required shall be Tnemec Series 4 Versare primer applied to a dry-film thickness of 2 to 3.5 mils. Two or more finish coats of Tnemec Series 2H Tneme-Gloss enamel shall be applied to a thickness of 1.5 to 3.5 mils. Total dry-film thickness of the complete system shall be 7 mils, minimum. D. Coating (Devoe Alternate): Prime coat or spot prime as required shall be 4140 Q.D. Alkyd Primer. Two or more finish coats of Devshield 4328 Alkyd applied to a dry-film thickness of 1.5 to 2 mils, each. Total dry-film thickness of the complete system shall be 5 mils, minimum. 2.4 METAL, SUBMERGED OR INTERMITTENTLY SUBMERGED A. General: All submerged metalwork, gates, equipment, valves, exposed pipework and all other metalwork within areas which will be submerged, except as noted hereinafter, shall be painted with this coating system. B. Surface Preparation: All metal surfaces shall be field sandblasted according to SSPC- SP-10 (near white blast cleaning). C. Coating (Tnemec Alternate): Prime coat shall be Tnemec Series 69 Epoxoline II applied to a dry-film thickness of 4 to 6 mils. Two finish coats of Tnemec Series 69 Epoxoline II shall be applied to a dry-film thickness of 4 to 6 mils each coat. Total try-film thickness of the complete system shall be a minimum of 12 mils. D. Coating (Devoe Alternate): Apply two coats of Bar-Rust 233H Epoxy applied to a dry-film thickness of 6 to 8 mils each coat. Total dry-film thickness of the complete system shall be a minimum of 12 mils. 2.5 METAL, SEVERE EXPOSURE TO MOISTURE OR CHEMICAL FUMES A. Surface Preparation: All metal surfaces shall be field sandblasted according to SSPC- SP-10 (near white blast cleaning). B. Coating (Tnemec Alternate): Prime coat shall be Tnemec Series 104 H.S. Epoxy to a dry-film thickness of 6 to 10 mils. One or more finish coats of Tnemec Series 104 H.S. Epoxy topcoat shall be applied. Total dry-film thickness shall be a minimum of 12 mils. C. Coating (Devoe Alternate): Prime coat shall be Catha-Coat 304V Zinc, 2 to 3 mils dry-film thickness. Intermediate coat shall be Devran 224H Epoxy applied at 4 to 6 mils dry- film thickness. Finish coat shall be Devthane 379 Urethane applied at 2 to 3 mils dry-film thickness. Total dry-film thickness shall be 8 mils minimum. 2.6 METAL, HIGH-TEMPERATURE EXPOSURE A. General: Engine mufflers, exhaust systems and other metal surfaces subjected to high temperatures shall be coated with this system. B. Surface Preparation: Surface shall be field sandblasted in accordance with SSPC-SP-10 (near white blast cleaning). RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 09900 - 5 PAINTING AND COATING C. Coating (Tnemec Alternate): One coat of Tnemec Series 90-96 Tneme-Zinc to a minimum total dry-film thickness of 2 to 3.5 mils. D. Coating (Devoe Alternate): One coat of Catha-Coat 304V Zinc to a dry-film thickness of 2 to 4 mils. 2.7 METAL, GALVANIZED, ALUMINUM, COPPER, OR BRASS A. Surface Preparation: Surfaces shall be solvent cleaned in accordance with SSPC-SP-1 (solvent cleaning) and SSPC-SP-2 (hand tool cleaning). B. Coating: Pre-treatment prime coat shall be Tnemec Series 32-1215 Tneme-Grip or Sinclair 7113 Wash Primer applied at mil dry-film thickness. Next, apply recommended coating or paint for the particular surface to be coated. C. Coating (Devoe Alternate): Pre-treatment prime coat shall be Devoe BarRust 231 primer applied at 3 mil dry-film thickness. Next, apply recommended coating or paint for the particular surface to be coated. 2.8 METAL, BURIED A. General: The Contractor shall coat all buried metal which includes valves, bolts, nuts, structural steel and fittings. It does not include steel storage reservoirs. B. Surface Preparation: Sandblast to SSPC-SP-6 (commercial blast cleaning) C. Coating (Tnemec Alternate): Prime none. Finish with two coats of Tnemec Series 46-465 H.B. Tnemecol or equal at 10 to 12 mils dry-film thickness, each. Total dry-film thickness shall be 20 mils minimum. D. Coating (Devoe Alternate): Prime with Devtar 221 (5A) Epoxy applied at 8 mil dry-film thickness. Two coats of Devtar (5A) Epoxy applied at 8 mils dry-film thickness, each. Total dry-film thickness shall be 24 mils, minimum. PART 3 EXECUTION 3.1 GENERAL The Contractor shall arrange with the Owner's Representative so that all surface preparation may be inspected and approved prior to the application of any coatings. The Contractor is hereby notified that the Engineer will inspect the Work prior to the expiration of the warranty period and all defects in workmanship and material shall be repaired by the Contractor, at his own expense. 7 RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 09900 - 6 PAINTING AND COATING 3.2 WORKMANSHIP It is the intent of the Specifications that finishes shall be provided which meet standards for best grades of painting. Drop cloths shall be placed where required to protect floors, surfaces and equipment from spatter and dropping, not to receive paint or coatings. The Contractor shall take all necessary precautions to protect all adjacent Work and all surrounding property and improvements from any damage whatsoever as a result of the painting and coating operation. Only good, clean brushes and equipment shall be used and all brushes, buckets, and spraying equipment shall be cleaned immediately at the end of each painting period. Each coat of paint shall be of the consistency as supplied by the manufacturer, or thinned, if necessary, and applied in accordance with manufacturer's instructions. Each coat shall be well brushed, rolled or sprayed to obtain a uniform and evenly applied finish. Work shall be free from "runs", "bridges", "shiners", or other imperfections due to faulty intervals. Particular care shall be taken to obtain a uniform unbroken coating over all bolts, threads, nuts, welds, edges and corners. Paint shall not be applied in extreme heat, in dust or smoke laden air, or in damp or humid weather, unless written permission of the Engineer is obtained. If paint is applied by spray, the air pressure used shall be within the ranges recommended by both the paint and spray equipment manufacturers. Spray painting shall be conducted under controlled conditions and the Contractor shall be fully responsible for any damage occurring from spray painting. Care shall be exercised not to damage adjacent Work during sandblasting operations. Stainless steel need not be sandblasted. Blasted surfaces shall not be left overnight before coating. All dust shall be removed from the surface following sandblasting. 3.3 APPLICATION PROCEDURES A. Surfaces to be Coated: All surfaces of materials furnished and constructed are to be painted or coated per the Specifications except as indicated below. B. Surfaces Not To Be Coated: The following surfaces shall not be coated unless otherwise noted on the Plans and shall be fully protected when adjacent areas are painted. Aluminum grating Machined surfaces Aluminum surfaces Metal letters Bearings Mortar-coated pipe and fittings Brass and copper tubing, submerged* Nameplates on machinery Buried pipe Pipe interior* Couplings Shafts Grease fittings Stainless steel Hardware Switch plates Lighting fixtures * unless specifically required on the Plans or elsewhere in the Specifications C. Protection of Surfaces Not To Be Coated: Surfaces not intended to be painted shall be removed, masked, or otherwise protected. Drop cloths shall be provided to prevent paint materials from falling on or marring adjacent surfaces. Working parts of mechanical and electrical equipment shall be protected from damage during surface preparation and painting process. Openings in motors shall be safely masked to prevent paint and other materials from entering the motors. All masking materials shall be completely removed and surfaces cleaned at completion of painting operations. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 09900 - 7 PAINTING AND COATING D. Weather Conditions: Paint shall not be applied in the rain, wind, snow, mist, and fog or when steel or metal surface temperatures are less than 5°F above the dew point. Paint shall not be applied when the relative humidity is above 80%, the air temperature is above 90°F, or the temperature of metal to be painted is above 125°F. Alkyd, chlorinated rubber, inorganic zinc, silicone aluminum, or silicone acrylic paints shall not be applied if air or surface temperature is below 50°F or expected to be below 50°F within 24 hours. Epoxy, coal tar epoxy, acrylic latex, and polyurethane paints shall not be applied on an exterior or interior surface if air or surface temperature is below 50°F or expected to drop below 50°F within 24 hours. 3.4 SURFACE PREPARATION A. General: Sandblast or prepare only as much surface area as can be coated in one day. All sharp edges, burrs, and weld spatter shall be removed. Epoxy-coated pipe that has been factory coated shall not be sandblasted. B. SSPC Specifications: Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast cleaning" or similar words are used in the Specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC (Steel Structures Paint Council, Surfaces Preparation Specifications, ANSI A159.1) Specifications listed below: SP-1 Solvent Cleaning SP-2 Hand Tool Cleaning SP-3 Power Tool Cleaning SP-5 White Metal Blast Cleaning SP-6 Commercial Blast Cleaning SP-7 Brush-Off Blast Cleaning SP-8 Pickling SP-10 Near White Blast Cleaning Oil and grease shall be removed from aluminum and copper surfaces in accordance with SSPC SP-1 using clean cloths and cleaning solvents. Weld spatter and weld slag shall be removed from metal surfaces. Rough welds, beads, peaked corners, and sharp edges including erection lugs shall be ground smoothly in accordance with SSPC SP-2 and SSPC SP-3. Welds shall be neutralized with a chemical solvent that is compatible with the specified coating materials using clean cloths and chemical solvent. C. Abrasive Blast Cleaning: Dry abrasive blast cleaning shall be used for metal surfaces. Do not recycle or reuse contaminated blast particles. Dry clean surfaces to be coated by dusting, sweeping, and vacuuming to remove residue from blasting. Apply the specified primer or touch-up coating within the period of an 8-hour working day. Do not apply coating over damp or moist surfaces. Reclean prior to application of primer or touch-up coating any blast cleaned surface not coated within said 8-hour period. Prevent damage to adjacent coatings during blast cleaning. Schedule blast cleaning and coating such that dust, dirt, blast particles, old coatings, rust, mill scale, etc., will not damage or fall upon wet or newly coated surfaces. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 09900 - 8 PAINTING AND COATING 3.5 PROCEDURES FOR THE APPLICATION OF COATINGS The recommendations of the coating manufacturer shall be followed, including the selection of spray equipment, brushes, rollers, cleaners, thinners, mixing, drying time, temperature and humidity of application, and safety precautions. Coating materials shall be kept at a uniform consistency during application. Each coating shall be applied evenly, free of brush marks, sags, runs, and other evidence of poor workmanship. A different shade or tint shall be used on succeeding coating applications to indicate coverage where possible. Finished surfaces shall be free from defects or blemishes. Only thinners recommended by the coating manufacturer shall be used. If thinning is allowed, do not exceed the maximum allowable amount of thinner per gallon of coating material. Apply a brush coat of primer on welds, sharp edges, nuts, bolts, and irregular surfaces prior to the application of the primer and finish coat. The brush coat shall be done prior to and in conjunction with the spray coat application. Apply the spray coat over the brush coat. Apply primer immediately after blast cleaning and before any surface rusting occurs, or any dust, dirt, or any foreign matter has accumulated. Reclean surfaces by blast cleaning that have surface colored or become moist prior to coating application. A. Paint Mixing: Multiple-component coatings shall be prepared using all the contents of each component container as packaged by the paint manufacturer. Partial batches shall not be used. Multiple-component coatings that have been mixed beyond their pot life shall not be used. Small quantity kits for touch-up painting and for painting other small areas shall be provided. Only the components specified and furnished by the paint manufacturer shall be mixed. For reasons of color or otherwise, additional components shall not be intermixed, even within the same generic type of coating. B. Field Touch Up of Shop-Applied Prime Coats: Organic Zinc Primer: Surfaces that are shop primed with inorganic zinc primers shall receive a field touch up of organic zinc primer to cover all scratches or abraded areas. Organic zinc coating system shall have a minimum volume solids of 54% and a minimum zinc content of 14 pounds per gallon. Coating shall be of the converted epoxy, epoxy phenolic, or urethane type and shall be manufactured by the prime coat and finish coat manufacturer. Other Primers: Surfaces that are shop primed with other than organic zinc primer shall receive a field touch up of the same primer used in the original prime coat. 3.6 DRY-FILM THICKNESS TESTING AND REPAIR A. Special Instructions to the Contractor: The Contractor shall furnish to the Owner at no charge for use during execution of the Work, necessary dry-film thickness gauge and electrical flaw detection equipment. The Contractor shall perform the holiday (pinholes) inspection in the presence of the Owner's Representative, and the Contractor shall monitor wet film measurements throughout the application of each coat of coating. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 09900 - 9 PAINTING AND COATING B. Coating Thickness Testing: Coating thickness specified for steel surfaces shall be measured with a magnetic-type dry-film thickness gauge. Dry-film thickness gauge shall be provided as manufactured by Mikrotest or Elcometer. Each coat shall be checked for the correct dry-film thickness. Measurement shall not be made until a minimum of eight hours after application of the coating. Non-magnetic surfaces shall be checked for coating thickness by micrometer measurement of cut and removed coupons. Contractor shall repair coating at all locations where coupons are removed. C. Holiday Testing: The finish coat (except zinc primer and galvanizing) shall be tested by the Contractor in the presence of the Engineer for holidays and discontinuities with an electrical holiday detector of the low-voltage, wet-sponge type. Detector shall be provided as manufactured by Tinker, Rasor, K-D Bird Dog, or approved equal. D. Repair: If the item has an improper finish, color, insufficient film thickness, or holidays, the surface shall be cleaned and top-coated with the specified paint material to obtain the specified color and coverage. Visible areas of chipped, peeled, or abraded paint shall be hand or power-sanded, feathering the edges. The areas shall then be primed and finish coated in accordance with the Specifications. Work shall be free of runs, bridges, shiners, laps, or other imperfections. 3.7 CLEANUP Upon completion of all painting and coating Work, the Contractor shall remove all surplus materials and rubbish. The Contractor shall repair all damage and shall leave the premises in a clean and orderly condition. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 09900 - 10 PAINTING AND COATING THIS PAGE INTENTIONALLY BLANK RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 09902 - 1 PETROLATUM WAX TAPE COATING SECTION 09902 PETROLATUM WAX TAPE COATING PART 1 GENERAL 1.1 SCOPE This section covers the work necessary to furnish and install petrolatum wax tape coating on buried ferrous materials including pipe flanges, bolted fittings and couplings, valves and other buried pipeline appurtenances, complete, as shown or specified. 1.2 SUBMITTALS DURING CONSTRUCTION Submit manufacturer’s technical product data, details, installation instructions and general product recommendations. 1.3 PRODUCT IDENTIFICATION The use of a manufacturer’s name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the Contract Documents. PART 2 MATERIALS 2.1 GENERAL Wrap all exposed surfaces of buried ferrous pipe, flanges, couplings and other pipeline appurtenances (including bolts, nuts, etc.) with petrolatum wax tape, unless another corrosion protection system (other than a factory-installed paint coating) is otherwise specified or indicated by the Contract Drawings. Exposed piping shall be wrapped only where specifically called out on the Drawings. Ductile iron pipe encased with polyethylene sheathing shall not be wrapped with this product. 2.2 PRIMER Exposed surfaces shall be prime coated with a blend of petrolatum, plasticizer, and corrosion inhibitor having a paste-like consistency. The material shall have the following properties: Pour Point 400-100° F Flash Point 350° F minimum Approximate Coverage 1 gal/100 square feet Color Brown The primer shall be Trenton Wax-Tape Primer or equivalent. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 09902 - 2 PETROLATUM WAX TAPE COATING 2.3 WAX TAPE Two types of petrolatum wax tape shall be available from the manufacturer: one type for buried installations and another type for above-ground installations. Buried Installations: The covering material shall be a plastic-fiber felt tape, saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is easily formable over irregular surfaces. The tape shall have the following properties: Color: Brown Saturant Pour Point 115° - 125°F Thickness 70-90 mils Dielectric Strength 170 volts/mil Tape Width 6 inches Wax tape shall be Wax-Tape #1 as manufactured by The Trenton Corporation (Ann Arbor, Michigan), or approved equal. 2.4 OUTER COVERING The primed and wax-tape wrapped surface shall be wrapped with a plastic tape covering consisting of three (3) layers of 50 gauge, clear, polyvinylidene chloride, high cling membranes wound together as a single sheet. The material shall have the following properties: Width 6 inches Thickness 1.5 mils Dielectric Strength 2000 volts/mil Water Absorption Negligible Color Clear The outer covering shall be Trenton Poly-Ply or approved equal. 2.5 OTHER PETROLATUM WAX TAPE SYSTEM COMPONENTS Any components not listed above, but required for a complete petrolatum wax tape coating system as recommended for this application by the manufacturer shall be provided at no additional cost to Owner. PART 3 EXECUTION 3.1 GENERAL The petrolatum wax tape system shall be installed in conformance with the manufacturer’s recommendations. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 13080 - 1 SETTLEMENT MONITORING SECTION 13080 SETTLEMENT MONITORING PART 1 GENERAL 1.1 DESCRIPTION A. Install surface settlement monitoring points and locate survey points and associated reference benchmarks at the described in this section to be monitored by the Contractor for the duration of the auger boring work. Construction activities associated with auger boring shall be contingent on results of the settlement monitoring. B. Survey points shall be points located on the North County Transit District (NCTD) Main Track rails. Surface settlement monitoring points shall be points located prior to and after the Main Tracks. C. This section does not limit the Contractor's choice of construction methods based on the site conditions. It establishes minimum requirements for the Contractor to monitor the effects of construction on existing Site features and to demonstrate a reasonable preparedness to implement contingencies and protect the existing site features. D. Work performed within the NCTD Right-of-Way requires both an NCTD issued permit for access authorization and railroad flagging protection. Additionally, all personnel entering the NCTD Right-of-Way are required to have a current Roadway Worker Protection (RWP) training certification. 1.2 SUBMITTALS A. Provide all submittals in accordance with the requirements of Section 2-5.3 of the General Provisions. B. Submit a Settlement Monitoring Plan that will be reviewed by the Engineer and North County Transit District (NCTD). At a minimum, the Settlement Monitoring Plan shall include: 1. Exhibit indicating proposed survey points, proposed surface settlement monitoring points, proposed methodology for marking the survey points, and company name and license information of professional surveyor or surveying firm. 2. Contingency Plan. C. Submit, for the Engineer’s review prior to construction, a Building and Structures Assessment Plan. Provide pre-construction and post-construction assessment reports for buildings and structures located within a distance of 50 feet from the proposed pipe centerline and shaft perimeters. Include photographs or a video of any existing damage to structures in the vicinity of the pipeline alignment. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 13080 - 2 SETTLEMENT MONITORING D. Prior to auger boring work, including excavation for jacking pits, submit pre-construction track elevation monitoring (survey points) and surface settlement monitoring point data signed and stamped by a licensed surveyor to the Engineer and NCTD. Refer to Paragraph 3.1-A of this Section. E. Two days prior to auger boring work, submit a second survey of the survey points and surface settlement monitoring point data signed and stamped by a licensed surveyor to the Engineer and NCTD. F. During auger boring work, submit track elevation monitoring (survey points) and surface settlement monitoring point survey data during construction signed and stamped by a licensed surveyor to the Engineer and NCTD at the frequency identified in Section 3.3.B. G. Upon completion of the auger boring work, submit post-construction track elevation monitoring data signed and stamped by a licensed surveyor to the Engineer and NCTD at the following dates: 1. Construction completion. 2. Two weeks after construction completion. 3. Four weeks after construction completion. 1.3 Qualifications and Quality Assurance A. Surveyor: Contractor shall employ a Land Surveyor licensed in the State of California for at least five years. B. Perform all surveying using NAVD 1929 monumentation for all elevations. Perform all horizontal positioning using California State Plane Coordinates NAD83, Zone 6, Epoch 1991.35 based on the design survey points. Refer to the project benchmark and survey control points shown on the Drawings. C. Installation: Notify Engineer not less than two (2) working days before surface monitoring point installation. Label all survey points and surface settlement monitoring points with an identifying point number. D. Installation Tolerances: a. Survey Points: Install all survey points at the locations identified in 3.1.B below. b. Surface Settlement Monitoring Points: Install Surface Settlement Monitoring Points over the casing, within two (2) degrees of vertical for the entire length of the casing. Install other Surface Settlement Monitoring Points within 3 inches of the other locations described in these specifications. E. Borehole Logging: Boreholes are to be logged under the supervision of a California registered Geologist or PE with a minimum of five years experience. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 13080 - 3 SETTLEMENT MONITORING PART 2 MATERIALS 2.1 MATERIALS A. Surface Settlement Monitoring Points shall consist of a stable pin or nail. B. Survey Points shall be established and maintained in accordance with NTCD standards and requirements. PART 3 EXECUTION 3.1 SETTLEMENT MONITORING A. Prior to auger boring work the Contractor shall implement and maintain a Settlement Monitoring Plan until completion of the work. Monitoring shall begin a minimum of four (4) weeks prior to auger boring construction activities, including shaft excavation. B. The Contractor shall develop a settlement monitoring plan for Segment 2, stations 12+60 to 13+70, the NCTD railroad track right-of-way. Elements of the plan shall include the following at minimum: 1. The survey points, surface settlement monitoring points and reference benchmarks shall be installed at the locations designated by NCTD. 2. A total of ten (10) survey points will be established. Each main track will have five survey points located: a. Centerline of main track, directly above recycled water pipeline b. 10 feet west of centerline survey point, along recycled water pipeline c. 25 feet west of centerline survey point, along recycled water pipeline d. 10 feet east of centerline survey point, along recycled water pipeline e. 25 feet east of centerline survey point, along recycled water pipeline 3. Establish Surface Settlement Monitoring Point arrays oriented perpendicular to the tunnel centerline at 15-foot maximum intervals between, and including, Stations 12+77 to 13+52. Each array shall consist of three control points: one on the tunnel centerline; and two five (5) feet on either side of the pipe centerline. Review Surface Monitoring Point locations in the field during construction with the Engineer and modify locations if required. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 13080 - 4 SETTLEMENT MONITORING 4. Provide up to 10 additional surface settlement monitoring points at locations to be determined in the field by the Engineer and/or NCTD, at no additional cost to the Owner. 5. Reference benchmarks shall consist of permanently installed metal plates scribed with an identification number, elevation, and coordinate location. The method of installing reference benchmarks shall be as approved by the Engineer and NCTD. The Engineer and NCTD shall be notified a minimum of two working days prior to setting the survey points, surface settlement monitoring points and reference benchmarks and be given free access to confirm any survey information immediately after the Contractor has set the elevation and location and prior to beginning auger boring work. Settlement monitoring points shall be tied into established benchmarks for the project to 0.005 foot accuracy. 6. Upon completion of auger boring work, including installation of recycled water carrier pipe and end casing seals, the survey points, surface settlement monitoring points and reference benchmarks shall remain for at least four (4) consecutive weeks or longer if deemed necessary by the Engineer or NCTD. 3.2 CONTINGENCY PLAN A. The Contractor shall prepare a Contingency Plan to mitigate the effects of settlement or movement of existing Site features in excess of the action limit indicated in Paragraph 3.3 of this section. The contingency plan is not to restrict the Contractor from using the best construction methods available to meet the conditions but is required to demonstrate a reasonable preparedness to mitigate the effects of movement or settlement in excess of the action limit. The following are minimum requirements for a contingency plan: 1. The Contingency Plan shall outline steps to be taken to protect the existing track, embankment, and site features, and to stop movement or settlement identified by the settlement monitoring plan in excess of the action limit. 2. The Contractor shall have all material, manpower, equipment, and other items identified in the contingency plan available at all times during auger boring operations. 3.3 SURVEY AND MONITORING A. Survey: Contractor shall adhere to the following requirements concerning survey oversight: 1. Initial Survey: Record the horizontal coordinates and elevations (within an accuracy of 0.01 feet) for each survey point and surface settlement monitoring point location. Reference survey points and surface settlement monitoring points so that they may be accurately re-established if lost or destroyed. 2. Interim Surveys: Take readings at the frequency indicated below or at least once per week unless otherwise required. Report on readings from all points to RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 13080 - 5 SETTLEMENT MONITORING the Engineer on the same day the readings are taken. Commence readings at the commencement of shaft sinking. Take initial readings one week before any other excavation or construction is started. Continue to monitor weekly and for at least 4 weeks after completion of any tunnel section. 3. Final Survey: Four weeks after completion of the tunnel, including installation of the pipe, end seals and backfill of all shaft excavations, make a final survey of all points established for observation. Submit final readings to the Engineer and NCTD upon completion of survey. B. Monitoring: Contractor shall adhere to the following monitoring. 1. Initial Readings: As indicated, the Contractor shall take initial readings of all monitoring points to establish a baseline and shall provide the Engineer and NCTD with these data. 2. Frequency: The Contractor shall monitor all points and shall provide the Engineer and NCTD with these data. As a minimum, the Contractor shall use the following schedule: Active Zone Stations 12+60 to Station 13+50 Outside Active Zone Every Working Day Weekly 3. Reporting: The Contractor’s submitted data shall include, but not be limited to, the following: a. Data sheets containing a cumulative history of readings, including weather conditions and proximity of the excavation to the monitoring point location at the time of each reading. b. A plot of measured values versus time, including a time history of construction activity likely to influence such readings. 4. Interpretation: The Contractor shall create interpretations of monitoring data for the Contractor’s purposes. Data or interpretations shall not be published or disclosed to other parties without advance written permission of the Engineer. The Engineer may provide the Engineer’s interpretations of the data to the Contractor at the Engineer’s option. 5. The Contractor shall remove all survey points and surface settlement monitoring points during the cleanup and restoration work or as required by the Owner. 3.4 ACTION LIMIT A. The action limit for the settlement monitoring point is 0.25 inches. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 13080 - 6 SETTLEMENT MONITORING B. Procedures to follow if action limits are approached: 1. If any measurement reaches 50 percent of the action limit, take the following actions: a. The Contractor will notify the Engineer and NCTD in writing of the level of ground movement. b. Identify the cause of the movement. c. Implement the contingency plan per Paragraph 3.2 of this section within four hours of exceeding 50 percent of the action limit. d. Make modifications to construction procedures and means and methods as required by the contingency plan. e. Implementation of the contingency plan and any other Work to mitigate the effects of settlement or movement of existing site features in excess of the action limit indicated in Section 3.4 of this section shall be at the Contractor’s expense with no additional cost to the City. 2. If any measurement exceeds the action limit listed in Section 3.4 of this section, take the following actions: a. Contractor shall stop all Work immediately. b. Coordinate with the Engineer and NCTD to develop a plan of modified corrective measures to be carried out as a means to proceed with construction activities to reduce the risk of additional excessive ground movement. c. Any damage shall be repaired by the Contractor to the satisfaction of the Engineer, NCTD, and City. Repair work may require removal, replacement, and re-leveling of the railroad track. Damage shall be determined solely by the Engineer, NCTD, and the City. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-1 GENERAL PIPING SYSTEM AND APPURTENANCES SECTION 15000 GENERAL PIPING SYSTEM AND APPURTENANCES PART 1 GENERAL 1.1 DESCRIPTION This Section describes the requirements and procedures for piping systems and appurtenances that apply to a number of other complimentary Specification Sections. The items are listed in this Section to avoid repetition in Sections elsewhere. This Section includes, but is not limited to: Temporary above ground piping (high line), wet taps, flexible pipe couplings, grooved and shouldered end couplings, joint restraint system, field touch up, bolts, nuts, polyethylene wrap, warning/identification tape, tracer wire, gate well and extension stems, meter boxes, abandonment and removal of existing facilities, and salvage. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. A. American National Standards Institute (ANSI) B. American Society for Testing and Materials (ASTM) 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings (Appendix F), Sections 15056, 15057, 15064, 15074,15092, 15100, 15108, 15125, and 09902. 1.4 SUBMITTALS Submit manufacturers’ catalog data showing dimensions, materials of construction by ASTM reference and grade and coatings. 1.5 LINING CONTAMINATION PREVENTION Volatile organic compounds present in the linings of items in contact with potable water or recycled water shall not exceed concentrations allowed by the latest requirements of the State Office of Drinking Water and Department of Health Services. Some products and materials may also require proof of NSF certification on the lining materials to be used. 1.6 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) High line piping, where shown on the Approved Plans or required by the City Engineer, shall be furnished, installed, disinfected, connected, maintained, and removed by the Contractor. Bacteriological sampling and testing shall be performed by a State of California Certified testing laboratory. The Contractor shall provide a submittal to the City showing pipe layout, materials, sizing, flow calculations, schedule and duration of use, and disinfection for all high line piping. The submittal shall be reviewed and approved by the Engineer prior to ordering or delivery of any materials. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-2 GENERAL PIPING SYSTEM AND APPURTENANCES 1.7 PIPE TAPPING (WET TAP) All pipe tap (wet tap) connections to existing pipelines, whether for mainline extensions or service laterals, shall be performed by the Contractor under the inspection of the City. The Contractor shall provide materials and labor to excavate, pour thrust block, backfill, compact, and repair pavement as indicated in this Section. 1.8 JOINT RESTRAINT SYSTEM Joint Restraint Systems may be used for PVC or ductile-iron pipe only with prior approval of the City Engineer. Joint restraint systems shall be used in the place of, or in conjunction with, concrete thrust blocks as directed. Restrained joint systems shall be wax tape coated and polyethylene encased. Contractor shall submit shop drawings, calculations, and catalog data for joint restraint systems. Splined gaskets, also known as joint restraint gaskets, may be used for PVC or ductile-iron pipe located within casings, or for PVC pipe casings, only. 1.9 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be used for all ferrous metal materials that are not protected with annodes. A. Polyethylene wrap shall be used for the protection of buried valves in conjunction with wax tape. B. Polyethylene sleeves shall be used for the protection of buried ductile iron pipe and fittings. Where the use of a sleeve is not practical, the fittings may be wrapped. Additionally, all bolted connections shall be coated with wax tape in accordance with Section 09902. C. Polyethylene wrap or sleeves may also be installed around buried PVC pipe for recycled water identification. 1.10 WARNING/IDENTIFICATION TAPE Warning/identification tape shall be used to identify location of underground utilities and to act as a warning against accidental dig-ins of buried utilities. Warning/identification tape shall be used on all underground water and recycled water mains, potable and recycled water irrigation systems, sewer mains, and all related appurtenances. Warning/identification tape shall also be used on cathodic protection wiring systems and tracer wire brought into and out of access ports. 1.11 GATE WELLS Gate Wells shall be used for buried valves 4" and larger, unless otherwise indicated on the Standard Drawings. Gate well box and lid shall be used on all gate wells. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-3 GENERAL PIPING SYSTEM AND APPURTENANCES 1.12 VALVE STEM EXTENSION Valve Stem Extensions shall be installed when the valve operating nut is more than 5' below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 12" and 18" below the gate well lid. 1.13 METER BOXES A. Meter boxes shall be used for all water meters. B. Meter boxes shall be sized for the specific meter size or size as indicated on the Standard Drawings. 1.14 RECYCLED WATER IDENTIFICATION Facilities installed for the use of recycled water shall be identified with purple color coating, identification labels, or signs. 1.15 CURB IDENTIFICATION MARK FOR SERVICES The Contractor shall mark the location of all potable water, recycled water and sewer laterals at the curb crossing by stamping the face of the curb in 2" high letters as described below: A. Potable water laterals shall be stamped with a letter "W". B. Recycled water laterals shall be stamped with a letter "RW". C. Sewer laterals be stamped with a letter "S". PART 2 MATERIALS 2.1 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) High line piping layout, materials and appurtenances shall be as indicated on the approved submittal. 2.2 FLEXIBLE PIPE COUPLINGS Flexible pipe couplings shall be in accordance with the Approved Materials List and as described below: A. Steel Couplings shall have middle rings made of steel conforming to ASTM A 36/A 36M, A 53 (Type E or S), or A 512 having a minimum yield strength of 207 MPa (30,000 psi). Follower rings shall be ductile-iron per ASTM A 536, or steel per ASTM A 108, Grade 1018 or ASTM A 510, Grade 1018. Minimum middle ring length shall be 7" for pipe sized 6" through 24". B. Sleeve bolts shall be made of stainless steel per ASTM A193 and shall have a minimum yield strength of 276 MPa (40,000 psi), an ultimate yield strength of 414 MPa (60,000 psi), and shall conform to AWWA C111. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-4 GENERAL PIPING SYSTEM AND APPURTENANCES 2.3 GROOVED END OR SHOULDERED COUPLINGS FOR DUCTILE IRON OR STEEL PIPE Groove end or shouldered couplings shall be in accordance with the Approved Materials List and as described below: A. Use square-cut shouldered or grooved ends per AWWA C606. Grooved-end couplings shall be malleable iron per ASTM A 47, or ductile iron per ASTM A 536. Gaskets shall be per ASTM D 2000. B. Bolts in exposed service shall conform to ASTM A 183, 69 MPa (10,000 psi) tensile strength. 2.4 JOINT RESTRAINT SYSTEM Joint Restraint Systems shall be ductile-iron and shall consist of a split-ring restraint with machined (not cast) serrations – on the inside diameter, a back-up ring, and connecting bolts, and shall be selected from the Approved Materials List. Splined gaskets, also known as joint restraint gaskets, shall be a rubber-ring type with stainless steel locking segments vulcanized into the gasket. 2.5 FIELD TOUCH-UP APPLICATIONS All surfaces of metallic appurtenances in contact with potable water and not protected from corrosion by another system shall be shop-coated by the manufacturer. Appurtenances with damaged coatings shall be repaired or replaced as directed by the Engineer. Touch-up of damaged surfaces, when allowed by the Engineer, shall be performed in accordance with the manufacturer's recommendations. 2.6 BOLTS AND NUTS Bolts and nuts shall be as indicated below. A. Stainless steel bolts and nuts shall be used for the installation of all pipelines. Bolts and nuts shall be Type 316 stainless steel conforming to ASTM A193, Grade B8M for bolts, and Grade 8M for nuts. Use lubricant for stainless steel belts and nuts. Lubricant shall be Husky Lube “O” Seal by Husk-ITT Corporation or equal B. All bolt heads and nuts shall be hexagonal, except where special shapes are required. Bolts shall be of such length that not less than 1/4" or more than 1/2" shall project past the nut in tightened position. C. Provide a washer under each nut and under each bolt head. Use washers of the same materials as the nuts. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-5 GENERAL PIPING SYSTEM AND APPURTENANCES 2.7 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be as indicated below and shall be selected from the Approved Materials List. Polyethylene materials shall be kept out of direct sunlight exposure. A. Polyethylene sleeves shall be a minimum 0.012" thick polyethylene plastic in accordance with AWWA C105. B. Polyethylene wrap shall be a minimum 0.008" thick polyethylene plastic for linear low-density polyethylene film or a minimum of 0.004” thick polyethylene plastic for high-density, cross-laminated polyethylene film in accordance with AWWA C105. C. Polyethylene wrap and sleeves shall be clear for use with potable water and purple for use with recycled water. D. Polyethylene or vinyl adhesive tape a minimum of 2" wide or plastic tie straps shall be used to secure polyethylene encasement. 2.8 WARNING/IDENTIFICATION TAPE Warning/identification tape shall be as indicated below and in accordance with the Approved Materials List. A. Tape shall be an inert plastic film or metallic formulated for prolonged underground use that will not degrade when exposed to alkalies, acids and other destructive substances commonly found in soil. B. Tape shall be puncture-resistant and shall have an elongation of two times its original length before parting. C. Tape shall be colored to identify the type of utility intended for identification. Printed message and tape color shall be as follows: Printed Message Tape Color Caution: Waterline Buried Below Blue Caution: Recycled Waterline Buried Below Purple Caution: Cathodic Protection Cable Buried Below Red Caution: Electric Line Buried Below Red Ink used to print messages shall be permanently fixed to tape and shall be black in color with message printed continuously throughout. D. Tape shall be minimum 0.004" thick x 6" wide with a printed message on one side. Tape used with the installation of onsite potable and recycled water irrigation systems shall be a minimum of 3" wide. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-6 GENERAL PIPING SYSTEM AND APPURTENANCES 2.9 INSULATING UNIONS & COUPLINGS A. For insulating unions, use a molded nylon sealing sleeve mounted in a three- piece malleable-iron body (ASTM A47 or A197). Use thread ends when connecting to steel piping, and copper solder joint when connecting to copper piping. Minimum working pressure shall be 150 psi. B. Threaded insulating couplings shall provide dielectric protection from electrolytic corrosion at points where piping of dissimilar metals is joined. 2.10 GATE WELLS Valve gate wells shall be as indicated below in accordance with the Approved Materials List. A. Valve gate well size and material shall be as follows: Valve Size Gate Well Size and Material 4” and Larger 8" diameter Class 150, C-900 PVC 1. PVC gate wells for use in recycled water system applications shall be white. 2. PVC gate wells for use in potable water system applications shall be white or blue. B. Gate well lids shall be as indicated below in accordance with the Approved Materials List. 1. Gate well box lids shall be circular ductile-iron, and shall include a skirt for a close fit inside the upper portion of the gate well. Lids shall be cast with the AGENCY NAME (CMWD) and the word WATER for use on potable water systems, and RECYCLED WATER for recycled water systems. 2. Lids shall be Brooks 4TT with long skirt or approved equal. 3. Normally closed potable water valves and recycled water valves shall use box lids by Brooks 3RT or approved equal. 4. Lid sizes shall be as follows: Valves Gate Well Lid 4” and Larger where the speed limit is 35 mph or greater Machined ductile-iron frame and 8" lid with 6" long skirt RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-7 GENERAL PIPING SYSTEM AND APPURTENANCES 2.11 VALVE STEM EXTENSIONS Stem extensions shall be complete with operating nut, location ring, and lower socket to fit valve-operating nut. The configuration of the extension stem nut shall match that of the valve it operates. A. Stem extensions shall be square fiberglass tubing glued together to make a continuous one-piece unit used to a maximum length 8’. B. Steel stem extensions shall be used where the maximum length of the extension exceeds 8' or at the request of the City Engineer. Steel stem extensions may be round or square hot-dipped galvanized steel tubing of solid design (no pinned couplings permitted) with guides. 2.12 METER BOXES Meter boxes shall be polymer-type boxes with lids selected from the Approved Materials List. A. Meter box sizes shall be as follows: Meter Box Size Meter Box Uses 12" x 20" 1" water services 17" x 30" 2" water services B. Meter box lids for use in potable water system applications shall be gray. C. Meter box lids for use in recycled water system applications shall be purple. 2.13 RECYCLED WATER IDENTIFICATION Materials used to identify pipe and appurtenances used for recycled water, not manufactured in purple color, shall be as described in Volume 2 of the Carlsbad Engineering Standards. PART 3 EXECUTION 3.1 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) A. All high line piping, fittings, and service connections shall be furnished, installed, and maintained by the Contractor, and the Contractor shall make connections to a water source designated by the City Engineer. B. All pipe, valves, fittings, hose and connections furnished by the Contractor shall be of good quality, clean, and suitable for conveying potable water in the opinion of the City Engineer. C. The high line pipe shall be installed in such a manner that it will not present a hazard to traffic and will not interfere with access to homes and driveways along its route. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-8 GENERAL PIPING SYSTEM AND APPURTENANCES D. Valves shall be installed at 200' intervals or as directed by the City Engineer. The use of pressure reducing valves (PRV) may be required as directed by the City Engineer. E. The Contractor shall be responsible for disinfecting all high lines, connections, and flushing. F. Following disinfection and acceptance of the high line as a potable water system, the Contractor shall maintain continuous service through the high line piping to all consumers normally served both directly and indirectly by the pipeline. G. Upon completion of the work, the Contractor shall remove the high line piping and appurtenances. H. If progress in making repairs to the high line is inadequate, the City Engineer, may order necessary corrective measures. Corrective measures may consist of directing City personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. 3.2 CONNECTION TO EXISTING FACILITIES (WET TAPS AND CUT-IN INSTALLATIONS) The Contractor shall furnish the tapping sleeve or tee, valves and all other materials as called for in the Standard Specifications in accordance with the Approved Materials List. The Contractor shall provide all equipment and labor required for the excavation and installation of the connection including, but not limited to, backfill and pavement replacement. In certain circumstances the Contractor may be required to provide a water truck, high line, and fittings as part of the equipment for making the connections. In addition, the Contractor shall assist the City in alleviating any hardship incurred during a shutdown for connections. Emergency standby equipment or materials may be required of the Contractor by the City Engineer. Wet taps or cut-in tee and valve installations shall be performed as follows: A. Prior to construction, Contractor shall pothole the existing pipe at the location of the proposed connection. The City shall inspect the pothole prior to Contractor's repair of trench. Refer to Supplemental Provision 5-2 for protection of existing facilities. Contractor shall record the following information on as-built drawings: 1. Pipe size, outside diameter. 2. Pipe type such as ACP, PVC, Ductile-Iron or Steel. 3. Pipe class and/or pressure rating. 4. Elevation, grade, and alignment. 5. Location of collars, pipe bells, fittings or couplings, if found. Note: Collars, bells, fittings, or couplings shall not be within 18-inches of the outer dimension of the tapping saddle. 6. Potential conflicts with existing utilities. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-9 GENERAL PIPING SYSTEM AND APPURTENANCES B. To facilitate the proposed connection and allow for slight adjustments in alignment, the Contractor shall leave a minimum 10' gap between the new pipe installation and the proposed connection point at the existing water main. The Contractor shall leave a gap longer than 10' if conditions warrant, or if directed by the Engineer. C. The new pipeline shall have successfully passed pressure testing in accordance with Section 15044 and disinfection and bacteriological testing in accordance with Section 15041 prior to proceeding with the connection to the existing pipeline. D. After the City Engineer has given approval to proceed with the connection, the Contractor shall schedule with the City for the wet tap or cut-in installation. 1. Shutdowns will be scheduled at the convenience of the City. Shutdowns may be scheduled for nights or weekends if required. 2. The Contractor shall give the City a minimum of 5 working days notice prior to any proposed excavation or shutdown of existing mains or services. Scheduling shall be subject to approval by the City Engineer. 3. The City may postpone or reschedule any shutdown operation if, for any reason, the City Engineer believes that the Contractor is improperly prepared with competent personnel, equipment, or materials to proceed with the connection. 4. If progress in completing the connection within the time specified is inadequate, the Engineer may order necessary corrective measures. Corrective measures may consist of directing City personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. E. Contractor may proceed with excavation only after potholing has been completed, materials have been approved and delivered, and wet tap or cut-in installation has been scheduled with approved Connection Permit. 1. The Contractor shall saw-cut pavement, excavate and provide and install shoring and steel plating, when necessary, one day prior to the wet tap or cut-in installation. 2. The Contractor shall provide lights, barricades and traffic control in accordance with the agency of jurisdiction and as deemed necessary for the excavation by the Engineer. 3. The Contractor shall de-water existing mains in full compliance with NPDES standards where cut-in installations are required and shall be done in the presence of the Engineer and in accordance with Section 15041. Only City personnel are authorized to operate existing valves. The Contractor shall be responsible for any and all damage resulting from unauthorized operation of existing City facilities. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-10 GENERAL PIPING SYSTEM AND APPURTENANCES 4. The Contractor under the inspection of the City shall perform the following work for wet taps and cut-in installations: a. Wet taps: Disinfect and install and tapping saddle and tapping valve and perform tapping operations. b. Cut-ins: Cut and remove portions of existing mains, and disinfect and install tees, valves, couplings, and appurtenances required to complete the closure. The Contractor shall discard pipe and appurtenances removed from service in accordance with this Section. 5. After the Contractor has performed tapping or cut-in operations, and the Engineer has given approval to proceed, the Contractor shall complete the installation as shown on the Approved Plans in accordance with the Standard Specifications including, but not limited to: a. Disinfecting and installing the pipe section(s) necessary to make the closure to the new system. b. Installing and setting the valve gate well(s) in accordance with the Standard Drawings. c. Installing thrust and anchor blocks in accordance with Section 03000. d. Completing all backfill and compaction of the trench in accordance with Section 02223. e. Repairing or replacing pavement as necessary. 3.3 FLEXIBLE PIPE COUPLINGS Flexible pipe couplings shall be installed in accordance with the manufacturers recommendations and as described below: A. Use plain-end pipe with flexible couplings per AWWA C200. Provide joint harnesses per AWWA M11 for aboveground applications or where indicated on the Approved Plans. B. Flexible couplings may be used only where indicated on the drawings. C. Clean oil, scale, rust, and dirt from the pipe ends and touch-up the epoxy coating and allow time for curing before installing the coupling. Clean the gaskets before installing. D. Follow the manufacturer's recommendation for installation and bolt torque using a properly calibrated torque wrench. E. Lubricate the bolt threads with graphite prior to installation. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-11 GENERAL PIPING SYSTEM AND APPURTENANCES 3.4 GROOVED-END OR SHOULDERED COUPLINGS FOR DUCTILE IRON OR STEEL PIPE Grooved-end or shouldered couplings shall be installed in accordance with the manufacturer's recommendations and as described below: A. Grooved-end or shouldered joint couplings shall be installed per AWWA C606 and the manufacturer's recommendations. B. Clean loose scale, rust, oil, grease, and dirt from the pipe or fitting groove and touch-up the epoxy coating as necessary, allowing time for curing before installing the coupling. C. Clean the gasket before installation. Apply a lubricant selected from the Approved Materials List to the gasket exterior including lips, pipe ends, and housing interiors. D. Fasten the coupling alternately and evenly until the coupling halves are seated. Follow the manufacturer's recommendation for bolt torque using a properly calibrated torque wrench. 3.5 JOINT RESTRAINT SYSTEM Joint Restraint Systems shall be installed in accordance with the manufacturers recommendations and as described below: A. Length of pipe to be restrained on each side of bends, tees, reducers and other fittings shall be determined by the Private Engineer or manufacturer of the restraint device and approved by the City Engineer. B. Split ring restraint shall be installed on the spigot end of pipe, connected to a back-up ring which seats behind the bell of the adjoining pipe or fitting. C. Restraint devices can be installed prior to lowering pipe into the trench. D. Splined gaskets, also known as joint restraint gaskets, shall be installed in accordance with the manufacturer's recommendations. 3.6 BOLTS AND NUTS A. All bolts and nuts shall be new and unused. B. Bolts and nuts shall be cleaned, if needed, by wire brushing and lubricated prior to assembly. C. Tighten nuts uniformly and progressively. D. Buried bolts and nuts shall be coated with wax tape in accordance with Section 09902 prior to being encased with polyethylene. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-12 GENERAL PIPING SYSTEM AND APPURTENANCES E. All stainless steel bolts shall be coated with an anti-seize compound selected from the Approved Materials List. F. Bolts and nuts shall not be reused once tightened. Used bolts and nuts shall be discarded and removed from the job. 3.7 POLYETHYLENE ENCASEMENT A. Polyethylene encasement shall completely encase and cover all buried metal surfaces not otherwise protected with a cathodic protection system. All bolted connections shall be coated with wax tape prior to polyethylene encasement. Pipe & Fittings: All ductile-iron pipe and fittings shall be encased with polyethylene sleeves in accordance with Method A described in AWWA C105, except that tees may be encased with polyethylene wrap in accordance with Method C described in AWWA C105. Valves: Buried valves shall have only the stem and operating nut exposed and the wrap shall be attached so that valve operation will not disturb the wrapping or break the seal. Refer to the applicable valve specification to determine other coating requirements. B. Polyethylene sleeves shall be secured with polyethylene or vinyl adhesive tape or plastic tie straps at the ends and quarter points along the sleeve in a manner that will hold the sleeve securely in place during backfill. Polyethylene wrap shall be secured with polyethylene or vinyl adhesive tape in a manner that will hold the wrap securely in place during backfill. 3.8 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed as described below in accordance with the Standard Drawings. A. Tape shall be placed at the top of the pipe zone 12" above and centered over the utility intended for identification. Tape used with onsite potable and recycled water irrigation systems shall be installed at 6" above the pipe. B. Tape shall be installed with the printed side up and run continuously along the entire length of the utility intended for identification. Tape shall be installed on the main piping and all appurtenant laterals, including blowoffs, air valve assemblies, fire hydrants, and services. Tape splices shall overlap a minimum of 24" for continuous coverage. C. Tape shall be installed prior to placement of the Trench Zone Backfill. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-13 GENERAL PIPING SYSTEM AND APPURTENANCES 3.9 GATE WELLS AND VALVE STEM EXTENSIONS Gate wells shall be installed as shown on the Standard Drawings and as described below: A. Gate wells shall be installed as shown on the Standard Drawings and as described below: B. The top exterior portion of the gate well lid and ring shall be coated in accordance with Section 09900. C. Valve Stem Extensions shall be installed when the valve operating nut is more than 5' below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 12" and 18" below the gate well lid. Valve stem extensions shall be installed in accordance with the Standard Drawings. 3.10 METER BOX INSTALLATION Meter boxes shall be installed at the elevations and locations shown on the Approved Plans and in accordance with the Standard Drawings. Near the completion of the project, a final meter box adjustment to finish grade may be required. Water meters shall not be installed until final adjustments are made to the meter box and approved by the City. 3.11 ABANDONMENT OR REMOVAL FROM SERVICE OF EXISTING FACILITIES Before excavating for new mains that are to replace existing pipes or services, the Contractor shall make provisions for the continuation and maintenance of service to customers as directed by the City Engineer. Abandonment or removal from service of existing mains, appurtenances or water services shown on the Approved Plans or as called for by the City Engineer shall be as directed by the City Engineer. Abandonment or removal from service of existing mains, appurtenances or water services shown on the Approved Plans or as called for by the City Engineer shall be as indicated below and in accordance with the Standard Drawings: A. Abandonment in place: 1. Existing pipe 4" and smaller shall have a short section of pipe removed and pipe ends encased in concrete. 2. Existing pipe 6" through 14" shall be cut and plugged with concrete or shall be pressure-grouted at intervals of 200' as recommended by the Engineer. 3. Existing pipe 16" and larger shall be entirely filled by pressure-grouting or by blown sand as determined by the Engineer. 4. Existing pipe ends shall be filled with concrete. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-14 GENERAL PIPING SYSTEM AND APPURTENANCES 5. All valves shall be removed with remaining pipe or fittings permanently sealed with blind flange or concrete plug. 6. Gate wells shall be cut 24" below grade and filled with 1-2 slurry sack concrete or removed and replaced with compacted backfill. 7. Water service corporation stops shall be closed. Meter boxes and curb stops shall be removed. Service laterals shall be cut back a minimum of 24-inches below the finish grade. 8. Water services to be abandoned that are connected to pipelines that will remain in service shall be abandoned in-place. B. Removal by excavation: 1. Existing pipe and appurtenances shall be removed from the ground as indicated on the Approved Plans or as directed by the City Engineer. 2. Contractor shall provide measures that allow for the removal of existing sewer mains and appurtenances with no leakage of raw sewage. Transportation of sewer mains and appurtenances removed from service shall be in waterproof trucks to prevent raw sewage from leaking on public streets. 3. Removal of asbestos-cement pipe (ACP) and sewer mains and appurtenances shall be in accordance with all applicable State and Federal requirements. Legal disposal is the responsibility of the Contractor. Obtain approval from the agency having disposal jurisdiction with respect to disposal sites. 4. Backfill, compaction, and surface repair of all excavations for removal of pipe and appurtenances shall be made in accordance with the Approved Plans, Section 02223 of the Standard Specifications, and the Standard Drawings. 3.12 SALVAGE When the Contractor is required to remove existing pipe and appurtenances, or portions thereof, from the ground, such material may, at the discretion of the Engineer, be considered salvage. All materials identified as salvage are considered property of the City. A. The Contractor shall remove and temporarily stockpile all materials identified as salvage in a safe location that will not disrupt traffic or shall deliver salvage to the City's Field Operations Yard as directed by the City Engineer. B. The Contractor shall legally dispose of all other materials in an appropriate manner. Disposal is the responsibility of the Contractor. Obtain concurrence from the agency having disposal jurisdiction with respect to disposal sites and transportation methods. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-15 GENERAL PIPING SYSTEM AND APPURTENANCES 3.13 RECONNECTIONS A. The Contractor may encounter unused service laterals or appurtenant piping connected to an existing pipeline being replaced. Laterals and appurtenance piping that will not be connected to the new pipeline shall be abandoned as described in section 3.11. B. Existing service laterals or appurtenances to be connected to new pipelines shall be installed as shown on the Approved Plans or as directed by the City Engineer in accordance with the Standard Drawings. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15000-16 GENERAL PIPING SYSTEM AND APPURTENANCES THIS PAGE INTENTIONALLY BLANK RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15041 - 1 DISINFECTION OF PIPING SECTION 15041 DISINFECTION OF PIPING PART 1 GENERAL 1.1 DESCRIPTION This section describes requirements for disinfection by chlorination of potable and recycled water mains, services, pipe appurtenances and connections. 1.2 REFERENCED STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. A. American Water Works Association (AWWA). B300 Standard for Hypochlorites B301 Standard for Liquid Chlorine C651 Disinfecting Water Mains 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Specifications 15000, 15044, 15057, 15064, 15074, 15092, 15100, and 15108. 1.4 SERVICE APPLICATION A. All water mains and appurtenances taken out of service for inspection, repairs, or other activity that might lead to contamination shall be disinfected before they are returned to service. B. All new water mains and temporary high lines shall be disinfected prior to connection to the City's existing system. C. All components incorporated into a connection to the City's existing system shall be disinfected prior to installation. 1.5 SUBMITTALS A. A written disinfection and dechlorination plan signed by a certified chlorinator shall be submitted to the Engineer for review and approval prior to starting disinfection or dechlorination operations. Plan for disinfection method and procedure shall include equipment used to inject the chlorine solution, gauges or scales to measure the rate at which chlorine is injected, qualifications of personnel, testing location and schedule, source of water and water disposal locations. Personnel performing the disinfection shall demonstrate a minimum of five years experience in the chlorination and dechlorination of pipelines. B. Qualification of certified testing laboratory. C. Four copies of bacteriological test results to the Engineer upon completion of each test. D. Emergency Response Plan. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15041 - 2 DISINFECTION OF PIPING 1. 6 DELIVERY, STORAGE AND HANDLING Chlorination and dechlorination shall be performed by competent individuals knowledgeable and experienced in the operation of the necessary application and safety equipment in accordance with applicable Federal, State and Local laws and regulations. The transport, storage and handling of these materials shall be performed in accordance with Code of Federal Regulations (CFR) 1910.120 Hazardous Waste Operations and Emergency Response, CFR 49.172 Hazardous Materials Regulations, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5194. 1.7 CONCURRENT DISINFECTION AND HYDROSTATIC TESTING The specified disinfection of the pipelines may be performed concurrently with the hydrostatic testing in accordance with Section 15044. In the event repairs are necessary, as indicated by the hydrostatic test, additional disinfection may be required by the Engineer in accordance with this specification. 1.8 CONNECTION TO EXISTING MAINS Prior to connection to existing mains, disinfection and bacteriological testing shall be performed in accordance with this specification, and hydrostatic testing shall be performed per Section 15044. A City Connection Permit is required authorizing connection to an existing system shall and be given only on the basis of acceptable hydrostatic, disinfection and bacteriological test results. Connection to existing mains shall be performed in accordance with Section 15000. PART 2 MATERIALS 2.1 CHLORINE (GAS) A. Liquid chlorine contains 100-percent available chlorine and is packaged in steel containers in net weights of 68.1kg (150 lb.) or 907.2kg (1 ton). B. Liquid chlorine shall be used with appropriate gas flow chlorinators, heaters, and injectors to provide a controlled, high-concentration solution feed to the water. The chlorinators and injectors shall be the vacuum-operated type. 2.2 SODIUM HYPOCHLORITE (LIQUID) Sodium hypochlorite is available in liquid form in glass or plastic containers, ranging in size from 0.95 L (1 Qt.) to 18.93 L (5 Gal.). The solution contains approximately 10% to 15% available chlorine. 2.3 TABLET OR GRANULAR HYPOCHLORITE Tablet or granular hypochlorite may be used if a solution container is utilized to provide a continuous feed method. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15041 - 3 DISINFECTION OF PIPING PART 3 EXECUTION 3.1 GENERAL A. Disinfection of pipelines shall not proceed until all appurtenances and any necessary sample ports have been installed and the Engineer provides authorization. B. Every effort shall be made to keep the water main and its appurtenances clean and dry during the installation process. C. All piping, valves, fittings, and appurtenances which become contaminated during installation shall be cleaned, rinsed with potable water, and then sprayed or swabbed with a 5 percent sodium hypochlorite disinfecting solution prior to installation. D. Water mains under construction that become flooded by storm water, runoff, or groundwater shall be cleaned by draining and flushing with metered potable water until clear water is evident. Upon completion, the entire main shall be disinfected using a method approved by the Engineer. 3.2 METHODS A. Chlorine (Gas) 1. Only vacuum-operated equipment shall be used. Direct-feed chlorinators, which operate solely from gas pressure in the chlorine cylinder, shall not be permitted. The equipment shall incorporate a backflow prevention device at the point of connection to the potable water source used to fill the line being tested. 2. The chlorinating agent shall be applied at the beginning of the system to be chlorinated and shall be injected through a corporation stop, a hydrant, or other approved connection to ensure treatment of the entire system being disinfected. 3. Only a certified, licensed chlorination and testing contractor shall perform gas chlorination work. The chlorination contractor must also possess a Grade II Treatment Plant Operator Certification from the State of California if required by the Engineer. B. Sodium Hypochlorite Solution (Liquid) 1. Sodium hypochlorite solution shall be used for cleaning and swabbing piping and appurtenances immediately prior to installation and for disinfecting all components of connections to the City's existing system. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15041 - 4 DISINFECTION OF PIPING 2. Sodium hypochlorite solution may be used for the initial disinfection of newly installed water mains. The solution shall be applied at a terminus of the system to be chlorinated using an injector which can adjust the amount of solution being injected into the piping system. The solution shall be injected in the appropriate concentration to achieve the specified concentration range of chlorine throughout the entire piping system. Where pumping equipment is used in conjunction with an injector, an integral backflow prevention device shall be used and connected to the potable water supply. 3. Water trucks, pumping equipment, piping, appurtenances and all other equipment in contact with potable water shall be disinfected prior to use. 4. Sodium hypochlorite solution may also be used to increase the total chlorine residual if the concentration from the initial chlorination of the system is found to be low. The solution shall be added to the system in sufficient amounts at appropriate locations to ensure that the disinfecting solution is present at a concentration within the specified range throughout the piping system. 3.3 PROCEDURE FOR DISINFECTING WATER MAINS AND APPURTENANCES A. The pipeline shall be filled at a rate not to exceed 1,135 liters per minute (300 GPM) or a velocity of 0.3m per second (1 foot per second), whichever is less. B. Disinfection shall result in a total chlorine concentration of not less than 25-mg/l. This concentration shall be evenly distributed throughout the system to be disinfected, using a continuous feed method of chlorination. C. All valves shall be operated with the disinfection solution present in the pipeline. All appurtenances such as air-vacuum relief valves, blowoffs, hydrants, backflow prevention devices, and water service laterals shall be flushed with the treated water a sufficient length of time to ensure a chlorine concentration within the specified range in all components of each appurtenance. (Note the limitations for discharge of chlorinated water outlined below.) D. The Engineer will verify the presence of the disinfection solution throughout the system by sampling and testing for acceptable chlorine concentrations at the various appurtenances and/or at the test ports provided by the Contractor. Areas of the system found to be below the specified chlorine concentration level shall receive additional flushing as noted above and/or additional disinfection solution as necessary. (Note the limitations for discharge of chlorinated water outlined below.) Addition of disinfection solution after the initial charging of the line shall be made by either the liquid chlorine (gas) method, or the sodium hypochlorite method as directed by the Engineer. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15041 - 5 DISINFECTION OF PIPING E. The chlorinated water shall be retained in the system for a minimum of 24 hours. The City Engineer will test the total chlorine residual. The system shall contain a total chlorine residual of not less than 80% of the initial total chlorine residual before the 24-hour soaking period began. If the total chlorine residual has decreased more than 20%, the system shall be soaked for an additional 24-hour period. If the total chlorine residual has not deceased after this additional 24-hour period, the system shall be flushed in accordance with the procedure detailed herein. If the total chlorine residual has decreased, the system shall be flushed in accordance with the procedure detailed herein, and shall be re-disinfected. F. Following a successful retention period as determined by the City Engineer, the chlorinated water shall be flushed from the system at its extremities and at each appurtenance, using potable water from a source designated by the City Engineer. The minimum water velocity during flushing shall be 0.9 meters per second (3 feet per second) or as directed by the Engineer. Flushing shall continue until the replacement water in the new system is equal in chlorine residual to the potable source of supply as verified by the City. (Note the limitations for discharge of chlorinated water outlined below.) G. The Contractor shall contract with a State certified sampling laboratory to perform sampling, transport samples and perform bacteriological sampling and testing as specified herein. 3.4 DISCHARGE OF CHLORINATED WATER A. Indiscriminate onsite disposal or discharge to sewer systems, storm drains, drainage courses or surface waters of chlorinated water is prohibited. B. In locations where chlorine neutralization is required, the reducing agent shall be applied to the water as it exits the piping system. The Developer shall monitor the chlorine residual during the discharge operations. Total residual chlorine limits in these locations, and for the discharge of chlorinated water from the testing of pipelines to surface waters of the San Diego Region are as follows: Total Residual Chlorine Effluent Limitations 30-Day Average - 0.002 mg/l Average Daily Maximum - 0.008 mg/l Instantaneous Maximum - 0.02 mg/l The various methods of dechlorination available can remove residual chlorine to concentrations below standard analytical methods of detection, 0.02 mg/l, which will assure compliance with the effluent limit. The Developer will perform all necessary tests, keeping and providing records to the Engineer to ensure that the total residual chlorine effluent limitations listed above are met. C. In locations where no hazard to the environment is evident based on the joint examination described above, the chlorinated water may be broadcast for dust control on the surface of the immediate site. Care shall be exercised in broadcasting the water to prevent runoff. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15041 - 6 DISINFECTION OF PIPING 3.5 BACTERIOLOGICAL TESTING The Contractor shall employ a State certified laboratory to perform bacteriological sampling and testing of all new system installations. The testing methodology employed by the City shall be as set forth in "Standard Methods for the Examination of Water and Waste Water" (current edition). Testing requirements are as set forth in the California Domestic Water Quality and Monitoring Regulations and commensurate with current requirements for surface water testing. The testing laboratory will analyze the samples for the presence of coliform bacteria and heterotrophic-type bacteria (heterotrophic plate count). The evaluation criteria employed by the City for a passing test sample is as follows: A. Coliform bacteria: no positive sample, and B. Heterotrophic plate count (HPC): 500 colony forming units/ml or less. 3.06 REDISINFECTION If the initial disinfection fails to produce satisfactory bacteriological test results, the pipeline system shall be re-flushed and re-sampled. If the second set of samples does not produce satisfactory results, the pipeline system shall be re-chlorinated, flushed, and re-stamped. The chlorination, flushing, and sampling procedure shall continue until satisfactory results are obtained. Re-disinfection and retesting shall be at the Contractor's expense. 3.07 DISINFECTING TIE-INS AND CONNECTIONS Pipes, fittings, valves and all other components incorporated into connections with the City's existing system shall be spray disinfected or swabbed with a liquid chlorine solution in accordance with AWWA C651 and as specified herein. Upon connection to the main, the line shall be flushed as directed by the City Engineer. Disinfection by this method is generally limited to assemblies of 20' or less in length. Alternate methods such as "predisinfection" prior to installation in accordance with AWWA C651 may be required at the discretion of the City Engineer. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15044 - 1 HYDROSTATIC TESTING OF PRESSURE PIPELINES SECTION 15044 HYDROSTATIC TESTING OF PRESSURE PIPELINES PART 1 GENERAL 1.1 DESCRIPTION This section describes the requirements and procedures for pressure and leakage testing of all pressure mains. 1.2 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 15000, 15041, 15056, 15064, 15074, 15092, 15100 and 15108 1.3 REQUIREMENTS PRIOR TO TESTING A. Provide testing procedure submittal including testing pressure, testing schedule, test bulkhead locations, and water supply details. B. All piping, valves, fire hydrants, services, and related appurtenances shall be installed prior to testing. C. The pipe trench shall have trench zone backfill placed and compacted with a minimum of 2.5 feet of material over the pipe. D. All concrete anchor blocks shall be allowed to cure a sufficient time to develop a minimum strength of 13.79 MPa (2,000 psi) before testing. E. Pressure tests on exposed and aboveground piping shall be conducted only after the entire piping system has been installed and attached to pipe supports, hangers or anchors as shown on the Approved Plans. F. Steel pipelines shall not be tested before the mortar lining and coating on all pipe lengths within the line have been in place for a minimum of fourteen (14) days. Cement-mortar lined pipe shall not be filled with water until a minimum of eight hours has elapsed after the last joint has been mortared. 1.4 CONCURRENT HYDROSTATIC TESTING AND DISINFECTION OF PIPELINES Hydrostatic testing of pipelines shall be performed prior to or concurrently with the disinfection operations in accordance with Section 15041. In the event repairs are necessary, as indicated by the hydrostatic test, the City may require additional disinfection in accordance with Section 15041. 1.5 CONNECTION TO EXISTING MAINS Hydrostatic testing shall be performed prior to connections to existing mains. A City Connection Permit authorizing connection to the existing system shall be given RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15044 - 2 HYDROSTATIC TESTING OF PRESSURE PIPELINES only on the basis of acceptable hydrostatic, disinfection and bacteriological test results. Connection to existing mains shall be performed in accordance with Section 15000. PART 2 MATERIALS 2.1 WATER A. Potable water shall be used for hydrostatic testing of potable and recycled water mains. B. Potable water shall be supplied by a City-approved source. Make-up water for testing shall also be potable water. C. A chlorinated water solution, in accordance with Section 15041, shall be used to charge the line and for make-up water when hydrostatic testing and disinfection operations are combined. D. Meet all applicable state and local requirements for disposal of testing water. 2.2 CONNECTIONS A. Testing water shall be supplied through a metered connection equipped with a backflow prevention device in accordance with Section 15112 at the point of connection to the potable water source used. B. The Contractor shall provide any temporary piping needed to deliver potable water to the piping that is to be tested. Temporary piping shall be in accordance with Section 15000. PART 3 EXECUTION 3.1 GENERAL A. All water systems shall be pre-tested to insure passage of test prior to scheduling official test with inspector. B. The Contractor shall provide the City with a minimum of 48 hours' notice prior to the requested date and time for hydrostatic tests. C. The Contractor shall furnish all labor, materials, tools, and equipment for testing. D. Temporary blocking during the tests will be permitted only at temporary plugs, caps or where otherwise directed by the City. E. All valves and appurtenances shall be operated during the test period. The test shall be conducted with valves in the open position. The Contractor is not permitted to operate any valves on the City’s system. F. At the onset of testing, all valves, air vacuum assemblies, blowoffs, and services shall be monitored for possible leakage and repairs made, if necessary, before RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15044 - 3 HYDROSTATIC TESTING OF PRESSURE PIPELINES the test proceeds. The appurtenances shall be monitored through the duration of the testing. G. For pipe with porous lining, such as cement mortar, the pipe shall be filled with water and placed under a slight pressure for a minimum of forty-eight (48) hours prior to the actual hydrostatic test. H. Testing shall be made before connecting the new line with the existing City pipes and mains. I. The pipeline should be filled at a rate such that the velocity of flow is less than 1 fps. J. Maximum length of pipe to be included in any one (1) test shall not exceed 2,500 linear feet or vertical elevation difference of 58 feet. 3.2 FIELD TEST PROCEDURE A. Before applying the specified test pressure, care shall be taken to release all air within the pipe and appurtenances to be tested. Air shall be released through services, fire hydrants, air release valves, or other approved locations. B. The leakage shall be considered as the total amount of water pumped into the pipeline during the test period. C. Apply and maintain the test pressure by means of a hydraulic force pump. D. Maintain the test pressure for the following duration by restoring it whenever it falls an amount of 5 psi: Pipe Diameter (inches) Hours 18 and less 4 20 to 36 8 Greater than 36 24 E. After the test pressure is reached, use a meter to measure the additional water added to maintain the pressure. This amount of water is the loss due to leakage in the piping system. The allowable leakage for various sizes of PVC & DIP with rubber gaskets are shown in the following table: TYPE OF PIPE: P.V.C. & D.I.P. CLASSES: 150 & 200 Pipe Sizes Allowable Leakage (inches) Gals/4 hrs/1000’ of pipe 4” .33 Gals 6” .50 Gals 8” .66 Gals 10” .83 Gals. 12” .99 Gals. 14” 1.16 Gals. 16” 1.32 Gals. 18” 1.49 Gals. 20” 1.66 Gals. 24” 1.98 Gals. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15044 - 4 HYDROSTATIC TESTING OF PRESSURE PIPELINES F. The allowable leakage for welded steel pipe shall be zero gallons. G. The allowable leakage for piping having threaded, brazed, or welded (including solvent welded) joints shall be zero gallons. H. Repair and retest any pipes showing leakage rates greater than that allowed in the above criteria. 3.3 TEST PRESSURE Pipe sizes in excess of 16” diameter shall be tested at a pressure based on test pressure as shown on the drawings. If no test pressure is shown, the pipeline at the low point in test section shall be pumped to a hydrostatic test pressure of 125 percent of the operating pressure or pipe class, whichever is the greater. Pressure shall be maintained for a duration shown in section 3.2 and shall be repumped when it falls an amount of 5 p.s.i. Pipe sizes 16” diameter and less shall be tested at 75 p.s.i. in excess to the operating pressure of the pipeline. Pressure shall be maintained for a duration shown in section 3.2 and shall be repumped when it falls an amount of 5 p.s.i. The test pump gauge and meter shall be connected to the water main at a location other than the highest point in the line, in order to allow release of air from the high point. Means shall be provided for accurately measuring the quantity of water pumped through a meter and pumped into the pipe immediately, during and after the test period in order to maintain or restore the initial test pressure. All pipe, fittings, valves, services and appurtenances shall be subjected to the hydrostatic test and irrespective of the measured quantity of leakage, all detectable leaks shall be repaired by the Contractor at the contractor’s expense and no cost to Carlsbad Municipal Water District. If a tested system is damaged or a leak occurs after official test the entire system or portion of system will be retested as directed by Inspector. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15056 - 1 DUCTILE-IRON PIPE AND FITTINGS SECTION 15056 DUCTILE-IRON PIPE AND FITTINGS PART 1 GENERAL 1.1 DESCRIPTION This section includes materials and installation of ductile-iron pipe and fittings for potable water systems. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ANSI B16.42 Ductile iron pipe flanges and flanged fittings, classes 150 and 300. ASTM A536 Specification for ductile iron castings. AWWA C104 Cement mortar lining for ductile iron pipe and fittings for water AWWA C105 Polyethylene encasement for ductile iron pipe systems AWWA C111 Rubber-gasket joints for ductile iron pipe AWWA C600 Installation of ductile iron water mains and their appurtenances 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15044, 15061, 15064, 15108, and 15112 1.4 SERVICE APPLICATION Ductile-iron pipe shall be used only in specific areas, locations, and uses allowed by the City. 1.5 DESIGN REQUIREMENTS A. General: 1. Ductile-iron pipe and fittings shall be manufactured per AWWA C110, C111, C115, C150, C151, and C153. Gray-iron and cast-iron fittings or flanges shall not be used. 2. Ductile-iron fittings manufactured per AWWA C153 shall be installed on mains 12" and smaller only. 3. Joints for ductile-iron pipe and fittings shall be mechanical, flanged, or push-on in accordance with AWWA C110, C111, and C153. 4. Except as amended herein, or otherwise shown on the Approved Plans, joints for ductile-iron pipe and ductile-iron fittings shall have a pressure rating equal to or greater than the adjacent piping. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15056 - 2 DUCTILE-IRON PIPE AND FITTINGS 5. Joints in buried piping may be of the push-on, flanged or mechanical-joint type per AWWA C111 except where particularly specified on the Approved Drawings. 6. Joints that are aboveground, within structures, or submerged shall be flanged unless otherwise shown on the Approved Plans. B. Unless otherwise specified, ductile-iron flanges shall be in accordance with AWWA C115, rated at a working pressure of 1,724 KPa (250 psi). Where required in order to connect to the flanges of 1,724 KPa (250 psi) butterfly valves, or as otherwise shown on the approved plans, ductile-iron flanges shall be compatible with AWWA C207, Class "F". Maximum working pressure of flanges shall be as specified in AWWA or ASME/ANSI. Flanges shall be integrally cast per AWWA C110 or shop-threaded per AWWA C115. Flanges shall be solid. Hollow-back flanges are not permitted. Gray-iron or cast-iron flanges are not permitted. Threading of flanges in the field is not permitted. Where threaded flanges are used, the pipe or spool piece to which they are connected will be hydrostatically tested in the presence of the Engineer prior to installation. The pipe section or spool piece shall be hydrostatically tested for 15 minutes at the pressure rating of the flanges. No leaks shall be permitted. C. Plain ends shall conform to the requirement of AWWA C151 and to the dimensions included within AWWA C110 to accept a mechanical joint, push-on joint, flanged coupling adaptor, flexible coupling, or grooved coupling. Refer to Section 15000 for coupling descriptions. D. The exterior surfaces of all pipe and fittings shall be factory coated with a minimum one-(1) mil thick petroleum asphaltic material per AWWA C110 and C151. E. All pipe and fittings shall be cement-mortar lined in accordance with AWWA C104, using the double thickness requirements indicated in said standard. Type II or Type V Portland cement per ASTM C 150 shall be used. 1.6 QUALITY ASSURANCE A. The manufacturer of each shipment of pipe shall be required to supply a statement certifying that each lot or load of pipe and fittings has been subjected to and met the tests specified for ductile-iron pipe and fittings per AWWA C110, C111, C115, C150, C151, and C153, as applicable. B. All pipe shall have a home mark on the spigot end to indicate proper penetration when the joint is made. C. Ductile-iron pipe shall bear indelible identification markings as required by AWWA C151. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15056 - 3 DUCTILE-IRON PIPE AND FITTINGS 1.7 SUBMITTALS The following items shall be submitted and reviewed by the City prior to shipping of ductile-iron pipe and fittings: A. An affidavit of compliance with AWWA C104, C110, C111, C115, C150, C151, C153, and the requirements of this specification. B. Typical joint details. C. Typical details and description of lining and coating. D. Calculations supporting selected wall thickness. E. Calculations demonstrating that each proposed restrained joint arrangement can resist the applied forces. F. Cathodic protection materials. 1.8 DELIVERY, STORAGE, AND HANDLING Delivery, storage, and handling of ductile-iron pipe and fittings shall follow the recommendations of AWWA C600 and as specified herein: A. Handling of pipe shall be performed with lifts, cranes, or other suitable equipment and devices. Slings, hooks, or pipe tongs shall be padded and used in such a manner as to prevent damage to the pipe, linings, and coatings. The pipes shall not be dropped or dragged. B. During transport, the pipe shall be supported and secured against movement using padded devices in such a manner to prevent damage. C. Stored pipe shall be protected from damage and kept free from dirt and foreign materials by closing the ends of the pipe. Other pipeline materials shall be protected by appropriate packaging or wrapping. Gaskets shall be stored in a cool location out of direct sunlight. Bolts, nuts, and washers shall be handled and stored in a dry location in a manner that will ensure proper use with respect to types and sizes. D. Pipe laid out for installation shall be placed on earth berms or timber cradles adjacent to the trench in the numerical order of installation. E. Maintain plastic end caps on all pipe and fittings in good condition until the pipe is ready to be installed in the trench. Periodically open the plastic end caps and spray clean potable water inside the pipe for moisture control. F. Under no circumstances shall ropes or other devices be attached through the fitting's interior for handling. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15056 - 4 DUCTILE-IRON PIPE AND FITTINGS 1.9 RECYCLED WATER IDENTIFICATION Ductile-iron pipe and fittings for recycled water shall be identified with purple-colored coating, purple polyethylene sleeves, identification labels or signs in accordance with Section 15000. 1.10 CORROSION PROTECTION Polyethylene encasement shall be installed on all buried ductile-iron pipe and fittings in accordance with Section 15000. Additionally, all buried ductile iron fittings with bolted connections (flanges, mechanical joints, etc) shall be coated with wax tape in accordance with Section 09902. 1.11 WARNING/IDENTIFICATION TAPE Warning/Identification tape shall be installed for ductile-iron pipe and fittings in accordance with Section 15000. PART 2 MATERIALS 2.1 DUCTILE-IRON Ductile-iron pipe and appurtenant components and materials shall be selected from the Approved Materials List in accord with the Standard Drawings. 2.2 GASKETS A. Mechanical joint rubber gasket configuration and materials shall comply with AWWA C111, and according to the applicable joint type and pressure rating of the piping system. B. Flange gaskets shall be 1/8" thick acrylic or aramid fibers bound with nitrile for all sizes of pipe. Gaskets shall be full-face type with pre-punched holes. Ring gaskets extending to the inner edge of the bolt circumference may be used only upon approval of the City Engineer. C. Push-on joint rubber gaskets shall be per AWWA C111. D. If organic solvents or petroleum products are encountered during the course of the work, alternate gasket materials or joint treatment may be required by the Engineer. 2.3 BOLTS AND NUTS FOR FLANGES Bolts and nuts shall be in accordance with Section 15000 and shall be selected from the Approved Materials List. 2.4 WAX TAPE COATING Wax Tape shall be provided in accordance with Section 09902 and the Approved Materials List. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15056 - 5 DUCTILE-IRON PIPE AND FITTINGS 2.5 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be provided in accordance with Section 15000 and selected from the Approved Materials List. 2.6 WARNING/IDENTIFICATION TAPE Warning/Identification tape materials shall be in accordance with Section 15000 and selected from the Approved Materials List. PART 3 EXECUTION 3.1 GENERAL At all times when the work of installing pipe is not in progress, including worker break times, ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water to enter the pipe. Do not place tools, clothing, or other materials in the pipe. The Contractor shall maintain the interior of the pipe in a sanitary condition free from foreign materials. 3.2 TRENCHING, BACKFILLING AND COMPACTING Trenching, backfilling and compacting shall be performed in accordance with Section 02223. 3.3 DEWATERING Dewatering shall be performed in accordance with Section 02223. 3.4 PIPE INSTALLATION When the work requires and the size of the pipe allows entry of personnel into the pipe, the Contractor shall comply with all Federal and State regulations for confined space entry. Work inside pipelines shall not be undertaken until all the tests and safety provisions of the Code of Federal Regulations 1910.146, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5159 for confined space entry have been performed and the area is verified as safe to enter. The Contractor shall furnish and install all pipe, specials, fittings, closure pieces, valves, supports, bolts, nuts, gaskets, jointing materials, and all other appurtenances as shown on the Approved Plans and as required to provide a complete and workable installation. Install pipe in the trench as follows: A. Inspect each pipe and fitting before lowering the pipe or fitting into the trench. Inspect the interior and exterior protective coatings. Patch damaged areas in the field with material recommended by the protective coating manufacturer. Thoroughly clean the ends of the pipe. Remove foreign matter and dirt from inside of the pipe and keep pipe clean during and after installation. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15056 - 6 DUCTILE-IRON PIPE AND FITTINGS B. Install pipe according to the manufacturer's approved order of installation. Install pipes uphill if the grade exceeds 10%. Lower the pipe onto the bedding at the proper lines and grades. C. The manufacturer's printed installation guide outlining the radius of curvature that can be negotiated with pipe sections of various lengths shall be followed, except they shall not exceed the deflections allowed in AWWA C600 according to joint type. Combined deflections at rubber gasket or flexible coupling joints shall not exceed that recommended by the manufacturer. D. The pipe shall have firm bearing along its full length, and bell holes shall be provided at each joint to permit visual inspection of the joint and prevent the pipe from being supported by the bell end or coupling. E. Pipe Assembly: 1. Push-On Type: Assemble the pipe joint using a lubricant selected from the Approved Materials List. Insert the spigot end into the bell or coupling to the proper insertion mark. Check that the elastomeric ring has not left the groove during assembly by passing a feeler gauge around the completed joint. Drive spigot ends of the pipe into bell ends in accordance with the manufacturer's recommendations. Stabbing shall not be permitted. 2. Mechanical Joint Type: Assembly of mechanical joint fittings shall be in accordance with the manufacturer's recommendations regarding installation. F. During installation operations, do not place tools, clothing, or other materials in the pipe. G. When pipe installation is not in progress, including worker break times, ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water, animals, or foreign material to enter the pipe. 3.5 CORROSION PROTECTION Polyethylene encasement shall be installed on all buried ductile-iron pipe and fittings in accordance with Section 15000. Additionally, all buried ductile iron fittings with bolted connections (flanges, mechanical joints, etc) shall be coated with wax tape in accordance with Section 09902. 3.6 FLANGED PIPE AND FITTINGS Flanged connections shall be installed where indicated on the Approved Drawings. A. Bolt holes shall straddle the horizontal and vertical centerlines. B. The bolts, nuts and flange faces shall be thoroughly cleaned by wire brush prior to assembly. C. Bolts and nuts shall be lubricated with a City-approved anti-seize compound. D. Nuts shall be tightened in an alternating "star" pattern to the manufacturer's recommended torque. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15056 - 7 DUCTILE-IRON PIPE AND FITTINGS E. Coat the exterior of exposed flanges, bolts and nuts located aboveground or within vaults in accordance with Section 09910. 3.7 MECHANICAL JOINT CONNECTIONS A. Install mechanical joint connections per AWWA C600 and the manufacturer's recommendations. B. Prior to installation of the mechanical joint, clean the socket and plain end of the pipe. Lubricate both the gasket and plain end of the pipe with an approved lubricant per AWWA C111 immediately prior to slipping the gasket onto the plain end of the pipe. C. Tighten the bolts to the normal range of bolt torque per the manufacturer's recommendations and AWWA C600k, Table 3, as follows: Pipe Diameter Bolt Size Range of Torque 3" 5/8" 61-81 N-M (45-60 ft.-lb.) 4-24" 3/4" 102-122 N-M (75-90 ft.-lb.) 30-36" 21" 136-163 N-M (100-120 ft.-lb.) 3.8 CROSSES A. Each flanged ductile-iron cross shall be installed with flanged ductile-iron pipe spools between the cross and the valves. The spools are included to position the valves a sufficient distance from the cross to allow installation of the thrust blocks without conflicting with the valve actuators. B. The spools shall be 18" long for pipe sizes 8" through 12", and 24" long for pipe sizes 16" and larger. C. The spools shall be equal in class to the adjacent pipe. 3.9 JOINT BONDING AND CATHODIC PROTECTION Bonding of joints to provide continuity, flange insulation kits, internal epoxy linings, and other cathodic protection items and materials shall be installed where shown on the Approved Plans in accordance with the Standard Drawings and Section 16640. 3.10 COUPLINGS FOR DUCTILE-IRON PIPE Mechanical type flexible joints shall be installed where shown on the Approved Drawings. Grooved couplings shall be used in vaults and above ground. Flexible couplings may be used, where indicated on the drawings, below ground, but may also be used above ground with restrained joints. Flanged coupling adapters shall be used for buried pipelines, where allowed by the City. A. Grooved joint couplings shall be installed per AWWA C606 and as indicated in Section 15000. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15056 - 8 DUCTILE-IRON PIPE AND FITTINGS B. Flanged coupling adapters, where allowed by the City, shall be installed per the manufacturer's recommendations. C. Flexible couplings shall be installed per Section 15000 and the manufacturer's recommendations. D. All couplings for ductile-iron pipe shall be shop-coated in accordance with Section 15000. 3.11 CONCRETE Concrete thrust and anchor blocks shall be installed in accordance with Section 03000 and the Standards Drawings. 3.12 WARNING/IDENTIFICATION TAPE Warning/Identification tape shall be installed in accordance with Section 15000 and the Standard Drawings. 3.13 DISINFECTION AND BACTERIOLOGICAL TESTING Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. 3.14 HYDROSTATIC TESTING Field hydrostatic testing shall be performed in accordance with Section 15044. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15057 - 1 COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS SECTION 15057 COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS PART 1 GENERAL 1.1 DESCRIPTION This section includes materials and installation of copper tubing, brass and bronze pipe fittings and appurtenances. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. ANSI B1.20.1 Pipe treads, general purpose ANSI B16.18 Case copper alloy solder joint pressure fittings 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15041, 15044, 15064, 15074, 15092 and 15108 1.4 SERVICE LATERAL WET TAP CONNECTIONS Contractor shall perform all wet tap connections to existing pipelines in accordance with Section 15000. 1.5 RECYCLED WATER IDENTIFICATION Copper Tubing, Brass, and Bronze Pipe Fittings for recycled water shall be identified with purple color coating, purple polyethylene sleeve, identification labels or signs in accordance with Section 15000. 1.6 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be used for all copper tubing, except that which is bored or jacked, in accordance with Section 15000. PART 2 MATERIALS 2.1 COPPER TUBING Copper tubing shall conform to the requirements of ASTM B 88 Type K or ASTM B 88 M (Metric) Type A seamless copper water tube. Copper tubing up to 1” diameter shall be soft; 2” may be soft or rigid. Components shall be selected from the Approved Materials List in accordance with the Standard Drawings. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15057 - 2 COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS 2.2 BRASS PIPE, NIPPLES, AND FITTINGS Threaded nipples, brass pipe and fittings shall conform to ASTM B 43, regular wall thickness. Threads shall conform to ANSI B1.20.1. Fittings shall be flared or silver soldered pr CMWD Standard Drawings W3 and W4. 2.3 BRONZE APPURTENANCES A. Corporation stops, curb stops, meter and angle meter stops, meter flange adapters, and bronze-bodied service saddles shall be selected from the Approved Materials List in accordance with the Standard Drawings. B. Fittings shall be flared type or silver soldered. C. All items specified herein shall be manufactured of bronze conforming to ASTM B 62. D. Service saddles shall be the double strap type. Service saddles shall be used on all service and appurtenance connections on PVC piping. For piping materials other than PVC, service and appurtenance connections shall be performed in accordance with the Approved Drawings. 2.4 BOLTS AND NUTS FOR FLANGES Bolts and nuts shall be in accordance with Section 15000 and the Approved Materials List. 2.5 WARNING/IDENTIFICATION TAPE Warning/Identification Tape materials shall be in accordance with Section 15000 and shall be selected from the Approved Materials List. PART 3 EXECUTION 3.1 COPPER TUBING AND FITTINGS A. Trenching, bedding, backfilling and compacting shall be performed in accordance with CMWD Standard Drawings. Provide a minimum cover of 30” below finished street grade. B. Cut tubing true and square and remove burrs. C. Bends in soft copper tubing shall be long sweep. Shape bends with shaping tools. Form bends without flattening, buckling, or thinning the tubing wall at any point. D. Assemble copper tubing and fittings per the manufacturer’s recommendation in accordance with the Standard Drawings. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15057 - 3 COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS E. Install warning/identification tape in accordance with Section 15000 and the Standard Drawings. F. All fittings shall be soldered or flared as shown on the Approved Plans and Standard Drawings. 3.2 SERVICE SADDLES A. Service saddles shall be located a minimum of 24” from any pipe joint or fittings. B. Service saddles for connections shall be located a minimum of 24” from other saddles. Additionally, multiple service saddles for connections that are installed on the same side of a single pipe length shall be alternately staggered between 10o and 30o to prevent a weak plane in the pipe. C. The surface of the pipe shall be clean and all loose material shall be removed to provide a hard, clean surface. D. The service saddle shall be tightened in accordance with the manufacturer’s recommendations to ensure a tight seal, using care to prevent damage or distortion of the service saddle or corporation stop due to over-tightening. E. The tap into the pipe shall be made in accordance with the pipe manufacturer’s recommendation. Tapping tools and shell cutters with internal teeth or double slots that will retain the coupon shall be used. 3.3 DISINFECTION AND BACTERIOLOGICAL TESTING Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. 3.4 HYDROSTATIC TESTING Field hydrostatic testing shall be performed in accordance with Section 15044. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15057 - 4 COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS THIS PAGE INTENTIONALLY BLANK RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15064 - 1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS (AWWA C900) SECTION 15064 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS (AWWA C900) PART 1 GENERAL 1.1 DESCRIPTION This section designates the requirements for the manufacture and installation of polyvinyl chloride, abbreviated PVC, pressure pipe, to be furnished and installed by the Contractor, at the location and to the lines and grades shown on the Plans as herein specified. Specifications for related Work are as follows: AWWA C900 PVC Pressure Pipe ANSI A21.10 Ductile Iron and Gray-Iron Fittings AWWA C110 Ductile Iron and Gray-Iron Fittings AWWA Manual M23 Pipe Design and Installation 1.2 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A. Disinfection of Piping: 15041 B. Hydrostatic Testing of Pressure Pipeline: 15044, 09902 1.3 SUBMITTALS The Contractor shall furnish submittals in accordance with Section 2-5.3 of the GENERAL PROVISIONS. Submittals are required for the following: A. Submit Shop Drawings, material lists, manufacturer’s literature and catalog cuts and other information. Materials shall be selected from the Approved Materials list. B. Submit an affidavit from the pipe manufacturer that all delivered materials comply with the requirements of AWWA C900, the Plans and Specifications. 1.4 PAYMENT A. Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto. B. Payment by the linear foot shall be for each diameter and for each pipe strength designation measured horizontally over the pipe centerline. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15064 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS (AWWA C900) PART 2 - MATERIALS 2.1 GENERAL Material used to produce the pipe shall be made from Class 12454-A or B rigid polyvinyl chloride compounds in accordance with AWWA C900 Section 2.1 (Basic Materials), with an established hydrostatic design basis (HDB) equal to or greater than 4000 psi for water at 73.4 degrees F (23 C). Elastomeric gaskets shall comply with the requirements of AWWA C900 Sections 2.1.5 and 2.1.5.1 (Gaskets and Lubricants). 2.2 PIPE PVC pressure pipe, 4-inch through 12-inch, shall be manufactured in accordance with AWWA C900, and shall be of the sizes and dimension ratio (DR) shown on the Plans. The pipe shall have integral bell and spigot joints with elastomeric gaskets in accordance with AWWA C900 Section 2.2 (Pipe Requirements). The pipe shall conform with the outside diameter of cast-iron pipe unless otherwise specified and shall conform with the wall thickness of DR series 18. 2.3 FITTINGS All fittings for PVC pressure pipe shall be manufactured in accordance with ANSI A21.10, AWWA C110. All fittings shall be made of ductile iron and the letters "DI" or "DUCTILE" shall be cast on them, unless otherwise specified. Bell size shall be for Class 150 and Class 200 cast-iron equivalent PVC pressure pipe, including the rubber-ring retaining groove. 2.4 SERVICES SADDLES Service saddles for PVC pressure pipe shall be made of silicone bronze or brass and shall be double banded or wide single band style and selected from the Approved Materials list. The band(s) and nuts shall be type 304 stainless steel and designed specifically for use with AWWA C900 PVC pipe. Each saddle shall accurately fit the contour of the pipe O.D. without causing distortion of the pipe. The saddle shall be securely held in place with stainless steel bolts and nuts. The service saddle shall have a published working pressure at least equal to the pressure class of the pipe on which it is installed. All saddles shall be provided with torque information and installation instructions. Saddles shall be in accordance with Carlsbad Rules and Regulations for the Construction of Potable Water Mains. 2.5 JOINT RESTRAINT SYSTEMS Joint Restraint Systems may be used for PVC or ductile-iron pipe when shown on the Approved Plans or with prior approval of the City Engineer. Contractor shall submit shop drawings and catalog data for joint restraint systems in accordance with the General Provisions. Joint Restraint Systems shall be ductile-iron and shall consist of a split-ring restraint with machined (not cast) serrations on the inside diameter and connecting bolts, and shall be selected from the Approved Materials List. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15064 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS (AWWA C900) 2.6 DEFLECTION COUPLINGS Deflection couplings shall be selected from the District’s approved materials list and deflections shall not exceed 80% of the manufacturer’s written recommendations. Depending on the manufacturer, this will result in a maximum allowable deflection of 2° at each bell for a maximum of 4° total deflection with each deflection coupling. PART 3 - EXECUTION 3.1 PIPE LENGTHS Laying lengths shall be 20-feet with the manufacturer's option to supply up to 15% random (minimum length 10-feet) sections. No deflections at bells, fittings or of the pipe will be allowed. The use of deflection collars shall be required. 3.2 MARKING Each pipe length shall be marked showing the nominal pipe size, O.D. base, the AWWA pressure class, and AWWA specification designation in accordance with AWWA C900 Section 2.6 (Marking Requirements). For potable water application, the pipe shall be white or blue in color and the seal of the testing agency that verified the suitability of the material for such service shall be included. 3.3 EARTHWORK Excavation and backfill, including the pipe bedding, shall conform to the provisions of Section 02223. 3.4 GENERAL INSTALLATIONS PROCEDURES AND WORKMANSHIP PVC pressure pipe and fittings shall be installed per AWWA Manual M23 "PVC Pipe-Design and Installation", and as herein specified. Proper care shall be used to prevent damage in handling, moving, and placing the pipe. Hoist pipe with fork lift or other handling equipment to prevent major damage or shorten its service life. A cloth belt sling or a continuous fiber rope shall be used to prevent scratching the pipe. The pipe shall be lowered and not dropped from the truck. Dropped pipe will be rejected. Prior to laying the pipe, the bottom of the trench shall be graded and prepared to provide uniform bearing throughout the entire length of each joint of pipe. Bell holes of ample dimension shall be dug in the bottom of the trench at the locations of each joint to facilitate the joining. The trench shall have a flat or semi-circular bottom conforming to the grade to which the pipe is to be laid. The pipe shall be accurately placed in the trench to the lines and grades on the Plans. Fittings shall be supported independently of the pipe. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15064 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS (AWWA C900) 3.5 LONGITUDINAL BENDING Neither Longitudinal bending nor deflection of joints is allowed on AWWA C900 PVC pressure pipe. Deflections less than allowed with standard ductile iron fittings shall be accomplished with the use of deflection couplings designed for use with AWWA C900 PVC pipe. Deflection couplings shall be selected from the District’s approved materials list and deflections shall not exceed 80% of the manufacturer’s written recommendations. Depending on the manufacturer, this will generally result in a maximum allowable deflection of 2° at each bell for a maximum of 4° total deflection with each deflection coupling. 3.6 PIPE JOINT ASSEMBLY The spigot and bell shall slide together without displacement of the rubber gasket. The joint shall be dirt free. The best laying practice is with the bell facing in the direction of laying. Insert the rubber ring into the groove making sure the ring is completely seated. Lubrication of the spigot and instruction of use shall be supplied by the pipe manufacturer. The spigot shall be inserted into the bell and forced slowly into position by use of a large bar lever and a wood block across the pipe end. For large pipe, a come-along (with padding that will not scratch the pipe) may be used. 3.7 CONCRETE THRUST BLOCKS Concrete thrust blocks shall be placed as shown on the Plans and shall conform to the requirement of Section 03000. Concrete blocks shall be placed between the undisturbed ground and the fittings to be anchored. Quantity of concrete and the bearing area of the pipe and undisturbed soil shall be as shown on the Plans, unless otherwise determined by the City Engineer. The concrete shall be placed, unless specifically shown otherwise on the Plans, so that the pipe joints and fittings will be accessible to repairs. 3.8 JOINT RESTRAINT SYSTEMS Joint Restraint Systems shall be installed as shown on the Approved Drawings and in accordance with the manufacturer’s recommendations. Joint Restraint Systems may be used in lieu of concrete thrust blocks with permission of the City Engineer. 3.9 PREVENTING FOREIGN MATTER FROM ENTERING THE PIPE At all times when pipe laying is not in progress, the open end of the pipe shall be closed with a tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These provisions shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as a drain for removing water which has infiltrated into the trench. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until its acceptance by the City Engineer. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15064 - 5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS (AWWA C900) 3.10 LEAKAGE TEST General: All pipelines shall be tested in accordance with Section 15044, Hydrostatic Testing of Pressure Pipe. 3.11 DISINFECTION Disinfection shall be in accordance with Section 15041, Testing, Flushing and Disinfection of Piping. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15064 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS (AWWA C900) THIS PAGE INTENTIONALLY BLANK RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15074 - 1 BLOW-OFF ASSEMBLIES SECTION 15074 BLOW-OFF ASSEMBLIES PART 1 GENERAL 1.1 DESCRIPTION This section includes materials, testing, and installation of blowoff assemblies. 1.2 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 09902, 15000, 15041, 15044, 15057, 15064, and 15100 1.3 SERVICE APPLICATION A. Blow-off assemblies shall be installed on potable and recycled water mains. B. Blow-off assemblies shall be sized and located as shown on the Approved Plans. In general, blowoff assemblies will be installed at low points of pipelines as shown below: 1. 2" blow-off assemblies or multiple 2” blow-off assemblies will be required on pipelines 4”, thru 12”. 2. 4" blow-off assemblies will be required on pipeline sizes 12” thru 16". 3. 6" blow-off assembly will be required on pipeline sizes 18" and larger. 1.4 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed for blowoff assemblies in accordance with Section 15000. PART 2 MATERIALS 2.1 GENERAL Blow-off assemblies and appurtenant components and materials shall be selected from the Approved Materials List. 2.2 CONCRETE Concrete thrust or anchor blocks shall be placed as shown on the approved plans in accordance with Section 03000. 2.3 WARNING/IDENTIFICATION TAPE Warning/Identification tape materials shall be in accordance with Section 15000 and the Approved Materials List. 2.4 FIELD PAINTING AND COATING Field painting and coating materials shall be in accordance with Section 09900 and the Approved Materials List. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15074 - 2 BLOW-OFF ASSEMBLIES PART 3 EXECUTION 3.1 INSTALLATION A. Blow-off assemblies shall be installed at locations shown on the Approved Plans or as directed by the District Engineer in accordance with the Standard Drawings. B. Blow-off assemblies shall be connected to water mains no closer than 24" to a bell, coupling, joint or fitting. C. Locations of blowoff assembly shall be in accordance with the Standard Drawings. 3.2 CONCRETE Concrete thrust or anchor blocks shall be placed as shown on the Approved Plans in accordance with Section 03000. 3.3 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed in accordance with Section 15000 and the Standard Drawings. 3.4 DISINFECTION OF BLOWOFF ASSEMBLIES Blowoff assemblies shall be disinfected in accordance with Section 15041 in conjunction with disinfecting the main to which it is connected. Blowoff assembly valves shall be operated and the assembly shall be flushed to completely disinfect all internal parts. 3.5 HYDROSTATIC TESTING Blowoff assemblies shall be hydrostatically tested in accordance with Section 15044 in conjunction with hydrostatically testing the pipeline to which it is connected. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15092 - 1 MISCELLANEOUS COUPLINGS, PIPE AND APPURTENANCES SECTION 15092 MISCELLANEOUS COUPLINGS, PIPE AND APPURTENANCES PART 1 GENERAL 1.1 DESCRIPTION All valves, couplings, and appurtenances shall conform to requirements of the standard dimensions and pressure classification of the immediately adjacent pipe, valve or appurtenance as specified. 1.2 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A. Painting and Coating: 09900 B. Petrolatum Wax Tape Coating: 09902 1.3 SUBMITTALS Contractor shall furnish submittals in accordance with the requirements of Section 2-5.3 of the GENERAL PROVISIONS. The following submittals are required: A. Submit Shop Drawings for all miscellaneous couplings, pipe and appurtenances. Shop Drawings shall include listing of materials of construction, with ASTM reference and grade, including lining and paint coating intended for use, with lining and coating manufacturers' and paint numbers listed. 1.4 PAYMENT Payment for the Work in this section shall be included as part of the lump-sum or unit- price bid amount for which such Work is appurtenant thereto. PART 2 - MATERIALS 2.1 GASKETS, NUTS, AND BOLTS Gaskets for flanged joints shall be "drop-in" type asbestos composition sheet packing, graphited on both sides, "drop-in" type, conforming to the requirements of ANSI B16.21 and shall be as manufactured by Crane Co., Garlock or approved equal. Bolts and studs for above ground installations shall be cadmium plated and shall conform to ASTM A307, Grade B, "Steel Machine Bolts and Nuts and Tap Holes," when a ring gasket is used and shall conform to either ASTM A261, "Heat-Treated Carbon Steel Bolting Material" or ASTM A193, "Alloy-Steel Bolting Material for High Temperature Service," when a full-face gasket is used. Bolts and nuts shall be heavy hexagon series. Nuts shall conform to ASTM A194, "Carbon and Alloy Steel Nuts for Bolts for High Pressure and High Temperature Service" either in Grade 1, 2 or 2H. The fit shall be ANSI B1.1, "Unified Screw Threads," Class 2, except that Class 3 fit shall be used in holes tapped for studs. Threads may be made by either cutting or cold forming. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15092 - 2 MISCELLANEOUS COUPLINGS, PIPE AND APPURTENANCES Between 1/4-inch and 3/8-inch shall project through the nut when drawn tight. Washers shall be provided for each nut and shall be the same material as each nut. All buried flanges, including bolts, nuts and washers, shall be encased in wax tape per Section 09902. All bolt threads shall be lubricated with non-oxide grease. Flanged faces shall be wire brushed and cleaned prior to joining each flange. 2.2 WAX TAPE COATING Unless otherwise specified on the Plans, all couplings and appurtenances for underground installation shall be encased in wax tape per Section 09902 and the City Standard Drawings. 2.3 PAINTING AND COATING All miscellaneous couplings, pipe and appurtenances referenced in this section shall be painted and coated, interior and exterior, in accordance with Section 09900, Painting and Coating. 2.4 FLEXIBLE COUPLINGS Joints for which flexible couplings are required, shall be selected from the Approved Materials list. Gaskets shall be plain rubber gaskets. Threads on bolts of compression collars shall be lubricated with non-oxide grease before assembling the coupling. 2.5 PIPE UNIONS Screw unions may be employed on pipelines 2-1/2-inches in diameter and smaller. Pipes and fittings made of non-ferrous metals shall be isolated from ferrous metals by nylon insulating pipe bushings, unions or couplings manufactured by Smith-Blair, Pipe Seal and Insulator Co. or approved equal. PART 3 - EXECUTION (Not Applicable) END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15100 - 1 RESILIENT WEDGE GATE VALVES (RWGV's) SECTION 15100 RESILIENT WEDGE GATE VALVES (RWGV's) PART 1 GENERAL 1.1 DESCRIPTION This section includes materials, testing, and installation of manually operated resilient wedge gate valves (RWGV's). 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 09902, 15000, 15041, 15044, 15057, 15064, 15074, and 15108. 1.4 SERVICE APPLICATION A. Resilient wedge gate valves (RWGV's) shall be installed on potable and recycled water mains and appurtenances in accordance with the Approved Plans and the Standard Drawings. B. Resilient wedge gate valves shall be used for open/closed operations, throttling service and frequent operation after long periods of no actuation. C. In general, resilient wedge gate valves shall be used when valves are required on pipelines and appurtenances 4" through 16". D. Valves for pipelines sized 18" and larger generally require the use of butterfly valves (BFV) in accordance with Section 15102. E. All valves shall be of at least the same pressure class as the adjoined pipe. 1.5 SUBMITTALS The following items shall be submitted for review and approval per Section 2-5.3, prior to ordering or delivery of resilient wedge gate valves. A. An affidavit from the valve manufacturer stating that valves have successfully passed hydrostatic tests in accordance with AWWA C509 and manufacturer's own coatings tests. B. The valve manufacturer's catalog data showing the size to be used, valve dimensions, pressure rating and materials of construction. C. Manufacturer's catalog data and proof of NSF certification for the lining materials to be used. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15100 - 2 RESILIENT WEDGE GATE VALVES (RWGV's) 1.6 SIZING OF VALVES Valves shall be the same size as the line in which they are installed unless otherwise noted on the Approved Plans. 1.7 VALVE ENDS Valve ends shall be compatible with the piping system in which they are being installed in accordance with the Approved Plans or directed by the City Engineer. Ductile-iron flanges shall be in accordance with ductile-iron fittings in Section 15064. 1.8 VALVE TESTING Resilient wedge gate valves shall be hydrostatically tested and valve coatings shall be holiday detected prior to shipment to the field in accordance with the testing procedures shown in Appendix A. Valves delivered to the site prior to successful hydrostatic testing and holiday detection shall be subject to rejection. 1.9 DELIVERY, STORAGE AND HANDLING Valves shall be delivered and stored in accordance with AWWA C550. The port openings shall be covered with plastic, cardboard or wood while in transit and during storage in the field. These covers shall remain in place until valves are ready to be installed. Valves shall not be stored in contact with bare ground. Valves shall not be stacked. 1.10 CORROSION PROTECTION Buried Valves: All bolted connections and bolted valve components (bonnets, flanges, etc.) shall be coated with Wax Tape in accordance with Section 09902 and the entire valve encased in polyethylene in accordance with Section 15000. PART 2 MATERIALS 2.1 RESILIENT WEDGE GATE VALVES (RWGV's) A. Resilient wedge gate valves and appurtenant components and materials shall be selected from the Approved Materials List. B. RWGV's shall be ductile-iron in accordance with AWWA C509 and C515 except as modified herein. C. Each valve shall have a smooth unobstructed waterway free from any sediment pockets. D. All RWGV's shall be leak-tight at their rated pressure. E. RWGV's shall have a non-rising low-zinc bronze or stainless steel stem, opened by turning left (counterclockwise). RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15100 - 3 RESILIENT WEDGE GATE VALVES (RWGV's) F. Stem seals shall be the O-ring type incorporating a minimum of two rings as required by AWWA C509. G. Low-friction torque-reduction thrust washers or bearings shall be provided on the stem collar. H. Wedge (gate) shall be fully encapsulated with a bonded-in-place Nitrile elastomer covering. Minimum thickness of the rubber seating area shall be 1/4". I. Valves for buried applications shall be provided with a 2" square operating nut, and valves located above ground or in structures shall be equipped with a hand wheel in accordance with AWWA C509 unless otherwise indicated on the Approved Plans. J. RWGV interior and exterior surfaces (except for the encapsulated disc) shall be coated as described below. K. All bolts and nuts used in the construction of RWGV's shall be Type 316 stainless steel. 2.2 EPOXY LINING AND COATING Epoxy linings and coatings for valves shall be provided in accordance with AWWA C210, C213, and C550, with the following modifications: A. Epoxy lining and coating of valve surfaces shall be performed by the manufacturer in a facility with qualified personnel, where the environment can be controlled. Epoxy lining and coating of valves in the field is prohibited. B. Repairs made to manufactures applied coatings shall be performed in a facility with qualified personnel, where the environment can be controlled. The facility shall be approved by the valve manufacturer. C. Surface preparation shall be as detailed in SSPC-SP5, White-Metal Blast Cleaning. D. Liquid epoxy lining and coating materials shall be listed in the NSF Listing for Drinking Water Additives, Standard 61, certified for use in contact with potable water. E. The minimum dry film thickness for epoxy linings shall be 0.008". Liquid epoxy lining shall be applied in two (2) coats in accordance AWWA C210. F. Powder epoxy coating materials shall contain one hundred percent (100%) solids, in accordance with AWWA C213. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15100 - 4 RESILIENT WEDGE GATE VALVES (RWGV's) 2.3 GATE WELLS AND EXTENSION STEMS Gate wells and extension stems for buried valves shall be in accordance with Section 15000 and selected from the Approved Materials List. 2.4 CONCRETE Concrete used for anchor or thrust blocks shall be Class 560-C-3250 as specified in section 03000. 2.5 WAX TAPE COATING Wax Tape shall be in accordance with Section 09902 and selected from the Approved Materials List. 2.6 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be in accordance with Section 15000 and selected from the Approved Materials List. PART 3 EXECUTION 3.1 INSTALLATION A. Install valves with the bolt holes straddling the vertical centerline of pipe and the operating nut in the vertical position unless otherwise noted on the Approved Plans. B. Valves shall be installed in accordance with the manufacturer's recommendations and the applicable section of these specifications for the piping material and joint type being used. C. Joints shall be cleaned and installed in accordance with Section 15056. 3.2 CORROSION PROTECTION Buried Valves: All bolted connections and bolted valve components (bonnets, flanges, etc.) shall be coated with Wax Tape in accordance with Section 09902 and the entire valve encased in polyethylene in accordance with Section 15000. Exposed Valves: The exterior of valves installed above ground or exposed in vaults or enclosures shall be field painted in accordance with Section 09900. 3.3 CONCRETE Concrete thrust, anchor, and support blocks shall be installed in accordance the Standard Drawings. The concrete shall be placed so that valves and valve operators will be accessible for repairs or replacement. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15100 - 5 RESILIENT WEDGE GATE VALVES (RWGV's) 3.4 GATE WELLS AND EXTENSION STEMS Gate wells and extension stems for buried valves shall be installed in accordance with Section 15000 and the Standard Drawings. 3.5 DISINFECTION OF VALVES Disinfection and flushing of valves shall be in accordance with Section 15041, as part of the process of disinfecting the main pipeline. The valves shall be operated during the disinfection period to completely disinfect all internal parts. 3.6 HYDROSTATIC TESTING Valves shall be hydrostatically tested in conjunction with the pipeline in which they are installed in accordance with Section 15044. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15100 - 6 RESILIENT WEDGE GATE VALVES (RWGV's) THIS PAGE INTENTIONALLY BLANK RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15108 - 1 AIR RELEASE VALVE, AIR AND VACUUM VALVE, AND COMBINATION AIR VALVE ASSEMBLIES SECTION 15108 AIR RELEASE VALVE, AIR AND VACUUM VALVE, AND COMBINATION AIR VALVE ASSEMBLIES PART 1 GENERAL 1.1 DESCRIPTION This section includes the materials and installation instructions for above ground air release valve, air and vacuum valve, and combination air valve assemblies. The term "air valve" is used generically in this specification to refer to requirements common to all of the specified air release valves, air and vacuum valves, and combination air valves. Otherwise, the various types of air valves are addressed by the individual designations commonly used in AWWA and industry standards. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. American Water Works Association (AWWA) C512 Standards for Combination Air Valve Assemblies 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15041, 15044, 15057, 15064, 15100, and 16640 1.4 SERVICE APPLICATION A. Combination air valves are generally installed on all potable and recycled water mains at high points and where shown on the Approved Plans and in accordance with the Standard Drawings. B. Unless otherwise directed by the City Engineer, combination air valves will be required as indicated below: 1. 2" combination air valve assemblies shall be installed on pipeline sizes 6" through 12". 2. Multiple 2” and 4" combination air valve assemblies shall be installed on pipeline sizes 16" and 20". 3. 6" combination air valve assemblies shall be installed on pipeline sizes 24" through 36". C. Air release valves and air and vacuum valves shall be installed in accordance with the Approved Plans or as directed by the City Engineer. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15108 - 2 AIR RELEASE VALVE, AIR AND VACUUM VALVE, AND COMBINATION AIR VALVE ASSEMBLIES 1.5 DELIVERY, STORAGE, AND HANDLING Valves shall be delivered and stored in accordance with AWWA C550. The port openings shall be covered with plastic, cardboard, or wood while in transit and during storage in the field. These covers shall remain in place until the valve is ready to be installed. Valves shall not be stored in contact with bare ground. Valves shall not be stacked. 1.6 RECYCLED WATER IDENTIFICATION Air valve assemblies and enclosures used for recycled water shall be identified with purple-colored coating, identification labels or signs in accordance with Section 15000. 1.7 WARNING/IDENTIFICATION TAPE Warning/Identification tape shall be installed for air valve assemblies in accordance with Section 15000. PART 2 MATERIALS 2.1 COMBINATION AIR VALVES A. Combination air valves and appurtenant components and materials suitable for the system pressure shall be selected from the Approved Materials List. B. Combination air valves shall comply with AWWA C512 except as modified herein. C. 2" combination air valves shall be the single-body type incorporating stainless steel internal components and National Pipe Threaded (NPT) inlet and outlet configurations. D. 4" and 6" Combination Air Valves shall be the single-body type. Valves shall incorporate stainless steel internal components, protective hood and flanged inlet. E. Internal protective epoxy coatings shall be provided in accordance with AWWA C550. 1. Liquid epoxy lining and coating materials shall be listed in the NSF Listing for Drinking Water Additives, Standard 61, certified for use in contact with potable water. 2. The minimum dry film thickness for epoxy linings shall be 0.008". Liquid epoxy lining shall be applied in two (2) coats in accordance with AWWA C210. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15108 - 3 AIR RELEASE VALVE, AIR AND VACUUM VALVE, AND COMBINATION AIR VALVE ASSEMBLIES 2.3 ENCLOSURES Air Valve Enclosures shall be selected from the Approved Materials List. 2.4 CONCRETE Concrete used for anchor or thrust blocks and equipment pads shall be in accordance with Section 03000. 2.5 BREAK-AWAY BOLTS Combination air valves, air release valves and air and vacuum valves located above ground sized 4" and larger shall be installed with break-away bolts in accordance with the Standard Drawings and selected from the Approved Materials List. 2.6 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be in accordance with Section 15000 and selected from the Approved Materials List. 2.7 FIELD PAINTING AND COATING Field painting and coating materials shall be in accordance with Section 09900 and selected from the Approved Materials List. PART 3 EXECUTION 3.1 INSTALLATION A. Air valve assemblies shall be provided as shown on the Approved Plans. Additional air valve assemblies may be required in areas of potential air entrapment, at the discretion of the City Engineer. B. Air valve assemblies shall be installed relative to street improvements in accordance with the Standard Drawings. C. Connections for the air valve assemblies shall be made within a section of the main line no closer than 24" to a bell, coupling, joint or fitting. 3.2 CONCRETE Concrete thrust or anchor blocks and equipment pads shall be installed in accordance with the Standard Drawings. 3.3 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed in accordance with Section 15000 and the Standard Drawings. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15108 - 4 AIR RELEASE VALVE, AIR AND VACUUM VALVE, AND COMBINATION AIR VALVE ASSEMBLIES 3.4 DISINFECTION Air valve assemblies shall be disinfected in accordance with Section 15041 in conjunction with disinfecting the main to which it is connected. The assembly valves shall be operated and the assembly flushed to completely disinfect all internal parts. 3.5 HYDROSTATIC TESTING Air valve assemblies shall be hydrostatically tested in accordance with Section 15044 in conjunction with the pipeline to which they are connected. 3.6 FIELD PAINTING AND COATINGS A. Field repairs to the enclosure shall not be permitted. Enclosures requiring repairs to the coating shall be returned to the supplier or coating vendor for repairs or recoating. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15125 - 1 JACKED PIPE CASING SECTION 15125 JACKED PIPE CASING PART 1 GENERAL 1.1 DESCRIPTION This section includes materials and installation of jacked pipe casings. Where the contractor proposes to install pipelines using directional drilling or boring, a complete submittal of the methods and materials shall be made to the City prior to the initiation of the work. 1.2 REFERENCE STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. References shall be made to the latest edition of said standards unless otherwise called for. 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 15000 and 15064 1.4 SERVICE APPLICATION Generally, pipe casings are used for protection of utilities (carrier pipes) and may be installed for future utility installations. Pipe casings shall be used in conjunction with the installation of potable water, recycled water, and sewer mains in areas shown on the Approved Plans or as directed by the City Engineer. 1.5 PROTECTION OF EXISTING UTILITIES AND FACILITIES The contractor shall be responsible for the care and protection of all existing utilities, facilities, and structures that may be encountered in or near the area of the work. 1.6 SAFETY AND PERMITTING REQUIREMENTS A. Pipe jacking and boring projects 30" in diameter or larger are required to be classified by the State of California. Department of Industrial Relations, Division of Occupational Safety and Health. The Cal-OSHA Tunnel Classification for this project is included as Appendix G of the specifications. B. Protection of workers in trench excavation shall be as required by the State of California Construction Safety Orders, the State of California State Health and Safety Code, the requirements of CAL-OSHA. C. All excavations shall be performed, protected, and supported as required for safety and in the manner set forth in the operation regulations prescribed by CAL-OSHA. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15125 - 2 JACKED PIPE CASING D. It shall be the Contractor's responsibility to obtain excavation permits, traffic control permits, or other applicable permits from the local agency which has jurisdiction. E. A pre-job safety conference with representatives of the Division of Occupational Safety, CAL-OSHA, the City, the Contractor and Contractor's employees shall be held before the work begins. F. Contractors performing this work are required to hold a current C-34 or General Engineering Contracting License from the State of California. 1.7 DESIGN REQUIREMENTS A. Pipe casing shall be provided for the carrier piping where shown on the Approved Plans or as required by the City Engineer. The sizes and material type for pipe casing shall be as detailed in Part 2 of this Section. B. The City Engineer may select a greater steel thickness and diameter as appropriate for the intended application. Minimum casing steel thickness is shown on the drawings and in Section 2.2 below. 1.8 SUBMITTALS The contractor shall provide to the City and the agency, or agencies, of jurisdiction a drilling, boring, and jacking plan prior to commencing boring operations. The submittal shall include: A. Detailed Work Plan including descriptions of the methods, equipment, and procedures to be utilized in completing the Work. B. A detailed description of the auger boring equipment and procedures to be employed, including a description of the cutting shoe, explaining the suitability of the equipment for the soil conditions given in the geotechnical report. C. Manufacturer’s literature describing in detail the auger boring system to be used. D. Information defining the proposed jacking system including: a. Capacity, number, and arrangement of main jacks. b. Details of thrust ring, jacking controls, pressure gages, and calibration data for jacks indicating pressure vs. load relationship. c. An estimate of the maximum jacking force and torque expected to be required to complete each bore and a description of controls to ensure that the maximum allowable hydraulic pressure will not be exceeded during jacking operations. Provide calculations demonstrating that the proposed jacking pipe is capable of supporting the maximum stresses to be imposed during jacking. d. Calculations for thrust resistance of the shaft/pit wall, demonstrating that the soils behind the thrust block can transfer the maximum jacking forces exerted by the main jacks to the ground during pipe installation with a factor of safety of at least 1.5, without excessive deflection or displacement. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15125 - 3 JACKED PIPE CASING E. Names and qualifications of the project superintendent and machine operator, all having a minimum of three years of experience with this type of equipment proposed for the work. F. Configuration of the jacking pits and jacking pit bracing or shoring. Pit excavations deeper than 20' require the shoring system to be certified by a Registered Civil Engineer. G. Schedule for tunneling work identifying all major construction activities. H. The pipe casing material to be used. Include pipe material type, wall thickness, welding procedures, and welding certifications. I. Casing spacers and end seals. J. Jacking plan and profile drawing detailing the placement of the jacked casing. K. Installation and void grout injection procedure. L. Grout mix design. M. The jacking machinery and jacking head proposed to be used. N. Summary of the backfilling method to be used. O. Worker Protection and Safety Plan. 1.9 DELIVERY AND HANDLING Proper care shall be used to prevent damage in handling, moving and placing the pipe casing. All pipe-casing materials shall be lowered into the trench in a manner that prevents damage. The pipe casing shall not be dropped, dragged or handled in a manner that will cause dents, cracks, or other damage to the pipe casing. 1.10 CASING SPACERS AND END SEALS Casing spacers and end seals shall be used for all pipe installations with casings. If the carrier pipe is not installed within the casing, as a continuous operation, following completion of jacking, then bulkhead and portals and backfill the approach trenches. Bulkheads will be removed at a later time to allow for the installation of the carrier pipe. PART 2 MATERIALS 2.1 AUGER BORING EQUIPMENT A. Auger boring equipment shall be capable of excavating cobbles or other objects up to one-third the outer diameter of the cutting shoe or auger flights, whichever is greater. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15125 - 4 JACKED PIPE CASING B. Obstructions that cannot be removed by the auger boring equipment shall be removed by personnel accessing the tunnel face and using hand tools. C. Equipment shall be steerable to allow the operator to maintain line and grade within manufacturer’s tolerances. D. Equipment shall be capable of continuously monitoring the jacking pressure, the rate of advancement, and the distance jacked. E. Equipment shall be capable of developing a uniform distribution of jacking forces on the end of the pipe. 2.2 PIPE CASINGS A. Jacked pipe casings shall be steel. The minimum size and thickness of jacked steel pipe casings shown on the drawings, unless otherwise required by the agency having jurisdiction over the road, utilities, or improvements. B. The Contractor may submit a greater steel thickness as appropriate for the method of work and loadings involved, as suitable for the site and as limited by possible interferences. The Contractor shall submit any deviations in the approved design to the City twenty (20) working days in advance of jacking operations, and may not proceed with any work until the City Engineer has approved the alternate methods proposed. C. It is the Contractor's responsibility to choose a size of casing at or above the minimum specified, and to ensure that the jacking is done with a high degree of accuracy to permit installation of the carrier pipe to the lines and grades shown on the approved plans. D. Steel pipe casings, unless otherwise approved by the City, shall be full- penetration butt-welded sheets (spiral welding of pipe allowed) conforming to ASTM A-36/A-36M, ASTM A-283/A-283M, Grade D, or ASTM A-570/A-570M, Grade 33. Other steel grades may be used upon approval of the City Engineer. E. Steel pipe casings shall include the installation of an anode in accordance with the Standard Drawings, unless otherwise directed by the City Engineer. 2.3 GROUT PLUGS A. Install 2-inch threaded grout plugs on minimum 8-foot centers longitudinally and offset 22 degrees from vertical, and staggered to the left and right of the top longitudinal axis of the pipe. Install one grout port at the bottom of the pipe for verification of grout flow. B. Coordinate the grout plug locations with insulators to allow free passage of the carrier pipe. C. Grout shall consist of one-part Portland cement, two-parts sand, and the minimum amount of water necessary to obtain a 2-inch slump grout for pumping. All grout shall contain two percent of bentonite by weight of the cement, except as noted in this section. Provide Type II Portland cement. Provide sand that has RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15125 - 5 JACKED PIPE CASING 100 percent passing the No. 8 Sieve with 45 percent passing the No. 40 Sieve. Provide commercially processed powdered bentonite, Wyoming type. 2.4 CASING SPACERS Casing spacers shall be stainless steel, centered-position type with PVC liner and non-metallic anti-friction runners in accordance with the Approved Materials List. 2.5 CASING END SEALS Casing end seals, in accordance with the Approved Materials List, shall wrap around the casing and carrier pipe to provide a barrier to backfill material and seepage. The casing end seal shall be a minimum 1/4" thick styrene butadiene rubber sheet attached to the carrier pipe and casing with 1" wide stainless steel bands. Zippered casing end seals with stainless steel bands may also be used. 2.6 WARNING/IDENTIFICATION TAPE Warning/Identification Tape materials shall be in accordance with Section 15000 and the Approved Materials List. PART 3 EXECUTION 3.1 TRENCH EXCAVATION, BACKFILL AND COMPACTION Trenching, bedding, backfilling and compaction operations shall be performed in accordance with Section 02223. 3.2 JACKING PIT A. The approach trench for jacking or boring operations shall be adequately shored to safeguard existing substructures and surface improvements and to ensure against ground movement in the vicinity of the casing portal. B. Placement of equipment in the approach trench of the jacking pit shall be firmly bedded on the required line and grade using heavy timbers, structural steel, or concrete cradles of sufficient length to provide accurate control of jacking alignment. Provide space to insert the casing lengths to be jacked. Anchor the timbers and structural steel sections to ensure action of the jacks in line with the axis of the casing. Place a timber or structural steel bearing block between the jacks and the end of the casing to provide uniform bearing upon the casing end evenly distribute the jacking pressure. C. After jacking equipment and debris from the tunnel have been removed from the approach trench of jacking pit, prepare the bottom of the jacking pit as a pipe foundation. Remove all loose and disturbed materials below pipe grade to undisturbed earth and re-compact the material in accordance with Section 02223. 3.3 PIPE CASING INSTALLATION Installation of pipe casings shall be as described below and in accordance with the Standard Drawings. Only workers experienced in jacking operations shall be used in performing the work of jacking and boring. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15125 - 6 JACKED PIPE CASING A. The Contractor's attention is called to the fact that extreme care is required in placing the casing so as to permit the installation of the carrier pipe to the lines and grades shown on the Approved Plans. B. Fit a sectional shield or steel jacking head to the leading section of the casing. The shield or head shall extend around the outer surface of the upper two-thirds of the casing and project at least 18" beyond the driving end of the casing. It shall not protrude more than 1/2" beyond the outer casing surface. C. The leading section of casing shall be equipped with a jacking head securely anchored thereto to prevent any wobble or variation in alignment during the jacking operation. D. To avoid loss of ground outside the casing, carry out excavation entirely within the jacking head and not in advance of the head. In general, excavated materials shall be removed from the casing as jacking progresses and no accumulation of excavated material within the casing will be permitted. E. A jacking band to reinforce the end of the pipe receiving the jacking thrust will be required. F. Control the application of jacking pressure and excavation of material ahead of the advancing casing to prevent it from becoming friction-bound or deviating from required line and grade. Do not encroach upon the minimum annular space detailed. Restrict the excavation of material to the least clearance to prevent binding in order to avoid settlement or possible damage to overlying structures or utilities. G. Steel casing sections shall be full-circumference, full-penetration butt-welded in the field. It shall be the Contractor's responsibility to provide stress transfer across the joints capable of resisting the jacking forces involved. H. The Contractor is required to remove all obstructions encountered, whether removed via auger boring activities or through personnel using hand tools at the tunnel face. 3.4 CARRIER PIPE INSTALLATION A. Carrier pipe shall be pushed into the casing incorporating the use of casing spacers as described below. B. PVC carrier pipe joints shall be restrained either by mechanical means or by use of splined gaskets. C. Upstream and downstream elevations of the carrier pipe shall be verified prior to installing the end seals. D. The portion of carrier pipe installed within a casing shall have pressure, leakage, and infiltration testing completed in accordance with Section 15044 prior to installation of the end seals. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15125 - 7 JACKED PIPE CASING E. The annular space between the carrier pipe and casing shall not be filled with any material unless otherwise noted on the Approved Plans. 3.5 CONTACT GROUTING OUTSIDE OF CASING A. After installation of the casing pipe, external pressure grouting shall be performed to fill any voids created from casing installation. B. Pump grout at a maximum of five pounds per square inch pressure using the grout mixture specified in Section 2.3, until all voids are filled. Pump grout through each connection until grout flows from the next hole down the line. Plug each grout connection as grouting progresses along the pipe. Replace or reinstall the grout plug after grouting at each location. C. Alternative grouting methods will only be allowed with permission of the Engineer and Permitter. 3.6 CASING SPACERS Casing spacers shall be used to prevent the carrier pipe bell from touching the casing and to maintain a uniform space between the carrier pipe and casing interior. Casing spacers shall be installed on the carrier pipe at intervals per the drawings or the manufacturer's recommendations, whichever dictates less spacing. At a minimum, provide three spacers per pipe section equally spaced. 3.7 CASING END SEALS Casing end seals shall be installed in accordance with the manufacturer's recommendations. Carrier pipe shall pass hydrostatic or leakage tests in accordance with Section 15044 prior to the installation of casing end seals or backfilling operations. END OF SECTION RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 15125 - 8 JACKED PIPE CASING THIS PAGE INTENTIONALLY BLANK RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 16640 - 1 CATHODIC PROTECTION BY SACRIFICIAL ANODES SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES PART 1 GENERAL 1.1 SCOPE This section includes materials, testing, and installation of corrosion protection and monitoring systems for metallic pipes including insulating flange kits, test stations, copper/copper sulfate reference electrodes, sacrificial anodes, wiring, and exothermic welds. 1.2 DEFINITIONS A. CONTRACTOR. The qualified construction firm selected by the Owner to have prime responsibility for the completion of work. B. OWNER. The Owner, as referred to in these specifications, is the City of Carlsbad. C. ENGINEER. The Engineer is the Owner’s representative who is assigned to be the direct contact between the Owner and the Contractor. D. CORROSION ENGINEER. Retained by the Contractor, who is trained and experienced in cathodic protection installations and design and who is either a Registered Corrosion Engineer or a NACE Certified Cathodic Protection Specialist. 1.3 SPECIFICATIONS AND STANDARDS A. American Society for Testing and Materials (ASTM): C94-86 Ready-Mixed Concrete D-2220 Polyvinyl chloride Insulation for Wire and Cable D-1248 Polyethylene Plastics Molding and Extrusion Materials B3 Soft or Annealed Copper Wire B8 Concentric-Lay Stranded Copper Conductors B. Federal Specifications (FS) Military Specification (Mil. Spec): MIL-C-18480B Coating Compound, Bituminous, Solvent, Coal Tar Base C. Underwriter's Laboratories, Inc. (UL) Publications: 83-80 Thermoplastic-Insulated Wires 486-76 Wire Connectors and Soldering Lugs for Use with Copper Conductors D. National Association of Corrosion Engineers (NACE): RP0169-96 Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems E. National Association of Corrosion Engineers (NACE): RP0286 Electrical Isolation of Cathodically Protected Pipelines RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 16640 - 2 CATHODIC PROTECTION BY SACRIFICIAL ANODES 1.4 SUBMITTALS The following information shall be submitted for approval of the ENGINEER: A. Catalog Cuts: 1. High potential magnesium anodes 2. At-grade concrete test box with cast iron lid 3. Shunts 4. Wire and cable 5. Exothermic weld kits 6. Weld caps 7. Weld coating 8. Plastic warning tape 9. Insulating flange kits 10. Wax tape coating system B. As-Built Drawings. The CONTRACTOR shall maintain As-Built drawings showing exact locations of anodes, test stations, insulators, and wire trenching runs. Location changes from the design shall be clearly marked in red on a blue line copy of the design drawings. The As-Built drawings shall be submitted to the ENGINEER at the end of the project. The project is not considered complete until As-Built drawings are submitted. C. Test Results. 1. Insulator tests 2. Continuity tests 3. Anode testing and cathodic protection performance PART 2 MATERIALS 2.1 GENERAL Materials and equipment shall be new and the standard product of manufacturers regularly engaged in the manufacturing of such products. All materials and equipment shall bear evidence of safe operation approval from a nationally recognized testing laboratory. 2.2 HIGH POTENTIAL MAGNESIUM ANODES A. Capacity. High potential magnesium anodes shall have a theoretical energy content of 1000 ampere-hours per pound and have a minimum useful output of 500 ampere-hours per pound. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 16640 - 3 CATHODIC PROTECTION BY SACRIFICIAL ANODES B. Chemical Composition (High Potential Magnesium). Aluminum 0.01 percent (max) Manganese 0.5 to 1.3 percent Zinc 0.002 percent (max) Copper 0.02 percent (max) Nickel 0.001 percent (max) Iron 0.03 percent (max) Silicon 0.002 percent (max) Other 0.05 percent each (max) Magnesium balance C. Open Circuit Potential. The open circuit potential of all anodes, buried in the soil, shall be between 1.55 and 1.75 volts dc versus a copper-copper sulfate reference electrode. D. Ingot Size And Weight. Anodes shall be 48-pound pre-packaged, high potential ingots with a trapezoidal cross section. Ingot length shall be 32 inches long. The total packaged weight shall be 105 lbs. E. Anode Construction. Anodes shall be cast magnesium with a galvanized steel core rod recessed on one end to provide access to the rod for connection of the lead wire. Silver braze the lead wire to the rod and make the connection mechanically secure. Insulate the connection to a 600-volt rating by filling the recess with epoxy and covering any exposed bare steel core or wire with heat shrinkable tubing. The insulating tubing shall extend over the lead wire insulation by not less than 1/2 inch. F. Anode Pre-Packaged Backfill Material. The anodes shall be completely encased and centered within a permeable cloth bag in a special low resistivity backfill mix with the following composition: Gypsum 75% Powdered bentonite 20% Anhydrous sodium sulfate 5% G. Backfill grains shall be such that 100 percent is capable of passing through a screen of 100 mesh. Backfill shall be firmly packed around the anode such that the ingot is approximately in the center of the backfill. The resistivity of the backfill shall be no greater than 50 ohm-cm when tested wet in a soil box. Total prepackaged weight shall be approximately 105 pounds. 2.3 AT-GRADE TEST STATIONS A. Test Box. At-grade test boxes shall be round, pre-cast concrete with a cast iron lid. The dimensions shall be 14-1/4 inches O.D. by 9 inches I.D. by 12 inches high, similar to Christy G5 Utility Box with a cast iron supporting ring and lid. The lid shall be cast with the legend "Test Station". B. Identification Tags. All test leads shall be identified with an Avery label (model 5361), self-adhesive covered with polyolefin clear heat shrink tubing (3mfp301). The label shall include: name of facility – size – pipe material; type of insulation; station number. C. Concrete Pad. Test boxes mounted in unpaved areas shall be mounted in a reinforced 24-inch square by 4-inch thick concrete pad constructed of ASTM C94 ready-mix concrete. Rebar shall be No. 4 steel. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 16640 - 4 CATHODIC PROTECTION BY SACRIFICIAL ANODES 2.4 WIRE AND CABLE All wires shall be stranded copper with HMWPE or THWN insulation suitable for direct burial in corrosive soil and water, conforming to UL 83 and ASTM standards B3 or B8. HMWPE insulation shall conform to ASTM D1248 type 1, class c, grade 5. THWN insulation shall conform to ASTM D-2220. A. Test Leads. No. 8 AWG HMWPE. B. Anode Lead Wire. Anode lead wires shall be No. 12 AWG THWN. C. Mechanical Joint Bond Wire. No. 2 AWG HMWPE. D. All wire and copper connectors shall conform to UL 486-76. E. Wire Splicing. NO wire splicing is permitted. 2.5 EXOTHERMIC WELD KIT Wire-to-metal connections shall be made by the exothermic “cadweld” welding process. Weld alloy shall be for steel pipe. It is the CONTRACTOR’s responsibility to determine the manufacturer’s recommended weld charge size for metallic surfaces. A. Weld Caps. Royston Roybond Primer 747 and Royston Handy Cap 2 or equal. B. Weld Coating. Cold-applied fast-drying mastic consisting of bituminous resin and solvents per Mil. Spec. Mil-C-18480B such as Koppers bitumastic 50 or 505, Tnemec 40-h-413, tape-coat TC mastic or 3M Scotch Clad 244. The minimum coating thickness shall be 25 mils (0.025 inch). 2.6 INSULATING FLANGE KITS A. Gaskets: ANSI B-16.21, Type E, NEMA G10 glass with a rectangular o-ring seal for operation between 20-deg. F and 150-deg. F. Gaskets shall be suitable for the temperature and pressure rating of the piping system in which they are installed. B. Insulating Sleeves: 1/32-inch thick tube, full length, G10 glass material per NEMA LI-1 for operation between 20-deg. F and 150-deg. F. For installation at threaded valve flanges, half-length sleeves shall be used. C. Insulating Washers: 1/8-inch thick, full length, G10 glass per NEMA LI-1 for operation between 20-deg. F and 150-deg. F. D. Steel Washers: 1/8-inch cadmium plated steel placed between the nut and insulating washer. E. Coating: All buried insulating flanges shall be wax taped coated per AWWA C217. See section for “External Coating for Buried Surfaces” below. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 16640 - 5 CATHODIC PROTECTION BY SACRIFICIAL ANODES 2.7 EXTERNAL COATING FOR BURIED SURFACES A. All buried insulating flange kits, AND buried pipe sections and fitting surfaces that are not epoxy or polyurethane coated shall be wrapped with a three-layer petrolatum wax tape coating system per AWWA C217. B. Primer: All surfaces shall be prime coated with a blend of petrolatum, plasticizer, inert fillers, and corrosion inhibitors having a paste-like consistency. C. Wax Tape: Covering material shall be a synthetic felt tape, saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is formable over irregular surfaces. D. Plastic Outer Wrap: The primed and wax taped surface shall be covered with a plastic outer wrap consisting of three layers of 50-guage (10-mil) polyvinylidene chloride or PVC, high cling membrane wound together. 2.8 PLASTIC WARNING TAPE A. Plastic warning tape for all cable trenches shall be a minimum of 4 mils thick and 6 inches wide, inert plastic film designed for prolonged use underground, and printed with "Caution: Cathodic Protection Cable Below". PART 3 CATHODIC PROTECTION INSTALLATION 3.1 GENERAL A. Standard. Cathodic protection installation shall conform to NACE RP0169-96 “Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. B. CONTRACTOR Qualifications. All work shall be performed by qualified, experienced personnel working under continuous, competent supervision. Qualified CONTRACTORs must demonstrate at least five years of experience with cathodic protection installations. C. Test Results. The CONTRACTOR shall submit a CORROSION ENGINEER’s report including all test data, conclusions, repairs, and cathodic protection system performance. D. Notification For Testing. The CONTRACTOR shall notify the ENGINEER at least five days in advance of the anodes and test station installations. The ENGINEER or the OWNER's representative shall, at their discretion, witness the installation of anodes and cathodic protection facilities. Testing shall be as described in this specification section. 3.2 MAGNESIUM ANODES A. Inspection. All lead wires shall be inspected to ensure that the lead wire is securely connected to the anode core and that no damage has occurred to the lead wire. Lead wire failures shall require replacement of the complete anode and lead wire. B. Pre-Packaged Anode Inspection. Each anode shall be inspected to ensure that the backfill material completely surrounds the anode and that the cloth bag containing the anode and backfill material is intact. If the prepackaged anodes are supplied in a waterproof container or covering, that container or covering shall be removed before installation. The CONTRACTOR shall notify the ENGINEER at least five (5) days in advance of installing the anodes. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 16640 - 6 CATHODIC PROTECTION BY SACRIFICIAL ANODES C. Location. Anodes are to be installed in augured holes as shown in the drawings. Anode positions can be adjusted slightly to avoid interference with existing structures. Alternate anode positions must be approved by the ENGINEER. D. Handling. Care shall be taken to ensure that the anode is never lifted, supported, transported, or handled by the lead wire. All anodes shall be lowered into the hole using a sling or a rope. E. Anode Hole Size and Depth. Anodes shall be placed vertically at the bottom of a 12 feet deep augured hole, 12 inches in diameter (minimum). F. Soaking Requirements, Pre-Packaged Anodes. Once the prepackaged anodes are in the hole, 15 gallons of water shall be poured into the hole so that the anodes are completely covered with water. Allow the anodes to soak for a minimum of 30 minutes before any soil backfill is added. G. Soil Backfill. After the pre-packaged anodes are soaked, the hole is backfilled with stone-free, native soil. No voids shall exist around the anode bags and the anode lead wire shall not be damaged. The backfill shall be tamped and compacted in 18-inch lifts taking care not to damage the anode lead wire. 3.3 AT-GRADE TEST STATIONS A. Location. At-grade corrosion monitoring test boxes shall be located at the edge and directly behind the curb. All test box locations shall be approved by the ENGINEER. B. Test Box Bottom. Test boxes shall be set in native soil. C. Test Lead Attachment. Test leads shall be attached to the pipe using the exothermic weld process. An 18-inch length of slack wire shall be coiled at each weld at the pipe and inside each test box. D. Concrete Pad. A 24-inch square by 4-inch thick reinforced concrete pad is required around each at-grade test station. Test boxes and concrete pad shall be flush with the top of the curb. 3.4 WIRE AND CABLE A. Test Lead Trench. Horizontal test or anode lead runs shall be placed in a 36-inch trench. B. Wire Handling. Wire leads shall not be stretched or kinked. Care shall be taken when installing wire and backfilling. If wire insulation is damaged during installation, it shall be rejected and replaced completely at the CONTRACTOR's expense. All rejected wire shall be removed from the job site at the close of each workday. C. Plastic Warning Tape. Plastic warning tape shall be installed in all wire trenches and 12 inches below finished grade. D. Splicing. Wire splices are not permitted. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 16640 - 7 CATHODIC PROTECTION BY SACRIFICIAL ANODES 3.5 WIRE-TO-PIPE CONNECTIONS A. All connections of copper wires to the pipe shall be made by the exothermic weld method. B. Weld Charge Size. It is the CONTRACTOR’s responsibility to ensure that the manufacturer’s recommended weld charge size is used. C. Preparation Of Wire. Do not deform cable. Remove only enough insulation from the cable to allow for the exothermic weld. D. Preparation Of Metal. Remove all coating, dirt, grime and grease from the metal structure by wire brushing. Clean the structure to a bright, shiny surface free of all serious pits and flaws by using a file. The surface area of the structure must be absolutely dry. E. Wire Position. The wire is to be held at a 30-degree angle to the surface when welding. Only one wire shall be attached with each weld. F. Testing of All Completed Welds. After the weld has cooled, the weld shall be tested by striking the weld with a 2-lb hammer while pulling firmly on the wire. All unsound welds shall be cleaned, re-welded, and re-tested. All weld slag shall be removed. G. Coating Of Welds. The area to be coated shall be clean and completely dry. Apply a primer specifically intended for use with an elastomeric weld cap. Apply the weld cap and a bituminous mastic coating material to all exposed areas around the cap in accordance with the manufacturer's recommendations. The coating shall overlap the structure coating by a minimum of 3 inches. H. Mortar Repair. Coating voids shall be filled with cement grout. 3.6 BOND WIRES A. Mechanical Joint Bond Wires. Two (2) No. 2 HMWPE bond wires are required across each non-insulating, in-line valve; a third No. 6 HMWPE bond wire is required from the valve to one outside flange as shown in the drawings. The bond wires shall be attached using the exothermic weld process. Bond wires shall have some slack wire at each weld to allow for creep when backfilling. 3.7 INSULATING FLANGE KITS A. General: Insulating flange kits shall be pre-assembled and installed as recommended by the manufacturer, and per NACE RPO 286. Moisture, soil, and other foreign matter must be fully removed and prevented from contacting any portion of mating surfaces. If foreign matter contacts any portion of these surfaces, then the entire flange shall be disassembled, cleaned, and dried before reassembly. B. Installation: Align and install insulating joints according to the manufacturer's recommendations to avoid damaging insulating materials. The manufacturer’s bolt tightening sequence and torque specifications shall be followed. C. Paint Pigments: No electrically conductive pigments or paints shall be used either internally or externally on the bolts, washers, or flanges. D. Inspection: All buried insulating flanges shall be inspected, tested, and approved by the ENGINEER as described in Part 4 of this specification and prior to the application of wax tape coating. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 16640 - 8 CATHODIC PROTECTION BY SACRIFICIAL ANODES 3.8 EXTERNAL COATING A. All buried insulating flanges shall be covered with a 3-layer wax tape coating system per AWWA C217. Additionally, all in-line valves, flanges, couplings, and adapters that are not coated with a bonded dielectric coating shall be wax tape coated per AWWA C217. B. Primer: Surfaces must be cleaned of all dirt, grime, and dust by using a wire brush and clean cloth. The surface shall be dry. Apply the primer by hand or brush. A thin coating of primer shall be applied to all surfaces and worked into all crevices. The primer shall be applied generously around bolts, nuts, and threads, and shall fully cover all exposed areas. The primer should overlap the pipe coating by a minimum of 3-inches. C. Petrolatum Saturated Tape: The wax tape can be applied immediately after the primer. Short lengths of tape shall be cut and carefully molded around each individual bolt, nut, and stud end. For long bolts (such as in couplings), short lengths of tape shall be cut and circumferentially wrapped around each individual bolt. After the bolts are covered, the tape shall be circumferentially wrapped around the flange with sufficient tension to provide continuous adhesion without stretching the tape. The tape shall be formed, by hand, into all voids and spaces. There shall be no voids or gaps under the tape. The tape shall be applied with a 1-inch minimum overlap. D. Outer Covering: A plastic outer cover shall be applied over the petrolatum-saturated tape. The plastic shall be a minimum of 50-guage (10-mils) and shall have two layers applied. PART 4 TESTING AND INSPECTION The CONTRACTOR’s CORROSION ENGINEER shall submit his proposed test procedures to the ENGINEER at least five (5) days in advance of the time that the cathodic protection system testing is scheduled. The ENGINEER shall witness all testing at his discretion. All test data shall be submitted to the ENGINEER within seven (7) days of the completion of the testing. All testing shall be done under the supervision of a qualified CORROSION ENGINEER who is retained by the CONTRACTOR. All deficiencies found to be due to faulty materials or workmanship shall be repaired or replaced by the CONTRACTOR and at his expense. The City of Carlsbad shall be notified at least three (3) days in advance to witness the performance testing. 4.1 TEST LEADS It is the CONTRACTOR’s responsibility to test all test leads A. Test Method. All completed wire connection welds shall be tested by striking the weld with a 2-lb hammer while pulling firmly on the wire. Welds failing this test shall have the surface re-prepared, have the wire re-welded to the pipe and re-tested. Wire welds shall be spot tested by the Engineer. After backfilling the pipe, all test lead pairs shall be tested using a standard ohmmeter. B. Acceptance. The resistance between each pair of test leads shall not exceed 150% of the total wire resistance as determined from published wire data. RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 16640 - 9 CATHODIC PROTECTION BY SACRIFICIAL ANODES 4.2 Anode Lead Wire. The CONTRACTOR is responsible for inspecting anode lead wires. Lead wires shall be spot inspected by the ENGINEER. A. Test Method. A visual inspection and by running his hand along the full length of the lead while installing. B. Acceptance. All leads shall be free of cuts nicks or abrasions in the wire insulation. Damaged leads shall be rejected. 4.3 TEST LEAD TRENCHING The ENGINEER, at his or her discretion, shall inspect wire trenches and backfill material and methods. A. Test Method. The depth, trench bottom, padding, and backfill material shall be visually inspected prior to backfilling. B. Acceptance. Conformance with specifications. 4.4 PIPELINE CONTINUITY THROUGH IN-LINE VALVES The CONTRACTOR’s CORROSION ENGINEER shall measure the linear resistance of sections of pipe in which in-line valves or other mechanical joints have been installed. All testing shall be done by the CORROSION ENGINEER in the presence of the ENGINEER. A. Test Method. Resistance shall be measured by the linear resistance method. A direct current shall be impressed from one end of the test section to the other (typically test station to test station). A voltage drop is measured for several different current levels. The measured resistance (R) is calculated using the equation R=dV/I, where dV is the voltage drop between the test span and I is the current. The resistance shall be measured for at least four (4) different current levels. B. Acceptance. Acceptance is a comparison between the measured resistance (from the field test data) and the theoretical resistance. The theoretical resistance must consider the pipe (length and wall thickness) and the resistance of the bond wires. The measured resistance shall not exceed the theoretical resistance by more than 130%. The CONTRACTOR’s CORROSION ENGINEER shall submit, within seven (7) days of the completion of the testing and in a report format, to the ENGINEER all calculations of the theoretical resistance and measured pipe resistance for each section tested. 4.5 INSULATING FLANGE KITS A. Responsibility: Insulating flanges shall be inspected and tested by the CONTRACTOR’S CORROSION ENGINEER and in the presence of the ENGINEER, prior to backfilling. Testing of the buried insulating flange kit prior to backfill will result in non-acceptance of the insulator. B. Test Method: The assembled flange shall be tested using a Gas Electronics Model 601 Insulation Checker specifically design for testing insulating flanges. The testing shall be done by a qualified CORROSION ENGINEER accepted by the ENGINEER RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 16640 - 10 CATHODIC PROTECTION BY SACRIFICIAL ANODES and shall be done in accordance with NACE RPO 286. C. Acceptance: The installation of the insulating flange kit shall be considered complete when the testing device indicates no shorts or partial shorts are present. The CONTRACTOR shall provide assistance in finding any and all shorts or shorted bolts. All disassembly and reassembly necessary for acceptance shall be done at the CONTRACTOR’S expense. 4.6 CATHODIC PROTECTION PERFORMANCE The cathodic protection system shall be activated and tested by the CONTRACTOR’s CORROSION ENGINEER in the presence of the ENGINEER. A. Test Method. The installed cathodic protection system testing shall include: native pipe-to-soil potentials, protected pipe-to-soil potentials, open-circuit anode potentials, and anode current output measurements. B. Acceptance. Shall be based on achieving the –850 mV criterion as outlined in NACE RPO169-96. All data shall be submitted, in a typed 8-1/2 X 11 inch report to the City’s ENGINEER and the City’s CORROSION ENGINEER for approval. C. Compliance With Specifications. Deficiencies or omissions in materials or workmanship found by these tests shall be rectified at the CONTRACTOR’s expense. Deficiencies shall include but are not limited to: broken leads, improper or unclean trenches, lack of 18-inchor slack wire in test boxes; improperly mounted test boxes; improper installation and testing of insulators; and other deficiencies associated with the workmanship, installation, and non-functioning equipment. END OF SECTION 3.8 EXTERNAL COATING A. All buried insulating flanges shall be covered with a 3-layer wax tape coating system per AWWA C217. Additionally, all in-line valves, flanges, couplings, and adapters that are not coated with a bonded dielectric coating shall be wax tape coated per AWWA C217. B. Primer: Surfaces must be cleaned of all dirt, grime, and dust by using a wire brush and clean cloth. The surface shall be dry. Apply the primer by hand or brush. A thin coating of primer shall be applied to all surfaces and worked into all crevices. The primer shall be applied generously around bolts, nuts, and threads, and shall fully cover all exposed areas. The primer should overlap the pipe coating by a minimum of 3-inches. C. Petrolatum Saturated Tape: The wax tape can be applied immediately after the primer. Short lengths of tape shall be cut and carefully molded around each individual bolt, nut, and stud end. For long bolts (such as in couplings), short lengths of tape shall be cut and circumferentially wrapped around each individual bolt. After the bolts are covered, the tape shall be circumferentially wrapped around the flange with sufficient tension to provide continuous adhesion without stretching the tape. The tape shall be formed, by hand, into all voids and spaces. There shall be no voids or gaps under the tape. The tape shall be applied with a 1-inch minimum overlap. D. Outer Covering: A plastic outer cover shall be applied over the petrolatum- saturated tape. The plastic shall be a minimum of 50-guage (10-mils) and shall have two layers applied. ~PA~R~T~4 __ •4~.011---TESTING AND INSPECTION The CONTRACTOR's CORROSION ENGINEER shall submit his proposed test procedures to the ENGINEER at least five (5) days in advance of the time that the cathodic protection system testing is scheduled. The ENGINEER shall witness all testing at his discretion. All test data shall be submitted to the ENGINEER within seven (7) days of the completion of the testing. All testing shall be done under the supervision of a qualified CORROSION ENGINEER who is retained by the CONTRACTOR. All deficiencies found to be due to faulty materials or workmanship shall be repaired or replaced by the CONTRACTOR and at his expense. The City of Carlsbad shall be notified at least three (3) days in advance to witness the performance testing. 4.1 TEST LEADS It is the CONTRACTOR's responsibility to test all test leads A. Test Method. All completed wire connection welds shall be tested by striking the weld with a 2-lb hammer while pulling firmly on the wire. Welds failing this test shall have the surface re-prepared, have the wire re-welded to the pipe and re- tested. Wire welds shall be spot tested by the Engineer. After backfilling the pipe, all test lead pairs shall be tested using a standard ohmmeter. RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-8 16640 -11 CA THO DIC PROTECTION BY SACRIFICIAL ANODES B. Acceptance. The resistance between each pair of test leads shall not exceed 150% of the total wire resistance as determined from published wire data. RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B 16640 -12 CATHODIC PROTECTION BY SACRIFICIAL ANODES 4.2 Anode Lead Wire. The CONTRACTOR is responsible for inspecting anode lead wires. Lead wires shall be spot inspected by the ENGINEER. A. Test Method. A visual inspection and by running his hand along the full length of the lead while installing. B. Acceptance. All leads shall be free of cuts nicks or abrasions in the wire insulation. Damaged leads shall be rejected. 4.3 TEST LEAD TRENCHING The ENGINEER, at his or her discretion, shall inspect wire trenches and backfill material and methods. A. Test Method. The depth, trench bottom, padding, and backfill material shall be visually inspected prior to backfilling. B. Acceptance. Conformance with specifications. 4.4 PIPELINE CONTINUITY THROUGH IN-LINE VALVES The CONTRACTOR's CORROSION ENGINEER shall measure the linear resistance of sections of pipe in which in-line valves or other mechanical joints have been installed. All testing shall be done by the CORROSION ENGINEER in the presence of the ENGINEER. A. B. Test Method. Resistance shall be measured by the linear resistance method. A direct current shall be impressed from one end of the test section to the other (typically test station to test station). A voltage drop is measured for several different current levels. The measured resistance (R) is calculated using the equation R=dV/1, where dV is the voltage drop between the test span and I is the current. The resistance shall be measured for at least four (4) different current levels. Acceptance. Acceptance is a comparison between the measured resistance (from the field test data) and the theoretical resistance. The theoretical resistance must consider the pipe (length and wall thickness) and the resistance of the bond wires. The measured resistance shall not exceed the theoretical resistance by more than 130%. The CONTRACTOR's CORROSION ENGINEER shall submit, within seven (7) days of the completion of the testing and in a report format, to the ENGINEER all calculations of the theoretical resistance and measured pipe resistance for each section tested. 4.5 INSULATING FLANGE KITS A Responsibility: Insulating flanges shall be inspected and tested by the CONTRACTOR'S CORROSION ENGINEER and in the presence of the ENGINEER, prior to backfilling. Testing of the buried insulating flange kit prior to backfill will result in non-acceptance of the insulator. B. Test Method: The assembled flange shall be tested using a Gas Electronics Model 601 Insulation Checker specifically design for testing insulating flanges. RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-8 16640 -13 CATHODIC PROTECTION BY SACRIFICIAL ANODES The testing shall be done by a qualified CORROSION ENGINEER accepted by the ENGINEER and shall be done in accordance with NACE RPO 286. C. Acceptance: The installation of the insulating flange kit shall be considered complete when the testing device indicates no shorts or partial shorts are present. The CONTRACTOR shall provide assistance in finding any and all shorts or shorted bolts. All disassembly and reassembly necessary for acceptance shall be done at the CONTRACTOR'S expense. 4.6 CATHODIC PROTECTION PERFORMANCE The cathodic protection system shall be activated and tested by the CONTRACTOR's CORROSION ENGINEER in the presence of the ENGINEER. A. Test Method. The installed cathodic protection system testing shall include: native pipe-to-soil potentials, protected pipe-to-soil potentials, open-circuit anode potentials, and anode current output measurements. B. Acceptance. Shall be based on achieving the -850 mV criterion as outlined in NACE RPO169-96. All data shall be submitted, in a typed 8-1/2 X 11 inch report to the City's ENGINEER and the City's CORROSION ENGINEER for approval. C. Compliance With Specifications. Deficiencies or omissions in materials or workmanship found by these tests shall be rectified at the CONTRACTOR's expense. Deficiencies shall include but are not limited to: broken leads, improper or unclean trenches, lack of 18-inchor slack wire in test boxes; improperly mounted test boxes; improper installation and testing of insulators; and other deficiencies associated with the workmanship, installation, and non- functioning equipment. RECYCLED WATER PHASE Ill PIPELINE EXPANSION SEGMENT 5 CONTRACT NO. 5208-B END OF SECTION 16640 -14 CATHODIC PROTECTION BY SACRIFICIAL ANODES