Loading...
HomeMy WebLinkAboutFerreira Construction Co Inc; 2015-06-12; PWS15-60UTILRecording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 ) ) ) ) ) ) ) ) ) ) DOC# 2016-0497380 111111111111 lllll 111111111111111 lllll 111111111111111111111111111111ll1 Sep 20, 2016 04:59 PM OFFICIAL RECORDS Ernest J. Dronen burg, Jr., SAN DIEGO COUNTY RECORDER FEES: $0.00 PAGES: 2 Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1.The undersigned is owner of the interest or estate stated below in the property hereinafterdescribed. 2.The full name of the undersigned is Carlsbad Municipal Water District (CMWD), a municipalcorporation. 3.The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California92008. 4.The nature of the title of the undersigned is: In fee.5.A work or improvement on the property hereinafter described was completed on May 31, 2016.6.The name of the contractor for such work of improvement is Ferreira Construction Company,Inc. 7.The property on which the work of improvement was completed is on Las Palmas Drive in theCity of Carlsbad, County of San Diego, State of California, and is described as the Recycled Water Phase Ill Pipeline Segment No. 1A & 7, Project No. 52081. CARLSBAD MUNICIPAL WATER DISTRICT VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Municipal Water District, 1200 Carlsbad Village Drive, Carlsbad, California, 92008. The Executive Board of said District on ,.J'emu\90( \ 2z , 20--!-P, accepted the above described work as completed and ordered tha a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on �\120 \(o, at Carlsbad, California. ------·-·-··-. ··--··-··· -·· .. ·--·-··. ··-· ... -· .. -.. PIPELINE SEGMENT9 PIPELINE SEGMENTB PROJECT NAME LOCATION MAP : PIPELINE SEGMENTS PIPELINE PROJECT EXHIBIT PHASE Ill RECYCLED WATER NUMBER 2 5208 Pl017FD BY: SCOTT !VNIS PlOT OAT£:12/17/14 PATH:O: \U11UTI£S OCPARTIIE:NT\D£SIGN Dllf9CW\NUS\52CIJ ALL SCCAI!Nl'S.DIIG CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O # 3 Project: 5208-1, Recycled Water Phase Ill Pipeline Expansion Segment No. 1A & 7 Date Routed: To: Construction Management & Inspection Department Head Finance Directol1'.pA City Manager/Mayo Construction Management & Inspection Reasons for changes: Item 1: Item 2: Item 3: Item 4: Item 5: Item 6: Item 7: The city requested the contractor coat the 2 (two) 14-inch steel casing pipes which are required to cross the 8-inch Recycled Water Pipeline inside box culverts at 17 4+00 on Yarrow and 132+00 on Corte del Abeto. The city requested the contractor provide additional potholing to determine the actual location of existing communication conduit, incorrectly shown on the drawings, and within close proximity to the proposed alignment on Yarrow from 172+00 to 17 4+50. Per the engineer's response to RFl#14 the city requested 31 additional high deflection couplings on Yarrow Drive which were not shown on the plans. The high deflection couplings were required to maintain the curved alignment as shown on the plans from Station 184+00 to Station 187 +00. Due to conflicts between the design and pothole data, the contractor was directed to revise the horizontal and vertical alignment of the pipe on Yarrow Drive per the engineer's revised drawings and Directive #6. Costs include additional high deflection couplings and re-surveying. Due to conflicts between the design and pothole data the contractor was directed to revise the vertical alignment of Corte De La Pina and Cosmo Ct per the engineer's revised drawings and Directive #7. Costs include additional high deflection couplings, re-surveying and a credit for CML&C DIP sections not required after realignment of the pipe. Due to conflicts between the design and pothole data the contractor was directed to revise the horizontal and vertical alignment of Corte Del Cedro per the engineer's revised drawings and Directive #8. Costs include additional, ductile iron bends and re-surveying. The Contractor was directed to repair an unmarked irrigation line in the street at Station 209+50 Cosmo Court which was broken during trenching operations for Recycled Waterline. CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT No. lA & 7 CONTRACT NO. 52081 BID NO. PWS15-60UTIL Revised 1/30/13 Contract No. 52081 Page 1 of 192 TABLE OF CONTENTS to Page Notice Inviting Bids 8 Contractor's Proposal 13 Bid Security Form 22 Bidder's Bond to Accompany Proposal 23 Guide for Completing the "Designation Of Subcontractors" Form 25 Designation of Subcontractor and Amount of Subcontractor's Bid Items 27 Bidder's Statement of Technical Ability and Experience 28 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 29 Bidder's Statement Re Debarment 20 Bidder's Disclosure of Discipline Record 31 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid 33 Contract Public Works 34 Labor and Materials Bond 40 Faithful Performance/Warranty Bond 42 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 44 Revised 1/30/13 Contract No. 52081 Page 2 of 192 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 48 1-2 Definitions 48 1-3 Abbreviations 52 1- 4 Units of Measure 56 Section 2 Scope and Control of The Work 2- 1 Award and Execution of Contract 58 2-2 Assignment 58 2-3 Subcontracts 58 2-4 Contract Bonds 59 2-5 Plans and Specifications 60 2-6 Work to be Done 64 2-7 Subsurface Data 64 2-8 Right-of-Way 64 2-9 Surveying 64 2-10 Authority of Board and Engineer 67 2- 11 Inspection 68 Section 3 Changes in Work 3- 1 Changes Requested by the Contractor 69 3-2 Changes Initiated by the Agency 69 3-3 Extra Work 70 3-4 Changed Conditions 72 3- 5 Disputed Work 74 Section 4 Control of Materials 4- 1 Materials and Workmanship 77 4- 2 Materials Transportation, Handling and Storage 81 Section 5 Utilities 5- 1 Location 82 5-2 Protection 82 5-3 Removal 83 5-4 Relocation 83 5-5 Delays 83 5- 6 Cooperation 84 Section 6 Prosecution, Progress and Acceptance of the Work 6- 1 Construction Schedule and Commencement of Work 85 6-2 Prosecution of Work 89 6-3 Suspension of Work 89 6-4 Default by Contractor 89 6-5 Termination of Contract 90 6-6 Delays and Extensions of Time 90 6-7 Time of Completion 91 6-8 Completion, Acceptance, and Warranty 92 6-9 Liquidated Damages 92 6-10 Use of Improvement During Construction 92 Revised 1/30/13 Contract No. 52081 Page 3 of 192 Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 94 7-2 Labor 94 7-3 Liability Insurance 94 7-4 Workers'Compensation Insurance 94 7-5 Permits 95 7-6 The Contractor's Representative 95 7-7 Cooperation and Collateral Work 95 7-8 Project Site Maintenance 96 7-9 Protection and Restoration of Existing Improvements 108 7-10 Public Convenience and Safety 108 7-11 Patent Fees or Royalties 115 7-12 Advertising 115 7-13 Laws to be Observed 115 7-14 Antitrust Claims 115 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 116 9-2 Lump Sum Work 116 9-3 Payment 116 9-4 Bid Items 117 ^¥ Revised 1/30/13 Contract No. 52081 Page 4 of 192 SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-1 Rock Products 126 200- 2 Untreated Base Materials 127 Section 201 Concrete, Mortar and Related Materials 201- 1 Portland Cement Concrete 128 201-3 Expansion Joint Filler and Joint Sealants 130 Section 203 Bituminous Materials 203-6 Asphalt Concrete 131 203- 11 Asphalt Rubber Hot Mix (ARHM) Wet Process 132 Section 204 Lumber and Treatment with Preservatives 204- 1 Lumber and Plywood 132 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs 133 206-8 Light Gage Steel Tubing and Connectors 135 206- 9 Portable Changeable Message Sign 136 Section 207 Pipe 207- 2 Reinforced Concrete Pipe 137 207-9 Iron Pipe and Fittings 137 207-10 Steel Pipe 138 207-25 Underground Utility Marking Tape 138 Section 209 Signals, Lighting and Electrical Systems 140 Section 210 Paint and Protective Coatings 210-1 Paint 150 210-3 Galvanizing 150 Section 212 Landscape and Irrigation Materials 212-1 Landscape Materials 151 212-2 Irrigation System Materials 155 212- 3 Electrical Materials 157 Section 213 Engineering Fabrics 213- 2 Geotextiles 158 213- 3 Erosion Control Specialties 159 Section 214 Pavement Markers 214- 5 Reflective Pavement Markers 159 Section 215 Fencing 215- 1 Environmental Fencing 160 Part 3 Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing 161 300-2 Unclassified Excavation 161 300-3 Structure Excavation and Backfill 163 300-4 Unclassified Fill 163 300-5 Borrow Excavation 164 Revised 1/30/13 Contract No. 52081 Page 5 of 192 300-9 Geotextiles for Erosion Control and Water Pollution Control 164 300- 13 Storm Water Pollution Prevention Plan 165 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301- 1 Subgrade Preparation 158 Section 302 Roadway Surfacing 302- 5 Asphalt Concrete Pavement 170 302- 11 Asphalt Pavement Repairs and Remediation 171 Section 303 Concrete and Masonry Construction. 303- 1 Concrete Structures 172 303-2 Ai^Placed Concrete 172 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways ' 173 303- 6 Stamped Concrete 173 Section 304 Metal Fabrication and Construction 304- 3 Chain Link Fence 173 Section 306 Underground Conduit Construction 306-1 Open Trench Operations I73 306-5 Abandonment of Conduits and Structures 177 Section 307 Street Lighting and Traffic Signals 1 77 Section 308 Landscape and Irrigation Installation 308-2 Earthwork and Topsoil Placement I77 308-4 Planting I79 308-5 Irrigation System Installation I79 308-6 Maintenance and Plant Establishment 183 308-7 Guarantee 183 308-8 Measurement and Payment 186 Section 310 Painting 310-5 Painting Various Surfaces 186 Section 312 Pavement Marker Placement and Removal 312- 1 Placement 188 Section 313 Temporary Traffic Control Devices 313- 1 Temporary Traffic Pavement Markers 188 313-2 Temporary Traffic Signing 189 313-3 Temporary Railing (Type K) and Crash Cushions 189 313-4 Measurement and Payment 191 Part 6 Modified Asphalt, Pavement and Processes 600-3 Rubberized Emulsion - Aggregate Slurry 192 Revised 1/30/13 Contract No. 52081 Page 6 of 192 TECHNICAL SPECIFICATIONS DIVISiON 01 - GENERAL REQUIREMENTS 01170 Special Technical Provision DIVISION 02 - SITE WORK 02223 Trenching Excavation, Backfilling, and Compacting (completed by City Standards) 02228 Blasting Appendix A Standard Drawings Appendix B Approximate Pavement Thicknesses Appendix C David Bacon Requirements Appendix D Disadvantage Business Enterprise (DBE) Requirements Appendix E American Iron and Steel Requirements ¥ Revised 1/30/13 Contract No. 52081 Page 7 of 192 CARLSBAD MUNICIPAL WATER DISTRICT, CALIFORNIA V. NOTICE INVITING BIDS UNTIL 2:00 PM ON March 24, 2015, 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 4,151 linear feet of 8-jnch, C-900, PVC, DR14 pipeline, 6,611 linear feet of 6-inch, C-900, PVC, DR14 pipeline, 3,392 linear feet of 4-inch, C-900, PVC, DR14, and 59 Recycled Water Services with all valves and appurtenances. Project is located in collector streets in industrial area and requires traffic control, utility protection, asphalt overlay, pavement striping and markers. RECYCLED WATER PHASE lit PIPELINE EXPANSION SEGMENT No. IA & 7 CONTRACT NO. 52081 BIDNO. PWS15-60UTIL Funding for this project has been provided in full or in part through an agreement with the State Water Resources Control Board. The contents of this document do not necessarily reflect the views and policies of the State Water Resources Control Board, nor does mention trade names or commercial products constitute endorsement or recommendations for use (Gov. Code 7550, 40 CFR 31.20) 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 additionai time as may W 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 ap- proved by the City Council ofthe 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 supple- ments 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. ^'W Revised 1/30/13 Contract No. 52081 Page 8 of 192 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 Carisbad Municipal Water District is required to seek, and encourage the use of Disadvantaged Busi- ness 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 "D" for ail 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 ofthe Consolidated Appropria- tions Act of 2014 is required. The Contractor shall review and comply with all of the regulations con- tained in Appendix "E" American Iron and Steel Requirements. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly exe- cuted 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. Clean Water State Revolving Fund and EPA Forms (EPA Form 6100-3, and EPA Form 6100-4 must be completed and submitted with Bid). Additional forms identified Appendix "D" Disad- vantage Business Enterprise (DBE) Requirements shall be provided per the instruction therein. 11. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids witl be compared on the basis of the Engineer's Estimate. The estimated quantities are ap- proximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $2.900.000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General : Provisions Section 6-7. Revised 1 /30/13 Contract No. 52081 Page 9 of 192 SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure ofthe 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 follow- ing 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 Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cash- ier's Counter ofthe Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008- 7314, for a non-refundable fee of $35.00 per set. If plans and specifications are to be mailed the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, spec- ifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpreta- tion of any provision In the contract documents will be given by any agent, employee or con- tractor of the Carisbad 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. 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. DAVIS BACON PREVAILING WAGE TO BE PAID The David Bacon rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Secretary of Labor. 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. Wage determi- nations are included in Appendix "C" and from the U.S. Department of Labor's web site www.dol gov See appendix "C" for all Davis Bacon Requirements. SB 854: PREVALING WAGE COMPLIANCE MONITORING Senate Bill 854 created a major change in the way the Department of Industrial Relations (DIR) mon- itors prevailing wage requirements. All contractors and subcontractors must be registered with the %^ DIR prior to bidding. Registration must be done online and includes a registration fee. All contractors must electronically submit all certified payrolls records to DIR. f\ Revised 1/30/13 Contract No. 52081 Page 10 of 192 w Prime Contractor shall be responsible for insuring compliance verification. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis ofthe 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 en-or 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. ADDENDUMS Bidders are advised to verify the issuance of atl 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 V. 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, ofthe 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. 2) Cover anv vehicle used in the performance ofthe 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 Compensafion Fund meeting the requirement for workers' com- pensation 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. Revised 1/30/13 Contract No. 52081 Page 11 of 192 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 pnme contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the Board of Directors ofthe Carlsbad Municipal Water District, Californisr;'by Resolution No. 1515, adopted on the 27* day of January, 2015. ) / ^ / f. ,--February 11, 2015 1 •'"'^yw£' A'^'/-'^ '-'at® Deplity City Clerk Revised 1/30/13 Contract No. 52081 Page 12 of 192 CARLSBAD MUNICIPAL WATER DISTRICT RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT No. 18 CONTRACT NO. 52081 CONTRACTOR'S PROPOSAL Board of Directors Carlsbad Municipal Water District 1200 Carlsbad Village Drive Carlsbad, California 92D08 CFEMED, WITNESSED ANft RECORDED The undersigned declares he/she has carefuify examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and ad- denda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 72081 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 III PIPELINE EXPANSION SEGMENT No. IA Item No. Description A-1 A-2 A-3 A-4 Mobilization at Sixty Thousand (Price in Words) Excavation Support Systems at (Price in Words) Approximate Quantity And Unit Fixed LS LS (Price in Words) Preconstruction Videos and Photographs at LS (Unit Price in Words) Storm Water Pollution Control at LS Unit Price (Figures) $ 60.000 $ 12,000-^" CO cc Total Amount (Figures) $ 60.000 $ \1.ooo. C D $ L500. 00 V Revised 1/30/13 Contract No. 520B1 (Addendum No. 1) Page 13 of 191 Item No. Description Approximate Quantity Unit Price And Unit (Figures) Total Amount (Figures') A-5 A-6 Traffic Control at (Price in Words) 8-Inch C9G0 PVC DR14 Recy- cled Water Pipeline at LS (Unit Price in Words) A-7 6-inch C900 PVC DRI 4 Recy- cled Water Pipeline at . (Ijrist Price in Words) 20,600.'^g 2,398 LF $ 10^. cO 4,894 LF $__3£i^ $ To, ooo c o .far"- A-B 4-inch C900 PVC DR14 Recy- cled Water Pipeline at (Unit Price in Words) A-9 8-inch Welded Steel Pipe Re- cycled Water Pipeline at (Unit Price in Words) A-10 6-Inch Welded Steel Pipe Re- cycled Water Pipeline at (Unit Price in Words) A-11 Box Culvert Crossing at (Unit Price in Words) A-12 Pavement Repair at 2,321 LF $ 1-^. 83 LF LS LS CO 43 LF CJO 0 o $\ns.Qoo- (Unit Price in Words) Revised 1/30/13 Contract No. 52081 (Addendum No.1) CO DO $ )\i5^. Oo $_lLloo oo $ ) os.ooo-00 Page 14 of 191 Approximate V. Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-13 2" Recycled Water Service at 37 EA $ ^^950.^° $ IMM, ^00-°° (Unit Price in Words) A-14 1" Recycled Water Service at 18EA $ ^,HQ0.°" $ M^.lPQ-^'^ (Unit Price in Words) A-15 2" Blow Off Assembly at 13 EA $ ^,SOQ ."^ $ ^b;50O-"'^ (Unit Price in Words) A-16 2" Manual Air Valve at 11 EA $ 5,000-^^ $_^\00o^° (Unit Price in Words) A-17 Combination Air Valve Assem- 1 EA $ (n, CCO-'^° $ (..ooo-^'^ biy (2-inGh) at (Price in Words) A-18 Project Sign at 2 EA $ ),00D-°^ $ 2. ooo- (Unit Price in Words) A-19 All other work to be done to LS $ 3,0QO-'^'^ $_^^^ooo_^ complete the project but not specifically listed in Bid Item A-1 through A-18 at (Unit Price in Words) Total ampunt of bid In words for Schedule "A Total amount of bid in numbers for Schedule "A": $ l^f'hH'fii^-z.cQ ^¥ Revised 1/30/13 Contract No. 52081 (Addendum No. 1) Page 15 of 191 SCHEDULE "B" RECYCLED WATER PHASE III PIPEUNE EXPANSION SEGMENT No. 7 Item No. B-1 B-2 B-3 B-4 B-5 B-6 B-7 B-8 Description Mobilization at Thirty Thousand (Price in Words) Excavation Support Systems at (Price in Words) Preconstruction Videos and Photographs at ei ce/vVs (Unit Price in Words) Storm Water Pollution Control at (Price in Words) Traffic Control at flivva. n.€rb <U>V»K (Price in Words) 8-inch C900 PVC DR14 Recy- cled Water Pipeline at arA <f rfrtfe (Unit Price in Words) 6-inch C900 PVC DR14 Recy- cled Water Pipeline at . wxMi^ 4i)/\A<4/t AAM/^ q/tJ (Unit Price in Words) 4-inoh C900 PVC DRU Recy- cled Water Pipeline at 4 cg'^^^ (Unit Price in Words) Approximate Quantity And Unit Fixed LS LS LS 4TW 2,067 LF 1,071 LF Unit Price (Figures) $ 30.000 LS $^iQC)0-' 00 $ ^00-' CX} 60 LS $ Y^pot>. 00 1.753 LF $ ^9)1 oo oo Total Amount (Figures) $ 30.000 $ ^|00O oo $_3oo oo $ 5. too. o o $ \3.QOQ. oo 00 /5 Revised 1/30/13 Contract No. 52081 (Addendum No. 1} Page 16 of 191 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) B-9 Pavement Repair at LS S^MiOoo.'^ $5^.600.'^'^ (Unit Price in Words) B-10 2-Recycled Water Service at a-5.EA $ 3,^00-'^'^ $H,5C0.^^ (Unit Price in Words) B-11 1" Recycled Water Service at ^fi,EA $ O.^^ $ n.^ 7-ero cXoWoSe, (Unit Price in Words) (Unit Price in Words) (Unit Price in Words) (Unit Price in Words) B-12 2" Blow Off Assembly at TEA $ 3^^00 .^'^ $(9H^5C6.^^ B-13 2" Manual Air Valve at 7EA $ 3,C^0f).^^ $^\jrY)0.^^ B-14 Combination Air Valve Assem- IEA $ lo,tT)t)P^ $(o,COO-^^ bIy (2-inch) at (Price in Words) B-15 Project Sign at 2 EA $ \i600.^° Sa.OCQ.''^ B-16 All other work to be done to LS S^.MOQ.'^^ $5.Moo.^ complete the project but not specifically listed in Bid Item B-1 through B-15 at (Unit Price in Words) Total amount of bid in words for Schedule "B": S'tK WovicK-tJ -C-Pky ev^4 ^ V .-I— ri rt( I ^1 i^r ?T7'77~C7T ^ Total amount of bid in numbers for Schedule "B": $ Revised 1/30/13 Contract No. 52081 (Addendum No. 1) Page 17 of 191 Total amount of bid in vyords for Schedule "A" and "B": "Tu^o »vv (l-on e'l '^k-Kt- Total amount of bid in numbers for Schedule "A" and "B": $ "Z . , HQ The basis of award will be the sum of Schedule "A" and "B". Price(s) given above are fimi for 90 days after date of bid opening. Addendum(a) No(s). has/have been received and is/are included In this pro- posal. 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 ofthe Carisbad Municipal Water District, the District may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of Califomia, validly licensed under license number ^fe$'\ftD , classification A which expires on ^\?s\\\cr . 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 Dis- trict § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be Invali- dated by the failure of the bidder to be licensed In accordance with Califomia law. However, at the time the contract is awarded, the contractor shall be properiy licensed. The Undersigned bidder hereby represents as follows: 1. That no Board member, officer agent, or employee of the City of Carisbad 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 '^ar^A (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 com- ^. menclng the performance of the work of this Contract and continue to comply until the contract is 1^ complete. •f^ Revised 1/30/13 Contract No. 52081 (Addendum No. 1) Page 18 of 191 I!heck A License - License Detail - Contractors State License Board Page 1 of^ Contractor's License Detail for License # 985180 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Clicl< on the linic or button to obtain complaint and/or legal action infbrmation. Per B&P 7071.17 , only constnjction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant infbrmation that has not yet been entered onto the Board's license database. Business Information FERREIRA CONSTRUCTION CO INC dba FERREIRA COASTAL CONSTRUCTION CO 15188 VISTA DEL RIO AVENUE CHINO, CA 91710 Business Phone Number:(909) 606-5900 Entity Corporation Issue Date 07/12/2013 Expire Date 07/31/2015 License Status This license Is current and active. All information below should be reviewed. Classifications A - GENERAL ENGINEERING CONTRACTOR CIO - ELECTRICAL Bonding Information Contractor's Bond Ifhis license filed a Contrartor^Bondv^^ jBond Number: 100224331 iBond Amount: $12,500 Effective Date: 06/07/2013 Bond of Qualifying Individual This license filed Bond of Qualifying Individual number 5174640 for MOORE RUSTY BRADFORD in the amount of $12,500 with SURETEC INDEMNITY COMPANY. Effective Date: 01/20/2014 This license filed Bond of Qualifying Individual number 100268757 for PENSICK BRANDON JOSEPH in the amount of $12,500 w/ith AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 02/13/2015 Workers' Compensation ittps://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetaiLaspx?LicNum=985180 4/7/201! ^heck A License - License Detail - Contractors State License Board I! Iiia 111.^1 IOC Ilao WUli\cio uuiii^ciloauuii iiiduioiiV/C vviui uicwuLy i\L_rwLJL.i\-/ \/-VI_ iisiout XTMXWL. v_/\-/r \r wi\r-v i iv»/i^ IPolicy Number:A2C\/\«2501406 Effective Date: 07/01/2014 lExpireDate: 07/01/2015 yVorkers' Compensation History Page 2 of: Other Personnel listed on this license (current or disassociated) are listed on other licenses. ittps://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetaiLaspx?LicNum=985180 4/7/20 Public Work's Contractor Registration Search Page 1 of 1 Division of Labor Standards Enforcement Public Works Contractor Registration Search This is a listing of current and active contractor registrations pursuant to Division 2, Part?, Chapter 1 (commencing with section 1720) of the Califbmia Labor Code. Enter at least one searc* crifena to display acftve registered public works contractor's) matching your seleci'ons. Registration Number: Contractor Legal Name: Contractor License LOOI<UD License Number: 985180 ( Search ][ Reset | Public Works Contractor Registration Web Search Results One Registered Contractor found. 1 Legal Name Registration Number License Type/Numberts) Registration Oate Expiration Date FERREIRA CONSTRUCTION CO INC 1000001634 CSLB:985180 09/30/2014 06/30/2015 Export as: Excel | PDF Copyright © 2014 State of California https://efiling.dir.ca.gov/PWCR/Search.action 4/7/2015 ^''*llft»*>' 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 Conlract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and sumame) of proprietor (3) Place of Business City and State (4) Zip Code (5) E-Mail (Street and Number) . Telephone No. IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted. (2) Signature (given and sumame and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business. City and State (4) Zip Code (5) E-Mail (Street and Number) . Telephone No. ^¥ Revised 1/30/13 Contract No. 52081 (Addendum No. 1) Page 19 of 191 IF A CORPORATION. SIGN HERE: Ferreira Construction Co Inc dba (1) Name under which business is conducted Ferreira Coastal Construction Co (Signature) Brandon Pensick Vice President (Title) Impress Corporate Sea! here (3) Incorporated under the laws of the State of California (4) Place of Business 15188 vista Del Rio Avenue (Street and Number) City and State Chino CA (5) Zip Code 91710 Telephone No. 909-606-5900 (6) E-Mail bpensick@ferreiraconstruction.com W NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED ^¥ Revised 1/30/13 Contract No. 52081 {Addendum No. 1) Page 20 of 191 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California } Countv of San Bernardino } On J3/h^ f A OQ/^ before me, La Rue Schuiz - Notary Public / ' "^/O- t- • (here Insert name and ntie or tne oiticer) personally appeared Brandon Pensick - Vice President California Operations 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 slgnature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ) A^^fo. LARUESCHULZ i WITNES^my hand and official seal. iJwi^S^ COMM.#2075184 @ NOTARY PUBLIC'CAUFORNIA SAN BERNARDINO COUNTY t Wy Comm. Exp. July 19,2018 [ (Notary Publio Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT {Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER • Individual (s) • Corporate Officer (Trae) • Partner(s) • Attorney-in-Fact • Trustee(s) • Other 2015 Version www.NolaiyCiasses.com 800-873-9865 INSTRUCTIONS FOR COMPLETING THIS FORM This form complies wilh cuirent Califomia statutes regarding notary wording and, if needed, should be compleled and attached lo the document. Achtowledginenis from other states may be completed for documents being sent to that state so long as the wording does noi require the California notaiy ta violate California notary law. • State and County iiifoimation musl be the State and County where the document sl8ner(s) personally appeared before the notary publio for acknowledgment. • Date of notarization must be the date that (he signer(s) personally appeared which must also be the same date die acknowledgment Is completed, • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signcr(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms fay crossing off incorrect forms (i.e. he/she/th^ is /ate) or circling the conect forms. Failure to correctly indicate this informafion may lead to rejection of document recording, • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise compiete a different acknowledgment form. • Signature of the notary public must match the signature on file wilh the office of the county clerk. • Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document, • Indicate title or type of attached docimient, number of pages and date. • Indicate the capacity claimed by the sij^er. If the claimed capacity is a corporate officer, indicate the tille (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document witli a staple. List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of ali general partners, and managing partners: Nelson Ferreira - President Brandon Pensick - Vice President of Caiifornia Nancy Vliet - Vice President Lou Pacheco - Secretary/Treasurer ^¥ Revised 1/30/13 Contract No. 52081 (Addendum No. 1) Page 21 of 191 BID SECURITY FORM (Check to Accompany Bid) RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT No. 1A and 7 CONTRACT NO. 52081 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certifie(d *Cashiers check payable to the order of CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of 10% of the bid amount dollars ($ _), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the District, provided this proposal shall be accepted by the District through action of its legally constituted contracting authorities and the undersigned shall fail to execute a con- tract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the District if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. Brandon PeiTsick, Vice President Ferreira Construction Co Inc dba Ferreira Coastal Construction Co BIDDER Delete ths inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shali be not less than ten percent (10%) of the total amount of the bid.) Revised 1/30/13 Contract No, 52081 Page 22 of 191 BIDDER'S BOND TO ACCOMPANY PROPOSAL RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT No. 1A and 7 CONTRACT NO. 52081 KNOW ALL PERSONS BY THESE PRESENTS; Ferreira Construction Co., Inc. dba That we. Ferreira Tna stal ron.strnrtinn Cn, aS Principal, and Fidelity and Deposit Company of Maryland 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) Ten Percent of the Amount Bid (10% Amt. Bid)for which payment, woll 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 No. 1A and 7 CONTRACT NO. 52081 in the City of Carlsbad, is accepted by the Board ot 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; othenvise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said District. Revised 1/30/13 Contract No. 52081 Page 23 of 191 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. Executed by PRINCIPAL this 24th day of March 2015 PRINCIPAL^^'^^^^'^^ Construction Co, Inc. dba Perreira Coastal Construction Co. (sign here) (print name here) fc&jicif-iH CoNSTttMc-noNCo INC C/W (Title and Organization of Signatory) Executed by SURETY this 24th of March 2015 . SURETY: Fidelity and Deposit Company of Maryland (name of Surety) 1400 American Lane, Tower I, 18th Floor, Schaumburg, IL 60196 (address of Surety) day (print name here) (title and organization of signatory) (telephone number of Surety) Bv: S^/^^^ (signature of Attorney-in-Fact) Doug Klein, Attorney-in-Fact (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acloiowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER General Counsel Assistant GeneratXounajel Revised 1/30/13 Contract Nc. 52081 Page 24 of 191 ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION STATE OF CALIFORNIA COUNTY OF ON THE ^^y^ DAY oHh(\ff/<ll(V2015, BEFORE ME PERSONALLY CAME~»hc^.A^^PA<>rkO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT CWfN^ , THAT {S)HE IS THE Vj^ (T^^ BisW<.OF Ferreira Construction Co.. Inc. dba Ferreira Coastal Construction Co. THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION. LARUESCHULZ COMM. #2075184 NOTARY PUeUC'CAUFORNIA SAN BERNARDINO COUNTY T My Comm. Exp. July 19,2018 | ACKNOWLEDGEMENT OF SURETY STATE OF NEW YORK COUNTY OF NASSAU ON THE 241!L DAY OF March 2015 BEFORE ME PERSONALLY CAME Doug Klein TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DESPOSE AND SAY THAT HE IS THE ATTORNEY-IN-FACT OF Fidelity and Deposit Companv of Maryland THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT HE SIGNED HIS NAME THERETO BY LIKE ORDER. lotary Public ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation ofthe State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation ofthe State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Theresa J. FOLEY, Kevin T. WALSH, JR and Doug KLEIN, all of JERICHO, New York, EACH its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers ofthe ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers ofthe COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 5th day of September, A.D. 2014. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND • X • 'OS By: Assistant Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland City of Baltimore On this 5th day of Sqjtember, A.D. 2014, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said ofBcer of the Company aforesaid, and that the seals affixed to the preceding instnjment are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Maria D. Adamski, Notary Public My Commission Expires: July 8,2015 POA-F 093-0146 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attomey is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By-Laws of the Companies is still in force. This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors ofthe ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature ofthe President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal ofthe Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution ofthe Board of Directors ofthe COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution ofthe Board of Directors ofthe FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal ofthe company and facsimile or mechanically reproduced signature of any Vice-President, Seaetary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attomey issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, :his day of 20 . MAR 2 4 2015 Michael Bond, Vice President FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red BrookBlvd., Suite 600, Owings Mills, MD 21117 Statement of Financial Condition As Of December 31,2013 ASSETS Bonds $ 139,272,722 Stocks 22,258,887 Cash and Short Term Investments 6,595,113 Reinsurance Recoverable 17,970,134 Other Accounts Receivable 33,409,916 TOTAL ADMITTED ASSETS $ 219,506,772 LIABILITIES, SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses $ 1,787,480 Ceded Reinsurance Pi^miums Payable 42,146,005 Securities Lending Collateral Liability 6,613,750 TOTAL LIABILITIES $ 50,547,235 Capital Stock, Paid Up $ 5,000.000 Surplus 163,959,537 Suiplus as regards Policyholders 168,959,537 TOTAL $ 219.506,772 Securities carried at $58,378,690 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned, the Company's total admitted assets at December 31,2013 would be $223,222,696 and surplus as regards policyholders $172,675,461. 1, DENNIS F. KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a conwt exhibit ot^e assets and liabilities of the said Company on the 31st day of December, 2013. / / Corp)3i(tt^ecretary State of Illinois -K f ce-city of Schaumburg J Subscribed and swom to, before me, a Notary Public of tlie State of Illinois, in tiie City of Schaumburg, this 15th day of March, 2014. ^^^-4- 1;-, ^kl^ » (T Notary Public - ~ - ~ — ^^^m^^m^^^.^^ OFFICIAL SEAL DARRYL JOINER Notary Public • State of Illinois My Commission Expires May 3, 2014 Company Profile Page 1 of2 CALirORNSA DEPARTMENT OF INSURAMCE Company Profile Company Search Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information Old Company Names Agent For Service FIDELITY AND DEPOSIT COi^PANY OF MARYLAND 1400 AMERICAN LANE, 19TH FLOOR SCHUAMBURG, IL 60196-1056 800-382-2150 Effective Date KARISSA LOWRY C/O CORPORATION SERVICE COMPANY 2710 GATEWAY OAKS DRIVE, SUITE 150N SACRAMENTO CA 95833 Reference Information NAIC #: 39306 California Company ID #: 2479-4 Date Authorized In California: 01/01/1982 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: MARYLAND bacIc to top NAIC Group List NAIC Group #: 0212 ZURICH INS GRP Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE https://interactive.web.msurarice.ca.gov/conipanyprofile/corapanyprofile?eveiit=cotnpaiiyPr... 4/7/2015 Company Profile Page 2 of 2 WORKERS' COMPENSATION back to top © 2008 California Department of Insurance https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyPr... 4/7/2015 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", "Contracf, "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Or- ganization", "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 othenvise to be performed by forces other than the Bid- der'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 percent- age of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shai! 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 reiection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The ex- planation sheet shall clearly apprise the District of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Revised 1/30/13 Contract No. 52081 Page 25 of 191 Determination of the subcontract amounts for purposes of award of the contract shall be determined by the Board of Directors in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the Board of Directors shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Revised 1/30/13 Contract No, 52081 Page 26 of 191 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) RECYCLED WATER PHASE {II PIPELINE EXPANSION SEGMENT No. 1A and 7 CONTRACT NO. 52081 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 Acl." 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 Subcontractor's License No. and Classification* Amount of Woric by Sub- contractor in Dollars* r«rowo>v.nA ^-^Blb VXt ' 100006 I CfS \ Concre-hc CuHinet Sox /f>?iiT " c-8, r-U u •^fvOXW. CurtrlY*Vt<-ltitV/<L Sjpor'ibO Pflj>j(Wiix\ V\A.<LrV\V\(c, Page. of pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) CalDornia Public Contract Code, receipt oi the infonnation preceded by an asterisit may be submitted by tfie Bidder up to 24 hours after ttie deadline forsubmltting bids contained in tiie "Notice Inviting Bids." Revised 1/30/13 Contract No. 52081 Page 27 of 191 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT No. 1A and 7 CONTRACT NO. 52081 The Bidder is required to state what work of a similar character to that included in the proposed Con- tract he/she has successfully performed and give references, with telephone numbers, which will en- able the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Con- tract Type of Work Amount of Con- tract Revised 1/30/13 Contract No. 52081 Page 28 of 191 Q B o o to 0 01 ' != T ro o5 Q o CD 2, Q ^ -3 CD O Oi C3) CN ro 03 5 X S CD to ? ro ro CD S CM S c^ ro o tl- OJ o o o o 01 > CD OJ < 1^ ^ 3 " •- ro 2) w C3J " ^ ^; 1^ Iv > IT) ul Q O CO ™ < o I O S"' ro > & t ro <o i (D _> w o w o r-- if 0) o < c O x: o «" O «" o b if City o o o hino o CLQ: < W JZ O 0) 9-LL ro « S S'.E H_ o (U O Li_ ro b £ ro to 0 „ CO m CD lO g 0) CNJ S 4= c» -Si "3 < ro ...^ A .9- 3) " c ro L_ o s o .e > " io III tu S § = ° t o •£ < o 5 X •&0 ° o .i: c O .2 5 0 .is 3 « 1 "5. " i o ° o o w j2 .ll o 0) d> t o" !r u. a. ® Q -O T ro O 0) O if c= .9 ro ro !^ ^ 55 m S o 5 5 •£ ro > O r- O O g = u: ^ CM . CD V CM E :> S CO 0 t: 5 ro > "> n <u g It- ^ S 5 Q_ 0 CO oa Li- ro S to 15 1° ^ Oi 00 0) O D CO O -o O C CO ro TO Q to = C CD ro c "> .Q O ro ll Cl V .3 - O = ^ to Q V.,-,.- BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT No. 1A and 7 CONTRACT NO. 52081 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability 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, wilt issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Revised 1 /30/13 Contract No. 52081 Page 29 of 191 CERTIFICATE OF LIABILITY INSURANCE DATe(MM/DtmYY) osnacQis THIS CERTIFICATE IS ISSUED AS A MATTER OF INFOtWIATION 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 POUCIES BELOW. THIS CERTIFiCATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN TKE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the poltcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions ofthe poiicy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement{s). PRODUCER Aon Risk Services Northeast, inc. Horristown N3 office 44 whippany Road, Suite 220 Morristown N3 07960 USA CONTACT NAME: PRODUCER Aon Risk Services Northeast, inc. Horristown N3 office 44 whippany Road, Suite 220 Morristown N3 07960 USA rK.Ex.l: 283-7122 (800) 353-0105 PRODUCER Aon Risk Services Northeast, inc. Horristown N3 office 44 whippany Road, Suite 220 Morristown N3 07960 USA EMAIL ADDRESS: PRODUCER Aon Risk Services Northeast, inc. Horristown N3 office 44 whippany Road, Suite 220 Morristown N3 07960 USA INSURER(S) AFFORDINQ COVERAGE NAIC« INSURED Ferreira Construction Co. inc. dba Ferreira Coastal Construction Co 1S188 Vista Del Rio Ave chino CA 91710 USA INSURERA: old Republic General ins Corp 24139 INSURED Ferreira Construction Co. inc. dba Ferreira Coastal Construction Co 1S188 Vista Del Rio Ave chino CA 91710 USA INSURER B: INSURED Ferreira Construction Co. inc. dba Ferreira Coastal Construction Co 1S188 Vista Del Rio Ave chino CA 91710 USA INSURERC: INSURED Ferreira Construction Co. inc. dba Ferreira Coastal Construction Co 1S188 Vista Del Rio Ave chino CA 91710 USA INSURER D: INSURED Ferreira Construction Co. inc. dba Ferreira Coastal Construction Co 1S188 Vista Del Rio Ave chino CA 91710 USA INSURER E: INSURED Ferreira Construction Co. inc. dba Ferreira Coastal Construction Co 1S188 Vista Del Rio Ave chino CA 91710 USA INSURER F: a o < si IE a c <u •o 2 o COVERAGES CERTIFICATE NUMBER; 570057822166 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY 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 PEFfTAlN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, Limits ahown ara aa requested MLicvasc • — •ms. TYPE OF INSURANCE POUCY mjMBER COMMERCIAL QENERAL UABIUTY I CUIMS-MADE [xjc GENT. AGGREGATE LIMIT APPLIES PER: EPRO-JECT POLICY OTHER: X LOG AUTOMOBLE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS UMBRELLA UAB EXCESS LIAB SCHEOULED AUTOS NON-OWNED AUTOS OCCUR CLAIMS-MADE DED RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR / PARTNER / EXECUTIVE OFHCERAJEMBER EXCLUDED? (Mandatory in NH) If yes, dosQIbe unddT DESCRIPTION OF OPERATIONS bdow A5C69J501406 A2CA92501406 A2CW92S01406 tMM<PD<YYYYl 07/01/2014 07/01/2014 07/01/2014 lUM/DDIYYYYl 67701/201? 07/01/2015 07/01/2015 UMITS EACH 0CCURRB4CE OAMAQE TO RENTED PREMISES lEaoccufrencel MED EXP {Any one person) PERSONALS ADV INJURY GENERAL AOOREOATE PRODUCTS - COMP/OP AGG OMBINED SINGLE UMIT (S^.aWl'itlW BODILY WJURY ( Per perso:)) BODILY INJURY (Per aocident) PROPERTY DAMAGE (Per acddent) EACH OCCURRENCE PER STATUTE OTH- ELEACHACaOEMT EL DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY UMIT $2,000,000 $1,000,000 $10,000 $2,000,000 $4,000,000 $4,000,000 $2,000,000 $1,000,000 $1,000,000 $1,000,000 m o a> O DESCRIPTION OF OPERATIONS ; LOCATIONS / VEHICLES (ACOR0101, Addllional Remailfs Schedule, may ba atuched more space fs reqtdred) Re: project No. 52018, Recycled Water Phase III pipeline Expansion segment No. lA & 7, Bid No. PWS15-60UTIL. carlsbad Municipal Water District and its officials, employees and volunteers are included as Additional insured in accordance with the policy provisions of the General Liability and Auto Liability policies. General Liability and Auto Licibility evidenced herein is Primary and Non-Contributory to other insurance available to an Additional insured, but only in accordance with the raary policy's provisions .. ibutory _ professional services for architects, engineers, consultants, etc., are excluded. CERTiFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL K DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Carlsbad Municipal Water 1635 Faraday Avenue carlsbad CA 92008 USA District AUTHOREED REPRESENTATIVE ACORD 25 (2014/01) ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered mari(s of ACORD OLD REPUBLIC GENERAL INSURANCE CORPORATION GENERAL CHANGE ENDORSEMENT POLICY NO. A-2CG-925014-06 ENDOR 016 RENEWAL OF A-2CS-925013-05 ACCOUNT NUMBER: NB00257 NAMED INSURED AND MAILING ADDRESS AGENCY AND MAILING ADDRESS FERREIRA CONSTRUCTION CO. 31 TANNERY ROAD BRANCHBURG NJ 08876 INC. OLD REPUBLIC CONSTRUCTION INSURANCE AGENCY, INC. 199 WATER STREET, 3OTH FLOOR NEW YORK NY 10038 POLIcy PERIOD: Fror 07/01/2014 to 07/01/2015 IZsOl A.H. STANDARD TIME AT YOUR MAILINS ADDRESS SHOWN ABOVE EFFECTIVE 05-08-15 THIS POLICY IS AMENDED AS SHOWN COMMERCIAL GENERAL LIABILITY For an additional/return preaiua, the Items belou are changed as Indfcated: IT IS AGREED THAT THE FOLLOWING FORMS ARE HEREBY ADDED AS PER ATTACHED: CG 2010 04 13-ADDITIONAL INSURED-OWNERS, LESSEES OR CONTRACTORS- SCHEDULED PERSON OR ORGANIZATION CG 2037 04 13-ADDITIONAL INSURED-OWNERS, LESSEES OR CONTRACTORS- COMPLETED OPERATIONS CG 2404 05 09-WAIVER OP TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US IT IS ALSO AGREED THAT FORM XL EN GN 0004 09 11-CANCELLATION OR NON- RENEWAL TO SPECIFIED PERSONS OR ORGANIZATIONS ENDORSEMENT, IS HEREBY ADDED AND APPLICABLE TO THE FOLLOWING: CARLSBAD MUNICIPAL WATER DISTRICT, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED, NO CHANGE IN PREMIUM. 7002 COUNTERSISNED AT: DATE: BY: AlWORIZED REPRESEMTATIVE 05-12-15 M6 DSALV Page 1 of 1 POUCY NUMBER: A-2CG-925014-06 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under ttie following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organlzation(s) Locatlon(s) Of Covered Operations CARLSBAD MUNICIPAL WATER DISTRICT, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS ALL PROJECTS FOR THE CITY OF CARLSBAD Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II - Who Is An Insured is amended to Include as an additional insured the person{s) or organization{s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or In part, by: 1. Your acts or omissions; or 2. The acts or omissions of ttiose acting on your behalf; in the performance of your ongoing operaUons for the additional lnsured(8) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. if coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exciusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional in5ured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or suljcontractor engaged In performing operations for a principal as a part of the same project. CG 2010 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2 0. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III - Limits Of Insurance: ^^^^^^^^^ If coverage provided to the additionai insured is Thi= anH^r<.<>nn^„t ^h^n r,r.t tu required by a conlract or agreement, the most we ISic S nf I^L^rl Jhln Tn tt will pay on behalf of the additional insured is the SSions Insurance shown in the amount of insurance: 1, Required by the contract or agreement; or Page 2 of 2 © insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: A-2CG-925014-06 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ~ OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Per8on(s) Or Organization(s) Location And Description Of Completed Operations CARLSBAD MUNICIPAL WATER DISTRICT. ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS ALL PROJECTS FOR THE CITY OF CARLSBAD Information required to complete this Schedule, if not shown above, will be shown in the Declarations Section II - Who Is An Insured is amended to include as an additional insured the person(8) or oiiganlzation(s) shown in the Schedule, but only with respect to liability for "bodily injuiy" or "property damage" caused, In whoie or in part, by "your work" al the location designated and described in the Schedule of this endorsement performed for that additional insured and included in tiie "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additionai insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 I Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: A-2CG-925014-06 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the foilowing: COMMERCIAL GENERAL LIABIUTY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: CARLSBAD MUNICIPAL WATER DISTRICT, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS Infonnation required to complete this Schedule. If not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section iV - Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver appiies only to the person or organization shown in the Schedule above. CG 24 04 OS 09 © insurance Services Office, Inc.. 2008 Page 1 of 1 OLD REPUBLIC GENERAL INSURANCE CORPORATION CANCELLATION OR NON-RENEWAL TO SPECIFIED PERSONS OR ORGANIZATIONS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART If we cancel or non-renew this policy for any reason other than non-payment, we will deliver notice of the cancellation or non-renewal to all Specified Persons or Organizations on file with us thirty (30 ) days prior to the effective date of cancellation or non-renewal. If we cancel this policy for non-payment, we will deliver notice of the cancellation to atl Specified Persons or Organizations on file with us ten (10) days prior to the effective date of cancellation. If notice is mailed, proof of mailing will be sufficient proof of notice. Named Insured FERREIRA CONSTRUCTION CO.. INC. Policy Number A-2CG-925014-06 Endorsement No. 016 Policy Period 07-01-14 to 07-01-15 Endorsement Effective Date: 05-08-15 Producer's Name: OLD REPUBLIC CONSTRUCTION iNSURANCE AGENCY, INC. Producer Number: 7002 AUTHORIZED REPRESENTATIVE ILEN GN 0004 0911 DATE Page 1 of 1 OLD REPUBLIC GENERAL INSURANCE CORPORATION COMMERCIAL AUTO GENERAL CHANGE ENDORSEMENT POLICY NO ENDOR 014 RENEWAL OF A-2CA-925O13-05 A-2CA-925014-06 ITEM 1. ACCOUNT NUMBER: NB00257 NAMED INSURED AND MAILING ADDRESS AGENCY AND MAILING ADDRESS 7002 FERREIRA CONSTRUCTION CO, 31 TANNERY ROAD BRANCHBURG NJ 08876 INC. OLD REPUBLIC CONSTRUCTION INSURANCE AGENCY, INC. 199 WATER STREET, 3OTH FLOOR NEW YORK NY 10038 POLICY PERIOD: Fron 07/01/2014 to 07/0l/2015 12:01 A.M. STANDARD TtHE AT YOUR HAILING ADDRESS SHOWN ABOVE EFFECTIVE 05-08-15 THIS POLICY IS AMENDED AS SHOWN COMMERCIAL AUTO For an additional/return premium, the items below are changed as Indicated; IT IS AGREED THAT THE FOLLOWINS FORMS ARE HEREBY ADDED AS PER ATTACHED: CA 20 48 10 13-DESI6NATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE CA 04 44 10 13-WAlVER OF TRANSFER OF RECOVERY A6AINST OTHERS TO US (WAIVER OF SUBROGATION) IT IS ALSO AGREED THAT FORM IL EN EN 0004 09 11-CANCELLATION OR NON-RENEWAL TO SPECIFIED PERSONS OR ORGANIZATIONS EMDORSENEHT, IS HEREBY ADDED ANO APPLICABLE TO THE FOLLOWING: CARLSBAD MUNICIPAL WATER DISTRICT. ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. NO CHANGE IN PREMIUM. TOTAL PREMIUM FOR THIS ENDORSEMENT THESE DECURATIONS, IF APPLICABLE, TOGETHER WITH THE COMMON POLICY CONDITIONS, COVERAGE FORH<S) ANO FORMS AND ENDORSEMENTS, IF ANY, ISSUED TO FORM A PART THEREOF, COMPLETE THE ABOVE NUMBERED POLICY. COUNTERSIGNED AT: DATE: BY: AUCnORIZED REPRESENTATIVE 05-12-15 MG D6ALV Page 1 of 1 OLD REPUBLIC GENERAL INSURANCE CORPORATION COMMERCIAL AUTO ENDORSEMENT SCHEDULE POLICY NO ENDOR 014 RENEWAL OF A-2CA-925013-05 A-2CA-925014-06 ITEM 1. ACCOUNT NUMBER: NB00257 NAMED INSURED AND MAILING ADDRESS AGENCY AND MAILING ADDRESS FERREIRA CONSTRUCTION CO. 31 TANNERY ROAD BRANCHBURG NJ 08 876 INC, OLD REPUBLIC CONSTRUCTION INSURANCE AGENCY, INC. 199 WATER STREET, 3OTH FLOOR NEW YORK NY 1003 8 7002 POLICY PERIOD: From 07/01/2014 to 07/0l/2015 12:01 A.H. STANDARD TIHE AT YOUR HAILING ADDRESS SHOWN ABOVE ENDORSEMENT DATE: 05/08/2015 THESE ENDORSEMENTS MAY MODIFY THE INSURANCE PROVIDED UNDER THIS POLICY, PLEASE REFER TO COVERAGE PART FOR PULL EXPLANATION. 05-12-15 MG DGALV Page 1 of POLICY NUMBER: A-2CA-925014-06 COMMERCIAL AUTO CA 04 441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: FERREIRA CONSTRUCTION CO., INC. Endorsement Effective Date: 05-08-15 SCHEDULE Name(s) Of Person{s) Or Organization(s): CARLSBAD MUNICIPAL WATER DISTRICT, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS Infomiation required to compiete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s} shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 044410 13 ©Insurance Services Office, Inc., 2011 Pagelofi POLICY NUMBER: A-2CA-925014-06 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: FERREIRA CONSTRUCTION CO., INC. Endorsement Effective Date: 05-08-15 SCHEDULE Name Of Person(s) Or Organlzation(s): CARLSBAD MUNICIPAL WATER DISTRICT, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS Information required to compiete this Schedule, ifnot shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section 1 - Covered Autos Coverages of the Auto Dealers Coverage Form. CA20 481013 © Insurance Services Office, Inc., 2011 Page 1 of 1 OLD REPUBLIC GENERAL INSURANCE CORPORATION CANCELLATION OR NON-RENEWAL TO SPECIFIED PERSONS OR ORGANIZATIONS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PRODUCTS/COMPLETED OPERATIONS LlABiLiTY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART If we cancel or non-renew this policy for any reason other than non-payment, we will deliver notice of the cancellation or non-renewal to all Specified Persons or Organizations on file with us thirty (30 ) days prior to the effective date of cancellation or non-renewal. If we cancel this policy for non-payment, we will deliver notice of the cancellation to all Specified Persons or Organizations on file with us ten (10) days prior to the effective date of cancellation. If notice is mailed, proof of mailing will be sufficient proof of notice. Named Insured FERREIRA CONSTRUCTION CO., INC. Poiicy Number A-2CA-925014-06 Endorsement No. 014 Policy Period 07-01-14 to 07-01-15 Endorsement Effective Date: 05-06-15 Producer's Name: OLD REPUBLIC CONSTRUCTION INSURANCE AGENCY, INC. Producer Number: 7002 AUTHORIZED REPRESENTATIVE DATE ILEN GN 0004 0911 Page 1 of 1 OLD REPUBLIC GENERAL INSURANCE CORPORATION COMMERCIAL AUTO GENERAL CHANGE ENDORSEMENT POLICY NO ENOOR 015 RENEWAL OF A-ZCA-925013-05 A-2CA-925014-06 ITEM 1. ACCOUNT NUMBER: NB00257 NAMED INSURED AND MAILING ADDRESS AGENCY AND MAILING ADDRESS 7002 FERREIRA CONSTRUCTION CO. 31 TANNERY ROAD BRANCHBURG NJ 08876 INC. OLD REPUBLIC CONSTRUCTION INSURANCE AGENCY, INC. 199 WATER STREET, 3OTH FLOOR NEW YORK NY 10038 POLICY PERIOD: Fron 07/01/2014 to 07/01/2015 12:01 A.H. STANDARD TIHE AT YOUR HAILING ADDRESS SHOWN ABOVE EFFECTIVE 05-08-15 THIS POLICY IS AMENDED AS SHOWN COMMERCIAL AUTO For an addltlonaL/return presiim, the Items below are changed as Indicated: IT IS AGREED THAT FORM CA EN 5N 0044 02 IZ-ADDITIONAL INSUHEO-PRIHARY ANB NON-COHTHIBUTORY, IS HEREBY AODEB AS PER ATTACHED, ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. NO CHANGE IN PREMIUM. TOTAL PREMIUM FOR THIS ENDORSEMENT THESE DECLARATIONS, IF APPLICABLE, TOSETHER WITH THE COMMON POLICY CONDITIONS, COVERASE FORHCS) AND FORMS ANO ENDORSEIffiNTS, IF AMY, ISSUED TO FORM A PART THEREOF, COMPLETE THE ABOVE NUMBERED POLICY. COUNTERSIGNED AT: 05-12-15 DATE: BY! A AWWRIZED REPRESENTATIVE MG DGALV Page 1 of 1 OLD REPUBLIC GENERAL INSURANCE CORPORATION COMMERCIAL AUTO ENDORSEMENT SCHEDULE POLICY NO. A-2CA-925014-06 ENOOR 015 RENEWAL OF A-2CA-925013-05 ITEM 1. ACCOUNT NUMBER! NB00257 NAMED INSURED AND MAILING ADDRESS AGENCY AND MAILING ADDRESS FERREIRA CONSTRUCTION CO., INC. 31 TANNERY ROAD BRANCHBURG NJ 08876 OLD REPUBLIC CONSTRUCTION INSURANCE AGENCY, INC. 199 WATER STREET, .3OTH FLOOR NEW YORK NY 10038 7002 POLICY PERIOD! Froa 07/0l/2014 to 07/0l/2015 12:01 A.H. STANDARD TIHE AT YOUR HAILING ADDRESS SHOWN ABOVE ENDORSEIVIENT DATE; 05/08/2015 THESE ENDORSEMENTS MAY MODIFY THE INSURANCE PROVIDED tJNDER THIS POLICY, PLEASE REFER TO COVERAQE PART FOR FULL EXPLANATION. lORIZED REPRESEMTATIVE 05-12-15 MG DGALV Page 1 of OLD REPUBLIC GENERAL INSURANCE CORPORATION ADDITIONAL INSURED-PRIMARY AND NON-CONTRIBUTORY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by tills endorsement, ttie provisions of tfie Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization{s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated beiow. SCHEDULE Name of Personfs) or Organizatlon(s): CARLSBAD MUNICIPAL WATER DISTRICT, ITS OFFICIALS. EMPLOYEES AND VOLUNTEERS (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained In Section II of the Coverage Form. If the person or organization shown in the schedule qualifies as an 'insured' for Liability Coverage, and they have coverage as a first named insured under another policy, this policy is primary to and non-contributory with that ottier insurance. All other terms, conditions, and exclusions apply. Named Insured FERREIRA CONSTRUCTION CO., INC. Policy Number A-2CA-925014-06 Endorsement No. 015 Policy Period 07-01-14 to 07-01-15 Endorsement Effective Date: 05-08-15 Producer's Name; OLD REPUBLIC CONSTRUCTION INSURANCE AGENCY, INC. Producer Number: 7002 AUTHORIZED REPRESENTATIVE DATE CA EN GN 0044 02 12 Page 1 of 1 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) RECYCLED WATER PHASE ill PIPELINE EXPANSION SEGMENT No, 1A and 7 CONTRACT NO, 52081 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in ttie State of California? yes no 2) If yes, wfiat was/were the name(s) of the agency(ies) and what was/were the period(s) of debar- ment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: Ferreira Construction Co Inc dba Ferreira Coastal Construction Co ^--^name of Contractor) By: (sign here) Brandon Pensick, Vice President (print name/title) Page / of pages of this Re Debarment fonm 0 Revised 1/30/13 Contract No. 52081 Page 30 of 191 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT No. 1A and 7 CONTRACT NO. 52081 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, Caiifornia 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their con- tractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? 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? 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 additionai sheets to provide full disclosure.) Page Q1 of ^ pages of this Disclosure of Discipline form Revised 1/30/13 Contract No. 52081 Page 31 of 191 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) RECYCLED WATER PHASE lil PIPEUNE EXPANSION SEGMENT No, 1A and 7 CONTRACT NO, 52081 6) tf 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 ful! disclosure.) BY CONTRACTOR: Ferreira Construction Co Inc dba Ferreira Coastal Construction Co . jame of Contractor) By: (sign here) Brandon Pensick, Vice President (print name/title) Page '•^ of pages of this Disclosure of Discipline form Revised 1 /30/13 Contract No. 52081 Page 32 of 191 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT No. 1A and 7 CONTRACT NO, 52081 The undersigned declares: Ferreira Construction Co inc dba 1 am the Vice President of Ferreira Coastai Constnjction Co, the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true, The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged infor- mation or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ^pg^.\ "~V , 20 15 at Chino [city], CA tstate]. Signature of Bidder Brandon Pensick Revised 1/30/13 Contract No. 52081 Page 33 of 191 United States Environm entai PraiBctton AgsncY OMB Control No; 2O9O-0O30 Approved: 8/13/2013 Approval Expires; 8/ 31/ 2015 Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor's actual and/or anticipated use of identified certified DBEi subcontractors2 and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package, Prime contractors should also maintain a copy of this form on file. Prime Contractor Name ^!^t^yro^(ji3&.^'^\ Bid/ Proposal No. Project Name Assistance Agreement ID No. (if known) Point of Contact Telephone No. Issuing/Funding Entity: C\-eoLV\ U^QL^tgr 5^a.\g^ ^uoV\3\W(^ rowel Email Address 1 have identified potential DBE certified subcontractors X YES 1 • NO Ifyes, please complete the table below. If no, please explain; Subcontractor Name/ Company Name Company Address/ Phone/ Email Est. Dollar Amt Currently DBE Certified? r Y»,VVSIJJI>JV^ torn -——— Contjnue on back if needed -—— Dm ^ A DBE is a Disadvantaged, IVIinority, or Woman Business Enterprise that has been certified by an entity fronn which EPA accepts certifications as described in 40 CFR 33.204-33,205 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 EPA aw/ard of financial assistance. EPA FORM 6100-4 [DBE Subcontractor Utilization Form) Subcontractor Name/ Company Name Company Address/ Phone/ Email Est. Dollar Amt Currently DBE Certified? ~ Continue on hack if needed 1, . ^ A DBE is a Disadvantaged, IVIinority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications as described in 40 CFR 33,204-33,205 or certified by EPA, EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33,202. 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 EPA award of financial assistance.' EPA SFORM 6100-4 [DBE Subcontractor Dtilization Form) Unilett Stales Environmental Proteclian Agency OMB Control No: 2090-0030 Approved: 8/13/2013 Approval Expires: 8/ 31 / 2015 Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Utilization Form 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, 1 am aware of 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). Prime Contractor Signature Print Name ¥<^JZy^^——' Title Date V.P. The public reporting and recordkeeping 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. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA FORM 6100-4 (DBE Subcontractor UtiUzatioii Form) United Staifls BiviranniBntal Froteotlon Affsncv OMB Control No; 2090-0030 Approved: 8/13/2013 Approval Expires: 8/31/ 2015 Disadvantaged Business Enterprise [DBE) Program DBE Subcontractor Performance Form This form is intended to capture the DBE^ subcontractor's^ description of work to be performed and the price of the worl? submitted to the prime contractor. An EPA Financial Assistance Agreement Recipient must require its prime contractor to have its DBE subcontractors compiete this fonn and include all completed forms in the prime contractors bid or proposal package. Subcontractor Name Project Name ' , Recycled Water Phase 111 Bid/ Proposal No. PWS15-60UT1L Assistance Agreement ID No, (if known) Point of Contact Telephone No. Email Address Pmne Contractor fteme /7 Issuing/Funding Entity: Contract Item Number Description of Worit Submitted to tlie Prime Contractor Involvlag Construction, Services j Equipment or Supplies Price of Work Submitted to the Prime Contractor DBE Certified By: ^ DOT _® SBA Meets/ exceeds EPA certification standards? n Othfir: #^YES O NO O. Unknown ^ A DBE is 3 Disadvantagfidj Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications as described Sn 40 Cl^ 33.204-33,205 or tertifiecf by EPA. £PA accepts certifications from entities that meat or exceed EPA certificotlon standards as described in 40 CFft 33,202. ^Subcontractor is defined as a company, finn, joint venture, or Indivldugl who enters into aft agreement witfi a contractor to provide services pursuant to sn EPA award of financial assistance. EPA FORM 6100-3 {DBE Subcontractor Performance Form) ^EPA tinned Etaiss Environmenlai PratECtlon ABBOcy OMB Contral No: 2090-0030 Approved: 8/13/2013 Approval Expires; 8/31/2015 Disadvantaged Business Enterprise {DBE) Prograra DBE Subcontractor Performance Form 1 certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractor above. 1 am aware of that in the event of a replacement of a subcontractor, I wil! adhere to the replacement requirements set forth in 40 QFli Part33 Section 33-302 (c). Prime Contractor Signature ^ Print Name Date ^ >, Sa|»contractor Signature fyiZ^ ^ Print Name Date The public reporting and recordkeeping burden for this coitection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this infomiation, 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 (28221), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMS control number in any correspondence. Do not send the completed form to this address. KPA FORM 6100-3 (DBE Subcontractor Performance Form) 04/01/2015 13:51 FAX 7145500G24 GSF COHCRETE CUTTING IHC I 004/005 United SUUii Bnylronmantol ProcMllon Aaency OMB CflnWelNoi 2080-0030 A^Jproved! 8/13/2013 Approval Bxpireai 8/31/201S Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Performance Form This form Is intended to capture the DBSi subcontractor'si ;iescription of work to be performed and the price of the work submitted to the prime contractor. An BPA Financial Assistance Agreement Recipient must require its prime contractor to have Its DBS subcontractors complete this form and Include all completed forms in the prime contractors bid or proposal package. Subcontractor Name Project Name Recycled Water Pha^e III Pipeline Expansion Segment No, 1A & 7 Bid/ Proposal No, Assistance Agreement ID PWS15-60UTIL »Io, (if known) Point of Contact Telephone Nil. ^ _ EmatlAddress \ n Prime Contractor Name TMJA Issuing/Funding Entity: ^ Clean Water Stale Revolving Fund (CWSRF) Contract Item Mamber Description of Work Submitted to Uie Prime Contractor Involving Construcdoti, Services, Equipment or Supplies Price of Work Submitted to the Prime Contractor DBS Certified By; jS^OI Other: XI SBA Meets/ exceeds EPA cerdflcatlon standards? ' A OBE IS a Olsadvjintaged, Mlnnrtty, or Wocnan Business Enterpflse that has been certifistlby an anc ty from which EPA accepts certifications as dBterlbed In 40 CFH 33.204''33i205 or cfirUf^fid by EPA. SPA SifcBpCj aatiilcalSoni from antlUea that moet or exceed EPA certlflCQtlori mnisfis as described In 40 CPR 33,i02, * suhconMctor IS defined ss a company, firm, Joint venture, or Individual who enteri Into an agreemc nt with a contractor to provlda satvicfii pursuant to sn EPA award of financial asfistanca, BPA FORM 6100-3 Q)BE Sttbcontractor Perfonnance Form) 04/01/2015 13:51 FAX 7145500624 ear CONCRETE CUTTING INC a 005/005 ^S'SllfF'MA. Bivlrcnniintil PraiiKlon ^^•••I *a Agancy Otvia Control ND!20SO-Q030 Approved! 8/13/2013 Approval Expires; 6/ 31/2016 Disadvantaged Business Enterprise (DBS) Program DBE Subcontractor Perfonnance Form 1 certify under penaltjr of perjury that the forgolnE statements are true and corrwct. Signing this form does not signify a commitment to utilize the subcontractors above. 1 am aware of diat in the event of a replacement of a subcontrartor, I will adhere to the replacement requirements set forth in 4-0 CFR Part 33 Section 33,302 (c]. ^ Prime Contractor Signature Print Name ^/^^ ^ Title Date Subcontractor Signature——^ Print Name Title Dkte Ttie public reporting and recordkeeping burden for this collection of Information Is t-stimated to average three (3) hours per response. Send comments on the Agency's need for this Information, the adcuracy 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 Protecdon Agerjcy (2S22T], 1200 Pennsylvania Ave,, NW, Washington, D,C. 20460, Include the OMB control number ii any correspondence. Do not send the completed form to this address. BPA FORM 6100-3 [DBE Snbcontractor Performance Form) United Stales finvlronmEntal Protection A(mniiv OMB control No: 2090-0030 Approved; 8/13/2013 Approval Expires! 8/31/2015 disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Performance Form This form is intended to capture the DBE' subcontractor's^ description of woric to be performed and the price of the worl< submitted to the prime contractor. An EPA Financial Assistance Agreement Recipient must require Its prime conti-actorto have its DBE subcontractors complete this form and include all completed forms In the prime contractors bid or proposal pacl<3ge, Subcontractor Name Ux\d SuYVfA/lVlfK (r)i\!s'v)^VCUnh> Project Name Recycled Water Phase 111 Bid/Propo.ial No, Assistance Agreement ID No, (if known) Point of Contact PWS15-60UTIL OoJLe, Y-.fxf'm^ Address Telephone No. Email Address,,. . wmrf'^.'\ LSCXMG . cow 1 yy —2 1—LJ—fcU/ ^ -4—..1. • t-.— - '-• Prime.Contractor Name Issuing/Funding Entity: Contract Item Number Description of Worit Submitted to the Prime Contractor Involving Construction, Sendees, Equipment or Supplies Price of Work Submitted to the Prime Contractor DBE Certified By; ^ DOT XI SBA Meets/exceeds EPA certification standards? # flthftf: C^f)/5 « YES O NO O.. Unknown ^ A DBE l5 a Dlsadvantagect, Minority, or Woman Business Enterprise tliat has baen certified by an sno'ty from which EPA accepts coiUficatiotis as described In 40 CFH 33.204-33,205 Of certified by EPA, SPA accepts certifications from entities that msot or exceed i^PA certlfieatlpn standards as described in 4D CFR 33,202, ^Subcontractor Is defined as a company, firm, joint venture, or indlvldysl who enters Into an agreement wlt/i a contractor to provide services pursuant to an EPA av/ard of financial assistance. BPA FORM 6100-3 (DBE Subconn-actorPerformsnce Form) EPA Unileit Smes Environmsntai ProtBBtlon Agsfloy OMB Control No: 2090-0030 Approved: 8/13/2013 Approval Bxpiresi 8/31/2015 Disadvantaged Business Enterprise (DBE) Prograra DBE Subcontractor Performance Form 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 of tliat in the event of a replacement of a subcontractor, 1 will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). ^—n Prime Contractor Signature Print Name /^^"-^ ^ Title Date (// ^—V Subcontractor Signature Print Name cJ^^/l— Title Date The public reporting and recordkeeping 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 adcuracy 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. Include the OMS control number In any correspondence, Do not send the completed form to this address. BPAFORM 6100-3 (DBE Subcontractor Performance Form} UnltadSlatoE Environmenlai PfoleclIoM Aa^nw OMB Corttrol No: 2090-0030 Approved: 8/13/2013 Approval Expiresi 8/ 31/ 2015 Dis^dvantE^ed Bu!slne.ss Enterprise (DBE) Program DBESubcontractof Performance Form This form is intended to capture the DBE^ subcontractor's^ description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement Recipient must require Its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractors bid or proposal package. Subcontractor Name Project Name Bid/ PropoMl No. Assistance Agreement ID No, (if known) Point of Contact Po 11^7 uc^Li^. rn-^ni9 TelephoneN^^^ /.^O-?^^^ Em^l Address </ Xl Prime Contractor Name Issulng/Funding Bntity; Contract Item Number Description of Work Submitted to the Prime Contractor Involving ConstrucUon, Services, Equipment or Supplies Price of Work Submitted to the Prime Contractor I I)BE Certified By; M- DOT SBA IWeets/ exceeds EPA certification standards? 0 Other: (f A3 t-Tf^t^tO i U6 ^ (MES O NO O Unknown ^ A OBE Is 9 Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts cerhficaiions as described in CFR 33.204-33.205 or certified by EPA. EM accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. ^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 EPA award of financial assistance. EPA FORM 6100-3 (DBE Subcontractor Performance Form) UnMadStHu EnvlraMiMiitil Pmtmstlan Agency OMB Control No: 2090-0030 Approved! a/13/2013 Approval Expires! 8/31/2015 Disadvant^d Business Enterprise (DBF) Program DBE Subcontractor Perfonnance Form I certily under penalty of perjury that the forgoing statements are true and correct Signing this fbrm does not signify a commitment to utilize tiie subcontractors above. I am aware of that In the event of a replacement of a subcontractor, 1 will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). ^—vPrlme Contractor Signature i*rintName Titlet iluc Date Subcontractor Slsnature ^ Tl H a CJ PrintName r V, — -f"Tr ' Date Tbe public reporting and recordkeeping 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. Include the OMB control number In any correspondence. Do not send the completed form to this address. EPA FORM 61D0-3 (DBB Subcontractor Performance Form] CONTRACT PUBLIC WORKS This agreement is made this _ . day of by and between the Carlsbad IVlunicipal Water District of the City of Carlsbad, California, a municipal corporation, (hereinafter called "District"), and Ferreira Construction Co. Inc. dba Ferreira Coastal Construction Co., a California corporation whose principal place of business is 15188 Vista Del Rio Avenue, Chino, CA 91710 (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT No. 1A and 7 CONTRACT NO. 52081 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equip- ment, 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, Tech- nical 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 forthe project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indi- cated, 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 sup- pliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The District shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any infor- mation 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 Revised 1/30/13 Contract No. 52081 Page 34 of 191 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 III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unltnown 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 proce- dures 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 Cali- fornia Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 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 connec- tion 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. Revised 1/30/13 Contract No. 52081 Page 35 of 191 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. De- fense 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 Citv Council Poiicv # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the District or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the District. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The Distnct, 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 sep- arate 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 pnmary insurance as respects the Distnct, its offi- cials, employees and volunteers. Any insurance or self-insurance maintained by the District, its offi- cials, 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. Revised 1/30/13 Contract No. 52081 Page 36 of 191 (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 reten- tion 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 Dis- trict, 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 in- surance by the State of California Insurance Commissioner as admitted earners 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 Citv Council Poiicv # 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 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 for $375,000 or less shall be resolved in ac- cordance 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 in- cluded in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Gov- ernment 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. Revised 1/30/13 Contract No. 52081 Page 37 of 191 V (D) Penalty Recovery. If the Carisbad 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 Cartsbad 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 debarmentby an- other jurisdiction is grounds for the Board of Directors of the Carisbad Municipal Water District of the City of Carlsbad to disqualify the Contractor or subcontractor from participating in futurp^ntract bid- ding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the ofoper ven^ and jurisdiction for resolution of any disputes between the parties arising out of this ^rea^epi is San Diepo County, California. I have read and understand all provisions of Section 11 abo\(e. \\\ I init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the Dis- trict, 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 retum 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 fonn 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 estab- lished 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, sen/ices, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and in- cluded herein, and if, through mistake or othenwise, any such provision is not inserted, or is not cor- rectly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. Revised 1/30/13 Contract No. 52081 Page 38 of 191 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "Gen- eral Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRAC CTION Co INC dloCL Contractor) n here) (print name and title) (prit\t name and title) CARLSBAD MUNICIPAL WATER DISTRICT, a municipal corporation oj^h^^te of Califomia Secretary 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 Counsel Assistant General Cainsel Revised 1/30/13 Contract No. 52081 Page 39 of 191 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. alifornia " before me Dafe personally appeared j Here Insert Name and Titie of the 01 Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be thepersonj(^whose r\ame^ift^kiife- subscribed to the within instrument and acknojadecjged to me that ^elafie/tl leyexecuted the same in tTisTlyeft^heir authorized capacity(les), and that b^^^^is^pefttheir signature(8)^n the instrument the person(s)7 oTthe entity upon behalf of which the person(s)'acted, executed the instrument. SHELLEY COLLINS Commission # 1962114 Notary Public - Calitornia San Oiego County 1 ^ »an Diego county s th Comm. Expires D«c 25,20151 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 offioral seal. Signature Place Notary Seal Above OPTIONAL Tfiougfi ttiis 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: Number of Pages: Signer(s) Other Than Named Above Capacity(ies) Claimed by Signer(s) Signer's Name: Document Date: • Corporate Officer — Title(s): • Partner — • Limited • General ^ • Individual • Attorney in F^aeT*" • Trustee • Guardjan^ Conservator • Other: Signer Is Repres^Rtthg: • Corporate Officer — Title(s): • Partner — • Limited • General • Individual • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org 1 -800-US NOTARY (1 -800-876-6827) Item #5907 ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION STATE OF New Jersey J CITY OF Branchburg ) SS: COUNTY OF Hunterdon ) On this 12th day of May came to me known, Nelson Ferreira who, being by me he/she resides in Far Hills, NJ , in the year 2015 duly swom, did , before me personally depose and say that that he/she is the President of FERREIRA CONSTRUCTION CO., INC. DBA FERREIRA COASTAL CONSTRUCTION CO., the corporation described in and which executed the above instrument; and that he/she signed his/her name thereto by order of the Board of Directors of said Corporation. Commissioner of Deeds LINDA KISSELL NOTARY PUBLIC STATE OF NEW JERSEY ^^1I£2^1!^1!!!!2NEM 3 20,9 ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION STATE OF New Jersey J CITY OF Branctiburg ) SS: COUNTY OF Hunterdon ) On this 12th came to me known Lou Pacheco day of May who, being by he/she resides in , in the year 2015 me duly swom, did Branchburg, NJ , before me personally depose and say that that he/she is the Secretary of FERREIRA CONSTRUCTION CO., INC. DBA FERREIRA COASTAL CONSTRUCTION CO., the corporation described in and which executed the above instrament; and that he/she signed his/her name thereto by order of the Board of Directors of said Corporation. Notary Public or Commissioner of Deeds LINDA KISSELL NOTARY PUBLIC STATnOFNEW.inUSh 5 PRF09163739 LABOR AND MATERIALS BOND Board of Directors of the Carlsbad Municipal Water District located in the State of California by Resolution No. ^521 adopted May 5,2015 has awarded to Ferreira Construction Co., Inc. dba Ferreira Coastal Construction Co. ' (hereinafter designated as the "Principal"), a Contract for: ~ RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT No. 1A and 7 CONTRACT NO. 52081 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 perfor- mance 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 Ferreira Coastal Construction Co. as Principal, (hereinafter designated as the "Contractor"), and Fidelity and Deposit Company of Maryland as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of Two Million Eighty Six Thousand One Hundred Ninety and 00/100 Dollars ($ 2,086,190.00 ). said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carisbad 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 In- surance 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 Unem- ployment 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 tenns of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 1/30/13 Contract No. 52081 Page 40 of 191 In the event that Contractor is an indivi^uatr-iWs^agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR ti; day of May .20 15 CONTRACTOR: Ferreira Construction Co., Inc. dba FerreirajP^f^stayConstriirtinn Co, Executed by SURETY this Hth day of Mav , 20 15 . lor) By: / \y \ jV^^sign here) NFlXfl (print name here) ie and organization of signatory) By:. (sign here) (print name here) SURETY: Fidelity and Deposit Company of Maryland (name of Surety) 1400 American Lane. Schaumburg, IL 60196 (address of Surety) 516.387.1170 telephone number of Surety) By: 1 (signature of Attorij^ey^-Fact) Theresa J Foley (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER General Counsel By: Assistant Gene|ral Counsel Revised 1/30/13 Contract No. 52081 Page 41 of 191 ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION STATE OF t^B^Sae^ COUNTY OF ffnAjT^(UX>/^ ON THE y^'^ DAY OF Mav 2015, BEFORE ME PERSONALLY CAME AktsoAi fkiut^iCM TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT , THAT (S)HE IS THE Piegrg.n>gAg OF Ferreira Construction Co.. Inc. dba Ferreira Coastal Construction Co. THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION. JHFRFSF RTASAK Notary Public ID #2408057 NOTARY PUBUC OF NEW JERSEY My Commission Expires 5/2/2016 ACKNOWLEDGEMENT OF SURETY STATE OF NEW YORK COUNTY OF NASSAU ON THE DAY OF Mav 2015 BEFORE ME PERSONALLY CAME Theresa J Foley TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DESPOSE AND SAY THAT HE IS THE ATTORNEY-IN-FACT OF Fidelity and Deposit Companv of Maryland THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT HE SIGNED HIS NAME THERETO BY LIKE ORDER. PATRICIA V PAULO NOTARY PUBLIC, State of New York Notary Public ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION STATE OF New Jersey J CITY OF Branctiburg ) sS: COUNTY OF Hunterdon ) On this 12th day of May came to me known, Lou Pactieco who, being by he/she resides in , in the year 2015 me duly swom, did swom, Branchburg, NJ , before me personally depose and say that that he/she is the Secretary of FERREIRA CONSTRUCTION CO., INC. DBA FERREIRA COASTAL CONSTRUCTION CO., the corporation described in and which executed the above instrument; and that he/she signed his/her name thereto by order of the Board of Directors of said Corporation. Notary Public or Commis; THERESE STASAK -»PJ^8057 :NEWJERSEY EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. Tiie Ciiief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other lilce instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned. Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attomey is still in full force and effect on the date of this certificate; and I do fiirther certify that Article V, Section 8, of the By-Laws of the Companies is still in force. This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors ofthe ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors ofthe COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution ofthe Board of Directors ofthe FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attomey issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies this day of _ _ 20 . — MAY 112015' — ... Michael Bond, Vice President ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation ofthe State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation ofthe State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to he in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Theresa J. FOLEY, Kevin T. WALSH, JR and Doug KLEIN, all of JERICHO, New York, EACH its tme and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fiilly and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers ofthe ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers ofthe COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and die regularly elected officers ofthe FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a tme copy of Article V, Section 8, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AIVD DEPOSIT COMPANY OF MARYLAND, diis 5th day of September, A.D. 2014. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Assistant Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland City of Baltimore On this 5th day of September, A.D. 2014, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instmment by the authority and direction ofthe said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. "<i( Maria D. Adamski, Notary I*ublic My Commission Expires: July 8, 2015 POA-F 093-0146 FIDELITY AND DEPOSIT COMPANY OF IVfARYLAND 600 Red Brook Blvd., Suite 600, Owings MiUs, MD 21117 Statement of Financial Condition As Of December 31,2013 ASSETS Bonds : $ 139,272,722 Stocks 22,258,887 Casli and Short Term Investments 6,595,113 Reinsurance Recoverable 17,970,134 Other Accounts Receivable 33,409,916 TOTAL ADMllTED ASSETS $ 219,506,772 LIABILITIES, SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses $ 1,787,480 Ceded Reinsurance Pi^miums Payable 42,146,005 Securities Lending Collateral Liability 6,613,750 TOTAL LIABILITIES $ 50,547,235 Capital Stock, Paid Up $ 5,000,000 Surplus 163,959,537 Suiplus as regards Policyholders 168,959,537 TOTAL $ 219,506,772 Securities carried at $58,378,690 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned, the Company's total admitted assets at December 31,2013 would be $223,222,696 and surplus as regards policyholders $172,675,461. I, DENNIS F. KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a con-ect exhibit ofL^he assets and liabilities of the said Company on the 31st day of December, 2013. Corpl^ljt^ecrelary State of Illinois I cc- City of Schaumburg j Subscribed and swom to, before me, a Notary Public ofthe State of Illinois, in the City of Schaumburg, this ISlh day ofMarcIi, 2014. Notary Public OFFICIAL SEAL OARRYL JOINER Notary Public • State of Illinois My Commission Expires May 3,2014 V V « • • m m <m m • •"' Bond No. PRF09163739 FAITHFUL PERFORMANCE/WARRANTY BOND Board of Directors of the Carlsbad Municipal Water District located in the State of California by Resolution No. 1521 adopted May 5,2015 . has awarded to Ferreira Construction Co., Inc. dba Ferreira Coastal Construction Co. (hereinafter designated as the "Principal"), a Contract for: RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT No. 1A and 7 CONTRACT NO. 52081 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful pertormance and warranty of said Contract; NOW, THEREFORE, WE. Ferreira Construction Co., Inc. dba Ferreira Coastal Construction Co. QQ Principal, (hereinafter designated as the "Contractor"). and Fidelity and Deposit Company of Maryland __ _as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of Two Million Eighty Six Thousand One Hundred Ninety and 00/100— Df^llars ($ 2,086,190.00 ). said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the 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, finnly 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 alter- ation 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; othenwise 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, in- curred 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 temis 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 1/30/13 Contract No. 52081 Page 42 of 191 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 L^'^ day of May ^^^<20 15 CONTRACTOR; , Ferreira Construcjion Co., Inc. dba Ferreira CoastatConstruction Co. (print name here) ?lt^t>tl>^T (Title and Organization of Signatory) (print name here) Executed by SURETY this Hth day of May , 20 15 SURETY: Fidelity and Deposit Company of Maryland (name of Surety) 1400 American Lane, Schaumburg. IL 60196 (address of Surety) 516.387.1170 (telephone number of Surety) Theresa J Foley (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER General Counsel By: Assistant GeneralkCounsel Revised 1/30/13 Contract No. 52081 Page 43 of 191 ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION STATE OF NavcTeicsety COUNTY OF HuA/r^XXPAi ON THE 1^ DAY OF Mav 2015, BEFORE ME PERSONALLY CAME A/g7x/M/ l^JferuCa[0 ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT , THAT (S)HE IS THE 'P^LEa^^>^srNr^ OF Ferreira Construction Co.. Inc. dba Ferreira Coastal Construction Co. THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION. Notary Public THERESE STASAK ID #2408057 NOTART PUBUC OFNEW JERSEY My GommlsBlon Expires 6/M016 ACKNOWLEDGEMENT OF SURETY STATE OF NEW YORK COUNTY OF NASSAU ON THE ll^H DAY OF Mav 2015 BEFORE ME PERSONALLY CAME Theresa J Folev TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DESPOSE AND SAY THAT HE IS THE ATTORNEY-IN-FACT OF Fidelity and Deposit Companv of Maryland THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT HE SIGNED HIS NAME THERETO BY LIKE ORDER. _ PATRICIA V PAULO ,/j /) /9 NOTARY PUBLIC, State of New York Qualified in Nassau County ' ftiKIic^'^"'"'^ Exn^'^s nnrember 13, 2D^!j^ Notary I ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION STATE OF New Jersey J CITY OF Branchburg ) SS: COUNTY OF Hunterdon ) On this came to 12th day of May me Lou Pacheco known. who, being by me duly swom, ^he/she resides in Branchburg, NJ , in the year 2015 duly did , before me personally depose and say that that he/she is the Secretary of FERREIRA CONSTRUCTION CO., INC. DBA FERREIRA COASTAL CONSTRUCTION CO., the corporation described in and which executed the above instrument; and that he/she signed his/her name thereto by order of the Board of Directors of said Corporation. Notary Public or Commissioner of De^ EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned. Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attomey is still in full force and effect on the date of this certificate; and I do fiirther certify that Article V, Section 8, of the By-Laws of the Companies is still in force. This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors ofthe ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and die following resolution of die Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attomey issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this dayof^^Y 112D15 ' " Michael Bond, Vice President ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWTR OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation ofthe State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation ofthe State of Maryland, and die FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Theresa J. FOLEY, Kevin T. WALSH, JR and Doug KLEIN, all of JERICHO, New York, EACH its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers ofthe ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers ofthe COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and die regularly elected officers ofthe FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a tme copy of Article V, Section 8, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 5th day of September, A.D. 2014. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Assistant Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland City of Baltimore On this 5th day of September, A.D. 2014, before the subscriber, a Notaiy Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA-F 093-0146 FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd., Suite 600, Owings Mills, MD 21117 Statement of Financial Condition As Of December 31,2013 ASSETS Bonds $ 139,272.722 Stocks 22,258,887 Cash and Short Term Investments 6,595,113 Reinsurance Recoverable 17,970,134 Other Accounts Receivable 33,409,916 TOTAL ADMIITED ASSETS $ 219,506,772 LIABILITIES, SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses $ 1,787,480 Ceded Reinsurance Premiums Payable 42,146,005 Securities Lending Collateral Liability 6,613,750 TOTAL LIABILITIBS $ 50,547,235 Capital Stock, Paid Up $ 5,000,000 Surplus 163,959,537 Suiplus as regards Policyholders 168,959,537 TOTAL $ 219,506,772 Securities carried at $58,378,690 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned, the Company's total admitted assets at December 31,2013 would be $223,222,696 and surplus as regards policyholders $172,675,461. I, DENNIS F. KERRIGAN, Corporate Secretary ofthe FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a correct exhibit of^he assets and liabilities of the said Company on the 31st day of December, 2013. Corp^^teSecretaiy State of Illinois } SS: City of Schaumburg Subscribed and sworn to, before me, a Notary Public ofthe State of Illinois, in the City of Schaumburg, this 15th day of March, 2014. OFFICIAL SEAL DARRYL JOINER Notary Public - State of Illinois My Commission Expires May 3,2014 p w m m m m w Notary Public OPTIONAL ESCROW AGREEMENT FOR w 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 ad- dress is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the District pursuant to the Construction Contract entered into between the City and Contractor for RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT No. 1A and 7 CONTRACT NO. 52081 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 W substitute for Contract earnings, the Escrow Agent shall notify the District within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the 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 othenvise 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 1/30/13 Contract No. 52081 Page 44 of 191 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 Es- crow Agent that the District consents to the withdrawal of the amount sought to be withdrawn by Con- tractor. 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 pursu- ant 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 in- terest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District: Title FINANCE DIRECTOR Name For Contractor: Signature. Address 1635 Faradav Avenue. Carlsbad. CA 92008 Title For Escrow Agent: Name Signature Address _ Title Name Signature Address 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. V Revised 1/30/13 Contract No. 52081 Page 45 of 191 IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For District: Title PRESIDENT Name Signature Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 For Contractor: Title Name Signature. Address _ For Escrow Agent: Title Name Signature Address Revised 1/30/13 Contract No. 52081 Page 46 of 191 City of Carlsbad Public Works - Contract Administration March 17, 2015 ADDENDUM NO. 1 RE: RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT NO. 1A & 7; BID NO. PWS15-60UTIL Please include this addendum in the Request for Bids package you have for the above project. **********IMPORTANT NOTE********** Bid due date Is changed to April 7,2015. Deadline time remains before 2:00 PM. This page—receipt acknowledged—must be included in your bid when it is submitted. CEVIN LfD) Sr. Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature 1635 Faraday Avenue - Carlsbad, CA 92008-7314 • (760) 602-4677 • FAX (760) 602-8562 ^ CARLSBAD MUNICIPAL WATER DISTRICT Recycled Water Phase III Pipeline Expansion Segment No. 1A & 7 CIP Project No. 5208 Bid No. PWS15-60UTIL Addendum No. 1 From: Terry Smith, Project Manager Phone: (760)603-7354 Email: terrv.smith@,carlsbadca.gnv Date: March 16,2015 Proposal Due Date: Aprii7,2015 2:00 pm W A. C0NTRACT0R"S PROPOSAL 1. Replace Schedule "A" and "B" with new Contractor's Proposal (Contract No, 52081, Addendum No. 1, (attached) B. SECTION 01170 - SPECIAL TECHNICAL PROVISIONS 1. Part 1.3 Geotechnical Work: Ninyo and Moore Geotechnical Report dated November 25, 2014 is attached for information only. C. DRAWINGS 1. Sheet 7: Extend 6-inch Recycled Water Main and addition 350 feet to Station 47+33. Install two additional 2-inch Recycled Water Services per W-4. Revised drawing is attached (available electronically on www.carlsbadca.eov only). 2. Sheet 16: Change Recycled Service No. 24 from a 1-inch to a 2-inch. 3. Sheet 23: Change Recycled Service No. 56 from a 1-inch to a 2-inch. 1 of 2 CARLSBAD MUNICIPAL WATER DISTRICT RECYCLED WATER PHASE lil PIPELINE EXPANSION SEGMENT No. 18 CONTRACT NO. 52081 CONTRACTOR'S PROPOSAL Board of Directors Cartsbad Municipal Water District 1200 Carisbad Village Drive Carisbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice ^^n^^ih^in TJT* SP^citotions. General Provisions. Contract Do(kZitrand a^ i^?^^?^ fn Hr^i^hT^S^ ^^T!" f ^"•'P'"^"^- transportation, and ^nflc»s required to do all the work to complete Contract No. 72081 in accordance vith the Plans Speafi^hons. General Provisions. Contract Documents, and addenda thereto and that he/she wlli take in full payment therefore the following unit prices for each item complete, to SCHEDULE "A" RECYCLED WATER PHASE HI PIPELINE EXPANSION SEGMENT No. IA item jNo, Description A-1 A-2 Mobilization at Sixty Thousand Approximate Quantity Unit Price Apd Unit fFioures) (Price in Words) Excavation Support Systems at Fixed LS LS $ 60.000 Total Amount fFioures) $ 60.000 (Price in Words) A-3 Preconstruction Videos and Photographs at LS (Unit Price in Words) A-4 Storm Water Pollutton Control at LS (Price in Words) Revised 1/30/13 Contract No. 52081 (Addendum No. 1) Page 13 of 191 Item tiSL P??Qf!ptton Approximate Quantity Unit Price And Unit (Ftaures) Total Amount (FigMT??) A-5 Traffic Control at LS $_ (Price in Words) A-6 8-inch C900 PVC DR14 Recy- cled Water Pipeline at 2.398 LF $_ (Unit Prit» in Words) A-7 6-inch C900 PVC DR14 Recy- cled Water Pipeline at 4.894 LF $_ (Unit Price in Words) A-8 4-inch C900 PVC DR14 Recy- 2,321 LF cled Water Pipeline at (Unit Price in Words) A-9 8-inch Welded Steel Pipe Re- cycled Water Pipeline at 83 LF $_ (Unit Price in Words) A-10 6-inch Welded Steel Pipe Re- cycled Water Rpeiine at 43 LF $_ c (Unit Price in Words) A-11 Box Culvert Crossing at (Unit Price in Words) A-12 Pavement Repair at (Unit Price in Woids) Revised 1/30/13 LS LS $_ Contract No. 52081 (/Hddendwn No. 1) Page 14 of 191 Item fiiSt Descriotion A-13 2" Recycled Water Service at Approximate Quantity Unit Price And Unit fFioures) 37 EA $_ Total Amount fRoures) $_ (Unit Price in Words) A-14 1" Recycled Water Service at 18 EA $_ (Unit Price in Words) A-15 2"BlowOff/tesemblyat 13EA $_ (Unit Price in Words) A-16 2" Manuai Air Valve at 11 EA $_ (Unit Price in Words) A-17 CombinaMon Air Valve Assem- IEA $_ bIy (2-inch) at (Price in Words) A-18 Project Sign at 2EA (Unit Price in Words) A-19 All other wori< to be done to LS complete the project but not specifically listed in Bkl Item A-1 through A-18 at (Unit Price in Words) Total amount of bid In words for Schedule "A": $_ Total amount of bid in numbers for Schedule "A": $ Revised 1/30/13 Contract No. 52081 (Addemlum No. 1) Page IS of 191 SCHEDULE "B" RECYCLED WATER PHASE III PIPEUNE EXPANSION SEGMENT No. 7 Item No. Etescription B-1 MobiHzation at Thirty Thousand (Price in Words) B-2 Ew:avation Support Systems at Approximate Quantity And Unit Fixed LS LS Unit Price fRoures) $ 30.000 $. Total Amount fFtaures) $ 30.000 (Price in Words) B-3 Preconstoiction Videos and Photographs at LS $_ (Unit Price in Words) B-4 Storni Water Pollutton Control at LS (Price in Words) B-5 Traffic Control at LS $_ (Price in Words) B-6 8-Inch C900 PVC DRI 4 Recy- cled Water Pipeline at 1.753 LF $ (Unit Price in Words) B-7 6-inch C900 PVC DR14 Recy- cled Water Pipeline at 4^2.067 $ LF (Unit Price in Words) B-8 4-Inch C900 PVC DRI 4 Recy- cled Water Pipeline at 1,071 LF $ (Unit Price in Words) Revised 1/30/13 Conlract No. 52081 (Addendum No. 1) Page 16 of 191 Item No. Description B-g Pavement Repair at Approximate Quantity Unit Price And Unit fRoures) LS $ 4-OEA $ (Unit Price in Words) B-10 2" Recycled Water Service at 3-§.EA (Unit Price in Words) B-11 1" Recycled Water Sen/ice at (Unit Price in Words) B-12 2" Blow Off Assembly at 7 EA (Unit Price in Words) B-13 2" Manual Air Valve at 7 EA (Unit Price in Words) B-14 Combinatfon Air Valve Assem- IEA bIy (2-inch) at (Price in Words) B-15 Project Sign at 2EA (Unit Price in Words) B-16 All other woric to be done to LS complete the project but not specifically listed in Bid Item B-1 through B-15 at (Unit Price in Words) Totai amount of bid in words for Scheduie "B": Total Amount fFtaures) Total amount of bta in numbers for Schedule "B": $ Revised 1/30/13 Contract No. 52081 (AtMenduro No. 1) Page 17 of 191 Total amount of bid in words for Schedule "A" and "B": Total amount of bid in numbers for Schedule "A" and "B": $ The basis of award will be the sum of Schedule "A" and "B". Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). has/have been received and is/are included in this pro-posal. The Undersigned has carefully checked all of the above figures and understands that the District wili 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 ofthe Cartsbad Municipal Water District, the District may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of Califomia. validly licensed under license number classification which expires on . and that tNs 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 Dis- trict § 7028.15(e). In all contracts where federal funds are Involved, no bid submitted shall be invali- dated by the failure of tiie bkider to be licensed in accorelance vwth Califomia law. However, at the time ttie contract is awarded, flie contractor shall be properiy licensed. The Undersigned bidder hereby represents as follows: 1, That no Board member, officer agent, or employee of the City of Cartsbad is personally Interested, directiy or indirectiy, in this Contract, or ttie compensation to be paki hereunder ttiat no representation, oral or in writing, of ttie Board of Directors, its officers, agents, or employees has inducted him/her to enter into this Contiact. excepting only those contained in ttiis fonn of Conttact and ttie papers made a part hereof by its terms; and 2. That this iMd is made witiiout connection with any person, fimi, or coiporation making a bid for the same worit. and is in ail respects fair and wittiout collusion or fraud. Accompanying this proposal is (Cash. Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of tiie provisions of section 3700 of the Labor Code which requires every employer to be Insured against liability for woriters' compensation or to undertake self-insurance in accordance wltti the provisions of that code, and agrees to compiy with such provisions before com- mencing ttie perfonnance of tiie worit of this Contiact and continue to comply until the conttact is compiete. Revised 1/30/13 Contract No. 52081 (Addendum No. 1) Page 18 of 191 The Undersigned is aware of ttie provisions of Oie Labor Code. Part 7, Chapter 1. Article 2, relative to tiie general prevailing rate of wages for each craft or type of woriter needed to execute the Conttact and agrees to comply with its pro>Aslons. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and sumame) of proprietor (3) Place of Business City and State (4) Zip Code (5) E-Mail (Street and Numi)er) .Telephone No.. IF A PARTNERSHIP. SIGN HERE- (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place Of Business. City and State (4) Zip Code (5) E-Mail (Street and Number) Telephone No. Revised 1/30/13 Contract No. 52081 (Addendum No. 1) Page 19 of 191 IF A CORPORATION. SiGN HERE: (1) Name under which business is conducted (2). (Signature) (Titie) Impress Corporate Seai here (3) Incorporated under Uie laws of the State of. (4) Place of Business (Street and Nunber) City and State (5) Zip Code Telephone No. (6) E-Mail NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED Revised 1/30/13 Contract tto. 52081 (Addendum No. 1) Page 20 of 191 List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of ail general partners, and managing parttiers: Revised 1/30/13 CoiMract Ho. 52081 (Addendum No. 1) Page 21 of 191 GEOTECHNICAL EVALUATION CARLSBAD PHASE IH RECYCLED WATER PROJECT PfPELINE EXPANSION SEGMENTS lA AND 7 CARLSBAD, CALIFORNIA PREPARED FOR: Infrastructure Engineering Corporation 14271 Danielson Street Poway, California 92064 PREPARED BY: Ninyo & Moore Geotechnical and Environmental Sciences Consultants 5710 Ruffin Road San Diego, Califomia 92123 November 25, 2014 Project No. 107814001 5710 Ruffin Road • San Diego. Califomia 92123 • Phone (858) 576-1000 • Fax (858) 576-9600 SanDego • Irvine • Los/\ngeles • Rancho Cucamonga • Oattand • SanFrandso) • San Jose • Sacramento LasWKias • Phoena • Tucson • ftescott Valley • Denver • Houston November 25,2014 Project No. 107814001 Mr. Anders Egense, PE Infrastmcture Engineering Corporation 14271 Danielson Street Poway, California 92064 Subject: Geotechnical Evaluation Carlsbad Phase III Recycled Water Project Pipeline Expansion Segments lAand 7 Carlsbad, Califomia Dear Mr. Egense: In accordance with your authorization, we have performed a geotechnical evaluation for the pro- posed Carlsbad Phase III Recycled Water Project for Pipeline Expansion Segments lA and 7 in Carlsbad, California, This report presents our geotechnical findings, conclusions, and recom- mendations regarding the proposed project. Our report was prepared in accordance with our proposal dated August 29,2014 as revised by you. We appreciate the opportunity to be of service on this project. Sincerely, NINYO & MOORE Francis O. Moreland, PQ CEG Senior Geologist Jeffrey T. Kent, PE Senior Engineer Gregory T. Farrand, PG, 0^G Principal Geologist AQP/FOM/JTK/GTF/ER/gg Distribution; (1) Addressee (via e-mail) 5710 Ruffin toad • San Diego. California 92123 • Phone (858) 576-1000 • Fax (858) 576-9600 ^ Frandsco SanOego • Irvine • LosAngdes • Rancno Cucamonga • Oakiand Las Vegas • Phoenix • Tucson • PrescoitVSIley • Denver • San Jose Houston Sacramento Carlsbad Phase 111 Recycled Water Project November 25, 2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 TABLE OF CONTENTS Page 1. INTRODUCTION 1 2. SCOPE OF SERVICES 1 3. PROJECT AND SITE DESCRIPTION 2 4. FIELD EXPLORATION AND LABORATORY TESTING 2 5. GEOLOGY AND SUBSURFACE CONDITIONS 3 5.1. Regional and Geologic Setting 3 5.2. Site Geology 4 5.2.1. Fill 4 5.2.2. Alluvium 5 5.2.3. Santiago Formation 5 5.2.4. Granitic Rock 5 5.3. Groundwater 6 6. GEOLOGIC HAZARDS 6 6.1. Faulting and Seismicity 6 6.1.1. Ground Surface Rupture 7 6.1.2. Strong Ground Motions 7 6.1.3. Liquefaction and Seismically Induced Settlement 8 6.2. Landsliding 8 7. CONCLUSIONS 8 8. RECOMMENDATIONS 9 8.1. Earthwork 10 8.1.1. Site Preparation 10 8.1.2. Excavation Characteristics 10 8.1.3. Temporary Excavations and Shoring 10 8.1.4. Excavation Bottom Stability 12 8.1.5. Construction Dewatering 12 8.1.6. Pipe Bedding and Pipe Zone Backfill 13 8.1.7. Modulus of Soil Reaction (E') 13 8.1.8. Trench Zone Backfill Materials 14 8.1.9. Fill Placement and Compaction 14 8.2. Trenchless Piping Installation 14 8.3. Latera] Pressures for Thrust Blocks and Jacking 15 8.4. Pavement Reconstruction 15 8.5. Corrosivity 16 8.6. Concrete Placement 16 8.7. Pre-Construction Conference 17 8.8. Plan Review and Construction Observation 17 9. LIMITATIONS 17 107814001 R.doc Carlsbad Phase III Recycled Water Project November 25, 2014 Pipeline Expansion Segments lAand 7, Carlsbad, California Project No. 107814001 10. REFERENCES 19 Figures Figure 1 - Site Locations Figure 2A - Boring Locations, Pipeline Expansion Segment 1A Figure 2B - Boring Locations, Pipeline Expansion Segment 7 Figure 3 - Fault Locations Figure 4 - Geology Figure 5 - Lateral Earth Pressures for Braced Excavation Figure 6 - Thrust Block Lateral Earth Pressure Diagram Appendices Appendix A - Boring Logs Appendix B - Laboratory Testing 107814001 R.<loc Carlsbad Phase III Recycled Water Project November 25,2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 1. INTRODUCTION In accordance with your request and our proposal dated August 29, 2014 as revised by lEC, we have performed a geotechnical evaluation for the proposed Carlsbad Phase III Recycled Water Project Pipeline Expansion Segments lA and 7 located in Carlsbad, California (Figure 1). This report presents our findings and conclusions regarding the geotechnical conditions along the subject alignments and our recommendations for the design and construction of this project. 2. SCOPE OF SERVICES Ninyo & Moore's scope of services for this project included review of pertinent background data, performance of a geologic reconnaissance, and engineering analysis with regard to the pro- posed project. Specifically, we performed the following tasks: • Reviewing background infonnation including available topographic maps, geologic data, fault maps, aerial photographs, and a provided alignment figure. • Coordinating and mobilizing for a geotechnical reconnaissance to observe the existing site conditions and to mark-out the boring locations for utility clearance by Underground Service Alert (USA). • Obtaining encroachment permits from the City of Carlsbad. • Perfonning a subsurface exploration program consisting of excavating, logging, and sampling of ten exploratory borings. • Performing geotechnical laboratory testing on representative soil samples to evaluate geo- technical characteristics and design parameters. • Performing geotechnical analysis of the data obtained from our site reconnaissance, subsur- face exploration, and laboratory testing. • Preparing this report presenting our findings, conclusions, and recommendations regarding the geotechnical design and construction of the project. 107814001 R.doc Carlsbad Phase III Recycled Water Project November 25,2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 3. PROJECT AND SITE DESCRIPTION We understand that the project will consist of expanding the recycled water piping system for the City of Carlsbad. This project is separated into two distinct areas referenced as Pipeline Expan- sion Segments 1A and 7. Pipeline Expansion Segment 1A includes the installation of 2,400 lineal feet of 8-tnch diameter PVC piping, 2,900 lineal of 6-inch diameter PVC piping, and 4,100 lineal feet of 4-inch diameter PVC piping along with various laterals. This piping will be installed be- neath the roadways for Corte Del Abeto, Corte Del Cedro, Corte De La Pina, Corte Del Nogal, Las Palmas Drive, Yarrow Drive, and Cosmos Court. As part of the piping installation within this segment, two locations will be installed using trenchless piping installation techniques to pass the pipe under existing storm drain culverts. The anticipated invert depths of the piping at these un- der crossings are anticipated to be approximately 15 feet. Surface elevations along Pipeline Expansion Segment 1A range fi-om a low of approximately 180 feet above mean sea level (MSL) at the intersection between Corte Del Nogal and Camino Vida Roble to a high of approximately 260 feet above MSL at the north end of Yarrow Drive. Pipeline Expansion Segment 7 includes the installation of 1,800 lineal feet of 8-inch diameter PVC piping, 5,000 lineal of 6-inch diameter PVC piping, and 700 lineal feet of 4-inch diameter PVC piping along with various laterals. This piping will be installed beneath the roadways for Andover Avenue, Bridgeport Lane, Carlsbad Village Drive, Chatham Road, and Tamarack Avenue. Surface elevations along Pipeline Expansion Segment 7 range from a low of approximately 200 feet above MSL at the northem portion of the segment on Tamarack Avenue to a high of approximately 350 feet above MSL at the intersection between Carlsbad Village Drive and Glasgow Drive. 4. FIELD EXPLORATION AND LABORATORY TESTING Our subsurface exploration was conducted on October 22 and 23, 2014 and consisted of drilling, logging, and sampling of seven small-diameter exploratory borings (B-1 through B-10). The bor- ings were drilled to depths up to approximately 18 feet using a truck-mounted drill rig equipped with 8-inch diameter, hollow-stem augei-s. Prior to drilling Borings B-2 through B-6, the existing AC sur- faces were cored to provide access for the drilling operations. During the drilling operations, the 107814001 R.doc Carlsbad Phase III Recycled Water Project November 25,2014 Pipeline Expansion Segments 1A and 7, Carlsbad, CaHfornia Project No. 107814001 borings were logged and sampled by Ninyo & Moore personnel. Representative bulk and in-place soil samples were obtained from within the borings. ITie samples were then transported to our in- house geotechnical laboratory for testing. Borings B-1 through B-4 were performed within the area for Pipeline Expansion Segment 7. The other borings (B-5 through B-10) were performed within the area for Pipeline Expansion Segment lA. The approximate locations ofthe exploratory borings are shown on Figure 2. Logs ofthe borings ai"e included in Appendix A. The geotechnical laboratory testing that was performed on representative soil samples included an evaluation of in-situ dry density and moisture content, gradation (sieve) analysis, shear strength, and soil corrosivity. The results of the in-situ dry density and moisture content tests are presented on the boring logs in Appendix A. The results of the other laboratoiy tests are pre- sented in Appendix B. 5. GEOLOGY AND SUBSURFACE CONDITIONS Our findings regarding regional and site geology and groundwater conditions at the project site are provided in the following sections. 5.1. Regional and Geologic Setting The project area is situated in the Peninsular Ranges Geomorphic Province. This geomor- phic province encompasses an area that extends approximately 900 miles from the Transverse Ranges and the Los Angeles Basin south to the southem tip of Baja Califomia (Norris and Webb, 1990). The province varies in width from approximately 30 to 100 miles. In general, the province consists of rugged mountains underlain by Jurassic metavolcanic and metasedimentary rocks, and Cretaceous igneous rocks of the Southem Califomia Batho- lith. The portion of the province in San Diego County that includes the project area consists generally of Quaternary and Tertiary age sedimentary rock. 107814001 R.doc Carlsbad Phase III Recycled Water Project November 25, 2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 The Peninsular Ranges Province is traversed by a group of sub-parallel faults and fauh zones trending roughly northwest. Several of these faults, which are shown on Figure 3, are consid- ered active faults. The Elsinore, San Jacinto, and San Andreas faults are active fault systems located northeast of the project area and the Rose Canyon, Coronado Bank, San Diego Trough, and San Clemente faults are active faults located west ofthe project area. The Rose Canyon Fault Zone, the nearest active fault system, has been mapped approximately 6 miles west of the project segments. Major tectonic activity associated with these faults within this regional tectonic framework consists primarily of right-lateral, strike-slip movement. 5.2. Site Geology Geologic units encountered during our reconnaissance and subsurface exploration in- cluded fill, alluvium, and materials mapped as the Santiago Formation and granitic rock (Kennedy and Tan, 2007). Generalized descriptions of the earth units encountered are provided in the subsequent sections. Additional descriptions of the subsurface units are provided on the boring logs in Appendix A. For further reference, a geologic map of the region is presented on Figure 4. 5.2.1. Fill Fill was encountered in our exploratory borings B-2 and B-4 within Pipeline Expansion Segment 7 and in B-5 through B-10 within Pipeline Expansion Segment lA. The fill ma- terials were encountered beneath the pavement sections and extending to varying depths. As encountered, the fill generally consisted of mottled gmy and light brown to brown, moist, medium dense to dense, silty sand and grayish brown, moist, soft to hard, sandy clay and black, grayish green, and various shades of brown, moist, medium dense to dense, clayey sand. Pieces of sandstone and claystone along with gravel, cobbles, and or- ganic debris including wood pieces were observed within the encountered fill materials. 107814001 R.doc Carlsbad Phase 111 Recycled Water Project November 25,2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 5.2.2. Alluvium Alluvium was encountered in our exploratory boring B-9 that was performed within the area for the Pipeline Expansion Segment 1 A. The alluvium in this boring was encountered underlying the fill materials and extending to the total depth explored of approximately 18 feet for this boring. As encountered, the alluvium generally consisted of various shades of brown, wet, stiff" to veiy stiff; fine sandy clay and medium dense, clayey sand. 5.2.3. Santiago Formation Materials of the Eocene-age Santiago Formation have been mapped (Kennedy and Tan, 2007) and observed along several portions of both the pipeline segments. Within the Pipeline Expansion Segment lA, the materials of the Santiago Formation were en- countered in our exploratory borings B-5, B-7, and B-10 underlying the existing fill materials and extending to the total depths explored of these borings. Within the Pipe- line Expansion Segment 7, the materials of the Santiago Fonnation were encountered in our exploratory borings B-1 through B-3 beneath the pavement section (borings B-1 and B-3) or underlying the shallow existing fill materials (boring B-2) and extending to the total depths explored. As encountered, the Santiago Formation generally consisted of various shades of brown, gray and green, moist, moderately to sti-ongly cemented, clayey to silty sandstone and claystone. 5.2.4. Granitic Rock Materials mapped as granitic rock (Kennedy and Tan, 2007) were encountered in our exploratory boring B-4 performed within the area for Pipeline Expansion Segment 7. The granitic rock was encountered underlying the fill materials and extended to the total depth explored of approximately 7 feet for this boring. As encountered, the granitic rock consisted of whitish brown, dry, weathered granitic rock. Additionally, refusal to further drilling was encountered within boring B-4. 107814001 Rdoc Carlsbad Phase III Recycled Water Project November 25, 2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 5.3. Groundwater Groundwater was not encountered during our subsurface exploration. Our background re- view did indicate that groundwater was encountered at elevations ranging from approximately 154 to 175 feet above MSL at a site approximately 50 feet west of Pipeline Expansion Segment 1A (Stantec, 2014). Also, our background review indicates a groundwa- ter elevation of approximately 108 feet above MSL at a site approximately 1/2-mile north of Expansion Segment 7 (Brown & Caldwell, 2008). However, seepage was encountered in our boring B-9 at a depth of approximately 15 feet. Additionally, existing utility trench lines may act as conduits for perched water conditions. Due to the site topography, nearby areas of landscaping, and the potential presence for existing utility trench lines, zones of seepage should be anticipated. Fluctuations in the groundwater level and perched conditions may oc- cur due to variations in ground surface topography, subsurface geologic conditions and structure, rainfall, irrigation, tidal fluctuations, and other factors. 6. GEOLOGIC HAZARDS In general, hazards associated with seismic activity include ground surface mpture, strong ground motion, liquefaction, and landslides. These considerations are discussed in the following sections. 6.1. Faulting and Seismicity The project area is considered to be seismically active. Based on our review of the refer- enced geologic maps and stereoscopic aerial photographs, as well as our geologic field reconnaissance, the subject site is not underlain by known active or potentially active faults (i.e., faults that exhibit evidence of ground displacement in the last 11,000 years and 2,000,000 years, respectively). Major known active faults in the region consist generally of en-echelon, northwest-striking, right-lateral, strike-slip faults. These include the Rose Can- yon, Coronado Bank, San Diego Trough, and San Clemente faults, located to the west of the site, and the Elsinore, San Jacinto and San Andreas faults, located to the east of the site. The locations of these faults are shown on Figure 3. 107814001 R.doc Carlsbad Phase 111 Recycled Water Project November 25, 2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 The closest known active fault is the Rose Canyon fault, which can generate an earthquake maximum moment magnitude Mmax of up to 7.2 as published for the CGS by Cao et al. (2003). It is located approximately 6 miles west ofthe project segments. 6.1.1. Ground Surface Rupture Based on our review ofthe referenced literature and our site reconnaissance, no active faults are known to cross the project site or pipeline alignments. Therefore, the potential fbr ground rupture due to faulting at the site is unlikely. However, lurching or cracking ofthe ground surface as a result of nearby seismic events is possible. 6.1.2. Strong Ground Motions The 2013 California Building Code (CBC) specifies that the Risk-Targeted, Maximum Considered Earthquake (MCER) ground motion response accelerations be used to evaluate seismic loads for design of buildings and other structures. The MCER ground motion response accelerations are based on the spectral response accelerations for 5 percent damping in the direction of maximum horizontal response and incorporate a target risk for structural collapse equivalent to 1 percent in 50 years with deterministic limits for near-source effects. The horizontal peak ground acceleration (PGA) that cor- responds to the MCER for the segments was calculated as 0.46g using the United States Geological Survey (USGS, 2013) seismic design tool (web-based). The 2013 CBC specifies that the potential for liquefaction and soil strength loss be evaluated, where applicable, for the Maximum Considered Earthquake Geometric Mean (MCEG) peak ground acceleration with adjustment for site class effects in accordance with the American Society of Civil Engineers (ASCE) 7-10 Standard. The MCEG peak ground acceleration is based on the geometric mean peak ground acceleration with a 2 percent probability of exceedance in 50 years. The MCEQ peak ground acceleration with adjustment for site class effects (PGAM) was calculated as 0.45g using the USGS (USGS, 2014) seismic design tool that yielded a mapped MCEG peak ground accelera- tion of 0.42g for the site and a site coefficient (FPGA) of 1.083 for Site Class C. 107814001 R.doc Carlsbad Phase HI Recycled Water Project November 25,2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 6.1.3. Liquefaction and Seismically Induced Settlement Liquefaction of cohesionless soils can be caused by strong vibratory motion due to earth- quakes. Reseaich and historical data indicate that loose granulai* soils and non-plastic silts that are saturated by a relatively shallow groundwater table are susceptible to liquefaction. Based on the relatively dense nature of the formational and bedrock materials as well as the clayey natme of the fills and alluvium underlying the segments, liquefaction and the resulting seis- mically induced settlement are not design considerations. 6.2. Landsliding Based on our review of published geologic maps (Kennedy and Tan, 2007) and aerial photo- graphs, there is the presence of a potential landslide within the northern portion of Pipeline Expansion Segment 7. Specifically, the portion of the segment along Tamarack Avenue, north of its intersection with Chatham Road, is mapped within a potential landslide. Although not specifically evaluated as part of this study, aerial photo review does not indicate evidence of recent movement. Furthermore, based on the residential development of the area along this portion of Pipeline Expansion Segment 7, especially the presence of Hope Elementary School constructed in 1986-1987, it is reasonable to conclude that this is not a design consideration for the proposed utility pipeline installation. 7. CONCLUSIONS Based on our review of the referenced background data and the results of our subsurface explora- tion, it is our opinion that construction of the proposed project is feasible from a geotechnical standpoint provided that the recommendations of this report are incorporated into the preliminary design of the project. Geotechnical considerations include the following: • Based on the results of our background review and subsurface exploration, the geologic units that underlie the project segments include fill, alluvium, materials ofthe Santiago For- mation, and granitic rock. 107814001 R.doc Carlsbad Phase III Recycled Water Project November 25, 2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 Although groundwater was not encountered, seepage was encountered at a depth of approxi- mately 15 feet in Boring B-9. Additionally, perched water conditions may be present within the project segment areas. The contractor should be prepared to address issues associated with seepage and perched water conditions such as excavation stability, dewatering, and the pres- ence of wet soils proposed for reuse as backfill material. The on-site fill and alluvium should be generally excavatable with conventional heavy-duty earth moving construction equipment in generally good condition. However, difficult exca- vating conditions should be anticipated due to concretions or strongly cemented zones within the Santiago Formation and the presence of granitic rock or corestones. Drilling re- fiisal was encountered in our boring B-4 in granitic rock. Materials derived from on-site excavations are generally considered suitable for reuse as back- fill. However, on-site excavations may produce oversize materials. This material should be broken up to be included or screened from materials to be reused as trench backfill and dis- posed of off-site. Wet and clayey soils were encountered during our subsurface exploration. Therefore, the contractor should anticipate remediating soft and yielding trench bottom conditions that will require stabilization efforts. Furthermore, additional processing of these materials (including aeration) should be expected by the contractor. Based on the soil corrosivity testing presented in Appendix B, test results indicate the project alignment is considered corrosive based on ACI 318 and Calfrans corrosion criteria (2012). The site soils are considered corrosive to ferrous metals and provide a potential for sulfate attack on concrete structures. No active faults are reported underlying or adjacent to the alignments. The active Rose Can- yon fault has been mapped approximately 6 miles west of the segments. 8. RECOMMENDATIONS The following sections include our geotechnical recommendations for the design of the proposed project. These recommendations are based on our evaluation of the site geotechnical conditions and oiu- understanding of the planned construction. 107814001 R.doc Carlsbad Phase III Recycled Water Project November 25,2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 8.1. Earthwork In general, earthwork should be performed in accordance with the recommendations pre- sented in this report. Ninyo & Moore should be contacted for questions regarding the recommendations or guidelines presented herein. 8.1.1. Site Preparation Prior to performing site excavations, the site should be cleared of vegetation, surface obstructions, rubble and debris, abandoned utilities and foundations, and other deleteri- ous materials. Existing utilities within the project limits, if any, should be re-routed or protected from damage by construction activities. Obstructions that extend below finish grade, if any, should be removed and the resulting holes filled with compacted soils. Materials generated from the clearing operations should be removed from the project site and disposed of at a legal dumpsite. 8.1.2. Excavation Characteristics Our evaluation of the excavation characteristics of the on-site materials is based on the results of our exploratory borings, our site observations, and our experience with similar materials. In our opinion, the existing fill and alluvial soils are generally expected to be rippable with heavy-duty trenching equipment. During the performance of our subsurface exploration, drilling refiisal was encountered within boring B-4. Due to the potential presence of concretions and/or strongly ce- mented zones within the Santiago Formation, as well as the presence of granitic rock in some portions of the segments, the contractor should expect to encounter difficulty when performing the trench excavations for the project. 8.1.3. Temporary Excavations and Shoring For temporary excavations, we recommend that the following Occupational Safety and Health Administration (OSHA) soil classifications be used: 107814001 Rdoc 10 Carlsbad Phase III Recycled Water Project November 25, 2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 Fill and Alluvium Type C Santiago Formation and Granitic Rock Type B Upon making the excavations, the soil classifications and excavation performance should be evaluated in the field by the geotechnical consultant in accordance with the OSHA regu- lations. Temporaiy excavations should be constmcted in accordance with OSHA recommendations. For trench or other excavations, OSHA requirements regarding person- nel safety should be met using appropriate shoring (including trench boxes) or by laying back the slopes to no steeper than 1.5:1 (horizontal to vertical) in fill and alluvium and 1:1 in materials of the Santiago Formation and granitic rock. Temporary excavations that en- counter seepage may be shored or stabilized by placing sandbags or gravel along the base of the seepage zone. Excavations encountering seepage should be evaluated on a case-by-case basis. On-site safety of personnel is the responsibility of the contractor. In areas with limited space for constmction where temporary excavations may not be laid back at the recommended slope inclination, a shoring system with bracing may be incor- porated to stabilize the excavation sidewalls during construction. The shoring system should be designed using the magnimde and distribution of lateral earth pressures pre- sented on Figure 5. The recommended design earth pressures are based on the assumptions that (a) the shoring system is constructed without raising the ground surface elevation behind the shoring, (b) that there are no surcharge loads, such as soil stockpiles, constmction materials, constmction equipment, or vehicular traffic, and (c) that no loads act above a 1:1 plane extending up and back from the base of the shoring system. For shoring subjected to the above-mentioned surcharge loads, the contractor should include the effect of these loads on lateral earth pressures acting on the shoring wall. Settlement of the ground surface may occur behind the shoring wall during excavation. The amount of settlement depends on the type of shoring system, the quality of contrac- tor's workmanship, and soil conditions. Settlement may cause distress to adjacent stmctures, if present. To reduce the potential for distress to adjacent stmctures, we rec- ommend that the shoring system be designed to limit the ground settlement behind the 107814001 R.doc 11 f .... • Carlsbad Phase 111 Recycled Water Project November 25,2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 shoring to /z inch or less. Possible causes of settlement that should be addressed include vibration during installation of the sheet piling, excavation for construction, construction vibrations, dewatering, and removal of the support system. We recommend that the poten- tial settlement distress be evaluated carefully by the contractor prior to constaiction. The contractor should retain a qualified and experienced engineer to design the shoring sys- tem. The shoring parameters presented in this report are preliminary design criteria, and the contractor should evaluate the adequacy of these parameters and make appropriate modifi- cations for their design. We recommend that the contractor take appropriate measures to protect workers. OSHA requirements pertaining to worker safety should be observed. We further recommend that the construction methods provided herein be carefitlly evaluated by a qualified specialty contractor prior to commencement of the construction. 8.1.4. Excavation Bottom Stability In general, we anticipate that the bottom of the excavations will be stable and should provide suitable support to the proposed pipeline. Excavations which are close to or ex- tend below the water table (if encountered) may be unstable. In general, unstable bottom conditions may be mitigated by overexcavating the excavation bottom to suit- able depths and replacing with a 6 to 12-inch layer of compacted % to l'/2-inch crushed gravel, and encased in Mirafi® 600X geotextile, or approved equivalent. Recommenda- tions for stabilizing excavation bottoms should be based on evaluation in the field by the geotechnical consultant at the time of constmction. However, as a general guideline, overexcavation of approximately 2 to 3 feet may be appropriate to develop a stable ex- cavation bottom, if groundwater is encountered. 8.1.5. Construction Dewatering Seepage conditions were encountered in Boring B-9 at a depth of approximately 15 feet. Dewatering measures during excavation operations should be prepared by the contractor's engineer and reviewed by the design engineer. Considerations for con- struction dewatering should include anticipated drawdown, piping of soils, volume of 107814001 Rdoc 12 ^/iKp^/^Qore Carlsbad Phase HI Recycled Water Project November 25,2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 pumping, potential for settlement, and groundwater discharge. Disposal of groundwa- ter should be perfonned in accordance with guidelines of the Regional Water Quality Control Board (RWQCB). 8.1.6. Pipe Bedding and Pipe Zone Backfill We recommend that pipes be supported on 6 inches or more of granular bedding mate- rial. Pipe bedding and pipe zone backfill typically consists of graded aggregate with a coefficient of unifonnity of three or greater. Pipe bedding and pipe zone backfill should have a Sand Equivalent (SE) of 30 or greater with no material larger than 1/2-inch (City of Carlsbad, 2004a). These materials should be placed below, around the sides, and top of the pipe. In addition, the pipe zone backfill should extend 1 foot or more above the top ofthe pipe (City of Carisbad, 2004b). It has been our experience that the voids within a crushed rock material are sufficiently large to allow fmes to migrate into the voids, thereby creating the potential for sinkholes and depressions to develop at the ground surface. If open-graded gravel is utilized as pipe zone backfill, this material should be separated from the adjacent french sidewalls and overlying french backfill with a geosynthetic filter fabric. 8.1.7. Modulus of Soil Reaction (E') The modulus of soil reaction (E') is used to characterize the stiflfiiess of soil backfill placed at the sides of buried flexible pipes for the purpose of evaluating deflection caused by the weight of the backfill over the pipe (Hartley and Duncan, 1987). A soil reaction modulus of 1,200 pounds per square inch (psi) may be used for an excavation depth of up to about 5 feet when backfilled with granular soil compacted to a relative compaction of 90 percent as evaluated by the ASTM Intemational (ASTM)D 1557. A soil reaction modulus of 1,800 psi may be used for frenches deeper than 5 feet. 107814001 R.doc 13 ^/niif0/^mr% Carlsbad Phase III Recycled Water Project November 25, 2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 8.1.8. Trench Zone Backfdl Materials In general, on-site soils with an organic content of less than approximately 3 percent by volume (or 1 percent by weight) that meet the following gradations are considered suit- able for reuse as trench zone backfill. For the purpose of this report, the trench zone is considered to extend from 1 foot above the top of the pipe to the top of the french. The backfill material should not generally contain rocks or lumps greater than approxi- mately 3 inches, and particles not more than approximately 30 percent larger than % inch. Larger chunks, if generated during excavation, may be broken into acceptably sized pieces or disposed of offsite. Imported fill material, if needed for the project, should generally be granular soils. Materials for use as backfill should be evaluated by Ninyo & Moore's representative prior to filling or importing. 8.1.9. Fill Placement and Compaction Fill and ti-ench backfill should be compacted by mechanical methods in uniform horizontal lifts to a relative compaction of 90 percent as evaluated by the latest edition of ASTMD 1557. The upper 12 mches of sfreet subgrade and aggregate base beneath pave- ment areas should be compacted to a relative compaction of 95 percent. Fill and french backfill soils should be placed at or above the laboratory optimum moismre content as evaluated by the latest edition of ASTM D 1557. The optimum lift thickness of fill will de- pend on the type of compaction equipment used, but generally should not exceed 8 inches in loose thickness. Successive lifts should be treated in a like maimer until the desired fin- ished grades are achieved. Special care should be taken to avoid pipe damage when compacting french backfill above the pipe. 8.2. Trenchless Piping Installation We understand that frenchless piping installation methods such as microturmeling and/or jack-and-bore methods may be used at two locations within Pipeline Expansion Seg- ment lA. Specifically, trenchless piping installation may used at the southern ends of Corte Del Abeto and Yarrow Drive to pass under existing storm drain culverts. Entry and receiving 107814001 R.doc 14 Carlsbad Phase III Recycled Water Project November 25, 2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 pits will be installed at each end of the trenchless piping installation areas. Based on infor- mation provided by the client, we understand that the trenchless piping installation operations may extend to invert depths of approximately 15 feet (below the existing ground surface). Due to the depth of the pits and potential for seepage or perched water conditions as encountered in our boring, the pits may require dewatering during excavation. Ahhough our borings encountered medium dense to stiff consistency, the contractor should take appropriate measures to reduce the loss of soil material at the drilling or casing head. Pipe friction can be reduced by over-drilling, excavating a slightly larger diameter than the pipe size, and by using drilling mud or other lubricants. We recommend that an experienced specialty contractor be used for the microtunnel or jack-and-bore operations. Minor ground surface settlements may occur from the pipe jacking operations. However, due to the diameter of the proposed pipeline, settlements are not anticipated to impact surface improvements and underground utilities, provided an experienced contractor per- forms the work. 8.3. Lateral Pressures for Thrust Blocks and Jacking Thmst resfraint for buried pipelines and lateral pressures for jacking may be achieved by frans- ferring the thmst force to the soil outside the pipe through a thmst block. Thrust blocks may be designed using the lateral passive earth pressures presented on Figure 6. Thmst blocks should be backfilled with granular backfill material, compacted as outlined in this report. 8.4. Pavement Reconstruction Trench excavations in existing pavement areas may involve replacement of pavements at the com- pletion of work. In general, pavement repair should be one inch thicker than the existing pavement section conform to the material thicknesses and compaction requirements of the adjacent pave- ment section. Subgrade and aggregate base materials should be compacted to 95 percent relative compaction as evaluated by ASTMD 1557. Asphalt concrete (AC) should be compacted to 95 107814001 R.doc 15 Carlsbad Phase III Recycled Water Project November 25, 2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 percent relative compaction as evaluated by ASTM D1561 (Hveem density). Actoal pavement re- constmction should conform to the requirements ofthe city/agency of jurisdiction. 8.5. Corrosivity Laboratory testing was performed on representative samples of near-surface soils to evaluate soil pH, elecfrical resistivity, water-soluble chloride content, and water-soluble sulfate content. The soil pH and electrical resistivity tests were perfonned in general accordance with Califomia Test (CT) 643. Chloride content tests were performed in general accordance with CT 422. Sulfate test- ing was performed in general accordance with CT417. The laboratory test results are presented in Appendix B. The pH ofthe tested samples were from 5.1 to 6.9. The elecfrical resistivities of the tested sam- ples ranged from approximately 700 to 1,200 ohm-centimeters. The chloride contents ofthe tested samples ranged from approximately 110 to 950 ppm. The sulfate contents of the tested samples were from approximately 0.015 to 1 percent by weight (i.e., 150 to 10,000 ppm). Based on the laboratory test results, ACI 318, and Calfrans (2012) corrosion criteria, the project align- ment would be classified as conosive, which is defined as having earth materials with an elecfrical resistivity of less than 1,000 ohm-centimeters, more than 500 ppm chlorides, more than 0.10 percent sulfates (i.e., 1,000 ppm), and/or a pH of 5.5 or less. 8.6. Concrete Placement Concrete in contact with soil or water that contains high concenfrations of soluble sulfates can be subject to chemical deterioration. Laboratory testing indicated at a sulfate content to be approximately 1.000 percent, which is considered to represent a severe potential for sul- fate attack (ACI, 318). Due to the potential for variability of soils, we recommend using Type IV cement for concrete sfrucmres in contact with soil Per ACI 318, the concrete should possess a compressive strength of 4,500 pounds per square inch (psi) and a water-to-cement ratio of no more than 0.45. 107814001 Rdoc 16 Carlsbad Phase 111 Recycled Water Project November 25,2014 Pipeline Expansion Segments IA and 7, Carlsbad, California Project No. 107814001 8.7. Pre-Construction Conference We recommend that a pre-consfruction meeting be held prior to commencement of grading. The owner or his representative, the agency representatives, the architect, the civil engineer, Ninyo & Moore, and the contractor should be in attendance to discuss the plans, the project, and the proposed construction schedule. 8.8. Plan Review and Construction Observation The conclusions and recommendations presented in this report are based on analysis of ob- served conditions. If conditions are found to vary from those described in this report, Ninyo & Moore should be notified, and additional recommendations will be provided upon request. Ninyo & Moore should review the final project drawings and specifications prior to the commencement of consfruction. Ninyo & Moore should perform the needed obseivation and testing services during construction operations. The recommendations provided in this report are based on the assumption that Ninyo & Moore will provide additional geotechnical evaluations during final design of the project and geotechnical observation and testing services during consfruction. In the event that it is decided not to utilize the services of Ninyo & Moore during constmction, we request that the selected consultant provide the client with a letter (with a copy to Ninyo & Moore) indi- cating that they fully understand Ninyo & Moore's recommendations, and that they are in full agreement with the design parameters and recommendations contained in this report. Consfruction of proposed improvements should be performed by qualified subcontractors utilizing appropriate techniques and constmction materials. 9. LIMITATIONS The field evaluation, laboratory testing, and geotechnical analyses presented in this geotechnical report have been conducted in general accordance with current practice and the standard of care exercised by geotechnical consultants performing similar tasks in the project ai'ca. No warranty, expressed or implied, is made regarding the conclusions, recommendations, and opinions pre- 107814001 R.doc 17 Carlsbad Phase HI Recycled Water Project November 25, 2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 sented in this report. There is no evaluation detailed enough to reveal every subsurface condition. Variations may exist and conditions not observed or described in this report may be encountered during construction. Uncertainties relative to subsurface conditions can be reduced through addi- tional subsurface exploration. Additional subsurface evaluation will be performed upon request. Please also note that our evaluation was limited to assessment ofthe geotechnical aspects ofthe project, and did not include evaluation of structural issues, environmental concems, or the pres- ence of hazardous materials. This document is intended to be used only in its entirety. No portion ofthe document, by itself is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requires additional information or has questions regaiding the content, interpretations presented, or completeness of this document. This report is intended for design purposes only It does not provide sufficient data to prepare an accurate bid by contractors. It is suggested that the bidders and thefr geotechnical consultant per- form an independent evaluation of the subsurface conditions in the project areas. The independent evaluations may include, but not be limited to, review of other geotechnical reports prepared for the adjacent areas, site reconnaissance, and additional exploration and laboratory testing. Our conclusions, recommendations, and opinions are based on an analysis of the observed site conditions. If geotechnical conditions different from those described in this report are encountered, our office should be notified and additional recommendations, if warranted, will be provided upon request. It should be understood that the conditions of a site could change with time as a result of natural processes or the activities of man at the subject site or nearby sites. In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to government ac- tion or the broadening of knowledge. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which Ninyo & Moore has no confrol. This report is intended exclusively for use by the client. Any use or reuse ofthe findings, conclu- sions, and/or recommendations of this report by parties other than the client is undertaken at said parties' sole risk. io78i4ooiRdoc Jg ^//wpv^mire Carlsbad Phase HI Recycled Water Project November 25,2014 Pipeline Expansion Segments IA and 7, Carlsbad, California Project No. 107814001 10. REFERENCES American Concrete Instimte, 2011, ACI 318 Building Code Requirements for Sfructural Con- crete (ACI 318) and Commentary (ACI 318R). American Society of Civil Engineers (ASCE), 2010, Minimum Design Loads for Buildings and Other Sfructures, ASCE 7-10. Brown & Caldwell, 2008, Report of 2nd Quarter 2008 Groundwater and Status of Site Remedia- tion Activities Hanson America - Carlsbad Facility, 3701 Haymar Drive, Carlsbad, California, DEH Case Number H02509-001: dated August 1. California Building Standards Commission (CBSC), 2013, California Building Code (CBC), Ti- tle 24, Part 2, Volumes 1 and 2: dated June. California Department of Conservation Division of Mines and Geology (CDMG), 1998, Maps of Known Active Fault Near-Source Zones in California and Adjacent Portions of Nevada: dated February. Califomia Department of Transportation (Calti-ans), 2012, CoiTosion Guidelines, Version 2.0, Division of Engineering Services, Materials Engineering and Testing Services, Conosion and Structural Concrete Field Investigation Branch: dated November. Cao, T, Bryant, W. A., Rowshandel, B., Branura, D., and Willis, C. J., 2003, The Revised 2002 Califomia Probabilistic Seismic Hazards Maps: Califomia Geological Survey: dated June. City of Carlsbad, 2004a, Engineering Standards, Volume 2, Potable and Recycled Water Standards. Cily of Carlsbad, 2004b, Engineering Standards, Volume 3, Standard Drawings and Specifications. County of San Diego, 1974, Orthotopographic Survey Map, Sheet 366-1677, Scale 1"=2,400'. County of San Diego, 1975, Orthotopographic Survey Map, Sheet 346-1683, Scale 1"=2,400'. County of San Diego, 1975, Orthotopographic Survey Map, Sheet 350-1683, Scale 1"=2,400'. County of San Diego, 1963, Topographic Survey Map, Sheet 346-1683, Scale 1"=2,400'. County of San Diego, 1963, Topographic Survey Map, Sheet 350-1683, Scale 1"=2,400'. Geofracker, 2014, http://geofracker.swrcb.ca.gov/. Google, Inc., 2014, www.googleearth.com. Hartley, J.D., and Duncan, J.M., 1987, E' and Its Variation with Depth: American Society of Civil Engineers (ASCE), Joumal of Transportation Engineering, Vol. 113, No. 5: dated September. Jennings, C.W., 2010, Fault Activity Map of Califomia and Adjacent Areas: Califomia Geologi- cal Survey, California Geologic Data Map Series, Map No. 6, Scale 1:750,000. Carlsbad Phase HI Recycled Water Project Pipeline Expansion Segments 1A and 7, Carisbad, California November 25, 2014 Project No. 107814001 Kennedy, M.R, and Tan, S.S., 2007, Geologic Map ofthe Oceanside 30' x 60' Quadrangle, Califor- nia, Scale 1:100,000. Ninyo & Moore, In-House Proprietaiy Data. Ninyo & Moore, 2014, Proposal for Geotechnical Evaluation, Carlsbad Phase HI Recycled water Project, Pipeline Expansion Segments lA and 7, Carisbad, California, Proposal No P-21593: dated August 29. Nonis, R. M. and Webb, R. W, 1990, Geology of Califomia, Second Edition: John Wiley & Sons, Inc. Public Works Standaids, Inc., 2012, "Greenbook," Standard Specifications for Public Works Con- struction. Stantec, 2014, Semi-Annual Stams Report, Former ARCO Facility No. 5792, 1991 Palomar Air- port Road, Carlsbad, California: dated April 30. Treiman, J.A., 1993, The Rose Canyon Fault Zone, Southern Califomia: California Geological Suivey, Open File Report 93-02. United States Department of the Interior, Bureau of Reclamation, 1998, Engineering Geology Field Manual. United States Geological Survey, 1997, San Luis Rey Quadrangle, California, San Diego County, 7.5-Minute Series (Topographic): Scale 1:24,000. United States Geological Survey, 2014, Seismic Design Maps Application, http://earthquake.usgs.gov/designmaps/us/application.php: accessed November 11. AERIAL PHOTOGRAPHS Source Date Flight Numbers Scale United States Department of Agriculmre 4-11-53 AXN-8M 71. 72, 103 and 104 1:20,000 107814001 R.doc 20 N a \5y\^PIPELINE EXPANSION j v:: V; ' : a/O^SEGIVIENT 7 1 Ullil*LI L nRLSBAD SEGMENT 7/. zu' - i^LSBAD PIPELINE EXPANSION SEGIVIENT IA MAP INDEX SOURCE: USGS. FAO, NPS. EPA. ESRI, DeLormo, TANA, olhei supFAerEi 0 1,500 3.000 NOTE: DIRECTIONS, ,OUU 3.UU0 6,000 DIMENSIONS AND LOCATIONS ARE APPROXIMATE SITE LOCATIONS FIGURE 1 1 PROJECT NO. DATE CARLSBAD PHASE 111 RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS 1AAND 7 CARLSBAD, CALIFORNIA FIGURE 1 1 107814001 11/14 CARLSBAD PHASE 111 RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS 1AAND 7 CARLSBAD, CALIFORNIA FIGURE 1 1 LEGEND PIPEUNE EXPANSION SEGMENT IA SOURCE: 2012 SAN DIEGO WAGERY ACQUISITION PARTNERSHIP (FLIGKT DATES: MAY 20- JUNE 6, 2012) N BORING ^TD=i5 9' TD=TOTAL DEPTH IN FEET A SCALE IN FEET 0 250 500 1.000 NOTE. DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE BORING LOCATIONS PIPELINE EXPANSION SEGMENT 1A FIGURE 2A PROJECT NO DATE CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS 1AAND 7 CARLSBAD. CALIFORNIA FIGURE 2A 107814001 11/14 CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS 1AAND 7 CARLSBAD. CALIFORNIA FIGURE 2A .i'^'"^'^ Tehachapi • X' ' -t^-^ Mojave ^ThoLisand y'Oaks MONICA .r'«''*UBU COAST * f-OsAnge/es ^^Pomona Korn County Los Angeles County Palmdale fci-^^-' • f - J •^y Victorville vis- ihtwood .,^ ^"^V. \ a • Big Bear Ciiy 'Bernardino J."f.?°Ji']l? f" ' BA.N^^. "River'side County Desert \\"% 1-"^. •Riverside ""^ ^ ^Center Riverside County _ g|i^|^gSan Dlego^County Imperial Co^i^ \ \ •Ana '• Q, Pacific Ocean •A, o ^ Escond/do O^^ O ^ ^ \>'"f. C/,u/a ysA LEGEND CALIFORNIA FAULT ACTIVITY — HISTORICALLY ACTIVE HOLOCENE ACTIVE LATE QUATERN/\RY (POTENTIALLY ACTIVE) QUATERNARY (POTENTIALLY ACTIVE) STATE/COUNTY BOUNDARY MEXICO SOURCE: JENNINGS, C AND BRYANT W.A., 2010. FAULT ACTIVITY MAP OF CALIFORNIA. CALIFORNIA GEOLOGICAL SURVEY. SCALE IN MILES 0 30 60 NOTE: DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE. FAULT LOCATIONS FIGURE 3 PROJECT NO. DATE CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS 1AAND 7 CARLSBAD. CALIFORNIA FIGURE 3 107814001 11/14 CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS 1AAND 7 CARLSBAD. CALIFORNIA FIGURE 3 QvOPMHij Kt ALLUVIAL FLOOD PLAN DEPOSITS LANDSLIDE DEPOSITS OLD ALLUVIAL FLOOD PLAIN DEPOSITS OLD PARALIC DEPOSITS, UNIT 2-4 VERY OLD PARALIC DEPOSITS. UNIT 10-11 SANTIAGO FORMATION POINT LOMA FORMATION LUSARDI FORMATION TONALITE METASEDIMENTARY AND METAVOLCANIC ROCKS UNDIVIDED 65 • u FAULT - SOLID WHERE ACCURATELY ^—K - - LOCATED, DASHED WHERE APPROXIMATE. DOTTED WHERE CONCEALED. ARROW AND NUMBER INDICATE DIRECTION AND ANGLE OF DIP OF FAULT PLANE SOURCE: KENNEDY, M P, AND TAN, S.S.. 2007. GEOLOGIC MAP OF THE OCEANSIDE 30 X 60' QUADRANGLE. CALIFORNIA N SCALE IN FEET NOTES: ALL DIRECTIONS, DIMENSIONS AND LOCATIONS ARE APPROXIMATE 2,900 5,800 GEOLOGY FIGURE 4 PROJECT NO DATE CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS 1AAND7 CARLSBAD, CALIFORNIA FIGURE 4 107814001 11/14 CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS 1AAND7 CARLSBAD, CALIFORNIA FIGURE 4 GROUND SURFACE SHORING BRACES r4 12 INCHES OR MORE r A + H 12 INCHES OR MORE D NOTES; APPARE^^• LATERAL EARTH PRESSURE, P Pg = 26 H psf CONSTRUCTION TRAFFIC INDUCED SURCHARGE PRESSURE, Pj, = 120 psf PASSIVE LATERAL EARTH PRESSURE, P- Pp = 350 D psf ASSUMES GROUNDWATER IS NOT PRESENT SURCHARGES FROM EXCAVATED SOIL OR CONSTRUCTION MATERIALS ARE NOT INCLUDED HAND DARE IN FEET NOT TO SCALE PROJECT NO. 107814001 DATE 11/14 LATERAL EARTH PRESSURES FOR BRACED EXCAVATION CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS IA AND 7 CARLSBAD, CALIFORNIA FIGURE GROUND SURFACE THRUST BLOCK P2 NOTES: GROUNDWATER BELOW BLOCK Pp= 180(D^-d^) Ibflt GROUNDWATER ABOVE BLOCK Pp = 1 5 ( D - d )[ 124.ah + 57.6 (D+d )] !b/tt ASSUMES BACKFILL IS GRANULAR MATERIAL ASSUMES THRUST BLOCK IS ADJACENT TO COMPETENT MATERIAL D, d AND h ARE IN FEET 6' GROUNDWATER TABLE NOT TO SCALE THRUST BLOCK LATERAL EARTH PRESSURE DIAGRAM FIGURE 6 PROJECT NO. DATE CARLSBAD PHASE 111 RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS IA AND 7 CARLSBAD, CALIFORNIA FIGURE 6 107814001 11/14 CARLSBAD PHASE 111 RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS IA AND 7 CARLSBAD, CALIFORNIA FIGURE 6 c c c Carlsbad Phase HI Recycled Water Project November 25, 2014 Pipeline Expansion Segments 1A and 7, Carlsbad, California Project No. 107814001 APPENDIX A BORING LOGS Field Procedure for the Collection of Disturbed Samples Disturbed soil samples were obtained in the field using the following methods. Bulk Samples Bulk samples of representative earth materials were obtained from the cuttings ofthe explora- tory borings. The samples were bagged and transported to the laboratoiy for testing. The Standard Penetration Test (SPT> Sampler Disturbed drive samples of earth materiais were obtained by means of a Standard Penetra- tion Test sampler. The sampler is composed of a split barrel with an external diameter of 2 inches and an unlined internal diameter of 1-3/8 inches. The sampler was driven into the ground 12 to 18 inches with a 140-pound hammer free-falling from a height of 30 inches in general accordance with ASTM D 1586. The blow counts were recorded for every 6 inches of penetration; the blow counts reported on the logs are those for the last 12 inches of pene- tration. Soil samples were observed and removed from the sampler, bagged, sealed and transported to the laboratory for testing. Field Procedure for the Collection of Relatively Undisturbed Samples Relatively undisturbed soil samples were obtained in the field using a modified split-barrel drive sampler. The sampler, with an external diameter of 3.0 inches, was lined with 1-inch long, thin brass rings with inside diameters of approximately 2.4 inches. The sample barrel was driven into the ground with the weight of a 140-pound hammer, in general accordance with ASTM D 3550. The driving weight was permitted to fall freely. The approximate length ofthe fall, the weight of the hammer, and the number of blows per foot of driving are presented on the boring logs as an index to the relative resistance of the materials sampled. The samples were removed from the sample barrel in the brass rings, sealed, and transported to the laboratory for testing. 107814001 Kioc CQ o o o _J CD LU a: H W o I xx/xx 15 ? 20- O W UJ Q >- Q O CD Z o ^ ai y 6 o SM BORING LOG EXPLANATION SHEET Bulk sample. Modified split-barrel drive sampler. 2-inch inner diameter split-barrel drive sampler. No recovery with modified split-barrel drive sampler, or 2-inch inner diameter split-barrel drive sampler. Sample retained by others. Standard Penetration Test (SPT). No recovery with a SPT. Shelby tube sample. Distance pushed in inches/length of sample recovered in inches. No recovery with Shelby tube sampler. Continuous Push Sample. Seepage. Groundwater encountered during drilling. Groundwater measured after drilling. MAJOR MATERIAL TYPE fSOIl ,V Solid line denotes unit change. Dashed line denotes materTarchangeT Attitudes: Strike/Dip b: Bedding c: Contact j: Joint f: Fracture F: Fault cs: Clay Seam : Shear bss: Basal Slide Surface sf: Shear Fracture sz: Shear Zone sbs: Shear Bedding Surface The total depth line is a solid line that is drawn at the bottom ofthe boring. BORING LOG Explanalion of Boring Log Symbols PROJECT NO. DATE FIGURE U.S.C.S. IVIETHOD OF SOIL CLASSIFICATION MAJOR DIVISIONS SYMBOL TYPICAL NAMES c/3 o o 1/1 D t+-(/) LU o IU rs > — < B ta o 9 o rs w ore 6 AR ;z A O U GRAVELS (More than 1/2 of coarse fraction > No. 4 sieve size SANDS (More than 1/2 of coarse fraction < No. 4 sieve size GW (iP GM GC SW SP SM SC Well graded gravels or gravel-sand mixtures, little or no fines Poorly graded gravels or gravel-sand mixtures, little or no fines Silty gravels, gravel-sand-siit mixtures Clayey gravels, grave I-sand-clay mixtures Well graded sands or gravelly sands, little or no fines Poorly graded sands or gravelly sands, little or no fines Silty sands, sand-silt mixtures Clayey sands, sand-clay mixtures —. 'o 'J? O .ii H M > " S ^ S O ^ 6 W ° Z ML hiorganic silts and veiy fine sands, rock fiour, silty or clayey fine sands or clayey silts with slight plasticity SILTS & CLAYS Liquid Limit <50 CL Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays OL Organic silts and organic silty clays of low plasticity MH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts SILTS & CLAYS Liquid Limit >50 CH Inorganic clays of high plasticity, fat clays OH Organic clays of medium to high plasticity, organic silty clays, organic silts HIGHLY ORGANIC SOILS Pt Peat and other highly organic soils GRAIN SIZE CHART CLASSIFICATION RANGE OF GRAIN CLASSIFICATION U.S. Standard Sieve Size Grain Size in Millimeters BOULDERS Above 12" Above 305 COBBLES 12" to 3" 306 to 76,2 GRAVEL 3" to No, 4 76,2 lo 4,76 Coarse 3" to 3/4" 76.2 to 19,1 Fine 3/4" lo No, 4 19,1 to 4.76 SAND No, 4 to No. 200 4,76 to 0.075 Coarse No, 4 to No, 10 4,7610 2,00 Medium No. 10 to No. 40 2.00 to 0.420 Fine No. 40 loNo, 200 0.420 to 0.075 SILT & CLAY Below No- 200 Below 0,075 PLASTICITY CHART 2; «> cf P 20 CH CL OH / / CL- ^ ML SOL 0 B 20 30 40 50 60 70 80 90 100 LIQUID LIMIT (LL), % U.S.C.S. METHOD OF SOIL CLASSIFICATION UpdafadNov 2011 UJ O O LL i o CD UJ a: O Q LL O Q. b CO z LU O >- Ql a o m >- CO g ^ CO CO ^ 3 GM 50/7" 6.2 93.' 10 50/4" ^\ 50/3" lo- se- DATE DRILLED i 0/22/14 BORING NO, B-i GROUND ELEVATION 212' ±(MSL) SHEET OF METHOD OF DRILLING 8" Diameter HSA (Ingersoll Rand A-300) (.Scott's Drilling) DRIVE WEIGHT 140 lbs. (Cathead) DROP 3(r SAMPLED BY AQP LOGGED BY AQP REVIEWED BY DESCRIPTION/INTERPRETATION FOM ASPHALT CONCRETE: Approximately 7 inches thick. BASE; ,Brown, dry to moist, dense, silty GRAVEL with sand; approximately 9 inches thick. SANTIAGO l-ORMATION: Grayish brown, diy to moist, moderately cemented, silty fine-grained SANDSTONE. Moist Totai Depth = 15.2 feet Groundwater not encountered during drilling. Backfilled and patched shortly after drilling on 10/22/14. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. The giound elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. BORING LOG CARLSBAD PHASE 111 RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS lA AND 7, CARLSBAD, CALIFORNIA PROJECT NO, 107814001 DATE 11/14 FIGURE A-1 o o LL i o _I m 50/6' 65 20 30 40 48 UJ CC I- to O 15.8 14,9 O a >-b CO z LU Q >• cr Q 110.0 113,7 O 5 to yd CO ^ 5 o DATE DRILLED 10/22/14 BORING NO, B-2 GROUND ELEVATION 23ri(MSL) SHEET OF GM SM METHOD OF DRILLING 8" Diameter USA (Inger^oH Rmid A-300) (Scott's Dnilint-) DRIVE WEIGHT 140 lbs. (Cailicad) DROP SAMPLED BY 30" AQP LOGGED BY AQP REVIEWED BY DESCRIPTION/INTERPRETATION FOM ASPHALTCONCRETE: Approximately 5 inches thick. BASE: iBrown, dry to moist, dense, silty GRAVEL with sand; approximately 9 inches thick. FILL: Mottled gray and light brown, moist, medium dense to dense, silty fine SAND; scattered ikyjandstone pieces; scattered clay pieces. SANTIAGO FORMATION: Whitish brown, moist, moderately cemented, clayey fine-grained SANDSTONE. Grayish green. iron-oxide staining. Whitish gray; moist. Total Depth = 16.5 feet. " Groundwater not encountered during drilling. Backfilled and patched shortly after drilling on 10/22/14. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. BORING LOG CARLSBAD PtUSE 111 RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS IA AND 7, CARLSBAD, CALIFORNIA PROJECT NO. 107814001 DATE 11/14 FIGURE A-2 Q. LU Q CQ Q O O o m UJ a: h-co o to lU Q > a: D g ^ CO CO ^ 5 o DATE DRILLED [0/22/14 BORING NO. B-3 GROUND ELEVATION 270' t(MSL) SHEET OF METHOD OF DRILLING 8" Diameter USA (Ingersoll Rand A-300) (Scott's Drilling) DRIVE WEIGHT 140 (hs, (Cathead) DROP 30" SAMPLED BY AQP LOGGED BY AQP REVIEWED BY DESCRIPTION/INTERPRETATION EOM GM 20 30 40 50/6" I t,6 105.8 50/6" 50/6" ASPHALTCONCRETE: pproximateiy 5 inches thick. 1 BASE: [Brown, diy to moist, dense, silty GRAVEL witli sand; approximately 8 inches thick. SANTIAGO FORMATION: Whitish brown to gray, moist, moderately cemented, silty fine-grained SANDSTONE Total Depth = 15.5 feet. Groundwater not encountered during drilling. Backfilled and patched shortly after drilling on 10/22/14. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficientiy accurate for preparing construction bids and design documents. BORING LOG CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS 1A AND 7, CARLSBAD, CALIFORNIA PROJECT NO, 107814001 DATE 11/14 FIGURE A-3 CO UJ < CO CQ 10- 20- 30- _4Q_ O O to o —1 CQ UJ 01 I- to o o a > CO LU Q >-Ql Q g I- < CO yd to ^ < o DATE DRILLED 10/22/14 BORING NO. B-4 GROUND ELEVATION 333'± (MSL] SHEET OF 1 •/--> 1^ \Mottled brown and gray, moist, firm, sandy CLAY; scattered gravel and cobbles. METHOD OF DRILLING 8" Diameter H.SA (Ingersoll Rand A-300) (Scott's Drilling) DRIVE WEIGHT 140 lbs. (Cathead) DROP 30" SAMPLED BY AQP LOGGED BY AQP REVIEWED BY 1-OM DESCRIPTION/INTERPRETATION KASPHALT CONCRETE: lApproximately 5 inches thick. BASE: Grayish brown, moist, dense, silty GRAVEL with sand; approximately 19 inches thick. FILL: GRANITIC ROCK: Whitish brown, dry, weathered GRANITIC ROCK. (Refusal on granitic rock at 7 feet.) Total Depth = 7 feet. (Refusal) Groundwater not encountered during drilling. Backfilled and patched shortly after drilling on 10/22/14. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitafion and several other factors as discussed in the report. The ground elevation shown above is an estimation oniy. It is based on our inteipretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficientiy accurate for preparing construction bids and design documents. BORING LOG CARLSBAD PHASE Ul RECYCLED WATER PROJECT PIPELINE EX-PANSION SEGMENTS IA AND 7, CARl.SBAD, CALIFORNIA PROJECT NO. 107814001 DATE n/14 FIGURE A-4 CL O O LL i o _i CO 67 20 30 40 50/4" 50/5" 10.9 O > CO z LU a >- D z o ^ CO CO =J o 109.2 SM CL DATE DRILLED 10/23/14 BORING NO, GROUND ELEVATION 2.W i(MSL) SHEET OF METHOD OF DRILLING 8" Diameler USA (ingersoll Rand A-300) (Scoll's Dniling) DRIVE WEIGHT 140 lbs. (Cathead) DROP 30;; SAMPLED BY AQP LOGGED BY AQP REVIEWED BY DESCRIPTION/INTERPRETATION FOM ASPHALTCONCRETE: Approximately 6 inches thick. FILL: iBrowji, mojst^dense,^ilty fiiie_to^cMrse_SANp. BrownisTTgray, moist, soft to firm, fine sandy CLAY; inicaceousT ~ Greenish brown. SANTIAGO FORMATION: Grayish brown, moist, moderately cemented, clayey fine-grained SANDSTONE. Iron-oxide staining. Total Depth =15.5 feet. " Groundwater not encountered during drilling. Backfilled and patched shortly after drilling on 10/23/14. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. BORING LOG CARLSBAD PHASE 111 RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS lA ANT) 7, CARLSBAD, CALIFORNIA PROJECT NO. 107814001 DATE 11/14 FIGURE A-5 o o LL CO m m Z) CO O LL O CL >- b CO LU Q >- a: Q g ^ CO 96 CO CO CO o =1 DATE DRILLED 10/23/14 BORING NO. n-6 GROUND ELEVATION 201' +(MSL) SHEET OF METHOD OF DRILLING R" Diameter USA (Ingersoll Rand A-300) (Seolt's Drilling) DRIVE WEIGHT 140 lbs. (Cathead) DROP 30; SAMPLED BY AQP LOGGED BY AQP REVIEWED BY FOM DESCRIPTION/INTERPRETATION 26.7 94,2 10 27 25.9 90.9 I 16 SM CL ASPHALTCONCRETE: Approximately 6 inches thick. FILL: [Brqwn^ mqist^dense,^ilty fiiie_to^coarseJiAND;_niicaccqus^ Grayish brown, moist, firm, fine to coarse sandy CLAY; scattered gravel. SC Blacli^ moist, dense, clayey fine SAND; scattere(forganics (wood debris); organic odor. CL Mottled greenish gray and brown, moist, very stiff, fine to medium sandy CLAY. SC Mottled brown and grayish green, moist, medium dense, clayey fme SANDT 20 30- 40 Total Depth = 18 feet Groundwater not encountered during drilling. Backfilled and patched shortly after drilling on 10/23/14. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variafions in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. BORING LOG CARLSBAD PHASE Ul RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS !A AND 7, CARLSBAD, CALIFORNIA PROJECT NO. 107814001 DATE 11/14 FIGURE A-6 DATE DRILLED 10/23/14 BORING NO, B-7 GROUND ELEVATION 215' ±(MSL) SHEET OF METHOD OF DRILLING 8" Diameler HSA (Ingersoll Rand A-300) (Scoll's Drilling) DRIVE WEIGHT 140 lbs. (Cathead) DROP 30;; SAMPLED BY AQP LOGGED BY AQP REVIEWED BY DESCRIPTION/INTERPRETATION FOM .ASPHALTCONCRETE: ]Approximateiy 6 inches thick. ,FILL7 ~ iBrown, mojst^dense, silty fin£to_coarse_SANp;jpicacequs^ _ ,Light brown, moist, 'jiedjiim dense, clayeyHne SAND. SANTIAGO FORMATION: " Light grayish brown, moist, moderately to strongly cemented, SANDSTONE. ron-oxide staining. Brownish. ,Mottled yellow and brown- Total Depth = 16 feet.' Groundwater not encountered during drilling. Backfilled and patched shortly after drilling on 10/23/14. Note: Groundwater, though not encountered at the time of drilHng, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevafion shown above Is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. BORING LOG CARLSBAD PH.\SE 111 RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS iA AND 7, CARLSBAD, CALIFORNIA PROJECT NO. 107814001 DATE 11/14 FIGURE A-7 7 20 30- 40 Q. CD o o LL i o _l CD 76 54 87 LU 01 D I- CO O CJ D^ >-t CO UJ Q >-01 Q g ^ CO yd CO ^ 5 o 10.9 107.3 DATE DRILLED 10/23/14 BORING NO. B-8 GROUND ELEVATION 247 ± (MSL) SHEET OF METHOD OF DRILLING 8" Diameter HSA (Ingersoll Rand A-300) (Scotl's Drilling) DRIVE WEIGHT 140 lbs. (Cathead) DROP SAMPLED BY 30" AQP LOGGED BY AQP REVIEWED BY DESCRIPTION/INTERPRETATION FOM CL Grayish brown, moist, veiy stiff, lme sandy CLAY; iron-oxide staining. ,ASPHALT CONCRETE: lApproximately 6 inches thick. .FILL: ^rown, moJst^daise,^l^ fii]^to^coarse_SANp;jiijcace Light brown, moTst, dense, clayey fine SAND; scattered saiidsTone pieces; scattci^c(riron" oxide staining. Total Depth = 16.5 feef ' Groundwater not encountered during drilling. Backfilled and patched shortly after drilling on 10/23/14. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variafions in precipitation and several other factors as discussed in the report. The ground elevation shown above is an esfimafion only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluafion. It is not sufficiently accurate for preparing construcfion bids and design documents. BORING LOG CARLSBAD PHASE III RECYCLED WATER PROJECF PIPELINE EXPANSION SEGMENTS IA AND 7, CARl.SBAD, CALIFORNIA PROJECT NO. 107814001 DATE 11/14 FIGURE A-8 DATE DRILLED 10/23/14 BORING NO. B-9 GROUND ELEVATION 21 i'i (MSL) SHEET OF METHOD OF DRILLING 8" Diameter HSA (Ingersoll Rand A-3Q0) (Scotl's Drilling) DRIVE WEIGHT 140 lbs. (Cathead) DROP 30;; SAMPLED BY AQP LOGGED BY AQP REVIEWED BY DESCRIPTION/INTERPRETATION FOM ASPHALTCONCRETE: jAppJoximately 7 inches thick. FILL; iBrown^ diyjojiioist, deiise^siltyjlne^ coars^SJ^NI:)^m^ .k'S'iU?rpwnvmq[st^ medium dense^clayey fine SAND, scajtered_san(^tqnej)ieces." Mottled brown and greenish gray, moist, soft to iTrm, fine to medium sandy CLAY! Hard. Sfiff ALLUVIUM: Dark brown, moist to wet, stiff, fine sandy CLAY; pinhole porosity. Brown, wet, medium dense, clayey fine SAND. Grayisirbi^wnrwet,"sti7f to Very stiff, Hhe"s?ndy CLAY.^ Total Depth = 18 feef ~ Seepage encountered at approximately 15 feet during drilling. Backfilled and patched shortly after drilling on 10/23/14. Note: Groundwater, though not encountered at the time of drilling, may rise to a higlier level due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevafion shown above is an estimafion only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficienUy accurate for preparing construcfion bids and design documents. BORING LOG CARLSBAD PHASE Ul RECYCLED WATER PROJECT PIPEUNE EXPANSION SEGMENIS lA AND 7, CARLSBAD, CALIFORNU PROJECT NO. 107814001 DATE 11/14 FIGURE A-9 DATE DRILLED 10/23/14 BORING NO. GROUND ELEVATION 244'± (MSL) SHEET OF METHOD OF DRILLING 8" Diameter HSA (Ingersoll Rand A-300) (Scotl's Drilling) DRIVE WEIGHT 140 lbs. (Cathead) SAMPLED BY DROP 30" AQP LOGGED BY AQP REVIEWED BY DESCRIPTION/INTERPRETATION FOM ASPHALT CONCRETE^ ' " lApproximately 6 inches thick. ;FILL: (Brown, mojst^deiise, sil^ fine^to_coa[se^/Wp;jiiicaceou _ Light brown, moist, dense, clayey fine SAND; scattered sandstoiTc pie"ces; TcaFtered iixin'^ ^^xide_stainjng^ MottledIfrown andgray7in'^j^,'^rm to slilT:fme~tol;^-7eyai^y^CLAVri ~ staining; scattered organics (leaves). Hard. SANTIAGO FORMATION: Dark gray, moist, moderately indurated, CLAYSTONE; some iron-oxide staining. Total Depth = 15.9 feet': ~ Groundwater not encountered during drilling. Backfilled and patched shorfiy after drilling on 10/23/14. Note: Groundwater, though not encountered at the fime of drilling, may rise to a higher level due to seasonal variafions in precipitafion and several other factors as discussed in the report. The giound elevafion shown above is an esfimafion only. It is based on our interpretations of published maps and ofiier documents reviewed for the purposes of this evaluafion. it is not sufficiently accurate for preparing construcfion bids and design documents. BORING LOG CARLSBAD PHASE 111 RECYCLED WATER PROJECf PIPELINE EXPANSION SEGMENTS 1A AND 7, CARLSBAD, CALIFORNIA PROJECT NO 107814001 DATE 11/14 FIGURE A-10 o c Carlsbad Phase III Recycicd Water Project November 25, 2014 Pipeline F-xpansion Segments 1A and 7, Carlsbad, California Project No. 107814001 APPENDIX B LABORATORY TESTING Classification Soils were visually and texturally classified in accordance with the Unified Soil Classificarion System (USCS) in general accordance with ASTM D 2488. Soil classifications are indicated on the logs ofthe exploratory borings in Appendix A. In-Place Moisture and Density Tests The moisture content and dry density of relatively undisturbed samples obtained from the ex- ploratory borings were evaluated in general accordance with ASTM D 2937. The test results are presented on the logs ofthe exploratory borings in Appendix A. Gradation Analysis Gradation analysis tests were performed on selected representative soil samples in general accor- dance with ASTM D 422. The grain-size distribution curves are shown on Figures B-1 fiirough B-4. The test results were utilized in evaluating the soil classifications in accordance with the USCS. Direct Shear Tests Direct shear tests were performed on representative samples in general accordatiee with ASTM D 3080 to evaluate the shear strength characteristics of the selected material. The samples were inundated during shearing to represent adverse field conditions. The test results are shown on Figures B-5 and B-6. Soil Corrosivity Tests Soil pH and electrical resistivity tests were performed on representative samples in general ac- cordance with CT643. The chloride contents of the selected samples were evaluated in general accordance with CT 422. The sulfate contents of the selected samples were evaluated in general accordance with CT 417. The test results are presented on Figure B-7. 107814001 R.doc o GRAV /FL SAND FINES Coarse Fine Coarse Indium Fine SILT CLAY U.S. STANDARD SIEVE NUMBERS 3" 7 1V4" V W 14-%" 4 B 16 30 50 100 200 HYDROMETER 0OD1 GRAIN SIZE IN MILLIMETERS Symbol Sample Location Depth (ft) Liquid Limil Plastic Limit Plasticity Index D30 Deo Passing No. 200 (%) Equivalent USCS • B-1 1.3-S.D ---------19 SM PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 GRADATION TEST RESULTS FIGURE B-1 PROJECT NO, DATE CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS IA AND 7 CARLSBAD. CAUFORNIA FIGURE B-1 107814001 11/14 CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS IA AND 7 CARLSBAD. CAUFORNIA FIGURE B-1 107ai1Dai G£VE B-1 e 1.3-5 0 lis GRA\ /EL SAND FINES Coarse Fine Coarse Medium Fine SILT CLAY U S, STANDARD SIEVE NUMBERS T ? IW 1"W w-W 4 B 16 30 50 100 200 HYDROMETER 70 0 100 001 aooi 0 0001 GRAIN SIZE IN MILLIMETERS Symbol Sample Location Deptti (ft) Liquid Limit Plastic Limit Plasticity Index D30 Deo Passing No. 200 (%) Equiavlen USCS • B-3 1,5-5.0 _ ------35 SM PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 GRADATION TEST RESULTS FIGURE B-2 PROJECT NO. DATE CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS IA AND 7 CARLSBAD, CALIFORNIA FIGURE B-2 107814001 11/14 CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS IA AND 7 CARLSBAD, CALIFORNIA FIGURE B-2 ia7si«oai SIEVE B.3 e' 0 ><i GRA\ /EL SAND FINES Coarse Fine Coarse Medium Fine SILT CLAY US. STANDARD SIEVE NUMBERS 3" 2' 1V4" ry." 4 8 16 30 50 100 200 HYDROMETER ftOt 0 001 GRAIN SIZE IN MILLIMETERS PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 0 0001 Symbol Sample Location Depth (ft) Liquid Limit Plastic Limit Plasticity Index Dio DM DfiQ Cu c. Passing No. 200 (%) USCS • B-6 10.0-11,5 --------52 CL GRADATION TEST RESULTS FIGURE B-3 PROJECT NO. DATE CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS IA AND 7 CARLSBAD. CALIFORNIA FIGURE B-3 107814001 11/14 CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS IA AND 7 CARLSBAD. CALIFORNIA FIGURE B-3 107S1^I SIEVE B-ee lOtm 5* GRA\ /EL SAND FINES Coarse Fine Coafse Medium Fine SILT CLAY U.S. STANDARD SIEVE NUMBERS 3" 2- IVI" rv," ^-li" 4 8 16 30 50 100 200 HYDROMETER 20 0 100 am 0 001 00001 GRAIN SIZE IN MILLIMETERS Symbol Sample Location Depth (ft) Liquid Limit Plastic Limit Plasticity Index Dio DM Deo c. Passing No. 200 (%) USCS • B-9 5.0-6.5 ----„ -64 CL PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 C PROJECT NO. 107814001 DATE 11/14 GRADATION TEST RESULTS CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS IA AND 7 CARLSBAD, CALIFORNIA FIGURE B-4 1D7BI4001 SCUE B-Bes0S5>ls 5^ 3000 Li. o> a: X CO 2000 1000 \ ^ - —- . • X —— 1000 2000 NORMAL STRESS (PSF) 3000 Description Symbol Sample Location Depth (ft) Shear Strength Cohesion, c (psf) Friction Angle. ^ (degrees) Soil Type Clayey SANDSTONE B-2 5.0-6.0 Peak 270 48 Formation Clayey SANDSTONE B-2 5.0-6.0 Peak 270 48 Formation Clayey SANDSTONE - -X - • B-2 5.0-6.0 Ultimate 250 30 Formation PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080 C PROJECT NO. 107814001 DATE 11/14 DIRECT SHEAR TEST RESULTS CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS IA AND 7 CARLSBAD, CALIFORNIA FIGURE B-5 107814001 SHEAR B-2 @ 5 0-6 0 *I8 3000 ^ 2000 m CO UJ ce: tt s T. W 1000 ^^PK ^^fc... J * 1 1000 2000 NORMAL STRESS (PSF) 3000 Description Symbol Sample Location Depth (ft) Shear Strength Cohesion, c (psf) Friction Angle, (degrees) Soil Type Sandy CLAY B-6 5.0-6.5 Peak 340 23 CL Sandy CLAY B-6 5.0-6.5 Peak 340 23 CL Sandy CLAY - -X - • B-6 5.0-6.5 Ultimate 230 23 CL PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080 DIRECT SHEAR TEST RESULTS FIGURE B-6 PROJECT NO. DATE CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS IA AND 7 CARLSBAD. CALIFORNIA FIGURE B-6 107814001 11/14 CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS IA AND 7 CARLSBAD. CALIFORNIA FIGURE B-6 1O7B14001 SHEAR B« @ 5 0« 5 xls SAMPLE LOCATION SAMPLE DEPTH (FT) RESISTIVITY ^ (Ohm-cm) SULFATE CONTENT * (ppm) (%) CHLORIDE CONTENT' (ppm) C B-3 B-5 B-10 1,5-5.0 0.9-5 0 5.0-6 5 6.9 8,9 5.1 1.200 800 700 380 150 10,000 0.038 0.015 1.000 110 495 950 ' PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 643 ^ PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 417 ^ PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 422 PROJECT NO 107814001 DATE 11/14 CORROSIVITY TEST RESULTS CARLSBAD PHASE III RECYCLED WATER PROJECT PIPELINE EXPANSION SEGMENTS 1A AND 7 CARLSBAD, CALIFORNIA FIGURE B-7 107814001 CORROSIvrrV Pw 1 xls City of Carlsbad Public Works - Contract Administration April 1,2015 ADDENDUM NO. 2 RE: RECYCLED WATER PHASE ill PIPEUNE EXPANSION SEGMENT NO. 1A & 7; BID NO. PWS15-60UTIL Please include this addendum in the Request for Bids package you have for the above project. This page—receipt acknowledged—must be included in your bid when it is submitted. [EVIN L. DAVIS Sr. Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder's Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (760) 602-4677 • FAX (760) 602-8562 @ CARLSBD MUNICIPAL WATER DISTRICT Recycling Water Phase III Pipeline Expansion Segment No. IA & 7 CIP Project No. 5208 Bid No. PWS15-60UTIL Addendum No. 2 From: Ttny Smith, Project Manager Phone: (760)603-7354 Email: terrv.smith(a),carlsbadca.gov Date: April 1,2015 Proposal Due Date: April 7, 2015 2:00 pm A. APPENDIX C, DAVIS BACON REQUIREMENTS Replace the "DAVIS-BACON ACT WAGE DETERMINATIONS. U.S. DEPARTMENT OF LABOR" that follows page G9 with the following: a. General Decision Number: Heavy CA150001 03/27/2015 CAI (Attached) End of Addendum No. 1 lofl Page 1 of 26 General Decision Number: CA150001 03/27/2015 CAI Superseded General Decision Nuinber: CA20140001 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: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is 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 $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 01/16/2015 2 02/13/2015 3 03/27/2015 ASBE0005-002 06/30/2014 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) $ 35.44 19.36 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls) $ 24 .34 16.09 ASBE0005-004 06/24/2013 Rates Fringes http://www.wdol.gov/wdol/scafiles/davisbacon/CAl .dvb?v=3 3/31/2015 Page 2 of 26 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)....$ 16.95 10.23 BOIL0092-003 10/01/2012 Rates Fringes BOILERMAKER $ 41.17 28.27 BRCA0004-008 11/01/2014 Rates Fringes BRICKLAYER; MARBLE SETTER $ 34.12 15.65 BRCA0018-004 06/01/2014 Rates Fringes MARBLE FINISHER $ 28.45 11.38 TILE FINISHER $ 23.78 9*84 TILE LAYER $ 35.14 14_33 BRCAOOlB-OlO 09/01/2013 Rates Fringes TERRAZZO FINISHER $ 26.59 10.34 TERRAZZO WORKER/SETTER $ 33.63 11.13 CARP0409-002 07/01/2008 Rates Fringes Diver (1) Wet $ 663.68 9.82 (2) Standby $ 331.84 9.82 (3) Tender $ 323.84 9.82 (4) Assistant Tender $ 299.84 9.82 Amounts in "Rates' column are per day CARP0409-008 08/01/2010 Rates Fringes Modular Furniture Installer $ 17.00 7.41 CARP0547-001 07/01/2009 Rates Fringes http://www.wdol.gov/wdol/scafiles/davisbacon/CAl.dvb?v=3 3/31/2015 Page 3 of26 CARPENTER (1) .$ 37, .28 10, .58 (2) Commercial Building... .$ 32, .30 10, .58 (3) Heavy & Highway .$ 37, .15 10, .58 (4) Residential Carpenter. .$ 25, .84 10, .58 (5) Residential Insulation Installer .$ 18. .00 8, .16 MILLWRIGHT ,65 10. .58 PILEDRIVERMAN .$ 37. 28 10. ,58 CARP0547-002 07/01/2009 Rates Fringes Drywall (1) Work on wood framed construction of single family residences, apartments or condominiums under four stories Drywall Installer/Lather... $ 21.00 Drywall Stocker/Scrapper...$ 11.00 (2) All other work Drywall Installer/Lather... $ 27.35 Drywall Stocker/Scrapper... $ 11.00 8.58 6. 67 9.58 6.67 ELEC0569-001 12/01/2014 Rates Fringes Electricians (Tunnel Work) Cable Splicer $ 45.75 13.25 Electrician $ 45.00 13.22 Electricians: (All Other Work, Including 4 Stories Residential) Cable Splicer $ 40.75 13.10 Electrician $ 40.00 13.07 ELEC0569-005 09/01/2014 Rates Sound & Communications Sound Technician $ 28.82 Soundman $ 23.06 Fringes 3%+lO.ei 3%+ 9.17 SOUND TECHNICIAN: Terminating, operating and performing final check-out SOUNDMAN: Wire-pulling, splicing, assembling and installing devices 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. http://www.wdol.gov/wdol/scafiles/davisbacon/CALdvb?v=3 3/31/2015 Page 4 of26 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, frequency 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. ELEC0569-006 10/06/2014 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 $ 28.75 3%+7 42 Utility Technician #2 $ 23.90 3%+7!42 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, telephone, cable TV land communication systems. The setting, leveling, grounding and racking of precast manholes, handholes and transformer pads. ELEC0569-008 06/03/2013 ELECTRICIAN (Residential, 1-3 Stories) $ 22 . 37 Rates Fringes 3%+3.30 ELEC1245-001 06/01/2013 Rates Fringes LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 50.30 15.00 (2) Equipment specialist (operates crawler tractors, commercial motor http://www.wdol.gov/wdol/scafiles/davisbacon/CAl .dvb?v=3 3/31/2015 Page 5 of 26 vehicles, backhoes, trenchers, cranes (50 tons Vte*- and below), overhead & underground distribution line equipment) $ 40.17 14.56 (3) Groundman $ 30.73 13.48 (4) Powderman $ 4 4.91 13.4 8 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 01/01/2015 Rates Fringes ELEVATOR MECHANIC $ 4 9.90 28.38 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 07/07/2014 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP 18 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 OPERATOR: Power Equipment (Cranes, Piledriving & http://www.wdol.gov/wdol/scafiles/davisbacon/CA 1 .dvb?v=3 3/31 /2015 Page 6 of26 Hoisting) GROUP 1 $ 40.40 22.25 V... GROUP 2 $ 41.18 22 25 GROUP 3 $ 41.47 22*25 GROUP 4 $ 41.61 22 25 GROUP 5 $ 41.83 22.25 GROUP 6 $ 41.94 22 25 GROUP 7 $ 42.06 22*25 GROUP 8 $ 4 2.23 22 25 GROUP 9 $ 42.40 22 25 GROUP 10 $ 43 40 22 25 GROUP 11 $ 44.40 22*25 GROUP 12 $ 45.40 22 25 GROUP 13 $ 46.40 22 25 OPERATOR: Power Equipment (Tunnel Work) GROUP 1 $ 40.90 22 25 GROUP 2 $ 41.68 22 25 GROUP 3 $ 41.97 22 25 GROUP 4 $ 42.11 22*25 GROUP 5 $ 42.33 22.25 GROUP 6 $ 42.44 22 25 GROUP 7 $ 42.56 22^25 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 http://www.wdol.gov/wdol/scafiles/davisbacon/CAl.dvb?v=3 3/31/2015 Page 7 of26 (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asp;halt 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 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; Drilling machine operator. Bucket or auger types (Calweld http://www. wdol.gov/wdol/scafiles/davisbacon/CAl.dvb?v=3 3/31/2015 Page 8 of26 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 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; http://www.wdol.gov/wdol/scafiles/davisbacon/CA 1 .dvb?v=3 3/31/2015 Page 9 of 26 Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or V,*^ 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, 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) V,. GROUP 20: Rubber-tired earth-moving equipment operator. http://www.wdol.gov/wdol/scafiles/davisbacon/CAl.dvb?v=3 3/31/2015 Page 10 of26 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, c:)perating 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, 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) t GROUP 6: Bridge crane operator; Cretor crane operator; Hoist V. operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar http ://www. wdol.gov/wdol/scafiles/davisbacon/CA l.dvb?v=3 3/31/2015 Page II of26 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; 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 v.- 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) http://www.wdol.gov/wdol/scafiles/davisbacon/CAl .dvb?v=3 3/31/2015 Page 12 of 26 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 cjperator; 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 1-15 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 TUN, R17W, SBM. Continue E along south boundary of TUN, SBM to SW corner of TlIN, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, RIE, SBM. Continue S along west boundary of RIE, SMB to Riverside County line at the SW corner of TIS, RIE, SBM. Continue E along south boundary of Tls, SBM (Riverside County Line) to SW corner of TIS, RlOE, SBM. Continue S along west boundary of RlOE, SBM to Imperial County line at the SW corner of TSS, RlOE, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between http://www.wdol.gov/wdol/scafiles/davisbacon/CA 1 .dvb?v=3 3/31/2015 Page 13 of26 Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state ''W' line. Follow the Califo.rnia 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, RI7E, MDM. Continue S to SW corner of T3IS, 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, R2IW. 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 TUN 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 California state line at the point which is the center of Section 17, TION, 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, TSS, 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 http://www.wdol.gov/wdol/scafiles/davisbacon/CAl .dvb?v=3 3/31/2015 Page 14 of26 the Inyo and San /*- which is the NE Section 6, T25S, the SW corner of Continue E in a state border at T17N, R14E, San the state line t Section 18, TION Bernardino County boundary until the point corner of the Western half of the NW quarter of R42E, MDM. Continue S to that point which is the NW quarter of Section 6, T27S, R42E, MDM. straight line to the California and Nevada the point which is the NW corner of Section 1, Bernardino Meridian. Then continue NW along o the starting point, which is the center of R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ENGI0012-004 08/01/2014 Rates Fringes OPERATOR: Power Equipment (DREDGING) (1) Leverman $ 4 8.60 22.40 (2) Dredge dozer $ 42.63 22.40 (3) Deckmate $ 42.52 22.40 (4) Winch operator (stern winch on dredge) $ 41.97 22.40 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand $ 41.43 22.40 (6) Barge Mate $ 42.04 22.40 IRON0377-002 01/01/2015 Rates Ironworkers: Fence Erector $ 27.08 Ornamental, Reinforcing and Structural $ 33.50 Fringes 18.24 28.20 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 http://www.wdol.gov/wdol/scafiles/davisbacon/CA 1 .dvb?v=3 3/31/2015 Page 15 of 26 LABO0089-001 07/01/2013 Rates Fringes LABORER (BUILDING and all other Residential Construction) Group 1 $ 26.98 15.42 Group 2 $ 27.66 15.42 Group 3 $ 28.37 15.42 Group 4 $29.17 15.42 Group 5 $31.10 15.42 LABORER (RESIDENTIAL CONSTRUCTION - See definition below) (1) Laborer $ 24.88 13.75 (2) Cleanup, Landscape, Fencing (Chain Link & Wood).$ 23.59 13.75 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 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 http://www. wdol.gov/wdol/scafiles/davisbacon/CA l.dvb?v==3 3/31/2015 Page 16 of 26 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 wate.rp.roofing); 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 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 V- 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 11/01/2012 Rates Fringes LABORER (MASON TENDER) $ 27.98 13.39 LABO0089-004 07/01/2013 http://www.wdol.gov/wdol/scafiles/davisbacon/CAl.dvb?v=3 3/31/2015 Page 17 of 26 HEAVY AND HIGHWAY CONSTRUCTION Rates Fringes Laborers: Group I $ 26.98 15.42 Group 2 $ 27.66 15.42 Group 3 $ 28.37 15.42 Group 4 $29.17 15.42 Group 5 $ 31.10 15.42 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, Pliers 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 l/'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 1/2 ft or longer. Dry Pak-it machine, Fence erector http://www.wdol.gov/wdol/scafiles/davisbacon/CAl .dvb?v=3 3/31/2015 Page 18 of26 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 01/01/2014 Rates Fringes Asbestos Removal Laborer $ 28.00 15.25 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. LABO11S4-001 07/01/2014 http://www.wdol.gov/wdol/scafiles/davisbacon/CAl .dvb?v=3 3/31/2015 Page 19 of 26 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ 31.65 13.33 (2) Vehicle Operator/Hauler.$ 31.82 13.33 (3) Horizontal DLrectional Drill Operator $ 33.67 13.33 (4) Electronic Tracking Locator $ 35.67 13.33 Laborers: (STRIPING/SLURRY SEAL) GROUP 1 $ 32.56 16 28 GROUP 2 $ 33.86 16 28 GROUP 3 $ 35.87 16 28 GROUP 4 $ 37.61 16.28 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 08/07/2013 Rates Fringes LABORER PLASTER CLEAN-UP LABORER $ 27.45 PLASTER TENDER $ 30.00 16.36 16.36 http://www.wdol.gov/wdol/scafiles/davisbacon/CAl.dvb?v=3 3/31/2015 Page 20 of 26 Work on a swing stage scaffold: $1.00 per hour additional. Work at Military Bases - $3.00 additional per hour: Coronado Naval 7\mphibious 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 B\icility-Seeley, North Island Naval Air Station, Vandenberg AE'B. PAIN0036-001 07/01/2014 Rates Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County) $ 26. 89 (2) All Other Work $ 30.27 Fringes 12.21 12.21 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 10/01/2014 Rates Fringes DRYWALL FINISHER/TAPER (1) Building & Heavy Construction $ 26.84 14.29 (2) Residential Construction (Wood frame apartments, single family homes and multi-duplexes up to and including four stories) $21.00 13.91 PAIN0036-012 12/01/2014 Rates Fringes GLAZIER $ 39.80 17.33 PAIN0036-019 07/01/2014 Rates Fringes SOFT FLOOR LAYER $ 26.77 12.75 PLAS0200-005 08/06/2014 Rates Fringes PLASTERER $ 37.43 13.28 http://www.wdol.gov/wdol/scafiles/davisbacon/CA 1 .dvb?v=3 3/31/2015 Page 21 of 26 NORTH ISLAND NAVAL AIR STATION, COLORADO NAVAL AMPHIBIOUS BASE, IMPERIAL BEACH NAVAL AIR STATION: $3.00 additional per hour. PLAS0500-001 07/01/2014 Rates P'ringes CEMENT MASON/CONCRETE FINISHER GROUP 1 $ 22.29 17 10 GROUP 2 $ 23.94 17 10 GROUP 3 $ 26.57 17.25 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 07/01/2014 Rates Fringes PLUMBER, PIPEFITTER, STEAMFITTER Camp Pendleton $ 4 9.21 20.36 Plumber and Pipefitter All other work except 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 $ 44.71 20.36 Work ONLY on new additions and remodeling of commercial buildings, bars, restaurants, and stores not to exceed 5,000 sq. ft. of floor space $ 43.33 19.38 Work ONLY on strip malls, light commercial, tenant improvement and remodel work $ 34.59 17.71 PLUM0016-011 07/01/2014 Rates Fringes http://www.wdol.gov/wdol/scafiles/davisbacon/CA 1 .dvb?v=3 3/31 /2015 Page 22 of 26 PLUMBE R/PIPE FITTE R Residential $ 36.15 16.28 PLUM0345-00I 07/01/2014 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 Sewer & Storm Drain Work....$ 33.24 17.13 ROOF0045-001 07/01/2012 Rates Fringes ROOFER $ 25.08 7.28 SFCA0669-001 07/01/2013 Rates E'ringes SPRINKLER FITTER $ 34.86 18.66 SHEE0206-001 01/01/2012 Rates Fringes SHEET METAL WORKER Camp Pendleton $ 35.05 19.23 Except Camp Pendleton $ 33.05 19.23 Sheet Metal Technician $ 25.22 6.69 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 TEAM0036-001 07/01/2012 Rates Fringes Truck drivers: GROUP 1 $ 15.40 20.50 GROUP 2 $ 24.99 20.50 GROUP 3 $ 25.19 20.50 GROUP 4 $ 25.39 20.50 GROUP 5 $ 25.59 20.50 GROUP 6 $ 26.09 20.50 http://www.wdol.gov/wdol/scafiles/davisbacon/CAl .dvb?v=3 3/31/2015 Page 23 of 26 GROUP 7 $ 27.59 20.50 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 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, B7 0 Wuclids or like Equipment) GROUP 7: Repairman WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. 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 http://www.wdol.gov/wdol/scafiles/davisbacon/CA 1 .dvb?v=3 3/31/2015 Page 24 of 26 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 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 http://www.wdol.gov/wdol/scafiles/davisbacon/CA l.dvb?v=3 3/31/2015 Page 25 of 26 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 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 http://www.wdol.gov/wdol/scafiles/davisbacon/CA 1 .dvb?v==3 3/31/2015 Page 26 of 26 4.) All decisions by the Administrative Review Board are final, END OF GENERAL DECISION http://www.wdol.gov/wdol/scafiles/davisbacon/CAl .dvb?v=3 3/31/2015 GENERAL PROVISIONS RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT NO. 1A and 7 CONTRACT NO. 52081 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 othenvise stated, the words directed, required, permitted, ordered, in- structed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words „^ of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accom- panying these provisions, unless stated othenwise. 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 othenwise. 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 othenwise stated. Where the words "approved", "approval", "ac- ceptance", 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 in- stalling 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 defi- nitions assigned to them herein. V Revised 1/30/13 Contract No. 52081 Page 47 of 191 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 Municipai 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 Spec- ifications, 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 Con- tract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. Revised 1/30/13 Contract No. 52081 Page 48 of 191 County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. S**^ Days - Days shall mean consecutive calendar's days unless othenwise 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 Man- ager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submit- ted 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 speci- fied). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Con- tract 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 com- pliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, di- rected, 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 Revised 1/30/13 Contract No. 52081 Page 49 of 191 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, in- cluding meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications - General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. 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. Revised 1/30/13 Contract No. 52081 Page 50 of 191 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 per- formance 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 con- ditions and requirements peculiar to the work. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the \^ furnishing of all labor, materials, equipment, and services. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construc- tion, Inc. 1-3.2 Common Usage Abbreviation Word or Words BF Bottom of footing ABAN Abandon BLDG Building and Buildings ABAND Abandoned BM Bench mark ABS Acrylonitrile - butadiene - styrene BVC Beginning of vertical curve AC Asphalt Concrete BA/V Back of wall ACP Asbestos cement pipe C/C Center to center ACWS Asphalt concrete wearing surface CAB Crushed aggregate base ALT Alternate CAL/OSHA California Occupational Safety and APTS Apartment and Apartments Health Administration AMER STD American Standard CalTrans California Department of Transportation —^ AWG American Wire Gage (nonferrous wire) CAP Corrugated aluminum pipe I BC Beginning of curve CB Catch Basin \^ BCR Beginning of curb return Cb Curb BDRY Boundary CBP Catch Basin Connection Pipe Revised 1/30/13 Contract No. 52081 Page 51 of 191 CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONC Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification V Revised 1/30/13 Contract No. 52081 Page 52 of 191 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 Nonrelnforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on cun/e POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RCB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction ST HWY State highway STA Station STD Standard STR Straight STRGR Straight grade STRUC Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing TOPO Topography TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TW Top of wall TYP Typical UE Underground Electric USA Underground Service Alert VAR Varies, Variable VB Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH Work Area Traffic Control Handbook Wl Wrought iron WM Water meter WPJ Weakened plane joint XCONN Cross connection XSEC Cross section Revised 1/30/13 Contract No. 52081 Page 53 of 191 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Undenwriters' Laboratories Inc. USGS United States Geological Survey Revised 1/30/13 Contract No. 52081 Page 54 of 191 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 re- quirements 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 pa- renthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customarv Unit (Abbreviations) (Equal To) SI Unit (Abbreviations) mil (=0.001 in) 25.4 micrometer (^m) inch (in) 25.4 millimeter (mm) inch (in) 2.54 centimeter (cm) foot (ft) 0.3048 meter (m) yard (yd) 0.9144 meter (m) mile (mi) 1.6093 kilometer (km) square root (ft^) 0.0929 square meter (m^) square yard (yd^) 0.8361 square meter (m^) cubic foot (ft^) 0.0283 cubic meter (m^) cubic yard (yd^) 0.7646 cubic meter (m^) acre 0.4047 hectare (ha) U.S. gallon (gal) 3.7854 Liter (L) fluid ounce (fl. oz.) 29.5735 millileter (mL) pound mass (Ib) (avoirdupois) 0.4536 kilogram (kg) ounce mass (oz) 0.02835 kilogram (kg) Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907 kg) Poise 0.1 pascal second (Pa s) centistoke (cs) 1 square millimeters per second (mm^/s) pound force (Ibf) 4.4482 Newton (N) pounds per square inch (psi) 6.8948 Kilopascal (kPa) pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) foot-pound force (ft-lbf) 1.3558 Joules (J) foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W) part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): °F = (1.8 X °C) + 32 °C = (°F - 32)/1.8 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) SI Units (abbreviation) Commonly Used in Both Systems Revised 1/30/13 Contract No. 52081 Page 55 of 191 1-5 Common IWetric Prefixes kilo (k) 103 centi (c) 10-2 milli (m) 10-3 micro (la.) 10'^ nano (n) 10'^ pico (p) 10-12 SYMBOLS A Z / o PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number Der or (between words) Degree Property line Centeriine Survey line or station line Revised 1/30/13 Contract No. 52081 Page 56 of 191 SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as pro- vided 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 im- provements, 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 othen/vise 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 proce- dures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Revised 1/30/13 Contract No. 52081 Page 57 of 191 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 periformed 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 sub- contracted, 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 percent- age 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 ap- proval 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 ac- companied 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 ma- terials 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 hun- dred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days —^ after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The V Revised 1/30/13 Contract No. 52081 Page 58 of 191 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 receiv- ing 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, Caris- bad 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 Carisbad Drawing No. 485-3 and consists of 37 sheets. The standard drawings used for this project are the latest edition of the City of Carisbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carisbad and the Carisbad Municipal Water District, hereinafter designated as CES and CSD, respectively Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Docu- ments 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. Revised 1/30/13 Contract No. 52081 Page 59 of 191 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 Contrac- tor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immedi- ately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract. 5) Carisbad General Provisions, Technical Specifications, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Carisbad Municipal Water District Standard Drawings. c) City of Carisbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportation Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 8) Standard Specifications for Public Works Construction, as amended. 9) Reference Specifications. 10) Manufacturer's Installation Recommendations. Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have prece- dence 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 Engi- neer. 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 respon- sibility 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. V Revised 1/30/13 Contract No. 52081 Page 60 of 191 The Contractor shall allow a minimum of 20 working days for review of submittals unless othenvise 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 ac- companied 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 con- formance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: Revised 1/30/13 Contract No. 52081 Page 61 of 191 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to cleariy show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Title Subject 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facilities Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special F^rovisions. 2-5.3.4 Supportina 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 other- wise specified in the Special Provisions or directed by the Engineer. Supporting information for sys- tems 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) i 6) 7) List of Subcontractors per 2-3.2. List of Materials per 4-1.4. Certifications per 4-1.5. Construction Schedule per 6-1. Confined Space Entry Program per 7-10.4.4. Concrete mix designs per 201 -1.1. Asphalt concrete mix designs per 203-6.1. Revised 1/30/13 Contract No. 52081 Page 62 of 191 8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulle- tins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting sys- tems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Con- tract in a satisfactory manner. Unless othenvise provided, the Contractor shall furnish ail materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes whicfi have been drilled are available for inspec- tion 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 othenvise 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 survey- ing within the State of California, hereinafter Sun/eyor, to establish the location of the monument be- fore 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 perma- nent 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 othenvise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. Revised 1/30/13 Contract No. 52081 Page 63 of 191 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 require- ments of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8V2" by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shali 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 Sun/eyor, 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 Con- tractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centeriines are permanent survey monuments. The Record of Survey shall show all mon- uments 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 un- adjusted 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. Center- line 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 de- fining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. Revised 1/30/13 Contract No. 52081 Page 64 of 191 TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Stake De- scription ® Centeriine or Parallel to Centeriine Spac- ing®, ® Lateral Spac- ing O, ® Setting Tolerance (Within) Street Centeriine SDRS M-10 Monument <1000', Street Intersections, Begin and end of curves, only when shown on the plans on street cen- teriine 0.02' Horizontal, also see Section 2-9.2.1 herein Final Grade (in- cludes top of: Basement soil, subbase and base) RP + Marker Stake, Blue- top in grading area < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' <22' 3/8" Horizontal & VA" Vertical Asphalt Pavement Finish Course RP, paint on previous course < 25' or as per the intersection grid points shown on the plan whichever provides the denser information edge of pave- ment, paving pass width, crown line & grade breaks Horizontal & V4" Vertical Drainage Struc- tures, Pipes & sim- ilar Facilities®, ® RP + Marker Stake intervisible & < 25', beginning and end, BC & EC of facilities. Grade breaks, Alignment breaks. Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing). Skewed cut-off lines as appropriate Horizontal & V4" Vertical Curb RP + Marker Stake < 25', BC & EC, at %A, ^/aA & '^A on curb re- turns & at beginning & end (constant off- set) 3/8" Horizontal & V4" Vertical Minor Structure ® RP + Marker Stake + Line Stake for catch basins: at centeriine of box, ends of box & wings & at each end of the local de- pression CD as appropriate 3/3" Horizontal & V4" Vertical (when vertical data needed) Miscellaneous © Contour Grading ® RP + Marker Stake <50' along contour line 0.1' Vertical & Horizon- tal Utilities ®, ® RP + Marker Stake < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' or where grades 0.30% as appropriate 3/8" Horizontal & V4" Vertical Channels, Dikes & Ditches ® RP + Marker Stake intervisible & < 100', BC & EC of facilities. Grade breaks. Alignment breaks, Junctions, Inlets & similar facilities as appropriate 0.1' Horizontal & V4" Vertical Markers ® RP + Marker Stake for asphalt street surfacing < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000'. At marker loca- tion{s) V4" Horizontal Pavement Mark- ers® RP 200' on tangents, 50' on curves when R > 1000' & 25' on curves when R < 1000'. For PCC surfaced streets lane cold joints will suffice at pavement marker loca- tion(s) V4" Horizontal and the accuracy requirements of the RP meet the requirements for the feature ® Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table ® Perpendicular to centertine. ® Some features are not necessarily parallel to centeriine but are referenced thereto ® Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature ® > means greater than, or equal to, the number following the symbol. < means less than, or equal to, the number fol- lowing the symbol. ® The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless othenvise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(B) V Revised 1/30/13 Contract No. 52081 Page 65 of 191 TABLE 2-9.2.2(6) Survey Stake Color Code for Construction Staking Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, centertine, alignments, etc. White/Red Vertical Control Bench marks White/Or- ange Clearing Limits of cleanng Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Yellow Structure Bridges, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Blue Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Orange * Flagging and marking cards, if used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2- 9.1 through 2-9.2.2 shall be included in the actual bid items requiring the sun/ey 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 dis- turbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality ^—»• and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce com- pliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of /miii. all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. V Revised 1/30/13 Contract No. 52081 Page 66 of 191 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, W 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, pay- rolls, 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 Contrac- tor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless othenrt/ise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and work- manship are in accordance with these specifications. Inspection of the Work shall not relieve the Con- tractor of the obligation to fulfill all conditions of the Contract. Revised 1/30/13 Contract No. 52081 Page 67 of 191 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 limita- tion, 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 conform- ance 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. 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 Revised 1/30/13 Contract No. 52081 Page 68 of 191 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. Stipu- lated 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 othenwise 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 Specifica- tions 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 han- dling 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 deter- mines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. Revised 1/30/13 Contract No. 52081 Page 69 of 191 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 replace- ment 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 inciden- tals. Necessary loading and transportation costs for equipment used on the extra work shall be in- cluded. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcon- tractors. Invoices covering all such items in detail shall be submitted with the request for payment. V Revised 1/30/13 Contract No. 52081 Page 70 of 191 (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be sub- mitted 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, one 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 Subcon- tractor, 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. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other sen/ices 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 be- fore they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Con- tract; V Revised 1/30/13 Contract No. 52081 Page 71 of 191 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engi- neer 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 Con- tractor 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 Engi- neer 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 Con- tractor 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 par- ticular 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 sen/ice of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: Revised 1/30/13 Contract No. 52081 Page 72 of 191 The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work IS completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the eariiest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 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 here- inafter, the contractor shall attempt to resolve all disputes informally through the followinq dispute resolution chain of command: » y p ic 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 Distnct will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the District will provide Its position within 10 working days of receipt of said additional information or Contractor's presentation of Its report. The Contractor may appeal each level's position up to the General Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the General Manager. Actual approval of the claim is subject to the change order provi- sions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7 1 (commenc- ing 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 Reoents of the University of California. Revised 1/30/13 Contract No. 52081 Page 73 of 191 (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 othenwise expressly provided for or the claimant is not othenwise 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 ^mt^ 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 claim- ant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (com- mencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: Revised 1/30/13 Contract No. 52081 Page 74 of 191 V (a) Within 60 days, but no eariier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as othenwise 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. V Revised 1/30/13 Contract No. 52081 Page 75 of 191 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 consid- ered 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 Specifica- tions. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facili- ties 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 Con- tract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or re- move 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 ma- terials 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 elec- trical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing Revised 1/30/13 Contract No. 52081 Page 76 of 191 V 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 matenals, fabricated products, or equipment from sources located more than 50 miles outside the geographica limits of the Agency, an inspector or accredited testing laboratory (approved bv the En- gineer), 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 fonA/ard reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done Wl hout 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 ser- vices within 50 miles of the geographical limits of the Agency. For private contracts, all costs of in- spection 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 matena s, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense shall deliver the matenals for testing to the place and at the time designated by the Engineer Unless oth- envise 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 bpecitications. 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 matenals 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 matenals 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 bv the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time dunng their preparation and use. If, after incorporating such materials into the Work it is tourid that sources of supply that have been approved do not furnish a uniform product, or if the prod- uct frorn any source proves unacceptable at any time, the Contractor shall fumish approved material from other approved sources. If any product proves unacceptable after improper storage handling or tor 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 re- quirements of the specifications shall be bome 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 bv noncompliance with the specifications shall be borne by the Contractor Revised 1/30/13 Contract No. 52081 Page 77 of 191 V 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 re- quirements. 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 speci- fied. 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 equip- ment 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 opin- ion 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 proportion- ing materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale sen/ice agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be cleariy legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. Revised 1/30/13 Contract No. 52081 Panp 7ft nf 1P1 V 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-measur- ing devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to ex- ceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certifi- cates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materiais, Bituminous Materials, Rock Products, and Modified As- phalts). 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 Specifi- cations or by the special provisions, required to accept the Work. Credible evidence is process obser- vations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process obsen/ations 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 in- vestigation 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 resolu- tion 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 notifica- tion. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re- consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless othenwise 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 ac- ceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written noti- fication 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 othenfl/ise agreed, the Contractor shall bear and maintain a record for all the investigative costs until Revised 1/30/13 Contract No. 52081 Page 79 of 191 resolution. Should the investigation discover assignable causes for the contradiction, the as- signable party, the Agency or the Contractor, shall bear all costs associated with the investi- gation. Should assignable causes for the contradiction extended to both parties, the investiga- tion will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will as- sign 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 investi- gative 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 quan- tity 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 ciearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall cleariy state the terni 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 1 /30/13 Contract No. 52081 Page 80 of 191 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 com- mencing any excavation, the Contractor shall contact the regional notification center (Underground Sen/ice 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 installa- tions. 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 opera- tions. 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 accord- ance with Section 5-1, the Contractor shall, unless othenwise provided, furnish and place the neces- sary 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 Engi- neer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial em- bedment, 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 V Revised 1/30/13 Contract No. 52081 Page 81 of 191 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 othenwise 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 com- mencement of work by the Contractor. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or pemianent relocation or alteration of utilities requested by the Contractor for its conven- ience 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 ar- range 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 mini- mize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for addi- tional 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 othenwise 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 pro- tection, 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. Revised 1/30/13 Contract No. 52081 Page 82 of 191 V 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. KSD is currently constructing an 54-inch steel water transmission main in Faraday Avenue. When necessary, the Contractor shall so conduct its operations as to permit KSD access to Faraday Ave. and provide time for utility work to be accomplished during the progress of the Work. Revised 1/30/13 Contract No. 52081 Page 83 of 191 SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless othenwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 10 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6- 4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Con- struction 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 pre- pare 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 work- able 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 Sched- ule shall include detail of all project phasing, staging, and sequencing, including all milestones neces- sary 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 Con- tractor 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 identi- fication 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. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Projecf program by Microsoft Corpo- ration to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a sched- uling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Cor- poration the Contractor shall provide the Engineer three copies of the substituted program that are Revised 1/30/13 Contract No. 52081 Page 84 of 191 V 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, inclu- sive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carisbad, 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, in- cluding 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 pro- ject 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 rec- ognizable 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 sup- plied 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 Con- tractor 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 pri- vate, 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. 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 com- plies with the requirements of these supplemental provisions shall be a condition precedent to issu- ance 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 Con- struction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Con- tractor 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. Revised 1/30/13 Contract No. 52081 Page 85 of 191 V 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 No- tice 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 sub- mitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engi- neer 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 Con- tractor 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. The sched- ule 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 re- flecting 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 dura- tions 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 1/30/13 Contract No. 52081 Page 86 of 191 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 En- gineer 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 con- struction 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 Con- tractor must resubmit the Updated Construction Schedule to the Engineer incorporating the correc- tions 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 im- mediately following the "Accepted" schedule. 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 explana- tion 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 pre- pared 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, revi- sion and maintenance of the Construction Schedule are incidental to the work and no separate pay- ment will be made therefore. V Revised 1/30/13 Contract No. 52081 Page 87 of 191 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 exca- vations 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 Con- tractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properiy provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and ma- terials, and performing all operations necessary to complete the Project Work as shown on the Pro- ject Plans and as specified in the Specifications. Schedule work in Faraday Ave. to prevent delays associated with the new 54-inch steel water transmission pipeline being constructed in Faraday Ave. 6-2.3 Project Meetings. The Engineer will establish the time and location of (weekly) Project Meet- ings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, 'The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immedi- ately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as othenwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeo- logical 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 imple- ments 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 equip- ment, 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 Revised 1/30/13 Contract No. 52081 Page 88 of 191 V the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Con- tractor. 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 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 Specifica- tions. 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 con- struction schedule. V Revised 1/30/13 Contract No. 52081 Page 89 of 191 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 in- curred 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 super- visor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Con- tractor shall diligently prosecute the work to completion within 200 working davs after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Con- tractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 per- cent of the normal work force for cause as defined in Section 6-6.1. Unless OthenA/ise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours Revised 1/30/13 Contract No. 52081 Page 90 of 191 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. 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 Con- tractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Othenwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engi- neer for acceptance upon receipt of the Contractor's written assertion that the Work has been com- pleted. 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 require- ments of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time al- lowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of One Thousand Five Hundred Dollars ($1,500.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that One Thou- sand Five Hundred Dollars ($1,500.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency resen/es 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 negli- gence. The Contractor will not be required to reclean such portions of the improvement before field Revised 1/30/13 Contract No. 52081 Page 91 of 191 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 Con- tractor, Subcontractor, their officers, employees, or agents. Revised 1/30/13 Contract No. 52081 Paae 92 of 191 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR W 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 othenwise 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 applica- ble 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 nondiscrimina- tion 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 Con- tractor 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 re- quire every employer to be insured against liability for workers' compensa- tion or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the perfor- mance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. Revised 1/30/13 Contract No. 52081 Page 93 of 191 The Agency, its officers, or employees, will not be responsible for any claims in law or equity occa- sioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carisbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain ail 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. No Resource agency permits are required for the Work. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall desig- nate in writing a representative who shall have complete authority to act for it. An alternative repre- sentative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Con- tractor 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 ascer- taining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensation from the Agency for damages resulting Revised 1/30/13 Contract No. 52081 Page 94 of 191 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 compensa- tion 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 sus- pend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air con- taminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. Revised 1/30/13 Contract No. 52081 Page 95 of 191 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 result- ing from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employ- ees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condi- tion. 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 re- move 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 Con- tractor 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 Contrac- tor 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 con- structing 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 Stonn 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 require- ments 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. Work areas south of the Pipeline Expansion Segments 1A and 7, which consists of pipeline construc- tion 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: Revised 1/30/13 Contract No. 52081 Page 96 of 191 Phase Number and Name Location SWPPP Type LUP Project Area All Areas of ESI A and 7 LUP Tier 2 The Contractor shall designate a Qualified SWPPP Developer (QSD) and a Qualified SWPPP Prac- titioner (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. Revised 1/30/13 Contract No. 52081 Page 97 of 191 Permit Registration Document Responsible Persons PRD Item Responsible Party Notes Traditional Type Determina- tion or Erosivity Waiver Agency/Contractor's QSD Risk Assessment & Draft SWPPP by Agency. Contractor's QSD to revise and/or certify. LUP Type Determination or Erosivity Waiver Agency/Contractor's QSD Risk Assessment & Draft SWPPP by Agency. Contractor's QSD to revise and/or certify. Site Map Agency/Contractor's QSD Contractor's QSD to revise as may be required and certify. BMP Exhibit/Erosion Control Plan Drawing (s) Agency/Contractor's QSD Contractor's QSD to revise as may be required and certify StormWater Pollution Prevention Plan (SWPPP) Contractor's QSD SWPPP finalized and certified by Con- tractor's QSD. Notice of Intent (NOI) filing Contractor's QSD /Agency Contractor's QSD to prepare PRD. 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 Statement Contractor's QSD Submitted with Final SWPPP. 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 Na- tional Pollutant Discharge Elimination System (NPDES) Number CAS000002 [State Water Re- sources Control Board Order Number 2009-0009-DWQ ("General Permit for Storm Water Dis- charges Associated with Construction and Land Disturbance Activities")], which can be found on the Internet at: http://www.waterboards.ca.qov/water issues/proqrams/stormwater/constpermits.shtml V Revised 1/30/13 Contract No. 52081 Page 98 of 191 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 per- formed 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) 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 2 - Monitorinq 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 Level 2 Traditional Projects as summarized below: Visual Inspections Sample Collection Risk Level Quarterly Non Storm Water Discharge Pre-Storm Event Daily Storm BMP Post Storm Storm Water Discharge Receiving Water Risk Level Quarterly Non Storm Water Discharge Baseline REAP Daily Storm BMP Post Storm Storm Water Discharge Receiving Water 2 X X X X X The Contractor shall not violate any discharge prohibitions as described in the Construction General Permit Attachment D, Section A, as applicable. Risk Level 2 dischargers are subject to a pH NAL of 6.5 - 8.5, and turbidity NAL of 250 NTU. 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 D, Sections B through F of the GCP. The Contractor shall comply all Inspection, Maintenance and Repair requirements identified within Attachment D, Section B of the GCP. Risk Level 2 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 com- pliant inspection checklist shall be completed and maintained on site for each inspection. Revised 1/30/13 Contract No. 52081 Page 99 of 191 The Contractor shall comply with all Rain Event Action Plan (REAP) requirements identified within Attachment D, Section H of the GCP. An REAP shall be developed 48 hours prior to any likely precipitation event. A likely precipitation event is any weather pattern that is forecast to have a 50% or greater probability of producing precipitation in the project area. The Contractor shall develop and implement a Construction Site Monitoring Program (CSMP) as required by Appendix D, 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 Temiination (NOT): The Contractor's QSD shall submit a Notice of Termination (NOT) to the Engineer and shall prepare a report to satisfy ail 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. In- clude 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 15"^ 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 Con- tractor'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 1^* through June 30*", as applicable). Additional annual reporting requirements related to completion of sampling and monitoring activities are de- scribed within Section 16 of the CGP and within Attachment A, Section M; (b) Report all numeric effluent limit violations, numeric action level exceedances, or any other CGP violations to the Engineer no later than 24 hours after the violation is identified. Refer to Attachment D, Section A for Risk Level 2 Traditional Projects and 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. Revised 1/30/13 Contract No. 52081 Pana 1 flfl /^f IQI Key SWPPP Implementation Tasks by Responsible Person SWPPP Item Responsible Person Notes NOT Preparation and certification Contractor's QSD Submitted as part of Project Comple- tion 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 SMARTS Engineer No later than September 1 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 down- loaded 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 imprison- ment. 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. V Revised 1/30/13 Contract No. 52081 Page 101 of 191 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. Qn 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 Carisbad's Engineering Standards. Prior to any land disturbance activities, the Contractor's QSD shall educate all employees, subcon- tractors, 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 stomi 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. V Revised 1/30/13 Contract No. 52081 Page 102 of 191 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 physi- "w.* cal barriers. The Contractor shall maximize the preservation of existing native and non-native vegetation and min- imize soil disturbance beyond the required limits of the work. Unless approved by the Engineer, all BMPs shall comply with the specification in the "Construction Handbook (2009)" published by the California Storm Water Quality Association (CASQA) that can be downloaded from the CASQA web site at: http://www.cabmphandbooks.com 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) Replace the subsection with the following: 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 • 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 is 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. •F^ Revised 1/30/13 Contract No. 52081 Page 103 of 191 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, nui- sance 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, dis- pensing 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 level determinations for the Risk Level 2 Traditional Project and Type 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: (a) Provide a "standby emergency crew" that shall be alerted by the Contractor's QSP, Contrac- tor's QSD, or Engineer to perform emergency repairs or replacement of inadequate', failing or damaged BMP or measures during rain events. (b) 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: Revised 1/30/13 Contract No. 52081 Paae 104 of 191 (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. Imple- ment 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 perfonned 2 business days (48 hours) prior to a likely precipitation event (forecast of 50% or greater chance precipitation) and after a quali- fying 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: Data used to complete the Notice of Intent (NOI); The SWPPP and all attachments and amendments; 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 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. Revised 1/30/13 Contract No. 52081 Page 105 of 191 7-8.6.4 Dewatering. Dewatering shall be performed by the Contractor when specifically required by the Plans or Specifications, and as necessary for construction of the Work. Dewatering shall be per- formed in conformance with all applicable local, state and Federal laws and permits issued by juris- dictional regulatory agencies. Permits necessary for treatment and disposal of accumulated water shall be obtained by the Contrac- tor. Water quality sampling and testing required to obtain necessary permits, and to comply with the provisions of necessary permits, shall be obtained and completed by the Contractor. Accumulated water shall not be released into a storm drain or receiving body of water. Prior to release of accumulated water into the sanitary sewer system, the Contractor shall obtain and submit a valid "Special Use Discharge Permit" issued by the Encina Wastewater Authority for the subject Work. 7-8.6.4.1 Submittals, detailing its proposed plan and methodology of dewatering, treatment and dis- posal of accumulated water. The plan shall identify the location, type and size of dewatering devices and related equipment, the size and type of materials composing the collection system, the size and type of equipment to be used to retain and treat accumulated water, and the proposed disposal locations. A meter shall be installed to monitor the flow rate and total flow of water discharge into the sanitary sewer system. Accumulated water shall be treated prior to its disposal as specified and as required by a permit. The plan, at a minimum, shall incorporate treatment facilities to remove sediment from the accumulated water prior to its discharge into the sanitary sewer system. Treatment for sediment removal shall be in accordance with Best Management Practice NS-2 in the CALTRANS Storm Water Quality Hand- book. The Contractor shall sample and test accumulated water discharged into the sanitary sewer system upon initiation of the discharge and on a monthly basis thereafter while dewatering activities are un- denway. Samples shall be tested for TDS, Ph and EPA 624 constituents. Accumulated water discharged into the sanitary sewer system shall be metered, and shall not be released at an instantaneous or accumulated rate greater than 10,000 gallons/day. 7-8.6.4.2 Management of Hydrocarbon Contaminated Soils. If contaminated Soils encountered during the Work they shall be handled in accordance with Best Management Practice WM-7 of the CALTRANS Storm Water Quality Handbook. The Contractor shall, at its expense and as directed by the Engineer, temporarily stockpile all Contaminated Material at the location designated upon the Plan. Imported Material required to replace Contaminated Material for the purpose of excavation backfill shall be subject to Section 3-3 EXTRA WORK, unless Imported Material is already being used by the Contractor to replace Wet Material in accordance with Section 300-2.2.2 Wet Material, and the Contaminated Soil is also Wet Material. The Engineer will sample and test the stockpiled material for contamination, and upon acquisition of the test results, will provide additional direction to the Contractor regarding the permanent dis- posal, removal and/or handling of the material. The additional disposal, removal and/or handling of the material as directed by the Engineer, shall be subject to Section 3-3 EXTRA WORK. Revised 1/30/13 Contract No. 52081 Page 106 of 191 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carisbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a por- tion 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 in- cluded in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless othenvise 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 facil- ities shall be continuous and unobstructed unless othenwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless othenwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when neces- sary construction precludes such access for reasonable periods of time. If backfill has been completed Revised 1/30/13 Contract No. 52081 Page 107 of 191 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 collec- tion 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 othenwise authorized, work shall be performed in only one-half the roadway at one time. One half shali be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company. Coast Waste Management at 929-9417. During overiay operations, the Contractors schedule for overiay 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. 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 impend- ing disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's pemnanent 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 con- struction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the con- tractor 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 parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. Revised 1/30/13 Contract No. 52081 Page 108 of 191 The preparation, materials, printing and distribution of the notifications shall be included in the contract pnce 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 othenwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State County, and City requirements for closure of streets. The Contractor shall provide barriers, guards' lights, signs, temporary bridges, 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 par- tially closing or reopening any street, alley or other public thoroughfare the Contractor shall riotifv the following: ' ll u^^Jl®®*"(760)602-2720 2) Carlsbad Fire Department Dispatch (760) 931 -2197 3) Carlsbad Police Department Dispatch (760)931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937) (760) 438-2980 5) Carlsbad Traffic Signals Operations (760)602-2752 6) North County Transit District (760)967-2828 7) Waste Management (760)929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's writ- ten approval pnor 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 placinq anv traffic control that affects bus stops. ^' a y 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, barncades, 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 Califomia) and these provisions If any component in the traffic control system is damaged, displaced, or ceases to operate or function Revised 1/30/13 Contract No. 52081 Page 109 of 191 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 Con- tractor 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. Ali construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the ap- proved traffic control plan. All construction area signs shall conform to the provisions of Section 206- 7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214- 5.1 .et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and 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 ve- hicles 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 (insert minimum acceptable lateral safety buffer distance, eg. 1.8 m (6')), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the (insert minimum acceptable shy distance, eg. 0.6 m (2')) shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and loca- tion 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. Revised 1/30/13 Contract No. 52081 Page 110 of 191 V During the entire construction, a minimum of one paved traffic lanes, not less than 12' wide shall be open for use by public traffic in each direction of travel. llt^'^r ^'H*^'*; ^°"*''*;! ^y®*®"" O^o^^re. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, Califomia Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in Califorrua and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this sec- tion 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 No traffic lane closures will be allowed between the hours of 4 p.m. to 8:30 a.m. When lanes are closed tor 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 compo- nen s may be stored at selected central locations, approved by the Engineer, within the limits of the ric|ni~0T"W3y, 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe oper- ations raffic 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 altemative traffic control plan pro- posed by the Contractor and approved by the Engineer. The Contractor shall not start traffic stripino operations using an altemative plan until the Contractor has submitted its plan to the Enqineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be fumished p aced maintained and removed in accordance with the minimum standards specified in the Califomia Manual on Uni orm Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) published by CALTRANS. Whenever the work causes obliteration of pavement delineation temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centeriine pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporarv pavement delineation is removed, all lines and marks used to establish the alignment of the temporarv 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 tem- porary 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 tempo- rary 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 temporarv pave- ment delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of Traffic Control Plan Sheets. No traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans. The Contractor shall have such new TCP ore- pared and submitted as a part of the Work for any and all construction activities that are located within the trave ed 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 W Revised 1/30/13 Contract No. 52081 Page 111 of 191 Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modification, addition, supple- ment, 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 profes- sional 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 pre- suppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a Revised 1/30/13 Contract No. 52081 Page 112 of 191 V 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 Engi- neer, or as othenwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous sub- stances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Sec- tion 5194 of the California Code of Regulations shall be requested by the Contractor from the manu- facturer 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, administer- ing 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 pro- cedures 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 Sec- tion 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines. Revised 1/30/13 Contract No. 52081 Page 113 of 191 V excavations, or other enclosed or partially enclosed spaces shall be considered permit-required con- fined spaces until the pre-entry procedures demonstrate othenwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properiy maintain at all times, as required by the conditions and progress of the work, all neces- sary 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 in- demnify 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, archi- tects, 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 em- ployed 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 pur- suant 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, ser- vices, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." Revised 1/30/13 Contract No. 52081 Page 114 of 191 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless othenwise specified, quantities of work shall be determined from measure- ments 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 othenvise 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 planim- eter 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 in- volved. 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 evi- dence 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 dis- posing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. V Revised 1/30/13 Contract No. 52081 Page 115 of 191 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 be- coming 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 pay- ment be construed to be acceptance of any of the Work. Payment shall not be construed as the trans- fer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or othenwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of re- cordation of the "Notice of Completion." If, within the time fixed by law, a properiy executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the r% 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 com- patible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the clo- sure 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 pro- gress pay estimate and submit it to the Contractor for the Contractor's information. Should the Con- tractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental pay- ment 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 doc- ument setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properiy submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty Revised 1/30/13 Contract No. 52081 Page 116 of 191 (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the re- mainder 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 pro- gress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress pay- ments 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 En- gineer 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 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. Revised 1/30/13 Contract No. 52081 Page 117 of 191 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 infor- mation 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 Sec- tion 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 oper- ations 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 Forty Thousand dollars ($40,000.00), and includes full compensation for furnishing all insurance, bonds, licenses, labor, ma- terials, 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. 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 al- lowed 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 vegeta- tion 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. V Revised 1/30/13 Contract No. 52081 Page 118 of 191 BID SCHEDULE "A" - PIPELINE EXPANSION SEGMENT 1A W BID ITEM NO. 1 - MOBILIZATION (LUMP SUM) Description - The Contractor shall be paid a fixed lump sum price for the cost of providing bonds, insurance, permits, financing, and moving equipment to and from the job site. This item shall be paid with the first monthly progress payment to the Contractor after award of the contract and shall include the costs of such mobilization and administration of the entire contract period. BID ITEM NO. 2 - EXCAVATION SUPPORT SYSTEMS (LUMP SUM) The contract unit price paid for this bid item shall constitute full compensation to furnish and install the sheeting, shoring, and bracing, or equivalent in accordance with the plans and contract documents. This includes, but is not limited to, the preparation and submittal of plans by a licensed Engineer and obtaining the required permit from the State Division of Industrial Safety and other agencies having jurisdiction. BID ITEM NO. 3 - PRECONSTRUCTION VIDEOS AND PHOTOGRAPHS (LUMP SUM) Payment for the Preconstruction Videos and Photographs shall be made at the contract lump sum price, complete and in accordance with the Contract Documents and as directed by the City. The contract price for work under this item shall include, but not be limited to, furnishing all labor, material, tools and equipment, and performing all work required for preconstruction videos and photographs and all other work necessary to complete this item of work as described in the Contract Documents. BID ITEM NO. 4 - STORM WATER & NON-STORM WATER POLLUTION CONTROL (LUMP SUM) The contract unit price paid for this bid item shall constitute full compensation to furnish stormwater compliance in accordance with the latest regulatory requirements, the plans, and contract documents. This work shall include, but not be limited to providing construction best management practices plans (BMPs), completion and implementation of water pollution measures in strict accordance with the State Water Board, obtaining the necessary permits per latest regulations, maintenance of storm water and non-storm water best management practices (BMPs) throughout the duration of all Work. BID ITEM NO. 5 - TRAFFIC CONTROL (LUMP SUM) The contract unit price paid for this bid item shall constitute full compensation to furnish traffic control in accordance with the latest regulatory requirements, the plans, and contract documents. This work shall include, but not be limited to designing, completion and implementation of traffic control plans, obtaining the necessary permits per latest regulations, installation and maintenance of the traffic con- trol equipment throughout the duration of all Work effecting traffic. BID ITEM NO. 6 - 8-INCH RECYCLED WATER PIPELINE (LINEAR FEET) Furnish and install approximately 2,398 linear feet of 8" C900 PVC DR14, flanges, fittings, tees, valves, thrust restraints, concrete anchor blocks, concrete, gaskets, nuts, bolts, coatings, linings, connections to existing pipelines, copper bond wire and locator wire, utility marker tape, and pressure testing re- quired for full complete installation, site work including but not limited to trench excavation, dewatering and any required water disposal, rock excavation and disposal, includes over-excavation up to 6- inches below subgrade, granular bedding with specified backfill, compaction, and all other items as shown in Contract Documents, all in accordance with the Specifications. BID ITEM NO. 7 - 6-INCH RECYCLED WATER PIPELINE (LINEAR FEET) Furnish and install approximately 4,894 linear feet of 6" C900 PVC DRI 4, flanges, fittings, tees, valves, thrust restraints, concrete anchor blocks, concrete, gaskets, nuts, bolts, coatings, linings, connections to existing pipelines, copper bond wire and locator wire, utility marker tape, and pressure testing re- quired for full complete installation, site work including but not limited to trench excavation, dewatering Revised 1/30/13 Contract No. 52081 Page 119 of 191 V and any required water disposal, rock excavation and disposal, includes over-excavation up to 6- inches below subgrade, granular bedding with specified backfill, compaction, and all other items as shown in Contract Documents, all in accordance with the Specifications. BID ITEM NO. 8 - 4-INCH RECYCLED WATER PIPELINE (LINEAR FEET) Furnish and install approximately 2,321 linear feet of 4" C900 PVC DRI 4, flanges, fittings, tees, valves, thrust restraints, concrete anchor blocks, concrete, gaskets, nuts, bolts, coatings, linings, connections to existing pipelines, copper bond wire and locator wire, utility marker tape, and pressure testing re- quired for full complete installation, site work including but not limited to trench excavation, dewatering and any required water disposal, rock excavation and disposal, includes over-excavation up to 6- inches below subgrade, granular bedding with specified backfill, compaction, and all other items as shown in Contract Documents, all in accordance with the Specifications. BID ITEM NO. 9 - 8-INCH WELDED STEEL PIPE RECYCLED WATER PIPELINE (LINEAR FEET) Furnish and install approximately 83 linear feet of 8" welded steel pipe (t=3/16"), flanges, fittings, tees, valves, coatings, linings, connections to existing pipelines, copper bond wire and locator wire, utility marker tape, and pressure testing required for full complete installation, site work including but not limited to trench excavation, dewatering and any required water disposal, rock excavation and dis- posal, includes over-excavation up to 6-inches below subgrade, granular bedding with specified back- fill, compaction, and ali other items as shown in Contract Documents, all in accordance with the Spec- ifications. BID ITEM NO. 10 - 6-INCH WELDED STEEL PIPE RECYCLED WATER PIPELINE (LINEAR FEET) Furnish and install approximately 43 linear feet of 6" welded steel pipe (t=3/16"), flanges, fittings, tees, valves, coatings, linings, connections to existing pipelines, copper bond wire and locator wire, utility marker tape, and pressure testing required for full complete installation, site work including but not limited to trench excavation, dewatering and any required water disposal, rock excavation and dis- posal, includes over-excavation up to 6-inches below subgrade, granular bedding with specified back- fill, compaction, and all other items as shown in Contract Documents, all in accordance with the Spec- ifications. BID ITEM NO. 11 - BOX CULVERT CROSSING (LUMP SUM) At two locations defined on the Plans, core drill existing box culvert and furnish and install steel casing (t=3/16"), PVC carrier pipe, casing spacers, end seals, link seals, fittings, adapters, thrust restraints, coatings, linings, cathodic protection, connections to existing pipelines, utility marker tape, valves, and pressure testing required for full complete installation, site work including but not limited to trench excavation, dewatering and any required water disposal, rock removal, includes over-excavation up to 6-inches below subgrade, granular bedding with specified backfill, compaction, and all other items as shown in Contract Documents, all in accordance with the Specifications. BID ITEM NO. 12 - PAVEMENT REPAIR (LUMP SUM) The contract unit price paid for this bid item shall constitute full compensation to furnish and install the asphalt concrete including, but is not limited to, the preparation of the grade and subgrade, aggregate base, cold milling, asphalt and overlay, and replacement of damaged striping, markings and pavement markers to the satisfaction of the City. BID ITEM NO. 13 - 2" RECYCLED WATER SERVICE (EACH) The contract unit price paid for this bid item shall constitute full compensation to furnish and install 2" recycled water service per Carisbad Municipal Water District Standard Drawing No. W-4, to the satis- faction of the City. Revised 1/30/13 Contract No. 52081 Page 120 of 191 V BID ITEM NO. 14 - 1" RECYCLED WATER SERVICE (EACH) The contract unit price paid for this bid item shall constitute full compensation to furnish and install 1" recycled water sen/ice per Carisbad Municipal Water District Standard Drawing No. W-3, to the satis- faction of the City. BID ITEM NO. 15 - 2" BLOW OFF ASSEMBLY (EACH) The contract unit price paid for this bid item shall constitute full compensation to furnish and install 2" blow off assembly per Carlsbad Municipal Water District Standard Drawing No. W-6, to the satisfaction of the City. BID ITEM NO. 16 - 2" MANUAL AIR VALVE (EACH) The contract unit price paid for this bid item shall constitute full compensation to furnish and install 2" manual air valve per Carisbad Municipal Water District Standard Drawing No. W-6, to the satisfaction of the City. BID ITEM NO. 17 - 2" COMBINATION AIR VALVE ASSEMBLY (EACH) The contract unit price paid for this bid item shall constitute full compensation to furnish and install 2" combination air valve assembly per Carisbad Municipal Water District Standard Drawing No. W-7, to the satisfaction of the City. BID ITEM NO. 18 - Project Sign (EACH) The contract unit price paid for this bid item shall constitute full compensation to furnish and install an sign at least four feet tall by eight feet wide made of % inch thick exterior grade plywood in a prominent location on the project site and in good working condition for the duration of the construction period. The sign shall include the following color logos (available from the District) Clean Water State Revolv- ing Fund, Water Boards, EPA, and Carisbad Municipal Water District. The sign shall also include the following disclosure statement "Funding for this project has been provided in full or part by the Clean Water State Revolving Fund through an agreement with the State Water Resources Control Board. California's Clean Water State Revolving Fund is capitalized through a variety of funding sources, including grants from the United States Environmental Protection Agency and state bond proceeds." BID ITEM NO. 19 - ALL OTHER WORK (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 but not specifically listed in bid items A-1 through A-18, to the satisfaction of the City. Revised 1/30/13 Contract No. 52081 Page 121 of 191 BID SCHEDULE "B" - PIPELINE EXPANSION SEGMENT 7 BID ITEM NO. 1 - MOBILIZATION (LUMP SUM) Description - The Contractor shall be paid a fixed lump sum price for the cost of providing bonds, insurance, permits, financing, and moving equipment to and from the job site. This item shall be paid with the first monthly progress payment to the Contractor after award of the contract and shall include the costs of such mobilization and administration of the entire contract period. BID ITEM NO. 2 - EXCAVATION SUPPORT SYSTEMS (LUMP SUM) The contract unit price paid for this bid item shall constitute full compensation to furnish and install the sheeting, shoring, and bracing, or equivalent in accordance with the plans and contract documents. This includes, but is not limited to, the preparation and submittal of plans by a licensed Engineer and obtaining the required permit from the State Division of Industrial Safety and other agencies having jurisdiction. BID ITEM NO. 3 - PRECONSTRUCTION VIDEOS AND PHOTOGRAPHS (LUMP SUM) Payment for the Preconstruction Videos and Photographs shall be made at the contract lump sum price, complete and in accordance with the Contract Documents and as directed by the City. The contract price for work under this item shall include, but not be limited to, fumishing all labor, material, tools and equipment, and performing all work required for preconstruction videos and photographs and all other work necessary to complete this item of work as described in the Contract Documents. BID ITEM NO. 4 - STORM WATER & NON-STORM WATER POLLUTION CONTROL (LUMP SUM) The contract unit price paid for this bid item shall constitute full compensation to furnish stormwater compliance in accordance with the latest regulatory requirements, the plans, and contract documents. This work shall include, but not be limited to providing construction best management practices plans (BMPs), completion and implementation of water pollution measures in strict accordance with the State Water Board, obtaining the necessary permits per latest regulations, maintenance of storm water and non-storm water best management practices (BMPs) throughout the duration of all Work. BID ITEM NO. 5 - TRAFFIC CONTROL (LUMP SUM) The contract unit price paid for this bid item shall constitute full compensation to furnish traffic control in accordance with the latest regulatory requirements, the plans, and contract documents. This work shall include, but not be limited to designing, completion and implementation of traffic control plans, obtaining the necessary permits per latest regulations, installation and maintenance of the traffic con- trol equipment throughout the duration of all Work effecting traffic. BID ITEM NO. 6 - 8-INCH RECYCLED WATER PIPELINE (LINEAR FEET) Furnish and install approximately 1,753 linear feet of 8" C900 PVC DRI 4, flanges, fittings, tees, valves, thrust restraints, concrete anchor blocks, concrete, gaskets, nuts, bolts, coatings, linings, connections to existing pipelines, copper bond wire and locator wire, utility marker tape, and pressure testing re- quired for full complete installation, site work including but not limited to trench excavation, dewatering and any required water disposal, rock excavation and disposal, includes over-excavation up to 6- inches below subgrade, granular bedding with specified backfill, compaction, and all other items as shown in Contract Documents, all in accordance with the Specifications. BID ITEM NO. 7 - 6-INCH RECYCLED WATER PIPELINE (LINEAR FEET) Furnish and install approximately 1,717 linear feet of 6" C900 PVC DRI 4, flanges, fittings, tees, valves, thrust restraints, concrete anchor blocks, concrete, gaskets, nuts, bolts, coatings, linings, connections to existing pipelines, copper bond wire and locator wire, utility marker tape, and pressure testing re- quired for full complete installation, site work including but not limited to trench excavation, dewatering and any required water disposal, rock excavation and disposal, includes over-excavation up to 6- Revised 1/30/13 Contract No. 52081 Page 122 of 191 inches below subgrade, granular bedding with specified backfill, compaction, and all other items as shown in Contract Documents, all in accordance with the Specifications. BID ITEM NO. 8 - 4-INCH RECYCLED WATER PIPELINE (LINEAR FEET) Furnish and install approximately 1,071 linear feet of 4" C900 PVC DRI 4, flanges, fittings, tees, valves, thrust restraints, concrete anchor blocks, concrete, gaskets, nuts, bolts, coatings, linings, connections to existing pipelines, copper bond wire and locator wire, utility marker tape, and pressure testing re- quired for full complete installation, site work including but not limited to trench excavation, dewatering and any required water disposal, rock excavation and disposal, includes over-excavation up to 6- inches below subgrade, granular bedding with specified backfill, compaction, and all other items as shown in Contract Documents, all in accordance with the Specifications. BID ITEM NO. 9 - PAVEMENT REPAIR (LUMP SUM) The contract unit price paid for this bid item shall constitute full compensation to furnish and install the asphalt concrete including, but is not limited to, the preparation of the grade and subgrade, aggregate base, cold milling, asphalt and overiay, and replacement of damaged striping, markings and pavement markers to the satisfaction of the City. BID ITEM NO. 10 - 2" RECYCLED WATER SERVICE (EACH) The contract unit price paid for this bid item shall constitute full compensation to furnish and install 2" recycled water service per Carisbad Municipal Water District Standard Drawing No. W-4, to the satis- faction of the City. BID ITEM NO. 11 - 1" RECYCLED WATER SERVICE (EACH) The contract unit price paid for this bid item shall constitute full compensation to furnish and install 1" recycled water sen/ice per Carisbad Municipal Water District Standard Drawing No. W-3, to the satis- faction of the City. BID ITEM NO. 12 - 2" BLOW OFF ASSEMBLY (EACH) The contract unit price paid for this bid item shall constitute full compensation to furnish and install 2" blow off assembly per Carisbad Municipal Water District Standard Drawing No. W-6, to the satisfaction of the City. BID ITEM NO. 13 - 2" MANUAL AIR VALVE (EACH) The contract unit price paid for this bid item shall constitute full compensation to furnish and install 2" manual air valve per Carisbad Municipal Water District Standard Drawing No. W-6, to the satisfaction of the City. BID ITEM NO. 14 - 2" COMBINATION AIR VALVE ASSEMBLY (EACH) The contract unit price paid for this bid item shall constitute full compensation to furnish and install 2" combination air valve assembly per Carisbad Municipal Water District Standard Drawing No. W-7, to the satisfaction of the City. BID ITEM NO. 15 - Project Sign (EACH) The contract unit price paid for this bid item shall constitute full compensation to furnish and install an sign at least four feet tall by eight feet wide made of % inch thick exterior grade plywood in a prominent location on the project site and in good working condition for the duration of the construction period. The sign shall include the following color logos (available from the District) Clean Water State Revolv- ing Fund, Water Boards, EPA, and Carisbad Municipal Water District. The sign shall also include the following disclosure statement "Funding for this project has been provided in full or part by the Clean Water State Revolving Fund through an agreement with the State Water Resources Control Board. Revised 1/30/13 Contract No. 52081 Page 123 of 191 California's Clean Water State Revolving Fund is capitalized through a variety of funding sources, including grants from the United States Environmental Protection Agency and state bond proceeds." BID ITEM NO. 16 - ALL OTHER WORK (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 but not specifically listed in bid items B-1 through B-15, to the satisfaction of the City. Revised 1/30/13 Contract No. 52081 Page 124 of 191 ""OlUmf 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. Penneable 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 ma- terial shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200-1.2.2(B). When permeable material is required and the class or kind is not specified. Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless othenwise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200-1.2.2(B). TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Sieve Sizes Percen Type A tage Passing TypeB 50-mm (2") — 100 37.5-mm (IV2") — 95-100 19-mm (^/4") 100 50-100 12.5-mm (V2") 95-100 — 9.5-mm 70-100 15-55 4.75-mm (No. 4) 0-55 0-25 2.36-mm (No. 8) 0-10 0-5 75-um (no. 200) 0-3 0-3 TABL CLASS 2 PE .E 200-1.2.2(B) RMEABLE MATERIAL Sieve Sizes Percentage Passing 25-mm (1") 100 19-mm (=^/4") 90-100 9.5-mm (%") 40-100 4.75-mm (No. 4) 25-40 2.36-mm (No. 8) 18-33 600-um (No. 30) 5-15 300-um (No. 50) 0-7 75-um (no. 200) 0-3 Revised 1/30/13 Contract No. 52081 Page 125 of 191 200-2 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 Ag- gregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum Operating Operating Sieve Sizes Range Range 2" 100 — 11/2" 90-100 — 1" — 100 3/4" 50-85 90-100 No. 4 25-45 35-60 No. 30 10-25 10-30 No. 200 2-9 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the re- quirements specified for "Operating Range" but meet the "Contract Compliance" requirements, place- ment 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 infonnation, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the re- quirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. Revised 1/30/13 Contract No. 52081 Page 126 of 191 SECTION 201 - CONCRETE, MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) PORTLAND CEMENT CONCRETE Type of Construction Concrete Class Maximum Slump mm (Inches) All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) (^) (2) Trench Backfill Slurry 115-E-3 (190-E-400) 200 (8") Street Light Foundations and Sun/ey Monuments 330-C-23 (560-C-3250) 100 (4") Traffic Signal Foundations 350-C-27 (590-C-3750) 100 (4") Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.4(a) Integral Colored Concrete. Add the following: Integral color shall consist of colored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pigments shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architec- tural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see prod- uct 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 sched- ule for integral colored concrete. Admixture for all integral colored concrete paving in medians and other integral colored concrete shall be the following: Color: Match Existing Curing: Scofield Colorcure Concrete Sealer (or approved equal). Supplemental Provisions for Concrete Curing Materials. See Section 201 of these Revised 1/30/13 Contract No. 52081 Page 127 of 191 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 manufac- turer'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: Random stone stamped pattern with heavy sandblast 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 VOC Content: None (0 g/l) 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. Method of Application: Airiess sprayer. Revised 1/30/13 Contract No. 52081 Page 128 of 191 V Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or ap- proved 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 manu- facturer'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 Califomia 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 Vz 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 oth- envise 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 main- tain watertight and airtight continuous seals without causing staining or deterioration of joint sub- strates. 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 prod- ucts 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 othenwise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non- sag. Type II. Revised 1/30/13 Contract No. 52081 Page 129 of 191 V 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 sub- strates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be performed, compressible, resilient, nonstaining, nonwaxing, nonex- truding 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 Designation) Results Conditions 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. Ductility, ASTM D 113 300 mm, min. 25°C, 50 mm/min Flash Point, COC, °C ASTM D 92 288 °C, min. Viscosity, Brookfield Thermosel, ASTM D 4402 2.5-3.5 Pa-s No. 27 Spindle, 20 rpm, 190°C, SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. ADD the following: 203-6.2.1 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within -H/-0.5% of the design mix and the gradation confonns 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 gradinq as shown in Table 203-6.4.3 (A). 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. V Revised 1/30/13 Contract No. 52081 Pans 1.^n nf IQI 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be de- termined 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 Stability^ in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. ^Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +1-5. 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. 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 grade Douglas Fir Headers for bituminous pavement larger than 50 mm X 100 mm (2"x4") Number 1 grade Redwood, or preservative treated number 1 grade Douglas Fir 0 Revised 1/30/13 Contract No. 52081 Page 131 of 191 SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. 206-7.1 Roadside Signs. This work shall consist of fumishing and installing roadside signs in accord- ance with detaNs shown on the plans, the Califomia Sign Specifications and these special provisions Permanent and temporary signs shall be free from blemishes that may affect the serviceabilitv and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 eet. The face of each finished sign shall be uniform, flat, smooth, and free of defects scratches, wnnkles, 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, bums, sharp edges, loose'rivets de- laminated 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, p. Type of retro-reflective sheeting, and Manufacturer's identification and lot number of retro-reflective sheeting. E 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 Spec- ifications. 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 fabncated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Designation D4956 and conforming to the requirements of these special provisions. 206-7.1.5 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminum 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 ad- herent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.1.6 Mounting Traffic Signs. 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. Revised 1/30/13 Contract No. 52081 Ponp i nf 1 QI V 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 di- rection, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Con- tractor'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. Per- manent 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 dis- tance 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, de- laminated skins, excessive adhesive overspray, and aluminum marks. 206-7.2.2 Drawings. Standard signs shall be as per the most recently approved California Sign Spec- ifications. 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 aluminum 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 ad- herent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same man- ner shown on the State of California, Department of Transportation Standard Plans RSI, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). d) Unless 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 m^ (5 ff)oi 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 perfo- rated 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. Revised 1/30/13 Contract No. 52081 Page 133 of 191 206-7.2.7 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 oper- ations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11 mm (7/16") holes on 25 mm (1") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (-HO.01 1", -0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of -1-0.25 mm (-i-O.OlO") applied to the specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16" in 3'). Tolerance for corner radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on corner-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(B). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions mm (inches) Outside Tolerance for All Sides at Corners mm (inches) 25x25 (1x1) 0.13 0.005 32x32 (IV4XIV4) 0.15 0.006 38x38 (IV2XIV2) 0.15 0.006 44x44 (1^/4x1=^/4) 0.20 0.008 51 x51 (2x2) 0.20 0.008 56x56 (2^/l6 X 2V16) 0.25 0.010 57x57 (2V4 X 2V4) 0.25 0.010 64x64 (2V2X2V2) 0.25 0.010 51 x76 (2x3) 0.25 0.010 Revised 1/30/13 Contract No. 52081 Page 134 of 191 TABLE 206-8.2(B) Nominal Outside Dimension mm (Inches) Squareness^^' mm (Inches) Twist Permissible in 900 mm (3") mm(2> (lnches)<^> 25x25 (1x1) 0.15 0.006 1.3 0.050 32x32 (I-V4XI-V4) 0.18 0.007 1.3 0.050 38x38 (I-V2XI-V2) 0.20 0.009 1.3 0.050 44x44 (1-3/4x1-3/4) 0.25 0.010 1.6 0.062 51 x51 (2x2) 0.30 0.012 1.6 0.062 56x56 (2-3/i6X2-3/l6) 0.36 0.014 1.6 0.062 57x57 (2-V4X2-V4) 0.36 1.014 1.6 0.062 64x64 (2-V2X2-V2) 0.38 0.015 1.9 0.075 51 x76 (2x3) 0.46 0.018 1.9 0.075 Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that ei- ther corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull- through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall conform to ASTM B-633, Type III Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -20°C (-4°F) to -H70°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 automat- ically 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. Revised 1/30/13 Contract No. 52081 Page 135 of 191 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 mes- sages. 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 mes- sages 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. Add the following section: 206- 9.4 Measurement and Payment. The contract lump sum price for traffic control shall include full compensation for furnishing all PCMS, 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 no other compensation will be made. SECTION 207 - PIPE 207- 2 REINFORCED CONCRETE PIPE. 207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designations C 361-95 and 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 othenwise 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 Cl 11. Rubber gasket material shall conform to 208-1.2 and AWWA Cl 11 and ANSI A21.11 - 90. 207-9.2.3 Fittings. Add the following: Ductile iron pipe and fittings shall be manufactured in accord- ance 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 othenwise 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 othen/vise 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. Revised 1/30/13 Contract No. 52081 Page 136 of 191 207-10 STEEL PIPE add the following: 207-10.1 General Fabricated Steel Pipe and Fittings shall conform in all respects to Carisbad Munic- ipal 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 Layout Drawings Manufacturer's tests Mill Reports or Plant Test Reports Fabrication Details Dimensional Checks Protective Coatings 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. The top of all pipe and specials shall be cleariy 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 sen/ice shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, C214 and C602 unless othenwise 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). Revised 1/30/13 Contract No. 52081 Page 137 of 191 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) Elongation ASTM D882-88 <50 percent at break Printability ASTM D2578 >50 dynes/square centimeter Flexibility ASTM D671-81 Pliable hand Inks Manufacturing specifications Heat-set Mylex Message repeat Manufacturing specifications Every 500 mm(20") Foil Manufacturing specifications Dead soft/annealed Top layer Manufacturing specifications Virgin PET Bottom layer Manufacturing specifications Virgin LDPE Adhesives Manufacturing specifications >30 percent, solid 1.5#/R Bond strength Boiling H2O at 100 degrees Celsius Five hours without peel Colors APWA Code See Table 207-25.1 (B) TABLE 207-25.1 (B) 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 televisions*!!^ 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 re- quirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321 (e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7,1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petro- leum pipelines - APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specifica- tion for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page 501-14, Para- graph 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. V Revised 1/30/13 Contract No. 52081 Page 138 of 191 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 spec- ifications 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. 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", improve- ments such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete pavement, underiying 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 86-2.05B with the following: 86-2.05B Use. Exposed conduit installed on a painted structure shall be painted the same color as the structure. Unless othenwise indicated, the minimum metric trade size of conduit shall be: 1) From an electrolier to the adjacent pull box shall be Size 41 (1V2" 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 othenwise 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. Revised 1/30/13 Contract No. 52081 Page 139 of 191 86-3 CONTROLLER ASSEMBLIES Add the following: 86-3.04A Cabinet Construction. Controller cabinets shall be fabricated from aluminum sheet. Con- troller 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: 86-3.05F Document Tray. Controller cabinets shall have a pull-out type document tray. Add the following section: 86-3.05G Uninterruptible Power System. An uninterruptible power system (UPS) shall be 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 3F^ 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. 86-5 DETECTORS Replace Section 86-5.01 A(5) with the following: 86-5.01 A(5) Installation Details. Installation and tests shall conform to the details and notes shown on the plans. Unless shown othen/vise each loop shall consist of 3 turns of conductor as specified in Section 86-5.01 A(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 Vs 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 D5329, Sec. 12 25%, min. Softening Point D36 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, No. 27 Spindle, 20 rpm, 190°C D4402 2.5-3.5 Pa-s The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Tem- perature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot-melt Revised 1/30/13 Contract No. 52081 Page 140 of 191 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 cleariy 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 sensi- tivity 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 moni- toring 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 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: 86-5.01 B 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: 86-5.01 B(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. Revised 1/30/13 Contract No. 52081 Page 141 of 191 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 10 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 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: 86-5.01 B(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: 86-5.01 B(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 II 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. Revised 1/30/13 Contract No. 52081 Page 142 of 191 Add the following section: 86-5.01 B(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: 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 - Detector Signal #1 Blue - Detector Signal #2 Orange - Power (-i-) Bare (Drain) - Common or Ground The shield shall be either tinned copper braid or aluminized polyester film with a nominal 20 percent overiap. Where the film is used, an 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 IPCEA/NEMA. 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: 86-5.01 B(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 II signals at a range of up to 2,500 feet. 2. Decoding the signal on the basis of frequency 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: Revised 1/30/13 Contract No. 52081 Page 143 of 191 Pins Function Pins Function A Ground P Not used D Channel A primary detector input R Detector 24 VDC power output E Detector 24 VDC power output S Not used F Channel A output, collector (-1-) T Not used H Channel A output, emitter (-) U Not used J Channel B primary detector input V Detector ground K Detector ground w Channel B output collector (-1-) L Earth ground X Channel B output emitter (-) M AC - (in) Y Not used N AC + (in) z 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 Function 13 Auxiliary detector 2 input, Channel A 14 Auxiliary detector 1 input, Channel B 15 Auxiliary detector 2 input, Channel B 28 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 D-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: Revised 1/30/13 Contract No. 52081 Page 144 of 191 Position Assignment 4 Channel A detector input, 1 module (Slot J-12) 5 Channel B detector input, 1 module (Slot J-12) 7 Channel A detector input, 2"^* module (Slot J-13) 8 Channel B detector input, 2"" 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 forthe auxiliary detectors shall terminate on terminal board TB-0 in the controller cabinet. Position assignments are as follows: Position Assignment 7 -I-24VDC from (J-13E) 8 Detector ground from (J-13K) 9 Channel A auxiliary detector input 1 10 Channel A auxiliary detector input 2 11 Channel B auxiliary detector input 1 12 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: 86-5.01 D(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 in RS170 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 Revised 1/30/13 Contract No. 52081 Page 145 of 191 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 confimn 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. 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. Revised 1/30/13 Contract No. 52081 Page 146 of 191 V 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 -i-74°C (-29°F to •i-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 RSI 70 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 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 -H60°C (-29°F to +^40°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 10m (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 100m (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. Revised 1/30/13 Contract No. 52081 Page 147 of 191 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 RSI 70 or CCIR format. The video signal shall be fully isolated from the camera enclosure and power cabling. Add the following section: 86-5.01 D(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: 86-5.01 D(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. Add the following section: 86-5.01 D(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. Revised 1/30/13 Contract No. 52081 Page 148 of 191 SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.5(A) Surface to be Painted Pre-Treatment / Surface Prepara- tion Primer Finish Coats Temporary Railing type (K) Abrasive Blast Cleaning to a Roughened, Textured Appearance None Two coats white Acrylic Emulsion Paint ^ I; acrylic emuision paini aesignea lor use on exienor masonry, i nis paini snaii compiy in an respecis lo i-eaerai bpeciricaiion i i -t'-in (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CALTRANS Specification No. 8010-004 (Type 11). CALTRANS Specifications for water borne paint, thennoplastic material and glass beads may be ob- tained from the CALTRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, tel- ephone 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 priorto galvanizing is required only where seal welding is shown on the plans or specified in these special provisions. Except for pre-galvanized standard pipe, galva- nizing 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 ft^) of actual surface area with no individual specimen having a coating weight of less than 305 g per square meter (1.0 oz. perft^). Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53. Galvaniz- ing will not be required for stainless steel, monel metal and similar corrosion resistant parts. 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 neces- sary to straighten any sections after galvanizing, the work shall be performed without damage to the zinc coating. Revised 1/30/13 Contract No. 52081 Page 149 of 191 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 speci- fied, galvanizing shall be performed after fabrication. Components of bolted assemblies shall be gal- vanized 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 re- quirements 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 appli- cation of the zinc coating shall be repaired by thoroughly wire brushing the damaged areas and re- moving all loose and cracked coating, after which the cleaned areas shall be painted with two appli- cations 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 Or- ganic 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): Table 212-1.2.4(6) SOIL AMENDMENT PROPERTIES Property Minimum Maximum Dry Weight Nitrogen (1) (1) Dry Weight Passing 25 mm (1") Sieve 100% 100% Dry Weight Passing #4 Sieve 95% 100% Dry Weight Passing #16 Sieve 45% 65% Dry Weight Passing #30 Sieve 30% 40% Dry Weight Passing #50 Sieve 0% 10% Dry Weight Passing #100 Sieve 0% 2% Salinity (1) (1) Iron ( Dilute acid soluble on dry weight basis) 0.08% Ash (dry weight basis) 0% 6.0% pH 6.0 7.0 Wettability (1) (1) (1) (As Required by Table 212-1.2.4(A) SSFWC) Revised 1/30/13 Contract No. 52081 Page 150 of 191 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 ''s^ 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 "West- ern 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 require- ments 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 Hy- droseeding and Hydroseed shall be synonymous with Hydraulic for the purposes of Section 212. Dis- turbed 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 in- hibitors. 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 ap- plied, the fibers shall form a moisture absorbing membrane with adequate percolation properties suf- ficient 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 cleariy 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 Table 212-1.2.5.1 (A) c Table 212-1.2.5.1 (A) DISTURBED AREA MULCH FERTILIZER AND ADDITIVES Component App grams per sq. meter ication Rate (pounds per acre) Virgin Wood Cellulose Fiber Mulch 225 (2000) Binder (1) 7 (60) Fertilizer (16-20-0) Ammonium Phos- phate Sulfate, Plus 15% Soil Sulfur 35 (300) 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 ad- herence 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 (CaS04 H2O) product - 94.3 percent. 90 percent shall pass a 50-mesh screen. Control of dust during application is mandatory. Revised 1/30/13 Contract No. 52081 Page 151 of 191 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 fomns 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 germina- tion. Contractor shall provide the Engineer with each seed bag label used in the Work. 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 (^) Festuca Megalura, Zorro Fescue 2.5 20 Eschscholzia Californica 0.35 3 Achillea Millefolia 0.45 4 Alyssum (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 drilling or broadcasting immediately before hydraulic application of the remaining seed mix and mulch. Add the following section: 212-1.3.2 Seed for Southern Willow Scrub and Riparian Scrub Areas. Hydroseeding mix for the Southern Willow Scrub and Riparian Scrub area shall consist of no less than the seed varieties shown in Table 212-1.3.2(A). 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 sci- entific 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 Univer- sity 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 clear- ance from the County Agricultural Commissioner, as required by law, before planting plants delivered Revised 1/30/13 Contract No. 52081 Page 152 of 191 V 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, determi- nation 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 show- ing 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 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 fumished, 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 ap- proved 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 notifi- cation 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. V Revised 1/30/13 Contract No. 52081 Page 153 of 191 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 ob- taining 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-biodegrada- ble, weed-free wheat straw of thickness and density yielding 270 grams per square meter (0.50 Ib./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 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. Intemnittent 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 (%") 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 IPS standard weight 125 LB 85 percent copper and 15 percent zinc, trade designation seamless red brass pipe conforming to the require- ments of ASTM B43-91. Brass pipe fittings and connections shall be Standard 125 LB class 85 per- cent red brass fittings and connections. Revised 1/30/13 Contract No. 52081 Page 154 of 191 212-2.2.7 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-rein- forced seats, and reinforced TFE stem packing seals. Valves sizes 13 mm (Va") 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. 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-pm mesh or perforated sheet with 1.14 mm (0.045") diameter holes. All other wye strainers shall be equipped with 425-pm 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 draw- ings, with four ports. Drip tubing for emitter outlets shall be Rainbird (RBT-160V), Saico, or approved equal. Drip tubing stakes shall be Rainbird No. RS-13, SaIco, 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 Sen/ices, 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 dif- ferential 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 othenwise shown on the plans. Backflow preventer shut-off valves shall be manufactured from iron or bronze and shall be either resilient Revised 1/30/13 Contract No. 52081 Page 155 of 191 wedged gate valves, resilient seated and fully ported ball valves, or resilient seated butterfly valves. Threaded type shut-off valves shall be providecl 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. Add the following section: 212-2.5 Flexible Hose.— Flexible hose shall be nonrigid polyvinyl chloride (nonrigid PVC) hose con- forming 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 accord- ance with ASTM Designation: D 2122. TABLE 212-2.5(A) FLEXIBLE HOSE Hose Size-Nominal Minimum Wall Thickness* Range (Millimeters) (Inches) (Millimeters) (Inches) (Percent) 15 % 3.73 0.147 12 20 % 3.91 0.154 12 25 1 4.55 0.179 12 *as measured at any point on the cross section. 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 MATERIALS. 212-3.1 General. Add the following: All electrical materials shall confonn 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 (10') long stainless steel grounding rod and a 50-ohm resistance lightning arrester. Revised 1/30/13 Contract No. 52081 Page 156 of 191 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 Com- pany 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 sen/ice; 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 Electri- cal 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. 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 electri- cal 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 protec- tion 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 10 mm (^6") 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 sen/ice equipment to the concrete pad shall be embedded in the concrete slab between 65 mm and 100 mm (2^/2" 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) Table 213-2.1 (A) GEOTEXTILE APPLICATIONS Application of Geotextile Type Designation Separation of Soil and Street Structural Section 90WS Separation of Soil and Subsurface Aggregate Drain 180N Reinforcement of Street Structural Section 200WS Remediation and Separation of Soil 270WS Reinforcement of Soil 270WS Drainage at the Interface of Soil Structures N/A Drainage at the Interface of Soil and Structures N/A Rock Slope Protection Fabric for Rock Sizes Below 225 kq (!4 Ton) 180N Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (1/4 Ton) 250N Plant Protection Covering 90N Revised 1/30/13 Contract No. 52081 Page 157 of 191 Application of Geotextile Type Designation brosion Control l-ence with 14 AWG -150 mm x 150 mm (6"x6") Wire and 3 m (10') Post Spacing 90WS Erosion Control Fence with 1.8 m (6') Post Spacing and No Wire Fencing 200WS Add the following section: 213-3 EROSION CONTROL SPECIALTIES. Add the following section: 213- 3 Gravel bags. Gravel bags for the use of temporary erosion control shall be buriap type, filled with no less than 23kg (50 lbs) of 19 mm (^/4") 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 70* Avenue East, Tacoma, Markers 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. TABLE 214-5.2(A) REFLECTIVE CHANNELIZER Type Manufacturer of Distributor Safe-Hit SH336SMA Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Carsonite "Super Duck" SDR3036 Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800)648-7916 Repo "The Replaceable Post" Western Highway Products 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 Revised 1/30/13 Contract No. 52081 Page 158 of 191 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the ap- proved 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 de- grees. Color shall be non-fading. Posts shall be 6'-6" long, shall be spaced no more than lO'-O" 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 presen/atives will not be required. Concrete footings for metal posts will not be re- quired. Revised 1/30/13 Contract No. 52081 Page 159 of 191 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 borne 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 grub- bing 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 othenwise 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 witfi 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 the roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and at- tendant 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 coUuvial removal and recompaction shall consist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The Revised 1/30/13 Contract No. 52081 PanP 1 fin nf 1 QI 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 othenwise 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 al- lowed 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 after excavation or those for removal and recompaction of alluvial and coUuvial materials or those for materials excavated to improve the stability of cuts, whichever is lower in elevation. No excavated material which is re-excavated will be measured for payment. Materials excavated or othenwise removed as all or part of any other bid item shall not be measured as Unclassified Excavation. V Revised 1/30/13 Contract No. 52081 Page 161 of 191 300-2.9 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 structure exca- vation and backfill and no additional compensation will be made therefore. 300-4 UNCLASSIFIED FILL 300-4.2 Preparation of Fill Areas, add the following: Except as provided in section 300-4.7, "Com- paction", 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 deter- mined in accordance with ASTM Test Procedure D1557-91. 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 pub- lished by the International Conference of Building Officials. Should insufficient soils meeting the re- quirement 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. 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 inter- vening 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 ac- ceptable sizes or removed from the site by the Contractor. If disposed of within the City of Carisbad, Revised 1/30/13 Contract No. 52081 Page 162 of 191 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 thari 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 gradinq 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 excava- tion, 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 foHowing requirements. Rock included in the top 1 m (3') of imported borrow shall be particles of ess than 75 mm (3 ). Rock included below the top 1 m (3') of imported borrow shall be particles of less than 150 mm (6 ). TABLE 300-5.2.1 (A) Tests Test Method No. Requirements R-Value Calif. 301 40 Min. Expansion Index UBC Standard 18-2 10 Max. Plasticity Index ASTM D 424 4 Max. Sieve Analysis ASTM D 422 Percent Passing 75u (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 conformina to the requirements shown on the plans, as specified herein, and as elsewhere required by the Con tract Docurnents. 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 Prac- tices, as defined herein, and to properiy 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 Revised 1/30/13 Contract No. 52081 Page 163 of 191 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 pro- cedures, 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, "Storm Water Best Management Practices Handbook, Construction", January 2003 edition as published by the Cal- ifornia Storm Water Quality Association. The Contractor shall maintain a copy of the "Storm Water 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. 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, con- forming 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 there- fore. 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, hereafter re- ferred to as the "SWPPP". The SWPPP shall conform to the requirements of the "Greenbook" Stand- ard Specifications for Public Works Construction, the requirements in the California Storm Water Qual- ity Association, Storm Water 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 Revised 1/30/13 Contract No. 52081 Page 164 of 191 V 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 pro- ceed, 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 main- tain 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. 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 pol- lutants 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 Amend- ments 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 Revised 1/30/13 Contract No. 52081 Page 165 of 191 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 re- sponsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless othenwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall con- tinue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspen- sion of Work". Requirements for installation, construction, inspection, maintenance, removal and dis- posal of control measures are specified in the "Handbook" and these supplemental provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be j 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 deter- mined 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 iden- tified 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 properiy 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. Revised 1/30/13 Contract No. 52081 Page 166 of 191 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 identi- fied 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 addi- tional cost to the City. SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301 -1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")". 301 -1.3 Relative Compaction. Delete the 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 con- structed 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, mate- rials; 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 contrac- tor'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. Revised 1/30/13 Contract No. 52081 Page 167 of 191 {Name of Contractor _ {Address of Contractor {Contractor's License Numbei) {Date) As a part of the City of Carlsbad's ongoing program to maintain its streets, your street wiii be ^^^^^Hj^^Hi^^^^^l) beginning in two or tiiree weel(s. Tiiis process requires tliat your street be closed for ^^HH starting at 7:00 a.m. and continuing untii the Contractor removes the traffic controi devices. You will be notified 72 hours in advance of the day your street wili be closed by a brightly colored 3 Vz" x 8 Vz" card attached to your doorknob. You will also notice tempo- rary no parking signs on your street with a specific no parking date written on it. A successful street maintenance program depends on your cooperation. Please do not drive, walk, play, skate or allow pets on the street until it is opened by the Contractor. Furthermore, please do not wash your car or 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 street 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 damage some surfaces, may mark surfaces that you track it on, and may be very difficult to remove. {Name of Contractoi) is the Contractor that will be performing the resurfacing work for the City and you may call them at {24 hour per day attended telephone number in the 760 area code) for any questions you may have about the project. On the day your street is surfaced mail delivery may be delayed until the next day. You will not know the exact date your street will be closed until you receive the 3 Va" x 8 Va" 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 concerns which are not addressed by the Contractor, please cail the City's Engineering Inspection Department at 602-2780. They will assist you in resolving the concerns. The City of Carlsbad has some of the finest streets in the county due to the con- cern and cooperation of citizens like you. Your cooperation is greatly appreci- ated." Revised 1/30/13 Contract No. 52081 Page 168 of 191 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 busi- nesses. 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 impend- ing 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 infonnation. 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 knowl- edgeable 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 door- knob 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 "A", 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 foilowing: 302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and termini to all struc- tures 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 com- paction shall be as approved by the Engineer. 302-5.6.1 General, modify as follows: Second paragraph. Part (2), add: Pinched joint rolling proce- dures shall be required, and vibratory rollers shall be limited to breakdown, unless othenwise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed othenvise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.8 Manholes (and other structures), delete the first paragraph and replace with the following: When placing the 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 overiay is placed and shall be thoroughly cleaned of any and all construction debris which may have entered due to the Contractor's operation. Revised 1/30/13 Contract No. 52081 Page 169 of 191 The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. Wl 1 or CMWD Standard Drawing No. W13. All City of Carlsbad sanitary sewer access covers shall be ad- justed per CMWD Drawing No. SI. All storm sewer access covers shall be adjusted per SDRSD D- 10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Raising and 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, materi- als, 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 resto- ration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, re- moval 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-lh 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-lh emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m^ to 0.45 Urrf (0.05 to O.IOgallons 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 fuil depth asphalt concrete patch shall be B-AR-4000. The asphalt concrete so constructed shall have a finish surface and density confonning to subsection 302-5.6.2 SSPWC. 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 con- form to the requirements of ASTM Dl 190. 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 cleariy 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 overiap onto adjacent pavement. Revised 1/30/13 Contract No. 52081 Page 170 of 191 V 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 emer- gent 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 desig- nated 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 require- ments of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equip- ment, 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 profes- sional 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 false- work. 2. Temporary bracing or methods to be used during each phase of erection and removal of the false- work. 3. Concrete placement sequence. 4. Erection and removal sequence. 5. Deflection values for the falsework that include recommended methods to compensate for false- work 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: Revised 1/30/13 Contract No. 52081 Page 171 of 191 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, _ ACCESS RAMPS, AND DRIVEWAYS. fj 303-5.5.2 Curb, add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2{A) Curb Face Markings Type of underground facilities Marking Water Service Lateral W Sewer Service Lateral S Irrigation Water Lateral or Sleeve RW 303-5.9 Measurement and Payment, add the following: Curb and gutter, and curb, shall be con- sidered as continuing across driveways and access ramps when constructed adjacent thereto. Nei- ther 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" - 10 guage wire mesh throughout. Add the following: 303-6.5 IHHHH^I^^^ ^<^'°'' application method "B" (integral color). Color shall be per Section 201-1.2.4(a). The pattern shall be H pattern or approved equal. The pattern shall match the existing median condition adjacent to the prposed construction along ^| Street. 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 indude 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. SECTION 304 - METAL FABRICATION AND CONSTRUCTION 304- 3 CHAIN LINK FENCE. 304-3.2 Fence Construction, add the following: Fence shall match height of existing chain link fence located 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 ptate 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. Revised 1/30/13 Contract No. 52081 Page 172 of 191 J 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 othenwise approved by the Engineer. It is recog- nized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review pro- cess 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 (l<mfi) + SLOPE X 100] X LANES 1000 8 PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (mph) + SLOPE X 100] X LANES 1000 5 where: PS = plate score. ADT = average daily traffic as defined in the Federal Highway Administration (FHWA) Man- ual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. EWL = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. DAYS = total number of 24 hour periods during which the plates will be utilized at the site being considered. WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. NIGHTS = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. WEATHER = total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. SPEED = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. SLOPE = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. LANES = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to 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. Revised 1/30/13 Contract No. 52081 Page 173 of 191 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 regula- tions 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 Stand- ard Specifications. The trench shoring shall be designed and installed to support the steel plate bridg- ing 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 bndging 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 move- ment. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be filled with elastomeric sealant matenal 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 W) steel bolts placed through the plate and driven into holes drilled 300 mm (12") into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a mini- mum 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. V Revised 1/30/13 Contract No. 52081 Page 174 of 191 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 FG •R A GIVEN TRENCH WIDTH Maximum Trench Width Minimum Plate Thickness 0.3 m (10") 13 mm (V2") 0.6 m (23") 19 mm (=^/4") 0.8 m (31") 22 mm C/s") 1.0 m (41") 25 mm (1") 1.6 m (63") 32 mm (1 VA") the Engineer for review and approval in accordance with section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CALTRANS Bridge Design 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 CALTRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Con- tractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and pad- ding, 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 Carisbad 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 pro- vide Gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans. 306-1.3.1 General, add the following: The Contractor shall install detectable underground utility mark- ing 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. Revised 1 /30/13 Contract No. 52081 Page 175 of 191 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the follow- ing: Temporary bituminous resurfacing materials which are placed by the Contractor are for its con- venience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of pemianent resurfacing only when approved by the Engineer. When temporary bitumi- nous 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 tem- porary 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 tem- porary 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 (VA") nylon pull ropes in all conduit. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless othenwise 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 properiy compacted soils. Payment for re- moval and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grub- bing, 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 con- struction of street lighting and traffic signals. SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.3.2 Fertilization and Conditioning Procedures, add the following: The Contractor shall cul- tivate the surface of all areas to be planted or hydroseeded by discing, ripping or scarifying the finish grade. After cultivation the Contractor shall clear the planting areas of stones to the depth of cultivation and shall be rake the planting areas to a smooth friable and plantable surface. The Contractor shall cultivate all planting areas, except slopes steeper than 3-1/2:1 (horizontal to vertical), to a depth of 300 mm (12"). The planting areas that are slopes steeper than 3-1/2:1, shall be cultivated to a depth of 150 mm (6"). After cultivation, the soil amendments shown in table 308-2.3.2(A) shall be thoroughly blended 150 mm (6") deep in all planting areas. Except for planting pits the cultivation depths are designated as the root area. Backfill for planting pits shall conform to the requirements of section 308- 4.5. After surface preparation and application of the soil amendments shown in Table 308-2.3.2(A) the Contractor shall obtain a minimum of one test for each soil property listed in Tables 308-2.3.2(B) and 308-2.3.2(C) from each median planter, at least one test per 150 m (500') from each parkway and Revised 1/30/13 Contract No. 52081 Page 176 of 191 for each hectare (2.5 acres) of hydroseeded area and shall submit the results of said tests to the Engineer. The Contractor shall then adjust the soil properties to the acceptable ranges of soil proper- ties shown in Tables 308-2.3.2(6) and 308-2.3.2(C) using such materials and methods as may be necessary. Organic soil amendment materials shall not be included in the samples used to determine compliance to the soil particle gradation requirements of Table 308-2.3.2(C). If adjustments are nec- essary the soil shall be tested by the Contractor after such adjustments for each soil property listed in Table 308-2.3.2(6) and 308-2.3.2(C) to determine that the adjustments to the soil made by the Con- tractor result in soil properties within the acceptable range. The Contractor shall adjust the soil prop- erties and show acceptable ranges prior to any planting or application of hydroseed slurry. Prior to the start of any planting or application of hydroseed slurry the surface and root area shall be evenly and thoroughly moistened to no less than 75 percent of field capacity. The Contractor shall certify, in writing, that the ground surface has been prepared in accordance with this section and shall request inspection by the Engineer prior to any planting or seeding. The Contractor shall obtain the Engineer's approval before any planting or hydroseeding. TABLE 308-2.3.2(A) SOIL AMENDMENTS Soil Amendment Metric Application Rate Approx. U.S. Application Rate Agricultural Gypsum 500 g per square meter 100 lbs. per 1,000 square feet Iron Sulfate 50 g per square meter 10 lbs. per 1,000 square feet Calcium Carbonate Lime 500 g per square meter 100 lbs. per 1,000 square feet Organic Soil Amendment 0.04115 cubic meters per square meter (average depth 41 mm) 5 cubic yards per 1,000 square feet (average depth 1 %") TABLE 308-2.3.2(B) SOIL PROPERTIES Soil Property Acceptable Range Test Method Repeatability Range of Test pH 6.5 to 7.3 Saturation Paste pH ±0.1 pH Dissolved Salts (ECe) < 4.0 dS m-^ Saturation Paste Solu- ble Salts ± 7% Liquid Limit N/A to 30 ASTM D 423 ± 2 Plasticity Index NPto 10 ASTM D424 ± 2 TABLE 308-2.3.2(0) SOIL PARTICLE ( SRADATION Sieve Siize Percent Passing 19 mm (74") 100 9.5 mm {%") 95-100 4.75 mm (No. 4) 60-85 1.89 mm (No. 10) 40-75 475 um (No. 40) 35-70 75 ^im (No. 200) 30-70 For areas to receive planting of all types, excluding only hydroseeding, the Contractor shall amend the prepared soil by blending 200 g of 7-7-7 fertilizer per square meter (40 lbs. per 1,000 square feet) into the top 150 mm (6") of soil after the completion of adjustment of soil properties and acceptance of the planting area by the Engineer. The Contractor shall apply post-plant 12-4-6 fertilizer at the rate of 20 pounds per 1,000 square feet, 30 days after planting and every 30 days through the end of the maintenance period. Revised 1/30/13 Contract No. 52081 Page 177 of 191 308-2.4 Finish Grading, add following: The Contractor shall prepare the finish grade in hydroseed slope areas with a moderately rough texture to provide a suitable surface for adherence of the hy- droseed mix. 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 planted 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 pemianent 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 othenvise 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 Con- tractor 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 Ta- bles 308-2.3.2(6) and 308-2.3.2(0) and then blend the amendments listed in Table 308-4.5(A) into the backfill for planting holes. TABLE 308-4.5(A) BACKFILL AN D AMENDMENTS FOR TREE AND SHRUB PLANTING Soil Amendment Metric Application Rate Approx. U.S. Application Rate Agricultural Gypsum 18 kg per cubic meter 30 lbs. per cubic yard Iron Sulfate 600 g per cubic meter 1 lb. per cubic yard Calcium Carbonate Lime 6 kg per cubic meter 10 lbs. per cubic yard Organic Soil Amendment 0.67 cubic meters per cubic meter % cubic yards per cubic yard Planting Tablets ^ 1 per 100 mm dia. pot container 1 per 4" dia. pot container Planting Tablets ^ 2 per 19 liter container 2 per 5 gal. container Planting Tablets ^ 1 per each 50 mm width of each box- size container 1 per each 2" width of each box- size container Revised 1/30/13 Contract No. 52081 Paae 178 of 191 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 struc- ture. Pruning may be done only with the approval of, and in the presence of, the Engineer. Cuts over 19 mm (%") 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 Rarriers. 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 520 mm (20V2") 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 overiap at splices or damaged areas. Splices and repair patches shall be stitched to the root barrier material by a run- ning stitch of no less than 6 6 1 stitches per 25 mm (1"). 308-4.6 Plant Staking and Guying, add the following: The Contractor shall install all boxed trees per drawings L-1 and L-2 of the San Diego Regional Standard Drawings unless details shown on the project plans differ therefrom. 308-4.8.2(b) Method B. add the following: The Contractor shall prepare hydroseeding slurry on the job site. Slurry additives shall arrive at the site in bags sealed and properiy identified by the manufacturer. All specified additives and water shall be added on the job site at the rates specified and shall be thoroughly mixed at the job site. The Contractor shall add seed to the slurry after the fiber mulch has been thoroughly incorporated. The Contractor shall spray all areas with a uniform, visible coat using the green color of the mulch as a guide. The Contractor shall apply the slurry in a sweeping motion, in an arched stream so as to fall like rain allowing the mulch fibers to built on each other until a good coat is achieved and the material is spread, evenly, at the required rate per area. The Contractor shall use care not to drag spray hoses over container planted material and shall attempt to spray from the edges of the planting areas wher- ever possible. Any slurry mixture which has not been applied to the planting areas within four (4) hours after mixing is be rejected and removed from the project at the Contractor's expense. Any slurry spilled into areas outside the limits of work shall be cleaned up at the Contractor's expense to the satisfaction of the Engineer. The Contractor shall assure that the site is properly prepared. The Contractor shall repair all tire ruts created by the equipment. Areas needing grading repair prior to hydroseeding shall be blended and floated to match surrounding grades. Areas having less than 80% plant coverage within thirty (30) days after the initial application shall be reseeded every twenty (20) days until 80% of the ground surface is evenly covered by hydroseeded or subsequently reseeded growth. Add the following section: 308-4.8.3.1 Weed Eradication. The Contractor shall water all irrigated areas to be hydroseeded for three (3) weeks priorto hydroseeding to allow for germination of the weed seeds. The Contractor shall spray all weeds with a post emergent herbicide immediately after the completion of the three week irrigation period. After two (2) weeks, the Contractor shall again eradicate the weeds and complete the preparation of the soil prior to the application of the hydroseed mixes. Add the following section, 308-4.10 Erosion Control Matting Installation Add the following section, 308-4.10.1 General. 8efore installation of erosion control matting the Contractor shall complete all soil preparation, fine grading, and hydroseeding of the areas to receive erosion control matting. Revised 1/30/13 Contract No. 52081 Page 179 of 191 Add the following section: 308-4.10.2 Coordination with Hydroseeding. Erosion control matting shall be installed by the Con- tractor 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 ap- plication 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 100m (4") of the underiying 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 ero- sion control matting. Add the following section: 308-4.10.3 Installation. The Contractor shall install erosion control matting using the following tech- niques: 1. 6egin 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 % staples per square meter (1 Vl 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, overiapping the previously placed mat by no less than 50 mm (2"). 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 suffi- cient 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 SDR 21 "Alertline" PVC sleeve which extends a minimum of 3.1 m (10') 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 Revised 1/30/13 Contract No. 52081 Page 180 of 191 one side of trench and subsoil on opposite side. Subsoil shall be free of all rocks 13 mm (Va") 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 work- manship, and materials. The Contractor shall not be backfill trenches until all required tests and ob- servations 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, circu- lar 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 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 num- ber. Add the following section: 308-5.3.3 Backflow Preventer. The Contractor shall install backflow preventer assembly in accord- ance 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. V Revised 1/30/13 Contract No. 52081 Page 181 of 191 308-5.5 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 fumish sufficient workers and equipment on a daily basis to perform the wori< required by this section. Any day when the Contractor fails to adequately carry out specified maintenance work, as determined necessary by the Engineer, will not be credited as one of the plant establishment days. All planting areas which are damaged by con- struction 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 dam- aged 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 con- formance 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. Revised 1/30/13 Contract No. 52081 Pane 1 fi? of 191 V 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 in- stalled 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. 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 reason- able 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 there- fore 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 infonnation 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 (Vs") in size. Facilities and items to be located in their horizontal and vertical positions and shown on the record drawings include all: Revised 1/30/13 Contract No. 52081 Page 183 of 191 a) Point(s) of connection, for water and electrical services b) Routing of irrigation pressure mainlines c) Rackflow preventers d) Ball, gate and check valves e) Irrigation control valves. f) Quick coupler valves g) Routing of service wires h) Routing of control wires i) Electrical sen/ice equipment j) Electrical junction boxes k) Irrigation controllers I) Sleeves for future connections m) 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. 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 doonwill 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 Engi- neer, within 10 calendar days prior to completion of construction, all required and necessary descrip- tive material in complete detail and sufficient quantity, properly prepared in four individual bound cop- ies. 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. Revised 1/30/13 Contract No. 52081 Page 184 of 191 Add the following section: 308-7.4 Check List. The Contractor shall complete and fonward 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) 308-8 MEASUREMENT AND PAYMENT, add the following: The lump-sum or unit prices set forth in the contract documents shall include, but not be limited to, full compensation for furnishing all labor, materials, tools, and equipment and performing all work necessary to complete, maintain, and guar- antee the planting and irrigation work described or specified in the contract documents, including soils testing and recommended soil amendments, seed and hydroseed slurry, tree stakes, bark mulch, erosion control matting, plant materials, temporary irrigation and permanent irrigation, including re- duced-pressure back-flow preventer, ball valves, drip valve assembly, electric control valves, quick couplers, control wires, pull boxes, valve boxes, all piping and sleeves, electrical conduits, irrigation heads, drip emitters, bubblers, drip irrigation equipment, connection from electrical service to irrigation electrical meter, connection from meter to irrigation controller(s), installation of controller enclosure, concrete pads, preparation, correction, reproduction and lamination of "as-built" drawings, controller charts, assembly and submittal of the check list and operation and maintenance manuals and all ap- purtenances to the aforementioned items, as well as 120 days' maintenance and project guarantees. SECTION 310-PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth para- graph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision neces- sary 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 tem- porary 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 (Vs") in 3 m (10') when measured parallel to the centeriine of the street or more than 6 mm (V/) in 3 m (10') when measured perpendicular to the centeriine 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 equip- ment shall meet all requirements of the air pollution control district having jurisdiction. Revised 1/30/13 Contract No. 52081 Page 185 of 191 310-5.6.6 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 aban- doned, 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 immedi- ately 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 (0.10') thick asphalt concrete overiay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by survey- ing 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. 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. 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for temporary and final traffic striping, 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 there- fore. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following Section: 310-7 PERMANENT SIGNING Add the following Section: 310-7.1 General. Add the following section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. Add the following section: 310-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for permanent signing and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification Revised 1/30/13 Contract No. 52081 Page 186 of 191 V and these special provisions, and as directed by the Engineer. SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following 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 Con- tractor 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, chan- nelizers, 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, legencis 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 remova- ble-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Re- moval", except the 14-day waiting period before placing the pavement markers on new asphalt con- crete 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 Revised 1/30/13 Contract No. 52081 Page 187 of 191 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 align- ment 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 spec- ifications 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 over- turned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of inter- connected 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 cush- ions 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 respon- sible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to man- ufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, "Portland Ce- ment Concrete" and 303-1 "Concrete Structures". Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on Revised 1/30/13 Contract No. 52081 Page 188 of 191 the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (V) thick plate welded on the upper end with a 5-mm (^Ae") 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 CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment. Each rail unit placed within 3 m (10') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel con- forming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite 111" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard Drawings Tl and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each TSFCC array as shown in CALTRANS Standard Draw- ings Tl and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Revised 1/30/13 Contract No. 52081 Page 189 of 191 Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channel- izers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appur- tenances 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, mate- rials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, main- taining, 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 1/30/13 Contract No. 52081 Page 190 of 191 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 provi- sions 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 tempo- rary 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 Herb- icide. 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 consid- ered as included in the contract unit price bid for Rubberized Emulsion Aggregate Slurry and no addi- tional compensation will be allowed therefore. 600-3.6 Public Convenience and Traffic Control modify the first line with the following: Public Con- venience and traffic control shall conform to 302-4.4.4. There shall be no stockpiling of material al- lowed on City right-of-way. V Revised 1/30/13 Contract No. 52081 Page 191 of 191 Carlsbad Municipal Water District CARLSBAD MUNICIPAL WATER DISTRICT TECHNICAL SPECIFICATIONS RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENTS 1A & 7 ^ January 2015 EC SECTION 01170 - SPECIAL TECHNICAL PROVISIONS PART 1 - GENERAL 1.1 RELATED WORK SPECIFIED ELSEWHERE A. City of Carisbad Engineering Standards B. SSPWC - Standard Specifications for Public Works Construction ("Greenbook") 1.2 CONSTRUCTION SURVEYS A. The Contractor shall notify the Owner of any existing Federal, State, City, County, and private land monuments encountered. All monuments shall be preserved, or if necessary to be destroyed during performance of the Work, shall be replaced by a licensed surveyor under contract to the Contractor. Appropriate record of survey drawings shall be filed with the Owner and County of San Diego for all replaced monuments. When government monuments are encountered, the Contractor shall notify the Owner at least two (2) weeks in advance ofthe proposed construction and provide for surveying ofthe existing monument before it is disturbed or destroyed. 6. The Contractor shall provide all construction surveys and stakes as necessary to complete the work in accordance with the Contract Documents and to install the new facilities to the lines and grades specified on the Plans and to make connections to all existing facilities. 1.3 GEOTECHNICAL WORK A. Subsurface Investigations 1. The following report has been prepared and is available for review at the Owner's office: "Geotechnical Evaluation, Carisbad Phase III Recycled Water project Pipeline Expansion Segments IA and 7, Carisbad, CA", November 25, 2014, Project No. 107814001" by Ninyo and Moore Geotechnical and Environmental Sciences Consultants. This report, other available investigation reports and the project site should be thoroughly reviewed by each potential Contractor prior to submission of a bid. 2. The Contractor may make independent subsurface, soil, or geotechnical investigations of the project site in order to satisfy himself of the subsurface conditions that may be encountered. No additional compensation will be made for additional geotechnical investigations. 3. Bidders shall make their own independent evaluation ofthe rippability of rock and include all costs associated with the proper equipment to excavate, remove and dispose of rock in their bid. Blasting will only be permitted upon the approval of the Owner if a benefit to the Owner and the project can be demonstrated. JANUARY 2015 CARLSBAD MUNICIPAL WATER DISTRICT SPECIAL TECHNICAL PROVISIONS RECYCLED WATER PHASE III EXPANSION SEGMENTS 1A & 7 PAGE 01170-1 of 4 SECTION 01170 - SPECIAL TECHNICAL PROVISIONS B. Construction Testing 1, The Owner shall furnish compaction testing for all bedding, backfill, and soil compaction testing. 2. When any work is determined to be unsatisfactory, faulty or defective, or does not conform to the requirements ofthe Contract Documents, the costs, labor, and time incurred for additional tests or inspections shall be at the Contractor's sole expense. 1.4 CONTRACTOR WORK AREA A. The Contractor shall be responsible for obtaining and paying all costs in connection with any additional work area, storage sites, or staging areas which may be required for proper completion of the Work. The Contractor is responsible for coordination with property owners for locating and securing legal storage, staging, and parking areas. The Contractor must provide a storage and staging plan to the Owner, including written permission from legal owner(s) of property/properties stating they are allowing the Contractor to use their property. B. It shall be understood that responsibility for protection and safekeeping of equipment and materials on or near the site will be entirely that of the Contractor and that no claim shall be made against the Owner, the Owner's authorized representatives, or Parent Company by reason of any act. It shall be further understood that should any occasion arise necessitating access to the sites occupied by these stored material or equipment, the Engineer shall direct the Contractor owning or responsible for the stored materials and equipment to immediately move the same. No materials or equipment may be placed upon the property of the Owner other than the designated areas on the Drawings unless the Owner has agreed to the location contemplated by the Contractor to be used for storage. C. No equipment, vehicles, personal vehicles, or materials may be pari<ed or stock piled outside the Owner's easements or properties, or outside of the designated Contractor staging areas. No parking or construction staging will be allowed on surrounding streets (residential and public) or private property unless written approval is obtained from appropriate jurisdiction. 1.5 DOCUMENTATION OF EXISTING CONDITIONS PRIOR TO CONSTRUCTION A. The Contractor shall perform a preconstruction survey of the project site to provide a record of preconstruction conditions. This survey shall include the following as a minimum: 1. Video of existing public right-of-way, proposed alignment, working areas, staging and stockpiling areas. 2. Video of construction access roads and public roads to be used by the Contractor, including all public and private streets and routes used for access to and from the work site. Indicate areas of damaged paving. JANUARY 2015 CARLSBAD MUNICIPAL WATER DISTRICT SPECIAL TECHNICAL PROVISIONS RECYCLED WATER PHASE III EXPANSION SEGMENTS 1A & 7 PAGE 01170-2 of 4 SECTION 01170 - SPECIAL TECHNICAL PROVISIONS 3. Any other areas as directed by the Owner which may be disturbed or which are to be protected from the Contractor's operations. 3. Photographs of potential "problem areas". Problem areas shall also be shown in video. B. Notify the Owner seven calendar days in advance and coordinate the scheduling of the video so that a representative of the Owner may accompany the Contractor during the videotaping. C. At the completion of the survey the Contractor shall present the Owner with a report detailing the existing conditions at the pump station site, staging, and stockpile areas. The report shall include the following as a minimum: 1. One copy of the video in color in DVD format. 2. One copy of each "potential problem area" photograph (4-inch by 6-inch colored photos). 3. 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 or dewatering activities until the final report has been submitted and accepted by the Owner. 1.6 SEQUENCE OF WORK A. The Contractor shall submit a detailed sequence of work to the Owner for all Work prior to the Preconstruction Meeting. This proposed sequence of work shall be reviewed with the Owner prior to the start of work for consistency with the Owner's required operation and for availability of inspectors. B. The Contractor's sequence of work shall be such that service to all facilities is maintained during construction at all times and in accordance with all requirements in the Contract Documents. 1.7 WORK NEAR HOPE ELEMENTARY A. Work between Station 20+00 and Station 44+00 along Tamarack Avenue (near Hope Elementary School) will be subject to a moratorium during the school season. Contractor shall verify the school schedule during development of the Schedule. The current school year schedule is as follows: Last Day of Class June 12, 2015 First Day of Class September 2, 2015 JANUARY 2015 MUNICIPAL WATER DISTRICT SPECIAL TECHNICAL PROVISIONS RECYCLED WATER PHASE III EXPANSION SEGMENTS 1A & 7 PAGE 01170-3 of 4 SECTION 01170 - SPECIAL TECHNICAL PROVISIONS Summer School Session June 22, 2015 to July 17, 2015 School Begins 8:00 am School Ends - Mondays, Tuesdays, Wednesdays, and Fridays 2:20 pm School Ends - Thursdays 1:25 pm B. In the event that work is allowed to occur during the school season, work shall not commence (including mobilization) until 30 minutes after school starts and shall be completed (including demobilization) at least 30 minutes before school ends on each day that school is in session. C. Standard working hours will be allowed only during periods when school is not in session. 1.8 ACCESS A. The Contractor shall maintain local access to all properties at the end of each construction work day. B. The Contractor shall allow access at all times to all emergency vehicles. 1.9 NOISE LEVEL CONTROL All mechanized equipment shall be whisper quiet, critically silenced or the best available technology to minimize sound levels. 1.10 REGULATORY COMPLIANCE AND PROJECT DESIGN AND CONSTRUCTION FEATURES A regulatory compliance and project design and construction features report has been developed for the project and is provided in Appendix A. The Contractor shall be responsible for implementing and maintaining the mitigation measures per the document and all costs shall be included in the cost of construction. PART 2 - MATERIALS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION JANUARY 2015 CARLSBAD MUNICIPAL WATER DISTRICT SPECIAL TECHNICAL PROVISIONS RECYCLED WATER PHASE III EXPANSION SEGMENTS IA & 7 PAGE 01170-4 of 4 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 othenwise called for. ASTM C 131 - Test Method for Resistahce to Degrada^^^^ 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 gr 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, 15043, 15044, 15056, 15061, 15063, 15064, and 15066 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 perfomied 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. JUNE 2008 Page 1 of 9 SECTION 02223 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-piace dry density to the laboratory maximum dry density. A report of all soils tests peri'ormed 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. JUNE 2008 Page 2 of 9 SECTION 02223 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 matenal, 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 ofthe piping system may be performed forthe Contractor's convenience at any time However, the final hydrostatic pressure test, as described in Sections 15043 and 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. JUNE 2008 Page 3 of 9 SECTION 02223 ^^^^^l^.^g 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 'nst^'If Ductile-Iron Pipe, Cement-Mortar Coated Steel Pipe, Tape-Wrapped Steel Pipe, and Paint Coated Pipe. A Imoorted sand shall be free from clay balls, organic matter, and other deleterious Xances'and shall have a coefTicient of permeability ^'t'^^^'^^^^^^^^^^^ accordance with ASTM D2434 or a sand equivalent of greater than 30 per ASTM D241 y. Resistivity for imported sand shall be not less than 2,000 ohm-cm when maxiriium diis wnceS of 200 mg/1 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. Imported Sand shall conform to the following gradation: B. . Percent Passing by Welaht r inch 100 No.4 75-100 No. 16 35-75 No. 50 10-40 No. 200 0-10 2.3 CRUSHED ROCK - PIPE ZONE rrii<:hPd Rock shall be used in the Pipe Zone on PVC Gravity Sewer Pipe. Crushed rock shall be clein crSshed stone free of organic matter. Crushed rock shall be certified to contain less than 1% Asbestos by weight or Volume and shall conform to the following gradation and requirements: 1-Inch MUMBfpiiRpraflllim^ 100 3/4-Inch 90-100 1/2-Inch 30-60 3/8-Inch 0-20 No.4 0-5 No. 8 — ASTM C 131 Testina Grade B Test ^ -M^.^-'^r;;z.'^f;.:i^ ^;rest Method 'Requirement ' Percentage Wear ASTM C 131 — 100 Revolutions — 15 Maximum 500 Revolutions — 52 Maximum JUNE 2008 Page 4 of 9 SECTION 02223 Trenching, Excavation, Backfilling, and Compacting 2.4 TRENCH PLUGS Trench plugs consisting of compacted Imported Granular Material or sand cement slurry shall be installed on piping systems that are backfilled with crushed rock. 2. 5 EARTH BACKFILL MATERIAL - TRENCH ZONE A Earth backfill is defined as materials removed from the required excavations and used as backfill of earth fill. 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. 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./yd^) 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. JUNE 2008 Page 5 of 9 SECTION 02223 Trenching, Excavation. Backfilling, and Compacting 3.2 PAVEMENT, CURB, AND SIDEWALK REMOVAL Bituminous or concrete pavements, curbs, and sidewalks shall be removed and replaced in accordance with the requirements ofthe agency having jurisdiction. 3.3 DEWATERING A The Contractor shall provide and maintain at all times during construction ample means Ind SvSs to promptly remove and dispose of all water from any f "rce entermg 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 botton^^ of excavations. Dewatering methods may include well points, sump points, suitable roc^^ or gravel placed as pipe bedding for drainage and pumping, temporap^ pipelines o^ other means, all su^ect to the approval of the City. The cost of all dewatenng activities shall be borne by the Developer or Contractor. B Sewer systems shall not be used as drains for dewatering trenches or exca^atbns n^^^ for disposal of collected or accumulated groundcover, without the approval of the agency of jurisdiction. 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 reguSns ?ega^^^^ the treatment and disposal of water from dewatenng 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 P'^'^^/^yj^'-^^^.f" P°^^^^^ 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. Paae 6 of 9 SECTION 02223 JUNE 2008 9 Trenching, Excavation, Backfilling, and Compacting 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 similariy unstable material is encountered at the surface upon which the bedding or base material is to be placed, the unsuitable matenal 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 appropnate gradation, may be used if recommended by the Soils Technician. Place the appropnate bedding or base material on this restored foundation. 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, fimn, 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. JUNE 2008 Page 7 of 9 SECTION 02223 juiNc ^uuo Trenching, Excavation, Backfilling, and Compacting Trench depth shall be as required to install pipelines in accordance with the Approved Plans and these Standard Specifications. Unless shown othenwise in the Approved Plans, the minimum cover for pipelines shall be as follows: .Tfc>*^.'«j'4!Plo§nrti?AiillIcation '"-r'^t^ '-v >' ^'Minimum Cover Reaulred 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 vaulta 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. 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 En^neer. 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 othenwise shown on the plans, standard drawings or othenwise 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. IIINF2008 Page 8 of 9 SECTION 02223 juiMt ^uuo a Trenching. Excavation. Backfilling, and Compacting 3.10 TRENCH PLUGS Trench plugs shall be installed at 200-foot intervals along the entire length of P'P'ng systems Trench plugs shall be 10-feet in length and shall encompass the entire pipe zone. Additional trench plugs may be required as directed by the Engineer. 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 P'Pf.^fi^^'1^^^^ supported and that no voids or uncompacted areas are left beneath the P'Pe or on the sides of the pipe. Care shall be taken to place matenal simultaneously on both sides of the pipe to prevent lateral movement. This area shall be mechanical^ 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 matenal directly onto the pipe or the tamped material around the pipe. C Place and compact the imported granular material at a maximum of IS-inch Hfts^ Compact all material placed in the Pipe Zone by mechanical methods. Sand cone tests shall be taken on this layer of backfill. 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 tampirs shall be performed with the type and size o 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 bemg used in relation to the backfill material being placed. Each layer shall be evenly spread f^^roperi^^^ moistened, and compacted to the specifled relative density. The Contrador 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 Zorie may proceed as necessary in accordance with the requirements of the agency having junsdiction. 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 IIINE2008 Page 9 of 9 SECTION 02223 juiNc ^uuo a Trenching, Excavation, Backfilling, and Compacting SECTION 02228 - BLASTING PART 1 - GENERAL 1.1 DESCRIPTION This section describes the methods, limitations, and reporting requirements for the use of explosives and blasting conducted for excavation operations. 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Califomia Code of Regulations, Title 8, Subchapter 20, Tunnel Safety Orders. B. Occupational Safety and Health Administration (OSHA) Regulations (Standards- 29CFR) Standard 1926, Subpart U, Blasting and Use of Explosives. C. Rl 8507, "Structure Response and Damage Produced by Ground Vibrations from Surface Blasting," U.S. Bureau of Mines Report of Investigation by D.E. Siskind, M.S. Stagg, J.W. Kipps and CH. Dowding. 1.3 RELATED WORK SPECIFIED ELSEWHERE A. City of Carisbad Engineering Standards B. Exhibit A - Project Design and Construction Features Program 1.4 SUBMITTALS A. Provide a two-part conceptual blasting plan prior to the start of drilling. Submit additional reports on blasting operations as specified herein. No drilling shall commence until approval by the Owner of the detailed blasting plan. The conceptual blasting report shall include the following: 1. Part 1 - General Plan: a. The General Plan shall include a complete summary ofthe proposed methods for transporting, handling, storage, setting, wiring, and firing of explosives. Also provide procedures for handling misfires per Federal code. b. The plan shall include minimum standoff distances and description of blast impact zones and procedures for clearing and controlling access to blast danger. c. The plan shall include a description of the experience record of the responsible blaster and copies of his California blasting license and his San Diego County Explosives Permit. d. The plan shall include the approval of the Chief of the San Diego County Fire Department and the Sheriff of San Diego County and shall be in compliance with the California Fire Code regulations. JANUARY 2015 CARLSBAD MUNICIPAL WATER DISTRICT RECYCLED WATER PHASE III EXPANSION SEGMENTS IA & 7 BLASTING PAGE 02228-1 of 11 SECTION 02228 - BLASTING e. Copies of calibration certificates showing that all instruments and **~^ sensors used for ground motion and air-overpressure measurements \^ have been calibrated within one year of the time of use by the instrument maker shall be available upon request by the Special Inspector. f. Anticipated start and ending dates for blasting work. g. Copies of the federal Bureau of Alcohol, Tobacco and Firearms Blasting License of the company that will perform the blasting and copies of California Certificates of Eligibility and Blasters Licenses for all blasters that will directly supervise blasfing operations. h. Description of insurance for blasting work. i. Seismic monitoring procedure. j. A sound attenuation plan shall be prepared outlining sound control measures that would include but not be limited to the use of blasting mats or sound walls. k. Copies of all required blasfing permits. I. Minimum acceptable weather condifions for blasting and safety provisions for potential stray current, if applicable. m. Required personal protective equipment. n. Dust control measures in compliance with applicable air pollution control regulafions. o. Traffic control plans and traffic safety measures, if applicable. 2. Part 2 - Site Specific Plan: a. The Site Specific Plan shall include the proposed general concept for trench excavation blasting, including controlled blasting techniques and control and monitoring of fiy rock, air blast, and ground vibration. b. Blasfing intensifies shall be limited as required to prevent damage to all exisfing structures, and in no case, shall intensities exceed the safety standard of particle velocity of recommended by the U.S. Bureau of Mines. c. Provision shall be made for one or more test blasts, with appropriate monitoring to demonstrate compliance with applicable criteria specified herein. JANUARY 2015 CARLSBAD MUNICIPAL WATER DISTRICT BLASTING RECYCLED WATER PHASE III EXPANSION SEGMENTS 1A & 7 PAGE 02228-2 of 11 SECTION 02228 - BLASTING g- Samples of the proposed daily blasfing report and the daily seismograph monitoring report. The Site Specific Plan shall also contain blasfing notificafion procedures, lead fimes, and listof those notified. In addifion, provide samples of forms to be used for Blasfing Notificafions (including nofificafion to both the Owner and residents), Pre-blast Inspecfion, Blasfing Complaint Form, Pre-blast Inspecfion Waiver Form, and Procedure for Handling Blasfing-Related Complaints. Forms shall include the name and phone number of the contact person for the blasfing contractor. Details about methods planned for excavafion and handling mass rock, boulder and soils and esfimated quanfifies or soil and rock that will be imported or exported to or from the site. Scaled maps showing potenfial blasfing locafions, depths of blast cuts and maximum quantifies of blasted rock. 3. Submit qualificafions ofthe blasfing consultant meefing the quality assurance requirements specified herein. Submit qualificafions for the registered civil or geotechnical engineer, or a certified engineering geologist, or a State of California registered geophysicist; pre-blast inspector; seismic monitoring inspector; and blasfing inspector. B. At least two working days before the date of a planned blast, the Blasfing Contractor shall submit a detailed blasfing plan to the Owner and be approved prior to drilling any holes at the planned blast locafion. A blasfing plan shall be submitted for each blast The plan shall include: 1. A scaled drawing showing the locafion, orientafion, number, diameter, and depth of blast holes relafive to nearby structures and property lines. 2. Sketches showing typical explosive charges that include explosive names, cartridge size, weight of charge components, amount and type of stemming, and detonators. Provide Material Safety Data Sheets for each explosive or other hazardous materials to be used. 5. 6. Total weight of explosive in the blast, maximum charge-weight-per-hole and maximum charge-per-delay. A blast hole layout and delay-fiming plan showing hole-arrangements, burden and spacing, and delay fiming. A blast cover plan consistent with this specificafion. Locafion of seismographs and instalments that will measure ground vibrafion and air-overpressure at the property line of the closest residenfial or commercial structure in four direcfions. JANUARY 2015 CARLSBAD MUNICIPAL WATER DISTRICT RECYCLED WATER PHASE III EXPANSION SEGMENTS IA & 7 BLASTING PAGE 02228-3 of 11 c. SECTION 02228 - BLASTING 7. Predicted peak particle velocity at the nearest residenfial or commercial property line. 8. Proposed date and fime of blast. 9. Name, contact informafion, phone number, and license number of Blaster-in- Charge that will supervise the blast. The Blasfing Contractor shall provide a blast report containing the following informafion to the Owner after each blast event: 1. A scaled drawing showing the locafion, orientafion, number, diameter, and depth of blast holes relafive to nearby structures and property lines. 2. Sketches showing typical explosive charges that include explosive names, cartridge size, weight of charge components, amount and type of stemming' and detonators. 3. Total weight of explosive in the blast and maximum charge-weight-per-hole and maximum charge-per-delay. 4. A blast hole layout and delay-fiming plan showing hole-arrangements, burden and spacing, and delay fiming. 5. A map showing locafion of all monitoring seismographs and their distance from the blast. 6. Copies of all monitoring records. 7. Date and fime of blast. 8. Name, signature and license number of blaster-in-charge. D. Submit a complete Safety Plan prior to the start of drilling, which shall include the following at a minimum: 1. A complete listof all authorities having jurisdiction over drilling, blasfing, and earthwork operafions involving the transportation, storage, handling, and use of explosives. 2. A complete descripfion of the Contractor's compliance with all applicable rules and regulafions. 3. At least three previous projects of similar character, successfully completed. 4. An Emergency Acfion Plan that includes emergency telephone numbers, direcfions to medical facilities, and procedures for acfion in the event of injury. JANUARY 2015 CARLSBAD MUNICIPAL WATER DISTRICT D, AcjTlNr RECYCLED WATER PHASE III EXPANSION SEGMENTS 1A & 7 PAGE 02228 4 oil SECTION 02228 - BLASTING 1.5 PERMITS AND SAFETY ORDERS A. No drilling or blasfing work shall be performed until the Contractor's Safety Plan and Blasfing Plan for such operafions has been submitted and approved by the City's Representafive. B. Obtain transport and blasfing permits required by the County of San Diego, the State of California, and any applicable agency having jurisdicfion. Explosive materials shall be delivered in specially built vehicles mari<ed with United Nations (UN) hazardous materials placards. Explosives and detonators shall be delivered in separate vehicles or be separated in compartments meeting U.S. Department of Transportafion (DOT) rules within the same vehicle. Vehicles shall have at least two 10-pound Class-A fire exfinguishers and all side ofthe vehicles display placards displaying the UN Standard hazard code for the onboard explosive materials Dnvers shall have commercial driver licenses (CDL) with Hazmat endorsements, and dnvers shall carry bill-of-lading papers detailing the exact quantities and code dates of transported explosives or detonators. C. A copy of all permits required shall be submitted to the Owner prior to drilling for blasfing. D. Comply with the requirements specified in the General Industry Safety Orders of the California Division of Industrial Safety. E. Comply and obtain all necessary permits for transporting explosives from the California Highway Patrol and any other agency having jurisdiction. ^"^ F. The Blaster Supervisor shall comply with the U.S. Bureau of Alcohol, Tobacco, Fireamns and Explosives (ATF) table-of-d ista nee requirements (CFR 27, U.S. Department of Jusfice, Alcohol, Tobacco, Firearms and Explosives Division Part 555) that restrict explosive quanfifies based on distance from occupied buildings and public roadways. 1.6 NOTIFICATIONS A. The Contractor shall notify the fire district, local fire department, and ufility owners in the general blast area. B. The San Diego Sheriff's Department requires prior notificafion of any blasting work. The Contractor shall be responsible for providing the Sheriffs Department with any and all required information and applications. C. Provide a minimum of two working days advance nofice in wrifing to the Owner of intenfion to perform blasfing within 400 feet of a residence or commercial building. D. Provide a minimum of two working days advance nofice in wrifing to all residences or businesses within 400 feet of the blast area. E. Provide two work days' notice to all ufility agencies whose facilifies may be influenced by the blasfing operafion. Contact Underground Service Alert JANUARY 2015 CARLSBAD MUNICIPAL WATER DISTRICT RI AqTlwr RECYCLED WATER PHASE III EXPANSION SEGMENTS 1A & 7 PAGE 02228-5 of 11 SECTION 02228 - BLASTING (DIGALERT) as required by State Law. Determine the blasfing notificafion " requirements of the owner and devise a procedure to provide the requested w notificafions. F. Provide the Owner with a list of all people and agencies nofified. 1.7 CONTRACTOR REQUIREMENTS A. All drilling and blasfing operafions shall be conducted by a State-licensed blasfing contractor with adequate blasfing insurance and only under the direct supervision of State-licensed blasters. B. All workers involved with blasfing operations must comply with the security requirements of the Safe Explosives Act (Tifie XI, Subfifie C of Public Law 107-296, Interim Final Rule), implemented in March 2003. Upon request, copies of signed employee possessor forms shall be made available to the Owner. 1.8 QUALITY ASSURANCE A. Retain the services of a qualified blasfing consultant specialist to assist in the preparation of the required blasfing plans and verification of reports. The blasting consultant's staff shall include: 1. A registered civil or geotechnical engineer or a certified engineering geologist or a State of Califomia registered geophysicist with a minimum ten years of recent experience in supervising the loading and firing of charges for rock slopes or tunnel excavafions. 2. A qualified pre-blast inspector specializing in pre-blast surveys, with a minimum of five years' experience in the field of pre-blast inspections. 3. A qualified seismic monitoring inspector specializing in the field of blast vibrafion monitoring, with a minimum of five years' experience in the field of blast vibration monitoring. 4. A blasfing inspector to observe all blasfing operations, including the loading of drill holes for blasfing, to verify that blasting operations are in conformance with approved plans. The minimum qualifications forthe blasting inspector would be a State of Califomia Blaster's License, Class B, recognition in the blasting field as an expert in drilling and blasting whose primary source of income is from providing specialized blasting and/or blasting consultant services. C. The blasting consultant shall not be an employee of, nor be affiliated with, any explosives manufacturer, explosives distributor, or the Contractor. Should the Owner determine during the course ofthe wori<, thatthe blasting consultant is not performing as required, retain the services of a different blasting consultant with qualifications satisfactory to the Owner at no additional cost to the Owner. D. The Owner's review of the Contractor's blasting plans or safety plan shall not relieve the Contractor of any of his responsibilities under the Contract for assuring the complete safety of the blasting operation with respect to adjacent improvements and so as to not aggravate existing structural conditions or cause damage or for the JANUARY 2015 CARLSBAD MUNICIPAL WATER DISTRICT BLASTING RECYCLED WATER PHASE III EXPANSION SEGMENTS 1A & 7 PAGE 02228-6 of 11 SECTION 02228 - BLASTING successful completion ofthe work in conformity with the requirements ofthe Contract Documents. Any damage, aggravation, or disturtDance to adjacent improvements resulting from the Contractor's blasting operations shall be repaired or replaced in like and kind at the Contractor's sole expense. Blasting plan review shall not operate to waive any of the requirements of the Contract Documents nor relieve the Contractor of any regulation, permit obligation or condition therein. Graduation from an accredited four year college with a degree in engineering, geology, or equivalent, and demonstrated ten years recent blasting project experience in supervising the loading and firing of charges for rock slopes or tunnel excavations may be substituted for professional registration and/or certification at the discretion of the Owner. PART 2 - MATERIALS 2.1 MATERIALS AND EQUIPMENT Fumish materials and equipment as required for blasting operations. Material usage, including transportation and storage, shall conform to all applicable regulatory agency requirements. PART 3 - EXECUTION 3.1 GENERAL A. Do not perform drilling or blasting work unfil the Contractor's plan for blasfing operafions has been submitted to and accepted by the Owner. Limit blasfing intensifies as required to prevent damage to existing structures and ufiiities. Do not allow intensifies to exceed the safety standards of particle velocity/frequency established by the U.S. Bureau of Mines (RI8507). B. Prior to blasfing, obtain the blasfing permits/licenses required by the San Diego County, the State of California, and any other agency having jurisdicfion. The San Diego County blasfing ordinance and local city ordinances typically contains several project-specific conditions which affect the cost of the work. Invesfigate these condifions during bid proposal preparafion. C. Conform to the requirements specified in the State of California Construcfion Safety Orders forthe transporting, handling, storage, and use of explosives. Transportation of explosives shall be in accordance with the regulafions of the State Fire Marshall and the California Highway Patrol. The locations, access and construcfion of explosive storage magazines shall be in accordance with the American Table of Distances for Storage of Explosives and approved by the Chief of San Diego County Fire Department and the Sheriff of San Diego County. D. The Contractor shall be liable for all injuries to, or death of, persons or damage to property caused by a blast or explosive. The Contractor agrees by submission of a bid to indemnify and hold harmless the Owner, its officers, agents, employees, volunteers, designers, consultants, and representafives from any and all liability claims, costs, and expenses, including expenses of invesfigafion and defense. JANUARY 2015 CARLSBAD MUNICIPAL WATER DISTRICT RECYCLED WATER PHASE III EXPANSION SEGMENTS IA & 7 BLASTING PAGE 02228-7 of 11 SECTION 02228 - BLASTING E. As blasfing operations progress, the drilling and blasfing procedures shall be determined only by safisfactory results achieved. If a drilling and blasfing program results in unacceptable results, the Contractor will be required to devise and employ methods which will improve results and resubmit revised blasting and safety plans as specifled in Part 1. The revision may include special methods such as, but not limited to, zone blasfing, shorter holes, different delay pattems, reducfion in size of individual blasts, smaller diameter blast holes, closer spacing of blast holes, reducfion of explosives, or any other special methods determined by the Contractor as necessary to improve results. 3.2 TEST BLAST Prior to authorizafion to proceed with blasfing, the blasfing contractor shall complete a minimum of two test blasts on the site to provide data on the site condifions with respect to the blasfing limitafions. The test blasts shall utilize all notificafion and inspecfion requirements. The test blasts shall include the use of seismographs located at the property line and at the 400-foot extent of the notificafion area in locafions that will provide representative data regarding the ground vibrafion effects from projected blast conditions on surrounding properties. The minimum scaled distance for all charges in test blasts, based on distance to the closest private property line shall be 120-ft-lb-°^. For instance, if the distance is 100-feet, the maximum charge-per-delay must not exceed 0.69 pounds [(100 /120)^]. 3.3 BLASTING HOURS A. All drilling acfivifies in preparafion for blasfing shall be restricted to the hours of 8:00 A.M. to 3:00 P.M., Monday through Friday, excluding the Owner's recognized holidays. All blasfing shall be limited to the hours between 10:00 A.M. and 4:00 P.M., Monday through Friday, excluding the Owner's recognized holidays. B. The storage of explosives will not be permitted over-night on the site. Only those explosives required for the approved shot that day will be permitted to be brought to the site. All unused explosives and detonators must be removed from the site before 3:30 p.m. or before the Contractor leaves the site for the day, whichever is eariier. 3.4 INSPECTION REQUIREMENTS A. Conduct pre-blast inspections of all residential, commercial, and other improvements and facilities as necessary, within 400 feet of the blast area. Pre-blast inspections are to be conducted by the pre-blast inspector. Conduct the inspections a minimum of one week and no more than three weeks before blasting operations, unless othen/vise approved by the Owner due to special circumstances. A representative of the Contractor shall accompany the pre-blast inspector while conducting the inspections. The Contractor shall obtain the permission of the respective building owners prior to conducting the inspection. The Contractor shall arrange for inspection times. The results ofthe inspection shall be reviewed by the blasting consultant in order to identify any structural condifions judged to be sensitive to blasting effects. The pre-blast inspection shall be for the purpose of determining the existence of any visible or reasonably recognizable pre-existing defects or damages in any structure and for quality control and construction record purposes. Visual inspection and photographic documentation methods shall be employed to ensure the validity of information obtained just prior to blasting operations. JANUARY 2015 CARLSBAD MUNICIPAL WATER DISTRICT BLASTING RECYCLED WATER PHASE III EXPANSION SEGMENTS 1A & 7 PAGE 02228-8 of 11 SECTION 02228 - BLASTING B. Complete inspection reports of private property identifying all findings shall be signed by the Contractor, blasfing consultant, pre-blast inspector, and the property owner/occupant. Upon completion of all blasting, the Contractor shall fonward all pre- blast inspection reports and photographs to the Owner. The inspecfion reports shall be either typed or recorded on standard 90-minute or microcassette tape. C. File with the Owner a summary report of all private property inspections identifying address, occupant/owner's name, time and date of inspections, and any inspection waiver signed by the property owner with an explanation as to why an inspection of a specific structure was not made. This summary and waiver report shall be signed by the Contractor, pre-blast inspector, and blasfing consultant and delivered to the Owner priorto blasfing. D. Conduct post-blast inspections upon receiptof a written or verbal request or complaint of damage to property, structure, or other improvement from the respective owners. Perform such inspecfions and provide a written report to the Owner within 30 calendar days of receipt of the request or complaint. 3.5 BLASTING A. Drilling and blasting patterns, delay distribution and, explosive types and quantities shall be at the Contractor's opfion provided the ground motion frequency and air blast limitations, as specified herein, are met with respect to pounds of explosive detonated per delay period; and provided further that non-nitroglycerin explosive types are used in wet ground conditions. Use only non-electric explosives detonators. B. Perfonn blasfing with skilled woricers and under the direcfion of a State of Califomia and San Diego County licensed blasting foreman. Perform blasting only when proper precautions have been taken forthe protection of people, private property, and existing structures. Injury to people, or damage to private property, or exisfing structures is the responsibility of the Contractor. C. As production blasting operations progress, evaluate the drilling and blasting procedures based on the results achieved. If a drilling and blasfing program yields unsafisfactory results with regard to excessive blasting effects, the Contractor and Blasting Consultant shall be required to devise and employ methods which shall improve results. The revision may include special methods such as, but not limited to, different delay pattems, adjustment in size of individual blasts, adjustment in diameter of blast holes, closer spacing of blast holes, reduction of the explosives quantity detonated per delay period, or improved stemming procedures, as necessary, to improve results. D. Conduct controlled blasting in a manner which produces relatively smooth and sound rock faces at the final excavation lines and maintain blasting effects within the prescribed limits. The type, distribution and quantity of explosive detonated per delay period shall be such that existing rock fractures shall neither be opened nor new fractures created outside ofthe minimum excavation limits. Whenever, in the opinion of the Engineer, further blasting is liable to reduce rock stability or damage pipelines or other structures, cease blasting and continue to excavate the rock by approved mechanical or chemical means. Excessive blasting or "overshooting" shall not be permitted. Fly rock shall be contained within the project rights of way and shall not represent a hazard to people, vehicles, exisfing improvements or vegetation. Use JANUARY 2015 CARLSBAD MUNICIPAL WATER DISTRICT BLASTING RECYCLED WATER PHASE III EXPANSION SEGMENTS 1A & 7 PAGE 02228-9 of 11 SECTION 02228 - BLASTING blasting mats to prevent possible fly rock damage. At the end of each working day, clean the blasting site of all debris associated with tiie blasting operation. Remove and replace with acceptable material any material outside the authorized cross section which may be shattered or loosened by blasting. E. Do not permit blasting within 15 feet of an existing pipeline or stmcture without submission of a site-specific blasting plan to the Engineer and written approval ofthe plan by the agency having jurisdiction. Do not conduct blasting within 100 feet of concrete which has been placed less than seven calendar days. 3.6 MONITORING REQUIREMENTS AND BLASTING LIMITATIONS A. Perform seismographic monitoring of all blasting. A seismograph shall be placed at the nearest structure to the blast area to monitor the ground motion particle velocity and frequency during each blasL When blasting adjacent to existing pipelines, an additional seismograph will be placed over the pipeline at a point closest to the blast area. B. The maximum particle velocity at the nearest point to the existing pipelines from the blast area shall be 2.0 inches per second. In the event that this limitation is exceeded, the Contractor will perfomi excavations to determine the extent of possible damage to the pipelines. Perfonn repair work as necessary and backfill all excavations. The excavation, repair and backfilling will be the sole responsibility of the Contractor whether damage has or has not been incun-ed. C. The maximum peak particle velocity at the nearest residential or commercial structure shall be as follows: Frequency Maximum Peak Particle (hertz) Velocity (inch per second) 2.5 to 10 0.05 11 to 40 0.05 X frequency* > 40 2.0 * The maximum allowable peak particle velocity is the product of 0.05 multiplied by the seismogram frequency (e.g., assuming the frequency is 30 Hz., the maximum allowable peak particle velocity is 30 times 0.05 or 1.5 inches per second). D. Airblast at the nearest residential or commercial building shall not exceed 129 Db- Linear at 6 hertz high pass system. 3.7 SUSPENSION OF BLASTING A. Blasting operations shall be suspended, and shall not resume until modificafions have been made to the satisfacfion of the Owner and a revised blasfing and safety plan has been resubmitted and approved to correct the condifions that resulted in the suspension of work, for any one or more of the following: 1. Safety precaufions are determined to be inadequate. 2. Levels of measured ground mofion or air-overpressure exceed specified limits. JANUARY 2015 CARLSBAD MUNICIPAL WATER DISTRICT BLASTING RECYCLED WATER PHASE III EXPANSION SEGMENTS 1A & 7 PAGE 02228-10 of 11 SECTION 02228 - BLASTING 3. Exisfing structural conditions are aggravated or adjacent improvements are damaged as a result of blasfing. 4. Blasfing methods endanger the stability of intact rock outside the prescribed limits of excavafion. 5. Skilled operators and/or licensed foreman are not present during drilling and/or blasting. 6. Failure by the Blasfing Contractor to provide the Owner in a timely fashion with blasting informafion as prescribed in these guidelines. 7. Evidence that the Blasfing Contractor has failed to respond to complaints or the processing of claims informafion in an appropriate and fimely manner. 8. The occurrence of fiy rock. 9. Any other incident the Special Inspector determines warrants suspension. B. Suspension of blasting operafions shall not relieve tiie Contractor of his responsibilities under the tenns of the Contract Documents. Do not resume blasting operations until modificafions have been made to correct the conditions that resulted in the suspension. The Contractor shall not be entitied to any extension in time, nor to any claim of damage or to excess costs, by reason of any blasting suspension order. END OF SECTION JANUARY 2015 CARLSBAD MUNICIPAL WATER DISTRICT BLASTING RECYCLED WATER PHASE III EXPANSION SEGMENTS 1A & 7 PAGE 02228-11 of 11 APPENDIX A Standard Drawing DESCRIPTION ABREVIATION W RW WATER PIPELINE (Size Per Plan) RECYCLED WATER PIPELINE (Size Per Plan) WATER GATE VALVE GV & WATER BUTTERFLY VALVE BFV BLOW-OFF ASSEMBLY BO MANUAL AtR RELEASE ASSEMBLY MAR AIR VACUUM ASSEMBLY AVA DETECTOR CHECK VALVE ASSEMBLY DDCV IRRIGATION SERVICE (2" unless shown otherwise) WATER SERVICE (r unless shown otherwise) IR W WATER SERVICE WITH FIRE SPRINKLER W/F (1" unless shown otherwise) FIRE HYDRANT END CAP ASSEMBLY WITH TRHUST BLOCK CATHODIC TEST STATION FH CT C.M.W.D. DWG. NO. None None W-16 W-17 W-6 W-6 W-7 W-22 W4 W-3 W-3A W-12 W-15 W-26 through W-32 SYMBOL •W- RW- -a ^IR <2—rw -a @ • ^ 1 a—3^ CT REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT STANDARD SYMBOLS FOR IMPROVEMENT PLANS Kiik^TiWvvvVvvK 7^/0^£?f CITY ENGINEBR DATE STANDARD SYMBOLS FOR IMPROVEMENT PLANS STANDARD DWG. NO. VV"1 STANDARD SYMBOLS FOR IMPROVEMENT PLANS STANDARD DWG. NO. VV"1 UMIT OF 2" GRIND (TYPT SAWCUT LINE TYPICAL ASPHALT CONCRETE FINISH COURSE SEE GS-28 EXISTING AC AND BASE LIMIT OF 2" GRIND (TYP.) ASPHALT CONCRETE BASE COURSE, SEE GS-28 AGGREGATE BASE PIPE BEDDING AND BACKFILL PER PROJECT PLANS. SPECIFICATIONS. AND CITY STANDARDS. NOTES: 1. THE DETAIL SHOWN ABOVE APPLIES TO TRENCH WIDTHS LESS THAN 25 INCHES. 2 EXISTING A.C. SHALL BE CUT AND REMOVED IN SUCH A MANNER SO AS NOT TO TEAR. BULGE OR DISPLACE ADJACENT PAVEMENT. EDGES SHALL BE CLEAN AND VERTICAL. ALL CUTS SHALL BE PARALLEL OR PERPENDICULAR TO STREET CENTERLINE. WHEN PRACTICAL 3. BASE MATERIAL SHALL BE REPLACED TO DEPTH OF EXISTING BASE. A.C, MAY BE SUBSTITUTED FOR BASE MATERIAL AT THE CITY ENGINEER'S DISCRETION. 4 WHEN THE EDGE OF THE GRIND AREA IS WITHIN 24 INCHES OF EDGE OF PAVEMENT. ANY STRUCTURE. AN ADJACENT TRENCH PATCH OR OTHER PAVING JOIN LINE, THE GRIND AREA SHALL BE EXTENDED TO THE EXISTING STRUCTURE OR JOIN LINE. 5. WHEN THE EDGE OF THE GRIND UES WITHIN A WHEEL PATH, THE GRIND AREA SHALL BE EXTENDED TO THE NEAREST LANE LINE OR EDGE OF PAVEMENT. REV. APPROVED DATE CITY OF CARLSBAD kXtJ^. XJL^'. >V.. U 9 /I n TRENCH RESURFACING CITY ENGINEER DATE ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS LESS THAN 25" SUPPLEMENTAL (^Q OR STANDARD NO. OO'^O ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS LESS THAN 25" SUPPLEMENTAL (^Q OR STANDARD NO. OO'^O EXISTING AC AND BASE -ASPHALT CONCRETE FINISH COURSE SEE GS-28 LIMIT OF 2" GRIND (TYP.) ASPHALT CONCRETE BASE COURSE. SEE GS-28 AGGREGATE BASE PIPE BEDDING AND BACKFILL PER PROJECT PLANS, SPECIFICATIONS, AND CITY STANDARDS. NOTES: 1. THE DETAIL SHOWN ABOVE APPLIES TO TRENCH WIDTHS FROM 26 INCHES TO 48 INCHES. 2. EXISTING A.C. SHALL BE CUT AND REMOVED IN SUCH A MANNER SO AS NOT TO TEAR. BULGE OR DISPLACE ADJACENT PAVEMENT. EDGES SHALL BE CLEAN AND VERTICAL ALL CUTS SHALL BE PARALLEL OR PERPENDICULAR TO STREET CENTERLINE. WHEN PRACTICAL 3. BASE MATERIAL SHALL BE REPLACED TO DEPTH OF EXISTING BASE. A.C. MAY BE SUBSTITUTED FOR BASE MATERIAL AT THE CITY ENGINEER'S DISCRETION. 4. WHEN THE EDGE OF THE GRIND AREA IS WITHIN 24 INCHES OF EDGE OF PAVEMENT. ANY STRUCTURE, AN ADJACENT TRENCH PATCH, OR OTHER PAVING JOIN LINE. THE GRIND AREA SHALL BE EXTENDED TO THE EXISTING STRUCTURE OR JOIN LINE. 5. WHEN THE EDGE OF THE GRIND LIES WITHIN A WHEEL PATH. THE GRIND AREA SHALL BE EXTENDED TO THE NEAREST LANE LINE OR EDGE OF PAVEMENT. REV. APPROVED DATE CITY OF CARLSBAD U^j^U 7/in TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS FROM 26" TO 48" U^j^U 7/in TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS FROM 26" TO 48" cirr ENGIt^ER ^ DATE SUPPLEMENTAL OC STANDARD NO. OO-ZD TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS FROM 26" TO 48" cirr ENGIt^ER ^ DATE SUPPLEMENTAL OC STANDARD NO. OO-ZD TRENCH WIDTH AT TOP OF TRENCH VARIES AXIMUM ALLOWABLE SLOPE OF EXCAVATION PER REQUIREMENTS OF CAL/OSHA m BACKFILL TRENCH ZONE WITH NATIVE EARTH BACKFILL OR IMPORTED MATERIAL 90% RELATIVE COMPATION* q^BACKFILL PIPE BASE ANb P\P^ ZON£ WITH IMPORTED SAND 90% RELATIVE COMPATION HAUNCHING LIMITED PIPE DIAMETER MIN. MAX. r THROUGH 8" 6" 9" A 10" THROUGH 16 -8" 12" A 18" THROUGH 24" 10" 18" 27" THROUGH 36" 12" 24" *1N PAVED AREA. TRENCH ZONE SHALL BE COMPACTED TO 95% MIN. NO SCALE o ITEM DESCRIPTION SPEC/DWG 1 BEDDING AND BACKFILL MATERIAL SECT 02223 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT TYPICAL TRENCH SECTION CITY ENGINfetR DATE TYPICAL TRENCH SECTION STANDARD DWG. NO. W~2 TYPICAL TRENCH SECTION STANDARD DWG. NO. W~2 SIDEWALK CURB & GUTTER MFTFR AND BALL VALVE BY DISTRICT @®(4)0R® NOTES: 1. CONTRACTOR SHALL ADJUST ANGLE VALVE & METER BOX TO F.G. AFTER SIDEWALK IS INSTALLED Sc APPROVED 2. DISTRICT WILL SET METER AND BALL VALVE 3. ALL COPPER JiONTS SHALL BE SILVER SOLDERED tN CONFORMANCE WITH SPECIFICATIONS. 4. TAP TO MAIN TO BE MINIMUM OF 24" FROM NEAREST COUPLING, FITTING. VALVE, BELL OR OTHER TAPS. 5. POSITON ANODE MIDWAY BETWEEN PIPELINE AND METER BOX. 6. INTERIOR OF METER BOX SHALL BE CLEAR OF DEBRIS TO DEPTH OF 12" AND CORP STOP FULLY EXPOSED DETAIL NON-CONTIGUOUS SIDEWALK & CURB ITEM DESCRIPTION SPEC/DWG 1 COPPER. (TYPE 'K* . SOFT) 2 OUTLET ON PVC PRESSURE PIPE 3 OUTLET ON AC PIPE W-8 4 OUTLET ON CML&C STEEL PIPE W-9 5 OUTLET ON DUCTILE IRON PIPE W-9 6 1" ANGLE METER STOP 7 METER BOX AND COVER (TRAFFIC AREA) 8 METER BOX AND COVER (NON-TRAFFIC AREA) 9 30 LB. ZINC ANODE WITH ANODE LEAD WIRE W-25 APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT I" WATER SERVICE CONNECTION FOR 5/8", 3/4" a I" METERS CITY ENGINEIR ^ OATE STANDARD DWG. NO. W-3 DOMESTIC WATER- LINE SEE DETAIL W-3 NOTES: 1. REFER TO DRAWING W-3 FOR SPECIFICATIONS OF INSTALLATION OF SERVICE LINE AND APPURTENANCES. 2. DISTRICT TO SET METER AND BALL VALVE. ALL OTHERS TO BE INSTALLED BY CONTRACTOR. 3. DOMESTIC WATER LINE MATERIAL WILL BE IN CONFORMANCE TO CODE. 4. ALL COPPER JOINTS SHALL BE SILVER SOLDERED IN CONFORMANCE WITH SPECIFICATIONS. SIDEWALK SEE W-3, W-8. OR W-9 ITEM DESCRIPTION SPEC/DWG COPPER. [TYPE 'K' . SOFTT 30 LB. ZINC ANODE LEAD WIRE 1" COPPER TEE (SILVER SOLDER)' 1" 90* COPPER BEND (SILVER SOLDER) NOT USED r ANGLE METER STOP #37 ARMORCAST METER BOX (OR EQUIVALENT) 8 1 BALL VALVE 1 WATER METER BY DISTRICT 10 BRASS UNION 11 2" FIRE SYSTEM WATER LINE(SIZE TO BE APPROVED BY FIRE MARSHAL) il 1" DOUBLE CHECK VALVE WITH SHUT OFF VALVES REV APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT r DOMESTIC WATER SERVICE CONNECTION WITH FIRE SPRINKLER SYSTEM CITir ENGINEER ^ DATE STANDARD DWG. NO. W-3A METER BY SIDEWALK O o UJ o o CO < bJ _) f— O DISTRICT. 4j . <D CNJ 2' MIN FLANGED BALL VALVE BY DISTRICT. NOTES: 1. DISTRICT WILL SET METER AND BALL VALVE 2. ALL COPPER JIONTS SHALL BE SILVER SOLDERED IN CONFORMANCE WITH SPECIFICATIONS. 3. TAP TO MAIN TO BE MINIMUM OF 18" FROM NEAREST COUPLING OF TAP. 4. POSITION ANODE MIDWAY BETWEEN PIPELINE AND METER BOX. 5. FOR NON-CONTIGUOUS SIDEWALK SEE DETAIL DRAWING W3. ITEM DESCRIPTION SPEC/DWG 1 2" COPPER SERVICE PIPE 2 OUTLET ON PVC PRESSURE PIPE w-8 3 OUTLET ON ACP PIPE w-8 4 OUTLET ON CML&C STEEL PIPE W-9 5 OUTLET ON DUCTILE IRON PIPE w-9 6 2" ANGLE METER STOP 7 METER BOX AND COVER (TRAFFIC AREA) 8 METER BOX AND COVER (NON-TRAFFIC AREA) 9 2" C X C 90- ELL (SILVER SOLDERED). 10 30 LB. ZINC ANODE WITH ANODE LEAD WIRE W-25 APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT 2" WATER SERVICE CONNECTION FOR I 1/2" & 2" METERS CITY ENGINEH? DATE STANDARD DWG. NO. W-4 FINISH SURFACE. OR 50 LB. ZINC ANODE WITH ANODE LEAD WIRE PER STD. DWG. NO. 25. NOTES: 1. SEE SPECIFICATIONS FOR SOLDERING REQUIREMENTS 2. SEE SPECIFICATIONS FOR LID PAINTING REQUIREMENTS. 3. POSITION ANODE MIDWAY BETWEEN PIPEUNE AND VALVE BOX. ITEM DESCRIPTION SPEC/DWG 1 r TYPE "K" SOFT COPPER 2 OUTLET ON PVC PRESSURE PIPE. w-8 3 OUTLET ON AC PIPE. w-8 4 OUTLET ON CML&C STEEL PIPE. W-9 5 OUTLET ON DUCTILE IRON PIPE. w-9 6 1" ANGLE METER STOP 7 1 1/4" X 1" BRASS BUSHING. 8 1" BRASS STREET ELL. 9 1" ADAPTER M.I.P. X N.S.HT 10 HOSE THREAD CAP 11 VALVE BOX/LID W-1.-S 12 CONCRETE COLLAR 13 8" PVC, C900 REV APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT r MANUAL AIR RELEASE ASSEMBLY CITY ENGINEER DATE r MANUAL AIR RELEASE ASSEMBLY STANDARD DWG. NO. VV~5 r MANUAL AIR RELEASE ASSEMBLY STANDARD DWG. NO. VV~5 3"AC 1. SEE SPECIFICATIONS FOR SOLDERING REQUIREMENTS 2. SEE SPECIFICATIONS FOR LID PAINTING REQUIREMENTS 3. SEE IMPROVEMENT PLANS FOR ASSEMBLY SIZE. 30 LB. ZINC ANODE (SILVER SOLDER) WITH ANODE LEAD WIRE PER STD. DWG. NO 25. SPEC/DWG ITEM DESCRIPTION OUTLET ON PVC PRESURE PIPE W-8 OUTLET ON AC PIPE W-8 OUTLET ON CML&C STEEL PIPE W-9 OUTLET ON DUCTILE IRON PIPE W-9 2" COPPER SERVICE PIPE. (TYPE 'K' SOFT). 2 ANGLE METER STOP T^METER COMPANION FLANGE. (BRASS NUTS AND BOLTS). 8 2 BRASS STREET ELL ADAPTER-2" M.I.P. X 2 1/2" NSHT W/ 2 1/2" CAP 10 12" DIA. C.l. VALVE BOX COVER MARKED WATER OR RECYCLED WATER 11 30" DIAMETER X 8" THICK CONCRETE RING 12 12 GRAVITY SEWER PIPE SDR 35 REV APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ^1- •4-^~l^i. i. IA -th^f^n 2" BLOW-OFF / MANUAL AIR RELEASE ASSEMBLIES 1^l*#TT.^/vvv5fKJ^ 7//f/R6 CITY ENGINMR DATE 2" BLOW-OFF / MANUAL AIR RELEASE ASSEMBLIES STANDARD DWG. NO. VV~6 2" BLOW-OFF / MANUAL AIR RELEASE ASSEMBLIES STANDARD DWG. NO. VV~6 1. SEE SPECIFICATIONS FOR SOLDERING REQUIREMENTS. 2. SEE SPECIFICATIONS FOR PAINTING REQUIREMENTS. 3. SEE IMPROVEMENT PLANS FOR ASSEMBLY SIZE. ALL VALVES AND FITTINGS SHALL BE SAME SIZE AS AIR VENT iNLET. 5. POSITON ANODE MIDWAY BETWEEN PIPEUNE AND VALVE BOX. ITEM DESCRIPTION SPEC/DWG ITEM DESCRIPTION 3PEC/DWG 1 1" COPPER. (TYPE 'K' , SOFT). 2" COPPER SER. PIPE. (TYPE "K ' SOFT 14 2" COPPER ADATER. COPPER SOLDER JOINT x MALE IPT, 0-300 PSI 2 OUTLET ON PVC PRESSURE PIPE w-8 14 2" COPPER ADATER. COPPER SOLDER JOINT x MALE IPT, 0-300 PSI 3 OUTLET ON AC PIPE W-8 15 2" FLARED TUBE STR CPLG. COPPER X MALE IPT. 0-150 PSI 4 OUTLET ON CML&C STEEL PIPE W-9 15 2" FLARED TUBE STR CPLG. COPPER X MALE IPT. 0-150 PSI 5 OUTLET ON DUCTILE IRON PIPE W-9 16 CONCRETE ANCHOR BLOCK WITH 2 CUBIC FEET 6 1" OR 2" ANGLE METER STOP 16 CONCRETE ANCHOR BLOCK WITH 2 CUBIC FEET 7 METER BOX & COVER (TRAFFIC AREA) 17 2" CL 125 CAST BRONZE 90' ELBOW WITH FEMALE IPT 8 METER BOX & COVER (NONTRAFFIC AREA) 18 2" BRASS PIPE. REGULAR WALL WITH MALE IPT 9 1" OR 7" HEAVY DUTY 19 30"x30"x6" CONCRETE PAD 10 COMBINATION AIR RELEASE. 1" OR 2" BRASS STREET "L" 20 2" COMB. AIR RELEASE AND VACUUM VALVE. FEMALE IPT 11 1" OR 2" X 6" BRASS NIPPLE 21 AVE ASSEMBLY ENCLOSURE 12 1" OR 2" SCHEDULE 40 PVC 21 AVE ASSEMBLY ENCLOSURE 13 BRASS METER COMPANION FLANGE. (BRASS NUTS AND BOLTS ON 2") 22 1" OR 2" METER STOP 13 BRASS METER COMPANION FLANGE. (BRASS NUTS AND BOLTS ON 2") -2^ 2" BRONZE BALL VALVE REV APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ABOVE SURFACE I & 2" AIR-VACUUM VALVE ASSEMBLY 8. APPURTENANCE CITY ENGINE " DATE STANDARD DWG. NO. W-7 A.C. MAIN P.V.C. MAIN f >1 t 1 1 1 1 FOR WATER SERVICE CONNECTION ( TYP. ) ITEM DESCRIPTION SPEC/DWG 1 DOUBLE BAND BRASS SERVICE SADDLE. 2 BRONZE DOUBLE STRAP SERVICE SADDLE. 3 CORP. STOP r WATER SERVICE. w-3 4 CORP. STOP 2" WATER SERVICE. w-4 5 CORP. STOP 1" AIR VACUUM VALVE ASSEMBLY. w-7 6 CORP. STOP 2" AIR VACUUM VALVE ASSEMBLY W-7 7 1" MANUAL AIR RELEASE ASSEMBLY W-5 8 2" BLOW-OFF MANUAL AIR RELEASE ASSEMBLY. W-5&6 9 2" MANUAL BLOW-OFF / AIR RELEASE ASSEMBLY. W-6&7 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT OUTLETS ON A.C. OR P.V.C. MAIN FOR I INCH THRU 2 INCH ASSEMBLIES CITY ENGINKR DATE STANDARD DWG. NO. W-8 ITEM D.l. MAIN STEEL MAIN B FOR WATER SERVICE CONNECTION ( TYP. ) DESCRIPTION DOUBLE BAND BRASS SERVICE SADDLE. CORP. STOP 1" WATER SERVICE. CORP. STOP 2" WATER SERVICE. CORP. STOP 1" AIR VACUUM VALVE ASSEMBLY: SPEC/DWG W-3 W-4 W-7 10 CORP. STOP 2" AIR VACUUM VALVE ASSEMBLY. W-7 1" MANUAL AIR RELEASE ASSEMBLY. 2" BLOW-OFF MANUAL AIR RELEASE ASSEMBLE 2" BLOW-OFF / AIR RELEASE ASSEMBLY. W-5 W-6&7 W-6&7 NOT USED 3000 PSI FORGED STEEL COUPLING WELDED TO MAIN. W-14 REV APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT OUTLETS ON D.l. OR STEEL MAIN FOR 1 INCH THRU 2 INCH ASSEMBLIES CITY ENGINEER DATE OUTLETS ON D.l. OR STEEL MAIN FOR 1 INCH THRU 2 INCH ASSEMBLIES STANDARD DWG. NO. W~9 OUTLETS ON D.l. OR STEEL MAIN FOR 1 INCH THRU 2 INCH ASSEMBLIES STANDARD DWG. NO. W~9 PLAN 24" DIA. ^FINISH GRADE. ^AC PAVEMENT 1 1 1 ' RISER SHALL NOL REST ON BONNET OF VALVE. (2" CLEARANCE). I - • - •• -lA ^ •'•••'••• ' 8" DIA r SECTION A-A DOMESTIC WATER SECTION B-B RECLAIMED WATER NOTES: 1. IN NON-ROAD AREAS PLACE MARKER POST NEXT TO VALVE BOX ASSEMBLY AS DIRECTED BY THE ENGINEER. ( SEE DRAWING NO. 23 ). 2. ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SPEC. 09902 3. SEE DRAWING NO. 23 FOR GATE VALVE EXTENSION. 4. UPPER SIDE OF LID TO RECIEVE 2 COATS OF PAINT SEE SPECIFICATIONS FOR PAINTING REQUIREMENTS, ( PAGE 4 ). TEM DESCRIPTION SPEC/DWG VAL BOX & COVER WITH NON-SKID C.l. COVER AND UFT HOLE. MARKED "WATER". VAL. BOX & COVER FOR NORMALLY CLOSED VALVE. VAL. BOX & COVER MARKED "RECYCLED WATER". 8" C900 PVC OR ASPHALT COATED WELL CASING. CONCRETE COLLAR IDENTIFY CONC. BY CLASS 560-C-3250 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT VALVE BOX ASSEMBLY CITY ENGINEER ^ DATE VALVE BOX ASSEMBLY STANDARD DWG. NO. y\/-|3 VALVE BOX ASSEMBLY STANDARD DWG. NO. y\/-|3 FINISHED SURFACE (TYP.) NOTES: 1. SEE SPECIFICATIONS FOR BURIED FLANGE AND VALVE REQUIREMENTS. 2. SEE DRAWING N0.19 FOR THRUST BLOCK BEARING AREAS. 3. ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SECT. 09902. TRENCH ELEVATION PVC PIPE TRENCH REINFORCING STEEL DETAIL. TRENCH SECTION (TYPICAL) TRENCH ELEVATION STEEL PIPE ITEM DESCRIPTION SPEC/DWG 1 GATE VALVE 2 POLYETHYLENE ENCASEMENT 3 NO. 4 REINFORCING STEEL. 4 CONCRETE THRUST/ANCHOR BLOCK. (3250 P.S.I.) 560-C-3250 W-19 5 VALVE BOX ASSEMBLY. W-13 REV APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT GATE VALVE INSTALLATION P.V.C, a STEEL PIPE. CITY ENGINE ER DATE STANDARD DWG. NO, W-16 8"n^ TRENCH jf"^" VARIABLE - SEE NOTE - Ju 12 3" MIN. n? NOTES: BEARING AREA SHALL BE THE DIFFERENCE BETWEEN THE BEARING AREAS REQUIRED FOR THRUST ANCHORAGE OF MAINS ON EACH SIDE OF REDUCER AS FOUND FROM STD. DWG. 19 PLUS THE AREA OF THE TRENCH OPENING. MINIMUM DIMENSIONS SHOWN SHALL BE ADHERED TO. ITEM 1 3 —- DESCRIPTION POLYETHYLENE ENCASFMFMT BLOCK /•^fiU-c-325Q OOMrPrrrr NO. 4 BAR 9" ON CENTER FACH WAY SPEC/DWG w-19 STANDARD DWG. NO. ^-|8 ZINC ANODE ANODE LEAD ABOVE GRADE CONNECTION ABOVE GRADE CONNECTION NOTES: 1. RISER PIPE SHALL BE WIRE BRUSHED TO CLEAN BRIGHT METAL 2. PIPE CLAMP SHALL BE LOCATED ON RISER PIPE. 3. WIRE INSULATION SHALL BE STRIPPED TO A MINIMUM LENGTH TO CONNECT WIRE TO PIPE CLAMP. PACKAGED BACKFILL COMPOSITION: 75% GYPSUM 20% BENTONITE 5% SODIUM SULFATE INGOT WEIGHT 30 LBS. PKGD. WEIGHT 70 LBS. APPROX. ITEM DESCRIPTION SPEC/DWG 1 ANODE LEAD NO.12 AWG STRD. COPPER WIRE W/ THW INSULATION. 2 HEAT SHRINKABLE SLEEVE. 3 SILVER SOLDER CONNECTION. 4 1/4" DIAMETER GALVANIZED STEEL CORE. 5 2"X2"X30" ZINC ALLOY INGOT. 6 CLOTH BAG. 7 PACKAGED BACKFILL. 8 BRASS OR COPPER RISER PIPE. 9 BRASS OR COPPER PIPE CLAMP WITH SCREW TERMINAL REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ZINC ANODE AND CONNECTORS FOR r AND 2" WATER SERVICE CITY ENGINE DATE STANDARD DWG. NO. W-25 FINISH GRADE NOTES: 1. NO DIPS OR LOW SPOTS WILL BE ALLOWED IN PIPING INSTALLATION 2. LOCATE ENCLOSURE AS SHOWN ON 5. INSTALL WARNING/IDENTIFICATION TAfE SHOWN ON 4. BREAK-AWAY BOLTS SHALL BE 5/8 x3" WITH 3/8" HOLE DRILLED IN THE SHAFT OF THE BOLT INSTALL WITH NUTS ON TOP OF THE FLANGE. BOLTS SHAFT SHALL BE FILLED WITH SlUCONE SEALANT. 5. AIR AND VACUM VALVES INSTALLED FOR THE USE OF RECYCLED WATER SHALL BE IDENTIFIED AS DESCRIBED IN SECTION 15151 OF THE SPECIFICATIONS 6. CONNECTIONS TO STEEL MAINS SHALL BE IN ACCORDANCE WITH SECTION 15061 7 MATERIALS SHALL BE SELECTED FROM THE APPROVED MATERIALS UST ITEM DESCRIPTION ITEM 1 4" AUTOMATIC COMBINATION AIR RELEASE & AIR /VACUUM VALVE ASSEMBLY 10 CONCRETE THRUST/ANCHOR BLOCK 1 4" AUTOMATIC COMBINATION AIR RELEASE & AIR /VACUUM VALVE ASSEMBLY 11 4" FLD Dl PIPE X REOUIRED LENGTH (MAXIMUM OF 2 SPOOLS) 2 BREAK-AWAY BOLTS. SEE NOTE 5 11 4" FLD Dl PIPE X REOUIRED LENGTH (MAXIMUM OF 2 SPOOLS) 3 4-X8'' LONG FLG'D 8-BOLT SPOOL ViflTH BREAK-OFF GROOVES 12 4" FLG X MJ/PO 90" BEND 3 4-X8'' LONG FLG'D 8-BOLT SPOOL ViflTH BREAK-OFF GROOVES 13 4" C-900 PVC PIPE 4 1/2"x3" STAINLESS STEEL DROP-IN ANCHORS (3 EA @120- APART) 14 8" GATE WELL 4 1/2"x3" STAINLESS STEEL DROP-IN ANCHORS (3 EA @120- APART) 15 4" FLG X MJ/PO/FLG RWCV 5 AVA ASSEMBLY ENCLOSURE 16 4" FLG X MJ/PO 90' ADAPTER (IF REQUIRED) 6 TRACER WIRE (IF REQUIRED) 16 4" FLG X MJ/PO 90' ADAPTER (IF REQUIRED) 7 42"x42"x6" THICK CONCRETE SLAB 17 4" FLANGE 90" BEND 7 42"x42"x6" THICK CONCRETE SLAB 18 4" MJ/PO/FLG X FLG TEE 8 COLD JOINT STRIP 19 WATER MAIN 9 1" PVC CONDUIT FOR TRACER WIRE INSTALLED 2" ABOVE SLAB 20 POLYETHYLENE ENCASEMENT Sc WAX TAPE WRAP BURIED NUTS & BOLTS PER SPEC. 09902 •^REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT W AUTOMATIC COMBINATION AIR RELEASE a AIR/VACUUM VALVE INSTALLATIONS CITY ENGINEER DATE W AUTOMATIC COMBINATION AIR RELEASE a AIR/VACUUM VALVE INSTALLATIONS STANDARD DWG. NO. VV"33 W AUTOMATIC COMBINATION AIR RELEASE a AIR/VACUUM VALVE INSTALLATIONS STANDARD DWG. NO. VV"33 2 #4 EACH FACE & "^CH 2 «6 EACH FACE & ,CH EAtH SIDE OF PfPE EA&H SIDE OF PIPE ANCHOR BLOCK SECTION ANCHOR BLOCK ELEVATION 10' MIN. 45' TYP SLOPE SECTION PIPE SIZE Aa DIMENSIONS CALCUUTED BY ENGINEER AND SUBMtTTEO FOR APPROVAL 1 ITEM DESCRIPTION SPEC/DWG 1 ^ STEEL PIPE, CML&C, WELDED JOINTS 1 2 FLANGE X PUSH JOINT ADAPTOR 1 ^ CONCRETE ANCHOR BLOCK WITH REINFORCING STEEL 1 ^ 1" THICK X 3" HIGH WELD STL RING — WELDED STEEL PIPE SECTION WITH THRUST WALLS FOR SLOPES AND DIPS CITY ENGIN IttR DATE STANDARD DWG. NO. APPENDIX B Approximate Pavement Thicknesses (For Information Only) APPROXIMATE EXISTING ASPHALT CONCRETE PAVEMENT THICKNESSES A. Approximate pavement thickness information was obtained by potholing performed during the project design phase. The thicknesses are provided in the table below: ID Number Street Name Cross Street Name Pipeline Station Approximate Pavement Thickness (inches) 1 Corte del Abeto Camino Vida Roble 130+25 7 2 Camino Vida Roble Las Palmas 145+05 8 3 Las Palmas N/A 162+25 7 4 Camino Vida Roble Las Palmas 168+72 12 5 Camino Vida Roble Yarrow Drive 169+78 8 6 Yarrow Drive Camino Vida Roble 170+15 6 7 Yarrow Drive Corte De La Pina 200+07 7 APPENDIX C David Bacon Requirements DAVIS BACON REQUIREMENTS (a) The Recipient shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF the following clauses: (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site ofthe work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) ofthe Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1 )(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not iess often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in § 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis-Bacon poster (WH- 1321) shall be posted at all fimes 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 the workers. The Recipient may obtain wage determinations from the U.S. Department of Labor's web site, www.doi.aov. . (ii) (A) The Recipient, on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determinafion. The State award olficial shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classificafion in the wage determination; and G-1 DAVIS BACON REQUIREMENTS (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classificafion (if known), or their representatives, and the Recipient agree on the classificafion and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determinafion shall be sent by the Recipient to the State award official. The State award official will transmit the report, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the State award official or will notify the State award oflicial within the 30-day period that addifional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classificafion or their representafives, and the and the Recipient do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the award official shall refer the request, and the local wage determination, including the views of all interested parties and the recommendation of the State award official, to the Administrator for determination. The request shall be sent to the EPA Regional Coordinator concurrently. The Administrator, or an authorized representafive, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional fime is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(B) or (C) of this secfion, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classificafion, (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meefing of obligations under the plan or program. G-2 DAVIS BACON REQUIREMENTS (2) Withholding. The Recipient shall upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much ofthe accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the (Agency) may, after written nofice to the contractor, sponsor, applicant, or owner, take such acfion as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. (i) Payrolls and basic records relafing thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site ofthe work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) ofthe Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1 )(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in secfion 1(b)(2)(B) ofthe Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program Is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anficipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenficeship programs and certification of trainee programs, the registration ofthe apprentices and trainees, and the rafios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the Recipient, that is, the entity that receives the sub-grant or loan from the State capitalization grant recipient. Such documentafion shall be available on request ofthe State Water Board or EPA. As to each payroll copy received, the Recipient shall provide written confirmation in a form satisfactory to the State indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each G-3 DAVIS BACON REQUIREMENTS employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.aov/esa/whd/formsAvh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Recipient for transmission to the State or EPA if requested by EPA, the State, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an invesfigation or audit of compliance with prevailing wage requirements. It is not a violafion of this secfion for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the Recipient. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprenfice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either direcfiy or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certificafion set forth on the reverse side of Optional Form VVH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsificafion of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of tifie 31 ofthe United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this secfion available for inspection, copying, or transcripfion by authorized representafives ofthe State, EPA or the Department of Labor, and shall permit such representafives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them G-4 DAVIS BACON REQUIREMENTS available, the Federal agency or State may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprenfices and trainees. (i) Apprentices. Apprenfices will be pennitted to work at less than the predetermined rate forthe work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administrafion, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprenfice in such an apprenficeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenficeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probafionary employment as an apprenfice. The allowable rafio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprenfice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determinafion forthe classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construcfion on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's houriy rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen houriy rate specified in the applicable wage determinafion. Apprenfices shall be paid fringe benefits in accordance with the provisions ofthe apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination forthe applicable classificafion. If the Administrator determines that a different practice prevails for the applicable apprentice classificafion, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenficeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by G-5 DAVIS BACON REQUIREMENTS formal certificafion by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman houriy rate specified in the applicable wage determinafion. Trainees shall be paid fringe benefits in accordance with the provisions ofthe trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determinafion unless the Administrator ofthe Wage and Hour Division determines that there is an apprenficeship program associated with the corresponding journeyman wage rate on the wage determinafion which provides for less than fuil fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determinafion forthe classificafion of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determinafion for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate forthe work performed unfil an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Execufive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the subcontractors to include these clauses in any lower fier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5, (7) Contract terminafion: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for terminafion of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretafions ofthe Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out ofthe labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures ofthe Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its G-6 DAVIS BACON REQUIREMENTS subcontractors) and the Recipient, State, EPA, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility, (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's fimn is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) ofthe Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of secfion 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S C. 1001, 2. Contract Provision for Contracts in Excess of $100,000. (a) Contract Work Hours and Safety Standards Act. The Recipient shall insert the following clauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions ofthe Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Section 1, above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracfing for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensafion at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violafion of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violafion of the clause set forth in paragraph (b)(1) of this secfion, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess ofthe standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section, (3) Withholding for unpaid wages and liquidated damages. The Recipient shall upon the request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Wori< Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or G-7 DAVIS BACON REQUIREMENTS subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower fier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. (c) In addition to the clauses contained in Section 1, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Recipient shall insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion ofthe contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Recipient shall insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the (write the name of agency) and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. 3. Compliance Verification (a) The Recipient shall periodically interview a sufficient number of employees entified to DB prevailing wages (covered employees) to verify that contractors or subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The Recipient must use Standard Form 1445 (SF 1445) or equivalent documentation to memorialize the interviews. Copies ofthe SF 1445 are available from EPA on request. (b) The Recipient shall establish and follow an interview schedule based on its assessment ofthe risks of noncompliance with DB posed by contractors or subcontractors and the durafion ofthe contract or subcontract. At a minimum, the Recipient should conduct interviews with a representafive group of covered employees within two weeks of each contractor or subcontractor's submission of its initial weekly payroll data and two weeks prior to the estimated completion date for the contract or subcontract. The Recipient must conduct more frequent interviews if the initial interviews or other information indicates that there is a risk that the contractor or subcontractor is not complying with DB. The Recipient shall immediately conduct necessary interviews in response to an alleged violation ofthe prevailing wage requirements, All interviews shall be conducted in confidence. (c) The Recipient shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that contractors or subcontractors are paying the appropriate wage rates. The Recipient shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the durafion of the contract or subcontract. At a minimum, if practicable the Recipient shall spot check payroll data within two weeks of each contractor or subcontractor's submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract. The Recipient must conduct more ••' • G-8 DAVIS BACON REQUIREMENTS frequent spot checks if the initial spot check or other informafion indicates that there is a risk that the contractor or subcontractor is not complying with DB. In addition, during the examinations the Recipient shall verify evidence of fringe benefit plans and payments thereunder by contractors and subcontractors who claim credit for fringe benefit contributions. (d) The Recipient shall periodically review contractors and subcontractors use of apprenfices and trainees to verify registration and certificafion with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that contractors and subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above. (e) The Recipient must immediately report potenfial violations ofthe DB prevailing wage requirements to the EPA DB contact listed above and to the appropriate DOL Wage and Hour District Office listed at http://www.dol.aov/esa/contacts/whd/america2.htm. G-9 Page 1 of26 > General Decision Number: CA150001 01/16/2015 CAl Superseded General Decision Nuinber: CA201'30001 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: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subj ect to the Davis-Bacon Act for which the solicitation is 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 $10.10 (or the applicable wage rate listed on this wage detennination, if it is higher) for all hours spent performing on the contract. The /"f^ EO minimum wage rate will be adjusted annually. Additional j information on contractor requirements and worker protections ""^ under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 01/16/2015 ASBE0005-002 06/30/2014 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) $ 35.44 19.36 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls) $ 24.34 16.09 ASBE0005-004 06/24/2013 _^ Rates Fringes '^'•^ Page 2 of26 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)....$ 16.95 10.23 BOIL0092-003 10/01/2012 Rates Fringes BOILERMAKER $ 41 . 17 28.27 BRCAOOO4-O08 11/01/2014 Rates Fringes BRICKLAYER; MARBLE SETTER $ 34.12 15.65 BRCA0018-004 06/01/2014 Rates Fringes MARBLE FINISHER $ 28.45 11 . 38 TILE FINISHER $ 23. 78 9.84 TILE LAYER $ 35.14 14.33 BRCA0018-010 09/01/2013 Rates Fringes TERRAZZO FINISHER $ 26.59 10.34 TERRAZZO WORKER/SETTER $ 33.63 11.13 CARP0409-002 07/01/2008 Rates Fringes Diver {1) Wet $ 663.68 9.82 {2) Standby $ 331.84 9. 82 (3) Tender $ 323.84 9. 82 (4) Assistant Tender $ 299. 84 9.82 Amounts in "Rates' column are per day CARP0409-008 08/01/2010 Rates Fringes Modular Furniture Installer $ 17.00 7.41 CARP0547-001 07/01/2009 Rates Fringes file:///C:/Users/dahle/AppData/Local/Temp/Low/3D0TIZl 0.htm 2/10/2015 Page 3 of26 CARPENTER (1) Bridge $ 37.28 10.58 (2) Commercial Building.... $ 32.30 10.58 (3) Heavy & Highway $ 37.15 10.58 {4) Residential Carpenter..$ 25.84 10.58 (5) Residential Insulation Installer $ 18.00 8.16 MILLWRIGHT $ 37.65 10.58 PILEDRIVERMAN $ 37.28 10.58 CARP0547-002 07/01/2009 Rates Fringes Drywall (1) Work on wood framed construction of single family residences, apartments or condominiums under four stories Drywall Instailer/Lather. Drywall Stacker/Scrapper. {2) All other work Drywall Installer/Lather. Drywall Stocker/Scrapper. 21.00 11.00 27.35 11.00 8.58 6.67 9.58 6.67 ELEC0569-001 12/01/2014 Rates Fringes Electricians {Tunnel Work) Cable Splicer $ 45.75 13.25 Electrician $ 45.00 13.22 Electricians: (All Other Work, Including 4 Stories Residential) Cable Splicer $ 40.75 13.10 Electrician $ 40:00 13.07 ELEC0569-005 09/01/2014 Rates Fringes Sound & Communications Sound Technician $ 28.82 Soundman $ 23.06 3%+10.81 3%+ 9.17 SOUND TECHNICIAN: Terminating, operating and performing final check-out SOUNDMAN: Wire-pulling, splicing, assembling and installing devices 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. Page 4 of 26 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, frequency 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. ELEC0569-006 10/06/2014 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 $ 28.75 3% + 7.42 Utility Technician #2 $ 23.90 3% + 7.42 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, telephone, cable TV land communication systems. The setting, leveling, grounding and racking of precast manholes, handholes and transformer pads. ELEC0569-008 06/03/2013 Rates Fringes ELECTRICIAN {Residential, 1-3 Stories) $ 22.37 3% + 3.30 ELEC1245-001 06/01/2013 Rates Fringes LINE CONSTRUCTION ^ (1) Lineman; Cable splicer..$ 50.30 15.00 (2) Equipment specialist (operates crawler tractors, commercial motor file;///C:/Users/dahle/AppData/Local/Temp/Low/3D0TIZ10.htm 2/10/2015 Page 5 of 26 vehicles, backhoes, trenchers, cranes (50 tons and below) , overhead & """^ underground distribution line equipment) $ 40.17 14.56 {3) Groundman $ 30.73 13.48 {4) Powderman $ 44.91 13,48 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 01/01/2014 Rates Fringes ELEVATOR MECHANIC $ 49.03 26.785 FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 61 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 07/07/2014 Rates Fringes OPERATOR: Power Equipment {All Other Work) GROUP 1 $ 39.05 22.25 GROUP 2 $ 39.83 22.25 GROUP 3 $ 40.12 22.25 GROUP 4 $ 41.61 22.25 GROUP 5 $ 41.86 22.25 GROUP 6 $ 41.83 22.25 GROUP 8 $ 41.94 22.25 GROUP 9 $ 42.19 22^25 GROUP 10 $ 42.06 22.25 GROUP 11 $ 42.31 22.25 GROUP 12 $ 42.23 22.25 GROUP 13 $ 42.33 22.25 GROUP 14 $ 42.36 22.25 GROUP 15 $ 42 . 44 22.25 GROUP 16 $ 42.56 22.25 GROUP 17 $ 42.73 22.25 GROUP 18 $ 42.83 22.25 GROUP 19 $ 42.94 22.25 GROUP 20 $ 43.06 22.25 GROUP 21 $ 43.23 22.25 GROUP 22 $ 43.33 22.25 GROUP 23 $ 43. 44 22.25 GROUP 24 $ 43.56 22.25 GROUP 25 $ 43.73 22.25 OPERATOR: Power Equipment (Cranes, Piledriving & Page 6 of26 Hoisting! GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 GROUP 8 GROUP 9 GROUP 10 GROUP 11 GROUP 12 GROUP 13 OPERATOR: Power Equipment {Tunnel Work) GROUP GROUP GROUP GROUP GROUP GROUP GROUP 0.40 1.18 4 4 41.47 41.61 83 94 06 23 40 40 40 40 40 40.90 68 97 11 33 44 56 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22.25 22 .25 22 .25 22.25 22.25 22.25 22.25 22.25 22 .25 22 .25 22.25 22.25 22.25 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 file:///C;/Users/dahIe/AppData/Local/Temp/Low/3D0TIZ10.htm 2/10/2015 Page 7 of 26 (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 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; Drilling machine operator. Bucket or auger types (Calweld fil^--///r-/TTcf-r«/Hnhl(-/Annnn+ia/r r,pnt/Tf-mn/T r,w/'innTT71 O htm 9/10/901 S Page 8 of 26 150 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; ••i^^. 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 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; file:///C:/Users/dahle/AppData/Local/Temp/Low/3D0TIZ10.htm 2/10/2015 Page 9 of26 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 7 50 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 7 50 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, 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. f1lp-///r-AT«pr«/Hflhlp/Annnflta/r .nral/TpmnA .nw/^DOTT/l 0 htm 9/1 0/00] S Page 10 of 26 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, 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 file :///C:/Users/dahle/AppData/Local/Temp/Low/3D0TIZ 10.htm 2/10/2015 Page 11 of 26 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; 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) fllp-///r-/TTcprc/HtihU/Ar^r*nQta/I r>^al/Tf>mr./T r.«,nrinTT71 H htm 9/1 n/9ni ^ Page 12 of 26 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 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 1-15 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 TUN, R17W, SBM. Continue E along south boundary of TllN, SBM to SW corner of TllN, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, RlE, SBM. Continue S along west boundary of RlE, SMB to Riverside County line at the SW corner of TIS, RIE, SBM. Continue E along south boundary of Tls, SBM (Riverside County Line) to SW corner of Tls, RlOE, SBM. Continue S along west boundary of RlOE, SBM to Imperial County line at the SW corner of T8S, RlOE, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between file:///C:/Users/dahle/AppData/Local/Temp/Low/3D0TIZ10.htm 2/10/2015 Page 13 of 26 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 RISE 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 TllN 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 California state line at the point which is the center of Section 17, TlON, 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 Page 14 of 26 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, TlON, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ENGI0012-004 08/01/2014 Rates Fringes OPERATOR: Power Equipment {DREDGING) (1) Leverman $ 4 8. 60 22 . 4 0 {2) Dredge dozer $ 42.63 22.40 (3) Deckmate $ 42.52 22.40 (4) Winch operator (stern winch on dredge) $ 41.97 22 . 40 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand $ 41.43 22.40 {6) Barge Mate $ 42. 04 22.40 * IRON0377-002 01/01/2015 Rates Fringes Ironworkers: Fence Erector $ 27.08 18.24 Ornamental, Reinforcing and Structural $ 33.50 28.20 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 file:///C:/Users/dahle/AppData/Local/Temp/Low/3D0TIZ10.htm 2/10/2015 LABO0089-001 07/01/2013 Page 15 of 26 Rates Fringes LABORER (BUILDING and all Other Residential Construction) Group 1 $ 2 6.98 Group 2 $ 27.66 Group 3 $ 2 8.37 Group 4 $ 2 9.17 Group 5 $ 31.10 LABORER {RESIDENTIAL CONSTRUCTION - See definition below) (1) Laborer $ 24.88 {2) Cleanup, Landscape, Fencing (Chain Link & Wood).$ 23.59 15.42 15.42 15.42 15.42 15.42 13.75 13.75 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 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 Page 16 of 26 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 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 11/01/2012 Rates Fringes LABORER {MASON TENDER) $ 27.98 13.39 LABO0089-004 07/01/2013 file:///C:/Users/dahle/AppData/Local/Temp/Low/3D0TIZl O.htm 2/10/2015 HEAVY AND HIGHWAY CONSTRUCTION Page 17 of 26 Rates Laborers: Group 1 $ 2 6.98 Group 2 $ 27.66 Group 3 $ 2 8.37 Group 4 $ 2 9.17 Group 5 $ 31.10 Fringes 15.42 15.42 15.42 15.42 15.42 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, Filers 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 1/2 ft or longer. Dry Pak-it machine. Fence erector Page 18 of 26 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 wor k. LABO0300-005 01/01/2014 Rates Fringes Asbestos Removal Laborer $ 28.00 15.25 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. LABO1184-001 07/01/2014 file:///C:/Users/dahle/AppData/Local/Temp/Low/3D0TIZ10.htm 2/10/2015 Page 19 of 26 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer.. .$ 31. 65 13. 33 (2) Vehicle Operator/Hauler .$ 31. 82 13. 33 (3) Horizontal Directional .$ 33. 67 13. 33 {4) Electronic Tracking .$ 35. 67 13. 33 Laborers: (STRIPING/SLURRY SEAL) GROUP 1 .$ 32. 56 16. 28 GROUP 2 .$ 33. 86 16. 28 GROUP 3 .$ 35. 87 16. 28 GROUP 4 .$ 37 . 61 16. 28 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 08/07/2013 Rates Fringes LABORER PLASTER CLEAN-UP LABORER....$ 27.45 PLASTER TENDER $ 30.00 16.36 16.36 1/1 A/om c Page 20 of 26 Work on a swing stage scaffold: $1.00 per hour additional. Work at Military Bases - $3.00 additional per hour: V™- 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 07/01/2014 Rates Fringes Painters; {Including Lead Abatement) (1) Repaint {excludes San Diego County) $ 26.89 12.28 {2) All Other Work $ 30.27 12.28 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 10/01/2014 Rates Fringes DRYWALL FINISHER/TAPER (1) Building & Heavy Construction $ 26.84 14.29 (2) Residential Construction (Wood frame apartments, single family homes and multi-duplexes up to and including four stories) $21.00 13.91 PAIN0036-012 10/01/2013 Rates Fringes GLAZIER $ 38.80 17.25 PAIN0036-019 07/01/2014 Rates Fringes SOFT FLOOR LAYER $ 26.77 12.75 PLAS0200-005 08/06/2014 Rates Fringes PLASTERER $ 37.43 13.28 file:///C:/Users/dahle/AppData/Local/Temp/Low/3D0TIZ10.htm 2/10/2015 Page 21 of 26 NORTH ISLAND NAVAL AIR STATION, COLORADO NAVAL AMPHIBIOUS BASE, IMPERIAL BEACH NAVAL AIR STATION: $3.00 additional per hour. PLAS0500-001 07/01/2014 Rates CEMENT MASON/CONCRETE FINISHER GROUP 1 $ 22.29 GROUP 2 $ 23 . 94 GROUP 3 $ 26.57 Fringes 17.10 17.10 17 .25 CEMENT MASONS - work inside the building line, meeting the following criteria: GROUP 1: Residential wood frame proj ect 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 07/01/2014 Rates Fringes PLUMBER, PIPEFITTER, STEAMFITTER Camp Pendleton $ 49.21 20.36 Plumber and Pipefitter All other work except 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 $ 44.71 20.36 Work ONLY on new additions and remodeling of commercial buildings, bars, restaurants, and stores not to exceed 5,000 sq. ft. of floor space $ 43.33 19.38 Work ONLY on strip malls, light commercial, tenant improvement and remodel work $ 34.59 17.71 PLUM0016-011 07/01/2014 Rates Fringes T/1 n/oni ^ Page 22 of 26 PLUMBER/PIPEFITTER Residential $ 36.15 16.28 PLUM0345-001 07/01/2014 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 Sewer & Storm Drain Work....$ 33.24 17.13 ROOF0045-001 07/01/2012 Rates Fringes ROOFER $ 25.08 7.28 SFCA0669-001 07/01/2013 Rates Fringes SPRINKLER FITTER $ 34 . 86 18.66 SHEE0206-001 01/01/2012 Rates Fringes SHEET METAL WORKER Camp Pendleton $ 35.05 19.23 Except Camp Pendleton $ 33.05 19.23 Sheet Metal Technician $ 25.22 6.69 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 TEAM0036-001 07/01/2012 Rates Fringes Truck drivers: GROUP 1 $ 15.40 20.50 GROUP 2 $ 24.99 20.50 GROUP 3 $ 25.19 20.50 GROUP 4 $ 25.39 20.50 GROUP 5 $ 25.59 20.50 GROUP 6 $ 26.09 20.50 file:///C:/Users/dahle/AppData/Local/Temp/Low/3D0TIZ10.htm 2/10/2015 Page 23 of 26 GROUP 7 $ 27.5! 20.50 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 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. 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 fi 1*1 -/Z//"'•/T Tc*ai-c;/rlQhlfi/A t^t^riat-l/T 0/1 n/oni Page 24 of 26 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 nuraber 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 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 file:///C:/Users/dahle/AppData/Local/Temp/Low/3D0TIZ10.htm 2/10/2015 Page 25 of 26 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 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 filf--///r'-/TT£;*-rc/H'>hlp/Ar.r»nott./r r>r-Ql/Tf>mr»/T r»«//mnTT7in httn 9/in/9ni ^ Page 26 of 26 4.) All decisions by the Administrative Review Board are final END OF GENERAL DECISION fiIe:///C:/Users/dahle/AppData/Local/Temp/Low/3D0TIZ10.htm 2/10/2015 APPENDIX D Disadvantage Business Enterprise (DBE) Requirements California State Water Resources Control Board Division of Financial Assistance (Division) ^ 1001 I Street • Sacramento, California 95814 • (916) 341-5700 FAX (916) 341-5707 IVIaiiing Address: P. O. Box 944212 • Sacramento, California * 94244-2120 Internet Address: http://www.waterboards.ca.gov Guidelines for IVIeetina the Clean Water State Revolving Fund fCWSRF^ Program Disadvantaged Business Enterprise (DBE) Reguirements (Revised January 16, 2014) The DBE Program is an outreach, education, and objectives program designed to increase the participation of DBEs in the CWSRF Program. How to Achieve the Purpose of tlie Program Recipients of CWSRF financing are required to seek, and are encouraged to use, DBEs for their procurement needs. Financial assistance recipients should award a "fair share" of sub-agreements to DBEs. This applies to all sub-agreements for equipment, supplies, construction, and services. The key functional components ofthe DBE Program are as follows. Fair Share Objectives DBE Certification Six Good Faith Efforts Contract Administration Requirements DBE Reporting Disadvantaged Business Enterprise's are: • entities owned and/or controlled by socially and economically disadvantaged individuals as described by Title X of the Clean Air Act Amendments of 1990 {42 U.S.C. 7601 note) (10% statute), and Public Law 102-389 {42 U.S.C. 437Qd) (8% statute), respectively; • a Minority Business Enterprise (MBE) are entities that are at least 51% owned and/or controlled by a socially and economically disadvantaged individual as described by Title X of the Clean Air Act Amendments of 1990 (42 U.S.C. 7601 note), and Public Law 102-389 (42 U.S.C. 4370d), respectively. • a Women Business Enterprise (WBE) are entities that are at least 51% owned and/or controlled by women. • a Small Business Enterprise (SBE); • a Small Business in a Rural Area (SBRA); • a Labor Surplus Area Firm (LSAF); or • an Historically Underutilized Business (HUB) Zone Small Business Concern or a concern under a successor program. Certifying DBE Firms: Under the DBE Program, entities can no longer self-certify and contractors and sub-contractors must be certified at bid opening. Contractors and sub-contractors must provide to the CWSRF recipient proof of DBE certification. Certifications will be accepted from the following: • The US Environmental Protection Agency (USEPA) • The Small Business Administration(SBA); • The Department of Transportation's State implemented DBE Certification Program (with U.S. citizenship); • Tribal, State and Local governments; • Independent private organization certifications. If an entity holds one of these certifications, it is considered acceptable for establishing status under the DBE Program. Six Good Faith Efforts (GFE) All CWSRF financing recipients are required to complete and ensure that the prime contractor complies with the GFE below to ensure that DBEs have the opportunity to compete for financial assistance dollars. 1. Ensure DBEs are made aware of contracting opportunities to the fullest extent practical through outreach and recruitment activities. For Tribal, State and Local Government Recipients, this will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources. 2. Make information on forthcoming opportunities available to DBEs. Posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid opening date. 3. Consider in the contracting process whether finns competing for large contracts could subcontract with DBEs. 4. Encourage contracting with a group of DBEs when a contract is too large for one firm to handle individually. 5. Use the services and assistance ofthe SBA and Minority Business Development Agency (MBDA) ofthe US Department of Commerce. 6. If the prime contractor awards subcontracts, require the prime contractor to take the above steps. The forms listed in the table below and attached to these guidelines; must be completed and submitted with the GFE: FORIVI NUMBER FORM NAIVIE REQUIREMENT PROVIDED BY COMPLETED BY SUBMITTED TO EPA 6100-2 DBE Sub-Contractor Participation Forni As Needed to Report issues Recipient Sub- Contractor EPA DBE Coordinator EPA 6100-3 DBE Sub-Contractor Performance Form include with Bid or Proposal Package Prime Contractor Sub- Contractor SWRCB by Recipient EPA 6100-4 DBE Sub-Contractor Utilization Form Include with Bid or Proposal Package Recipient Prime Contractor SWRCB by Recipient 0 The completed fonns must be submitted with each Bid or Proposal. The recipient shall review the bidder's documents closely to determine that the GFE was performed prior to bid or proposal opening date. Failure to complete the GFE and to substantiate completion ofthe GFE before the bid opening date could jeopardize CWSRF financing for the project. The following situations and circumstances require action as indicated: 1. If the apparent successful low bidder was rejected, a complete explanation must be provided; 2. Failure of the apparent low bidder to perform the GFE prior to bid opening constitutes a non-responsive bid. The construction contract may then be awarded to the next low, responsive, and responsible bidder that meets the requirements or the Recipient may re-advertise the project. 3. If there is a bid dispute, all disputes shall be settled prior to submission of the Final Budget Approval Form. Administration Reguirements A recipient of CWSRF financing must require entities receiving funds to create and maintain a Bidders List if the recipient of the financing agreement is subject to, or chooses to follow, competitive bidding requirements; The Bidders list must include all firms that bid or quote on prime contracts, or bid or quote on subcontracts, including both DBEs and non-DBEs. • Information retained on the Bidder's List must include the following: 1. Entity's name with point of contact; 2. Entity's mailing address and telephone number; 3. The project description on which the entity bid or quoted and when; 4. Amount of bid/quote; and 5. Entity's status as a DBE or non-DBE. • The Bidders List must be kept until the recipient is no longer receiving funding under the agreement. • The recipient shall include Bidders List as part ofthe Final Budget Approval Form. • A recipient must require its prime contractor to pay its subcontractor for satisfactory performance no more than 30 days from the prime contractor's receipt of payment from the Recipient. • A recipient must be notified in writing by its prime contractor prior to any termination of a DBE subcontractor by the prime contractor. • If a DBE subcontractor fails to complete work under the subcontract for any reason, the recipient must require the prime contractor to employ the six GFEs if soliciting a replacement subcontractor. • A recipient must require its prime contractor to employ the six GFEs even if the prime contractor has achieved its fair share objectives. Reporting Reguirements For the duration of the construction contract(s), the recipient is required to submit to the State Water Resources Control Board DBE reports semi-annually by April 10 and October 10 of each fiscal year on the attached Utilization Report form (UR-334). Failure to provide this information as stipulated in the financial agreement language may be cause for withholding disbursements. CONTACT FOR MORE INFORMATION SWRCB - CWSRF Barbara August (916) 341-6952 barbara.auaustf@waterboards.ca.aov SWRCB - CWSRF Susan Damian (916) 341-5494 susan.damianigjwaterboards.ca.QOv. US-EPA Region 9 - Joe Ochab (415) 972-3761 ochab.!oe(@epa.qov. Revised January 16, 2014 x^/EPA United States Environmental Protecdon Agency OMB Control No: 2090-0030 Approved: 8/13/2013 Approval Expires: 8/ 31/ 2015 ^' Disadvantaged Business Enterprise (DBE} Program DBE Subcontractor Participation Form An EPA Financial Assistance Agreement Recipient must require its prime contractors to provide this form to its DBE subcontractors. This form gives a DBE^ subcontractor2 the opportunity to describe work received and/or report any concerns regarding the EPA-fiinded project (e.g., in areas such as termination by prime contractor, late payments, etc.}. The DBE subcontractor can, as an option, complete and submit this form to the EPA DBE Coordinator at any time during the project period of performance. Subcontractor Name Project Name Bid/ Proposal No. Assistance Agreement ID 'io. {if known] Point of Contact Address Telephone No. Email Address Prime Contractor Name Issuing/Funding Entity: Contract Item Number Description of Work Received from the Prime Contractor Involving Construction, Services, Equipment or Supplies Amount Received by Prime Contractor ^ 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 33.204-33.205 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 EPA award of financial assistance. 0 EPA FORM 6100-2 (DBE Subcontractor Participation Form} ^EPA United States Environmental Protection Agancy OMB Control No: 2090-0030 Approved: 8/13/2013 Approval Expires: 8/ 31 / 2015 Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Participation Form Please use the space beiow to report any concerns regarding the above EPA-fimded project: Subcontractor Signature Print Name Titie Date The public reporting and recordkeeping 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. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA FORM 6100-2 (DBE Subcontractor Participation Form) United States Environmental Protection Agency OMB Control No: 2090-0030 Approved: 8/13/2013 Approval Expires: 8/ 31/ 2015 Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Performance Form This form is intended to capture the DBE^ subcontractor's^ description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement Recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractors bid or proposal package. Subcontractor Name Project Name Bid/ Proposal No. Assistance Agreement ID No. (if known} Point of Contact Address Telephone No. Email Address Prime Contractor Name Issuing/Funding Entity: Contract Item Number Description of Work Submitted to the Prime Contractor Involving Construction, Services, Equipment or Supplies Price of Woric Submitted to the Prime Contractor DBE Certified By: _D_ DOT jQ SBA Meets/ exceeds EPA certification standards? O Other: O YES O NO O Unknown ^ 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 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described tn 40 CFR 33.202. 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 EPA award of financial assistance. EPA FORM 6100-3 (DBE Subcontractor Performance Form) 4>EPA United Slates Environmental Protection Agency OMB Control No: 2090-0030 Approved: 8/13/2013 Approval Expires: 8/ 31/ 2015 Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Performance Form 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. ! am aware of 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). Prime Contractor Signature Print Name Title Date Subcontractor Signature Print Name Title Date The public reporting and recordkeeping 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 ofthe 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 (2S22T}, 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number In any correspondence. Do not send the completed form to this address. EPA FORM 6100-3 (DBE Subcontractor Performance Form) x®/EPA United States Environmental Protection Agency OMB Control No: 2090-0030 Approved: 8/13/2013 /-^^y Approval Expires: 8/31/2015 Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor's actual and/or anticipated use of identified certified DBEi subcontractors^ and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors should also maintain a copy of this form on file. Prime Contractor Name Project Name Bid/ Proposal No. Assistance Agreement ID No. (if known) Point of Contact Address Telephone No. Email Address Issuing/Funding Entity: 1 have identified potential DBE certified subcontractors ED YES • NO Ifyes, please complete the table below. If no, please explain: Subcontractor Name/ Company Name Company Address/ Phone/ Email Est. Dollar Amt Currently DBE Certified? Continue on back if needed A DBE is a Disadvantaged, IVIinority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications as described in 40 CFR 33.204-33.205 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 EPA award of financial assistance. EPA FORM 6100-4 (DBE Subcontractor Utilization Form) United States Environmental Protection Agency OMB Control No: 2090-0030 Approved: 8/13/2013 Approval Expires: 8/31/2015 Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Utilization Form 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 of that in the event of a replacement of a subcontractor, 1 will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Print Name Title Date The public reporting and recordkeeping 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. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA FORM 6100-4 (DBE Subcontractor Utilization Form) STATE WATER RESOURCES CONTROL BOARD - DIVISION OF FINANCIAL ASSISTANCE DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION CLEAN WATER STATE REVOLVING FUND {CWSRF) FORM UR-334 1. Grant/Finance Agreement Number: 2. Semi-Annual Reporting Period 04/10/ througli 09/30/ 10/1/ tlirougli 03/30/ 3. Purchase Period of Financing Agreement: 4. Total Payments Paid to Prime Contractor or Sub-Contractors During Current Reporting Period: $ 6. Recipients Name and Address: 6. Recipient's Contact Person and Phone Number: 7. List All DBE Payments Paid by Recipient or Prime Contractor During Current Reporting Period: Payment or Pure:hase Paid by Recipient or Prime Contractor Amount Paid to Any DBE Contractor or Sub-Contractor For Service Provided to Recipient tUIBE WBE Date of Payment (MIWDDAT) PnDcurement Type Code** (see below) Name and Address of OBE Contractor of Sub-Contractor or Vendor 8. Initial here If no DBE contractors or sub-contractors paid during current reporting period: 9. initial here If ali procurements for this contract are completed: 10. Comments: 11. Signature and Titie of Recipient's Authorized Representative 12. Date Return to: Barbara August Division of Financial Assistance SWRCB PO Box 944212 Sacramento, CA 94244-2120 Procurement Tvpe: 1. Construction 2. Supplies 3. Sen/ices (includes business services; professional services; repair services and personnel services) 4. Equipment Barbara. Auaust@waterboards.ca. gov Phone: (916)341-6952 Fax; (916)327-7469 Revised January 16, 2014 STATE WATER RESOURCES CONTROL BOARD - DIVISION OF FINANCIAL ASSISTANCE DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION CLEAN WATER STATE REVOLVING FUND INSTRUCTIONS FOR COMPLETING FORM UR-334 Box 1 Grant or Financing Agreement Number. Box 2 Semi-annual reporting period. Choose one semi-annual period and enter the correct years. Box 3 Enter the dates between which you made procurements under this financing agreement or grant Box 4 Enter the total amount of payments paid to the contractor or sub-contractors during this reporting period. Box 5 Enter Recipient's Name and Address. Box 6 Enter Recipient's Contact Name and Phone Number. Box 7 Enter details for the DBE purchases onlv and be sure to limit them to the current period. 1) Use either an "R" or a "C" to represent "Recipient" or "Contractor." 2) Enter a dollar total for DBE and total the two columns at the bottom of the section. 3) Provide the payment date. 4) Enter a product type choice from those at the bottom of the page. 5) List the vendor name and address in the right-hand column Box 8 Initial here if no DBE contractors or sub-contractors were paid during this reporting period. Box 9 Initial this box only if all purchases under this financing agreement or grant have been completed during this reporting period or a previous period. If you initial this box, we will no longer send you a survey. Box 10 This box is for explanatory information or questions. Box 11 Provide an authorized representative signature. Box 12 Enter the date form completed. Revised January 16, 2014 APPENDIX "E" AMERICAN IRON AND STEEL REQUIREMENTS APPENDIX "E" AMERICAN IRON AND STEEL REQUIREMENTS By submitting a sealed bid, the Contractor acknowledges to and for the benefit of the Carlsbad Municipal Water District ("Purchaser") and the State of California Clean Water State Revolving Fund (the "State") that it understands the goods and services under this Agreement are being funded with monies made available by the Clean Water State Revolving Fund and/or Drinking Water State Revolving Fund that have statutory requirements commonly known as "American Iron and Steel;" that requires all ofthe iron and steel products used in the project to be produced in the United States ("American Iron and Steel Requirement") including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Purchaser and the State that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Purchaser or the State. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Purchaser or State to recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney's fees) incurred by the Purchaser or State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages owed to the State by the Purchaser). While the Contractor has no direct contractual privity with the State, as a lender to the Purchaser for the funding of its project, the Purchaser and the Contractor agree that the State is a third-party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the State. APPENDIX "E" SAMPLE AMERICAN IRON AND STEEL CERTIFICATION The following information is provided as a sample letter of step certification for AIS compliance. Documentation must be provided on company letterhead. Date Company Name Company Address City, State Zip Subject: American Iron and Steel Step Certification for Project (XXXXXXXXXX) 1, (company representative), certify that the (melting, bending, coating, galvanizing, cutting, etc.) process for (manufacturing or fabricating) the following products and/or materials shipped or provided for the subject project is in full compliance with the American Iron and Steel y*^^ requirement as mandated in EPA's State Revolving Fund Programs. Item, Products and/or Materials: 1. Xxxx 2. Xxxx 3. Xxxx Such process took place at the following location: If any ofthe above compliance statements change while providing material to this project we will immediately notify the prime contractor and the engineer. Signed by company representative APPENDIX "E"